Loading...
HomeMy WebLinkAboutCITY PARK CABIN RESTORATION PROJECT 2016/2017CITY PARK CABIN RESTORATION PROJECT 2016/2017 05 -Dec -2016 Plans, Specs, proposal and contract. 06 -Dec -2016 Res 16-345, setting a public hearing 19 -Dec -2016 Notice of Public Hearing 03 -Jan -2017 Res 17-11, approving plans, specs, form of agreement and estimate of cost. 05 -Jan -2017 Notice to Bidders 31 -Mar -2017 Plans, Specs, proposal and contract. See Revised 12 -Apr -2017 Plans, Specs, proposal and contract. 18 -Apr -2017 Res 17-119, setting a public hearing 24 -Apr -2017 Notice of Public Hearing 02 -May -2017 Res 17-145, approving plans, specs, form of agreement and estimate of cost. 03 -May -2017 Notice to Bidders 20 -Jun -2017 Res 17-220, awarding contract 11 -Jul -2017 Form of Agreement 26 -May -2020 Engineer's Report 11 -Jun -2020 Performance, Payment & Maintenance Bond 19 -May -2020 Res 20-125, accepting the work CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY PARK CABIN RESTORATION PROJECT IOWA CITY, IOWA December 6, 2016 SEALS & SIGNATURES 1 hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly Registered Architect under the laws of •,,.�"""'r.,,� the State of Iowa. •.•`•QpFESSIpti' �`OQ •............ q�'•Alan L. Wieskamp, AIA ? 4 j• • ••ALAN L. ••'99 2 44, • 5461 .�,� Signature �',�6' •• '* ��•'�, Registration expires June 30, 2017, Iowa Reg No. 5461 ��''.*•IOWA .•`• Wo Pages or sheets covered by this seal: ALL PAGES END OF SECTION fsr SEALS AND SIGNATURES 00 01 07-1 THIS PAGE INTENTIONALLY LEFT BLANK SEALS AND SIGNATURES 00 01 07-2 SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS ........................................ NOTICE OF PUBLIC HEARING.......................................................... NOTICE TO BIDDERS......................................................................... NOTETO BIDDERS............................................................................ INSTRUCTION TO BIDDERS.............................................................. FORM OF PROPOSAL........................................................................ BIDBOND............................................................................................ POMA OP Gr:RFFMFNT PERFORMANCE AND PAYMENT BOND ........................................... CONTRACT COMPLIANCE (ANTI -DISCRIMINATION REQUIREMENTS) ................................ GENERALCONDITIONS..................................................................... SUPPLEMENTARY CONDITIONS...................................................... BIDDER STATUS FORM (2 PAGES) .................................................. ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM ATTACHMENT: PLANS TC -1 Pape Number TC -1 NPH -1 NTB-1 NB -1 IB -1 FP -1 BB -1 AG -1 PB -1 ................. CC -1 (thru pg.8) ................. GC -1 ................. SC -1 ................. BSF-1 u -' c n 1'7 TABLE OF CONTENTS DOCUMENT 00 0010 (with date of latest spec revision) 000001 PROJECT MANUAL COVER SHEET 06/30/06 000005 CERTIFICATIONS PAGE 06/30/06 000010 TABLE OF CONTENTS 12/21/12 000015 LIST OF DRAWINGS 06/30/06 BIDDING DOCUMENTS, CONTRACT FORMS, AND CONDITIONS OF THE CONTRACT 000110 NOTICE OF PUBLIC HEARING (Iowa Cities & Counties) 03/17/11 000130 ADVERTISEMENT FOR BIDS (Iowa Cities & Counties) 10/30/13 00 0200.AIA INSTRUCTIONS TO BIDDERS — AIA 09/01/09 00 0200.01 INSTRUCTIONS TO BIDDERS - MATERIAL PRODUCT OR EQUIPMENT SUBSTITUTION REQUEST 03/15/11 00 0200.02 INSTRUCTIONS TO BIDDERS - PROPOSED SUBCONTRACTORS 06/30/06 00 0210.AIA SUPPLEMENTARY INSTRUCTIONS TO BIDDERS - AIA A701-1997 11/02/11 00 0300.AIA INFORMATION AVAILABLE TO BIDDERS 06/30/06 00 0410.AIA BID FORM 11/02/11 00 0430.AIA BID BOND 03/15/11 000490 ADDENDUM 12/22/06 000510 NOTICE OF AWARD 06/30/06 00 0521.AIA AGREEMENT 09/01/09 00 0527.AIA AGREEMENT AND SUPPLEMENTS 09/01/09 000550 NOTICE TO PROCEED 06/30/06 00 0601.AIA OWNER'S INSTRUCTIONS FOR INSURANCE AND BONDS — AIA 06/30/06 00 061 LAIA PERFORMANCE BOND — AIA 03/15/11 00 0612.AIA PAYMENT BOND — AIA 03/15/11 00 0700.AIA GENERAL CONDITIONS — AIA A201-2007 09/01/09 00 0702.AIA APPLICATION AND CERTIFICATE FOR PAYMENT — AIA 06/30/06 00 0704.AIA CERTIFICATE OF SUBSTANTIAL COMPLETION — AIA 06/30/06 00 0800.AIA SUPPLEMENTARY CONDITIONS — AIA A201-2007 02/26/12 00 0930.AIA CONSTRUCTION CHANGE DIRECTIVE - AIA 09/01/09 00 0940.AIA CHANGE ORDER - AIA 06/30/06 TECHNICAL SPECIFICATIONS DIVISION 1 - GENERAL REQUIREMENTS 011100 SUMMARY 09/14/10 01 1200 MULTIPLE CONTRACT SUMMARY09/14/19 012200 UNIT PRICES a 05/17/96 012300 ALTERNATES p 09/14/10 012500 SUBSTITUTION PROCEDURES G' 09/14/10 012600 CONTRACT MODIFICATION PROCEDURES 01/19/12 013100 PROJECT MANAGEMENT AND COORDINATION 09/14/10 013200 CONSTRUCTION PROGRESS DOCUMENTATION 09/14/10 013233 PHOTOGRAPHIC DOCUMENTATION 09/14/10 013300 SUBMITTAL PROCEDURES 05/17/11 Project Name 10/30/13 000010-1 TABLE OF CONTENTS DOCUMENT 00 0010 (with date of latest spec revision) DIVISION 1 - GENERAL REQUIREMENTS 013591 HISTORIC TREATMENT PROCEDURES 09/14/10 014000 QUALITY REQUIREMENTS 09/14/10 015000 TEMPORARY FACILITIES AND CONTROLS 09/14/10 015639 TEMPORARY TREE AND PLANT PROTECTION 09/14/10 016000 PRODUCT REQUIREMENTS 09/14/10 01 6000.A PRODUCT REQUIREMENTS — PRODUCT SUBSTITUTION REQUEST 06/19/06 017300 EXECUTION 09/14/10 017329 CUTTING AND PATCHING 09/14/10 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 09/14/10 DIVISION 3 — CONCRETE 10/30/13 033000 CAST -IN-PLACE CONCRETE 02/26/12 DIVISION 4 - MASONRY 040140 MAINTENANCE OF STONE ASSEMBLIES 09/14/10 DIVISION 6 — WOOD. PLASTICS AND COMPOSITES 061000 ROUGH CARPENTRY 09/14/10 06 1323 LOG STRUCTURE RESTORATION 09/14/10 DIVISION 7 - THERMAL AND MOISTURE PROTECTION 07 1900 WATER REPELLENTS 07/30/07 07 3129.16 WOOD SHINGLES AND SHAKES 07/30/07 DIVISION 8 — OPENINGS 08 0152.93 HISTORIC TREATMENT OF WOOD WINDOWS 09/16/10 END OF DOCUMENT 00 0010 r— �, 1.....". O b_C C- U t�f-- I� uJ O N Project Name 10/30/13 000010-2 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY PARK CABIN RESTORATION PROJECT IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City Park Cabin Restoration Project in said City at 7 p.m. on the 3 day of January, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK S±RECfiva . BL"W eM Pati. Manpemml`P,getla P" CaM fldo,Ylm PMJWfm m a m mamam`nM W Crt Pum c N rsESTauTI(N! Pno.ECT W 12 M N16. 11116 R-1 NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 2nd day of February, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7"' day of February, 2017, or at a special meeting called for that purpose. There will be a recommended pre-bid meeting. This will start at 1:30 p.m. local time in Helling Conference Room in City Hall, 410 East Washington Street in Iowa City, Iowa on Tuesday, January 17, 2017. The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both individually listed on the National Register of Historic Places. The restoration work will include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form fumished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Final completion date November 1, 2017. Liquidated Damages: $ 100.00 per day The plans, specifications and proposed contract documents may be examined at the office of thre,City C't4& Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division 6f Rap s Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-897$-;roll-FPee 800-779- 0093 by bona fide bidders. r A $50.00 refundable fee is required for each set of plans and specifications provided to bidders oroth&lnterested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable125.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK S.V(ECW'ovtoon B.Min5aM Fe IK.Men,.nW,oja City Pah Cadn ReGorelion Pro,etlYmnl eMs aM W 4mmeot,,Vote to d oMIMCITU PMK CABIN RESTORNTION PROJECTdot, NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form NB -1 n "i INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction', 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers'to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data" contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A.. The bidder shall carefully study and compare the bidding documents with each [, other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall rn examine the site and local conditions, and shall at once report to the Architect 'errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding o documents shall make a written request which shall reach the Architect at least N nine days prior to the date for receipt of bids. 1 C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to AIA Substitutions form for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Binder Status Form j A.- -` Bidder Status form shall be submitted with the bid, in a separate envelope. 4 4 Submission of Bids A': All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City'), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on Thursday. February 2. 2017. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall, be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D.Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection C) c7 to any such proposed person or entity. If the Owner or the Architect has 11j reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: I. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in N the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ffm. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. -:y D. The bidder shall require the attorney-in-fact who executes the requiredonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. Bidder is encouraged to attend a pre-bid conference on Tuesday, January 17'h at 1:30 PM local time, in the Helling Conference Room (council chambers) in the City Hall Lobby in City Hall at 410 East Washington Street in Iowa City, Iowa. A tour of the site and facilities in Upper City Park will follow. 8.2 Parking A. Limited metered parking is available neighboring City Hall. Otherwise a hourly pre- pay parking is available south of City Hall at Chauncey Swan Ramp or a hourly -fee parking is available in Tower Place, located west of City Hall at 335 East Iowa Avenue, the entrance is on the Iowa Avenue side of the ramp. S.1REC'Govemment Buildings and Faulities Management Projeels\City Park Cabin Restoration ProjectTrors ends and bid documentsVB - Instmetions to Bidders- City Park Cabin Restoration Project,doc FORM OF PROPOSAL CITY PARK CABIN RESTORATION PROJECT CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on February 2"", 2016 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to fumish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK CABIN RESTORATION PROJECT in strict accordance with the Project Manual and the Drawings dated December 6, 2016, including Addenda numbered and inclusive, prepared by Shive-Hattery, Inc., for the amounts of: BID ALTERNATES: Alternate No. 1: Roof Repairs: Add or Deduct the Sum of: Alternate No. 2: Foundation Work: Add or Deduct the Sum of: Alternate No. 3: Flooring and joist repairs: Add or Deduct the Sum of: Dollars ($ ) Dollars FP -1 of 2 Dollars ($. Alternate No. 4: Window and Door Repairs: Add or Deduct the Sum of: Dollars ($ ) Alternate No. 5: Log rehabilitation and Restoration: Add or Deduct the Sum of: Dollars ($ ) Alternate No. 6: Concrete and Site work: Add or Deduct the Sum of: Dollars ($ ) Total amount with all alternates: Dollars ($ ) The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. Thi --undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any co6&i ons of this proposal and the Contract Documents prepared by the City of Iowa City, the more Cspecl'c shall prevail. In sUbmittibg this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the FP -2 of 2 Contract Documents for this project, and have the Project at Substantial Completion on or before November 1, 2017. Firm: Signature: Printed Name: Title: Address: Phone: 0 Contact: FP -3 of 2 , as Principal, and , as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this , A.D., 20_ Witness Witness Principal By _ _ day of i (Seal) - (Title) (Seal) Surety By (Attorney-in-fact) Attach Power-of-Attomey BB -1 of 1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 6th day of December, 2016, for the City Park Cabin Restoration ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C^, C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; j zz 1� f. Note to Bidders; .e - g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG -1 of 2 prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is and final completion date 7. CONTRACT DATE 71 day of February, 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. City (Signature) Contractor (Signature) (Printed name) (Printed name) Mayor (Company OfficialTitle) ATTEST: ATTEST: (Printed name) (Printed name) City Clerk (Company Official Title) AG -2 of 2 Q O_ GJ �-� LJ U r Approved By: LO U City Attorney's Office a N AG -2 of 2 PERFORMANCE AND PAYMENT BOND , as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of entered into a (date) written Agreement with Owner for the City Park Cabin Restoration Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hattery. Inc, which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the PB -1 of 2 balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF , 20 IN THE PRESENCE OF: (Principal) PB -2 of 2 Witness (Title) (Surety) Witness (Title) C? c; (Street) � p J J- L7 U 1- 1 }.L) (City, State, Zip) CD o (Phone) PB -2 of 2 Contract Compliance Program V a iSl i' SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibylities and receive the appropriate reporting forms. A notification of requirements will be includedCui any request for proposal and notice of bids. UI 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (locatedgn pages CC -2 and CC -3) or other required material must be received and approved by the City. =--� 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City, City Code section 2-3- 1. CC -1 of 8 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor" shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation, and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et sea-) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ----- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 of 8 UJ J J-' J LO U� , I i- V U. � -J, i 1 CL U .e O o N -- CC -2 of 8 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print Name CC -3 of 8 Phone Number Title Date SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (C) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) --Review the job application to insure that only job related questions are asked. Ask grourself "Is this information necessary to judge an applicant's ability to perform the job � � Q gapptied for?" Only use job-related tests which do not adversely affect any particular group W sof people. �Monitor interviews carefully. Prepare interview questions inadvance to assure that they are only job related. Train your interviewers on discrimination laws. w Biased and subjective judgments in personal interviews can be a major source of CZ discrimination. (h) c Impr&e hiring and selection procedures and use non -biased promotion, transfer and �+ training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 of 8 CITY OF IOWA CITY Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e, national origin, color, creed, disability, gender identity, marital s t a t u s, ra c e , religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal Employment Opportunity Officerfor Name: Address: -- Telephone Number: — ------ is: NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -6 of 8 U I— L�. G UC) .o O - o N CC -6 of 8 I Sterling Codifiers, Inc. 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. Itshall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, or to otherwise discriminate against any applicant for membership, apprenticeship or training or any member in the privileges, rights or benefits of such membership, apprenticeship or training because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any epiployee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Sterling Codifiers, Inc Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 1. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 2. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 3. The employment of individuals to render personal service to the person of the employer or members of the employers family. (Ord. 94-3647, 11-8-1994) 4. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 5. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 6. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 7. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC -8 of 8 ( C Ld t1l- �t 9 u N CC -8 of 8 I GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 of 1 ,7 n ar a CA 3 „.,. O r -- INSERT SUPPLEMENTAL CONDITIONS TO THE AIA DOC A201-2007 N _ O �7 Cn F' SC -1 Of 1 idder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / / t0 / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. You must submit the completed form to the governmental body requesting bids per 675 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. BF -1 Worksheet: Authorization to Transact Business This worksheet may be used to help complete PartA of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. L J vlCJ U i -U 1 O v0 w - v N BF -2 I 1] Copyright 2010 AIA SECTION 011000 - SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS MasterSpec Full Length 02/10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. �311LILIAXVA A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Selected construction scope. 4. Access to site. 5. Work restrictions. 6. Specification and drawing conventions. B. Related Requirements: Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION 0 A. Project Identification: Restoration and rehabilitation of historic log cabins..' C-77 1. Project Location: Upper City Park, Iowa City, Iowa, 52240., ZZ L B. Owner: City of Iowa City o J r- 1. Owner's Representative: Kumi Morris, Facilities Manager, City of Iowa City. C. Architect: Alan Wieskamp, Shive-Hattery, Inc. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Restoration and rehabilitation of existing historic log cabins sited within upper City Park. Restoration work consists of removal of damaged roofmg materials and reconstruction of roofs. Temporary support or jacking and moving the cabins to install new concrete foundation systems to stabilize and re -level cabin structures. Removal of rotted logs, lumber and boards and the stabilization of existing units which are deemed salvageable Julcii 310,, 011000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 for continued use. Repair and stabilization of existing wood windows and doors for continued use. B. Type of Contract: Project will be constructed under a single prime contract. a. General Contractor shall employ or contract with workers who have documented experience in historic restoration work for products and craftsmanship required by other sections of these contract documents. 1.5 SELECTED CONSTRUCTION SCOPE A. The Work shall be conducted per direction from Owner's selected alternates, with each alternate coordinated to minimize adversely affecting the work of other alternates. 1. Upon notification from owner on the alternates that are selected based on available budget and the alternate's priority, contractor is responsible for setting a schedule and sequence which will allow the work to progress without prolonged downtime between required scopes of work to complete each alternate. 2. Before commencing Work of each alternate, submit an updated copy of Contractor's construction schedule showing the sequence, commencement and anticipated completion dates for the work of each alternate. 1.6 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. I. Limits: Limit site disturbance, including earthwork and clearing of vegetation, to 30 feet (9.2 m) beyond building perimeter; stay outside of 10 feet (3 m) beyond existing trees; wjO within 25 feet (7.6 m) of adjacent parking and paved drive. a ,�iveways, Walkways: Keep driveways and walkways serving premises clear and y t alzilable to Owner, Owner's employees, and emergency vehicles at all times. Do not use (� 'u J*e areas for parking or storage of materials. ��SV Schedule deliveries to minimize use of driveways and entrances by construction LL o U operations. ,o bo Schedule deliveries to minimize space and time requirements for storage of N materials and equipment on-site. C. Condition of Existing Building: Protect portions of existing building exposed by construction operations in a weathertight cover throughout construction period. Remove materials in entirety if materials are to be re -used. Store materials in weathertight cover for eventual re -installation. SUMMARY 011000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On -Site Work Hours: No limitation of work hours on-site. C. Nonsmoking site: Smoking is not permitted within 25 feet (8 m) of project limits. There are adjacent park facilities where smoking and trash receptacles are available. D. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site. 1. Maintain list of approved screened personnel with Owner's representative. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: I. Imperative mood and streamlined language are generally used in the Specifications. The words "shall,' "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard. 3. Keynoting: Work required and associated materials and products required to complete that work, are identified by reference keynotes found in the drawings. 4. Conflicts: When notes on drawings may be in conflict with the language' of the specifications, the specifications shall govern. r SUMMARY 011000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 011000 SUMMARY 011000-4 .0 o i LLJ ..I T ~ CI o Q o N SUMMARY 011000-4 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 012200 - UNIT PRICES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 1.3 DEFINITIONS A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work -in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification 'Spctions referenced in the schedule contain requirements for materials described under_each.unit price. L7 x.... UNIT PRICES 012200-1 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 SCHEDULE OF UNIT PRICES A. Unit Price 1: Log replacement — debarked, round softwood logs 1. Description: Log section required to replace damaged, rotten or unsalvageable log discovered as part of repair work. Section 061323 "Heavy Timber Construction." 2. Unit of Measurement: Board foot of lumber contained within log required to patch or replace damaged material. B. Unit Price 2: Log replacement — debarked, hewn square hardwood timbers 1. Description: Log section required to replace damaged, rotten or unsalvageable log discovered as part of repair work. Section 061323 "Heavy Timber Construction." 2. Unit of Measurement: Board foot of lumber contained within log required to patch or replace damaged material. C. Unit Price No. 3: Sawn Lumber replacement. 1. Description: Sawn lumber to replace damaged, rotten or unsalvageable lumber discovered as part of repair work, according to Section 061063 'Exterior Rough Carpentry." 2. Unit of Measurement: Board Foot of lumber contained within section of lumber required to patch or replace damaged material. UNIT PRICES 012200-2 i.n c o w s cC ..� L-3 ILL J>: U F— V O k Q CJy o O N UNIT PRICES 012200-2 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 012300 - ALTERNATES PART 1 - GENERAL RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. SUMMARY Section includes administrative and procedural requirements for alternates. DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. 1.4 PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not .indicatdd+as part of alternate. � 7 B. Notification: Immediately following award of the Contract, notify each part in4ved, in writing, of the status of each alternate. Indicate if alternates have been accepted, i*ected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract.) D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. ALTERNATES 012300-1 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1: Roof Repairs Work: Remove existing roofing materials in entirety. Salvage framing and sheathing that is re -usable. Replaced damaged or rotten roof framing and sheathing. Install new roofing shingles as specified. B. Alternate No. 2: Foundation Work Work: Support log cabin wall structures. Salvage stone pier supports for re -use. Install reinforced foundations as detailed. Mortar and level stone pier supports where indicated and in same locations as where removed. Level and support existing log cabin sill logs onto stone piers. C. Alternate No. 3: Flooring and Joist Repairs Work: Remove existing flooring materials in entirety. Salvage tongue and groove floor boards and floor joist framing to greatest extent possible. Replaced damaged or rotten joist framing. Reinstall existing floor boards and provide new as required to replaced damaged or unusable boards, for a complete installation. trtterrikte No. 4: Window and Door Repairs 1-*6rk: Remove existing window and door materials in entirety. Retain as much original [ )yi!�;dow material as possible. Replaced damaged, rotten or missing window and door rices as scheduled. Reinstall repaired windows, square, plumb and level into existing t- gh openings. o E. `'Altemate No. 5: Concrete and Site Work Work: Remove existing concrete where indicated. Following other work and in correct sequence, replace concrete with new, establishing correct elevations as dictated by cabin foundation work. END OF SECTION 012300 ALTERNATES 012300-2 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 012500 - SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 016000 'Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration Idea tifvfroduct or fabrication or installation method to be replaced. Include Specification See IInfl ri uTber and title and Drawing numbers and titles. ='z _3 i 1. Substitution Request Form: Use facsimile of form provided in Project Ma"I. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. SUBSTITUTION PROCEDURES 012500-1 Copyright 2010 AIA MasterSpec Full Length 02/10 C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Samples, where applicable or requested. e. Certificates and qualification data, where applicable or requested. f. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. g. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. It. Cost information, including a proposal of change, if any, in the Contract Sum. i. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. j. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within `n 15 days of receipt of request, or seven days of receipt of additional information or doc*entation, whichever is later. C2% LU a Forms of Acceptance: Change Order, Construction Change Directive, or to v � Architect's Supplemental Instructions for minor changes in the Work. b. E3 Use product specified if Architect does not issue a decision on use of a proposed c' 1— <X substitution within time allocated. CC U= .c O v 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. SUBSTITUTION PROCEDURES 012500-2 Copyright 2010 AIA MasterSpec Full Length 02/10 PART2-PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. C. Requested substitution will not adversely affect Contractors construction schedule. d. Requested substitution is compatible with other portions of the Work. e. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed unless otherwise indicated. C. Substitutions for Convenience: Architect will consider requests for substitution if received within 30 days after commencement of the Work. Requests received after that time may be considered or rejected at discretion of Architect. 1. Conditions: Architect will consider Contractor's request for substitution :when the,j following conditions are satisfied. If the following conditions are not satisfie chitecb will return requests without action, except to record noncompliance �th these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. SUBSTITUTION PROCEDURES 012500-3 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 3 - EXECUTION (Not Used) END OF SECTION 012500 SUBSTITUTION PROCEDURES 012500-4 v� U-3 U� L a -L U G F C_5 .o p o N �- SUBSTITUTION PROCEDURES 012500-4 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 012600 - CONTRACT MODIFICATION PROCEDURES PART 1 -GENERAL 1.4 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. [AN81SFA:a'1 Section includes administrative and procedural requirements for handling and processing Contract modifications. Related Requirements: Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. MINOR CHANGES IN THE WORK A. Architect will issue supplemental instructions authorizing minor involving adjustment to the Contract Sum or the Contract Time, "Architect's Supplemental Instructions.". PROPOSAL REQUESTS u� changes -m the Work, not. on [AIA Docunt�t G710, 2 A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and CONTRACT MODIFICATION PROCEDURES 012600-1 Copyright 2010 AIA MasterSpec Full Length 02/10 finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 ADMINISTRATIVE CHANGE ORDERS A. Unit -Price Adjustment: See Section 012200 "Unit Prices" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect measured scope of unit -price work. 1.6 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.7 CONSTRUCTION CHANGE DIRECTIVE C�: Construction Change Directive: Architect may issue a Construction Change Directive on L: AIA Document G714. Construction Change Directive instructs Contractor to proceed with a I chVhgemLe Work, for subsequent inclusion in a Change Order. r r— '. (L1 f'. ' ruction Change Directive contains a complete description of change in the Work. It alit designates method to be followed to determine change in the Contract Sum or the N Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. CONTRACT MODIFICATION PROCEDURES 012600-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012600 CONTRACT MODIFICATION PROCEDURES 012600-3 Copyright 2010 ALA MasterSpec Full Length 02/10 SECTION 013100 - PROJECT MANAGEMENT AND COORDINATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. General coordination procedures. 2. Requests for Information (RFIs). 3. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of respoisibility are assigned to a specific contractor. ci C. Related Requirements: 1. Section 013200 "Construction Progress Documentation' for preparing and submitting: Contractor's construction schedule. 2. Section 017300 "Execution' for procedures for coordinating general instaJ44tion and field -engineering services, including establishment of benchmarks and control points. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design Use CSI Form 1.5A. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 10 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone PROJECT MANAGEMENT AND COORDINATION 013100-1 Copyright 2010 AIA MasterSpec Full Length 02/10 numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. I. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Coordination: Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations, included in different Sections, that depend on each other for proper installation, connection, and operation. I. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. C. Prepare memoranda for distribution to each party involved, outlining special procedures require�_fbr coordination. Include such items as required notices, reports, and list of attendees at meetings. CD ar�mtilar memoranda for Owner and separate contractors if coordination of their Li ork is�quired. D. 3minisbtivj.-J�Rocedures: Coordinate scheduling and timing of required administrative �ocedutl!!t Vdlr Wher construction activities and activities of other contractors to avoid conflicts4md to eVoure orderly progress of the Work. Such administrative activities include, but are not lifted to, the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. PROJECT MANAGEMENT AND COORDINATION 013100-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1.6 E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item interpretation and the following: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. Project name. Project number. Date. Name of Contractor needing infortWion or l i C RFI number, numbered sequentially. RFI subject. Specification Section number and title and related paragraphs, as appropriate.`'' Drawing number and detail references, as appropriate. Field dimensions and conditions, as appropriate. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. Contractor's signature or stamp. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: AIA Document G716. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 2:00 p.m. will be considered as received the following working day. The following Contractor -generated RFIs will be returned without action: PROJECT MANAGEMENT AND COORDINATION 013100-3 Copyright 2010 AIA MasterSpec Full Length 02/10 a. b. C. d. e. f. 9. Requests for approval of submittals. Requests for approval of substitutions. Requests for approval of Contractor's means and methods. Requests for coordination information already indicated in the Contract Documents. Requests for adjustments in the Contract Time or the Contract Sum. Requests for interpretation of Architect's actions on submittals. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use CSI Log Form 13.2B. 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. ler, Identification of related Minor Change in the Work, Construction Change Directive, and Pro prisal Request, as appropriate. 2Q ification of related Field Order, Work Change Directive, and Proposal Request, as N-_ priate. J t(� LA 1.7--a PjO]i-G'�'MEETINGS LL. wo A. Offieral: 2chedule and conduct meetings and conferences at Project site unless otherwise itlicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. PROJECT MANAGEMENT AND COORDINATION 013100-4 Copyright 2010 AIA Master -Spec Full Length 02/10 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Lines of communications. » L Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. o h. Procedures for testing and inspecting. cry i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. 1. Use of the premises. in. Responsibility for temporary facilities and controls. ; n. Construction waste management and recycling. o. Parking availability. p. Office, work, and storage areas. q. Equipment deliveries and priorities. r. First aid. S. Security. t. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. PROJECT MANAGEMENT AND COORDINATION 013100-5 Copyright 2010 AIA MasterSpec Full Length 02/10 b. Options. C. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Review of mockups. i. Possible conflicts. j. Compatibility requirements. k. Time schedules. 1. Weather limitations. in. Manufacturer's written instructions. n. Warranty requirements. o. Compatibility of materials. p. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. S. Installation procedures. t. Coordination with other work. U. Required performance results. V. Protection of adjacent work. W. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 30 days prior to the scheduled date of Substantial Completion. th 10 ICcitiduct the conference to review requirements and responsibilities related to Project © bout. W 2cr 'A6hdees: Authorized representatives of Owner, Architect, and their consultants; JLr) Gbftactor and its superintendent; major subcontractors; suppliers; and other concerned _ � �rs shall attend the meeting. Participants at the meeting shall be familiar with Project tUi a'"uthorized to conclude matters relating to the Work. 3� Ag€ftda: Discuss items of significance that could affect or delay Project closeout, N including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Preparation of Contractor's punch list. e. Procedures for processing Applications for Payment at Substantial Completion and for final payment. PROJECT MANAGEMENT AND COORDINATION 013100-6 Copyright 2010 AIA MasterSpec Full Length 02/10 E. f. 9. Submittal procedures. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. Progress Meetings: Conduct progress meetings at regular intervals as appropriate for amount of work to be reviewed. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Site utilization. Ul 7) Quality and work standards. i m 8) Status of correction of deficient items. 9) Field observations. 10) Status of RFIs. 11) Status of proposal requests. 12) Pending changes. 13) Status of Change Orders. 14) Pending claims and disputes. 15) Documentation of information for payment requests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PROJECT MANAGEMENT AND COORDINATION 013100-7 Copyright 2010 AIA MasterSpec Full Length 02/10 F. Coordination Meetings: Conduct Project coordination meetings at regular intervals appropriate for the work required. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress meetings and preinstallation conferences. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meetings shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to combined Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 013100-8 — t -r UJ Q :LJ J_ "~ Ll .o O 0 N PROJECT MANAGEMENT AND COORDINATION 013100-8 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 013200 - CONSTRUCTION PROGRESS DOCUMENTATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: I . Contractor's construction schedule.. 2. Site condition reports. 3. Special reports. B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting schedules and reports. 2. Section 014000 "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. CPM: Critical path method, which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. C. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. D. Event: The starting or ending point of an activity. E. Float: The measure of leeway in starting and completing an activity. CONSTRUCTION PROGRESS DOCUMENTATION 013200-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. F. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file, where indicated. 2. Two paper copies. B. Contractors Construction Schedule: Initial schedule, of size required to display entire schedule for entire construction period. 1. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule (initial or updated) and date on label. C. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. Activity Report: List of all activities sorted by activity number and then early start date, or actual start date if known. D. %nstruo�tion Schedule Updating Reports: Submit with Applications for Payment. C.A. ;ite Qndition Reports: Submit at time of discovery of differing conditions. �s � IAJ� L$pecd!>eports: Submit at time of unusual event. rr Ic W F ,VU, ASSURANCE 0 A. Trescheduling Conference: Conduct conference at Project site to comply with requirements in Section 013100 "Project Management and Coordination." Review methods and procedures related to the preliminary construction schedule and Contractor's construction schedule, including, but not limited to, the following: 1. Review software limitations and content and format for reports. 2. Verify availability of qualified personnel needed to develop and update schedule. 3. Discuss constraints, including phasing and work stages. 4. Review submittal requirements and procedures. CONSTRUCTION PROGRESS DOCUMENTATION 013200-2 Copyright 2010 AIA MasterSpec Full Length 02/10 S. Review time required for review of submittals and resubmittals. 6. Review requirements for tests and inspections by independent testing and inspecting agencies. 7. Review time required for Project closeout. 8. Review and finalize list of construction activities to be included in schedule. 9. Review procedures for updating schedule. 1.6 COORDINATION A. Coordinate Contractor's construction schedule with the schedule of values, submittal schedule, progress reports, payment requests, and other required schedules and reports. I. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and gchedule them in proper sequence. r,i 1 - PART 2 -PRODUCTS cn 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL ? A. Time Frame: Extend schedule from date established for commencement of the Work to date of final completion. Contract completion date shall not be changed by submission of a schedule that shows an early completion date, unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 20 days, unless specifically allowed by Architect. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals, purchasing, fabrication, and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Architects administrative procedures necessary for certification of Substantial Completion. 5. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Constraints: Include constraints and work restrictions indicated in the Contract Documents and as follows in schedule, and show how the sequence of the Work is affected. CONSTRUCTION PROGRESS DOCUMENTATION 013200-3 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Phasing: Arrange list of activities on schedule by phase. 2. Products Ordered in Advance: Include a separate activity for each product. Include delivery date indicated in Section 011000 "Summary." Delivery dates indicated stipulate the earliest possible delivery date. Work Stages: Indicate important stages of construction for each major portion of the Work, including, but not limited to, the following: a. Fabrication. b. Submittals. C. Sample testing. d. Deliveries. e. Installation. D. Milestones: Include milestones indicated in the Contract Documents in schedule, including, but not limited to, the Notice to Proceed, Substantial Completion, and final completion E. Upcoming Work Summary: Prepare summary report indicating activities scheduled to occur or commence prior to submittal of next schedule update. Summarize the following issues: 1. Unresolved issues. 2. Unanswered Requests for Information. 3. Rejected or unretumed submittals. 4. Notations on returned submittals. 5. Pending modifications affecting the Work and Contract Time. F. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. 2.2 CONTRACTOR'S CONSTRUCTION SCHEDULE (CPM SCHEDULE) A. General: Prepare network diagrams using AON (activity -on -node) format. ,startup. Network Diagram: Submit diagram within 14 days of date established for S,ommcncement of the Work. Outline significant construction activities for the first 30 days of LL, Sns$u�j' ion. Include skeleton diagram for the remainder of the Work and a cash requirement gwdi6krrbased on indicated activities. �C. i&M(_Jfl*edule: Prepare Contractor's construction schedule using a time -scaled CPM network ,walysiaiagram for the Work. o N 1. Develop network diagram in sufficient time to submit CPM schedule so it can be accepted for use no later than 30 days after date established for commencement of the Work. CONSTRUCTION PROGRESS DOCUMENTATION 013200-4 Copyright 2010 AIA MasterSpec Full Length 02/10 2. Conduct educational workshops to train and inform key Project personnel, including subcontractors' personnel, in proper methods of providing data and using CPM schedule information. 3. Establish procedures for monitoring and updating CPM schedule and for reporting progress. Coordinate procedures with progress meeting and payment request dates. 4. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule in order to coordinate with the Contract Time. D. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. C. Purchase of materials. d. Delivery. G1 e. Fabrication. x� t: Installation. g. Punch list and final completion. ca 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer -drawn, time -scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Subnetworks on separate sheets are permissible for activities clearly off the critical path. E. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time -impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall project schedule. F. Initial Issue of Schedule: Prepare initial network diagram from a sorted activity list indicating straight "early start -total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. CONSTRUCTION PROGRESS DOCUMENTATION 013200-5 Copyright 2010 AIA MasterSpec Full Length 02/10 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. G. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. H. Daily Construction Reports: Prepare weekly construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events (see special reports). 10. Stoppages, delays, shortages, and losses. 11. Change Orders received and implemented. 12. Construction Change Directives received and implemented. 13. Substantial Completions authorized. PART 3 -EXECUTION 30-') ®N1;$ACTOR'S CONSTRUCTION SCHEDULE LW =2 `�W Contraotb?s Construction Schedule Updating: At monthly intervals, update schedule to reflect Vtua! struction progress and activities. Issue schedule during each regularly scheduled oggesspmeeting. a v 'L� Mise schedule immediately after each meeting or other activity where revisions have N been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations, actual starts and finishes, and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity. CONSTRUCTION PROGRESS DOCUMENTATION 013200-6 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Distribution: Distribute copies of approved schedule to Architect, Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need -to -know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules 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 performance of construction activities. END OF SECTION 013200 CONSTRUCTION PROGRESS DOCUMENTATION 013200-7 CJ7 CONSTRUCTION PROGRESS DOCUMENTATION 013200-7 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 013233 - PHOTOGRAPHIC DOCUMENTATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: }: ; ttzl 1. Preconstruction photographs.un 2. Periodic construction photographs. i. 3. Final completion construction photographs... is B. Related Requirements: 1. Section 013300 "Submittal Procedures" for submitting photographic documentation.. 2. Section 017700 "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 1.3 INFORMATIONAL SUBMITTALS A. Digital Photographs: Submit image files within three days of taking photographs. 1. Digital Camera: Minimum sensor resolution of 8 megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Date photograph was taken. C. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. d. Unique sequential identifier keyed to accompanying key plan. 1.4 QUALITY ASSURANCE A. Photographer Qualifications: An individual who has been regularly engaged as a professional photographer of construction projects for not less than three years. PHOTOGRAPHIC DOCUMENTATION 013233-1 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Web -Based Photographic Documentation Service Provider: A firm specializing in providing photographic equipment, Web -based software, and related services for construction projects, with record of providing satisfactory services similar to those required for Project. 1.5 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. PART2-PRODUCTS 2.1 PHOTOGRAPHIC MEDIA A. Digital Images: Provide images in JPG format, produced by a digital camera with minimum sensor size of 8 megapixels, and at an image resolution of not less than 3200 by 2400 pixels. PART 3 -EXECUTION 3.1 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. Maintain key plan with each set of construction photographs that identifies each photographic location. B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. C. Preconstruction Photographs: Before starting construction, take photographs of Project site, including existing items to remain during construction, from different vantage points, as directed by Architect. Jr Flag construction limits before taking construction photographs. -2Take photographs to show existing conditions of construction site before starting the 6 ,*rk. ;,JAe additional photographs as required to record settlement or cracking of adjacent, d�Vements, and improvements. .erioWc�onstruction Photographs: Take photographs daily, or as appropriate for amount of �§rk mo Ieted. Coincide photographs with the cutoff date associated with each Application ft Payt6nt. Select vantage points to show status of construction and progress since last f8otographs were taken. E. Architect - Directed Construction Photographs: From time to time, Architect will instruct photographer about number and frequency of photographs and general directions on vantage PHOTOGRAPHIC DOCUMENTATION 013233-2 Copyright 2010 AIA MasterSpec Full Length 02/10 points. Select actual vantage points and take photographs to show the status of construction and progress since last photographs were taken. F. Time -Lapse Sequence Construction Photographs: Take photographs as indicated, to show status of construction and progress since last photographs were taken. 1. Frequency: Take photographs weekly, with timing each month adjusted to coincide with the cutoff date associated with each Application for Payment. 2. Vantage Points: Following suggestions by Architect and Contractor, photographer to select vantage points. During each of the following construction phases, take not less than two of the required shots from same vantage point each time to create a time-lapse sequence as follows: a. Commencement of the Work, through completion of roof demolition. b. Footing excavations. C. Exterior building wall repairs. d. Final roof work, through date of Substantial Completion. G. Final Completion Construction Photographs: Take color photographs after date of Substantial Completion for submission as project record documents. Architect will inform photographer of desired vantage points. END OF SECTION 013233 PHOTOGRAPHIC DOCUMENTATION 013233-3 w r Cn J c� PHOTOGRAPHIC DOCUMENTATION 013233-3 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 013300 - SUBMITTAL PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Related Requirements: 1. Section 013200 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule.. 2. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe 'Systems used for representing documents in a device -independent and display resolution -independent fixed -layout document format. vt 1.4 ACTION SUBMITTALS . t A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological oi&r by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required'for making SUBMITTAL PROCEDURES 013300-1 Copyright 2010 AIA MasterSpec Full Length 02/10 corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the fust 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the fust complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will not be provided by Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. I^ Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. C! � &6it all submittal items required for each Specification Section concurrently unless �4r 1 submittals for portions of the Work are indicated on approved submittal schedule. J -In merit action submittals and informational submittals required by the same Specification :&-ebtlon as separate packages under separate transmittals. 4 dinate transmittal of different types of submittals for related parts of the Work so .o prgmssing will not be delayed because of need to review submittals concurrently for Z;; coordination. a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. SUBMITTAL PROCEDURES 013300-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. D. Paper Submittals: Place a permanent label or title block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 3 by 4 inches (75 by 100 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. C. Name of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier, including revision identifier. I) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.0l.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. 1. Location(s) where product is to be installed, as appropriate. in. Other necessary identification. 4. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return without review submittals received from sources other than Contractor. a. Transmittal Foran for Paper Submittals: Provide locations on form for the following information: 1) Project name. 2) Date. 3) Destination (To:).' 4) Source (From:). 5) Name and address of Architect. 6) Name of Contractor. 7) Name of firm or entity that prepared submittal. 8) Names of subcontractor, manufacturer, and supplier. 9) Category and type of submittal. SUBMITTAL PROCEDURES 013300-3 Copyright 2010 AIA MasterSpec Full Length 02/10 10) Submittal purpose and description. 11) Specification Section number and title. 12) Specification paragraph number or drawing designation and generic name for each of multiple items. 13) Drawing number and detail references, as appropriate. 14) Indication of full or partial submittal. 15) Transmittal number, numbered consecutively. 16) Submittal and transmittal distribution record. 17) Remarks. 18) Signature of transmitter. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.0l.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: SUBMITTAL PROCEDURES 013300-4 a. Project name. b. Date. C. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g Names of subcontractor, manufacturer, and supplier. G! Category and type of submittal. c Submittal purpose and description. in I d;4-- C-1 Specification Section number and title. *v Specification paragraph number or drawing designation and generic name for each C-3 LJ— o ~ Q of multiple items. Drawing number and detail references, as appropriate. o in. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal number, numbered consecutively]. q. Submittal and transmittal distribution record. r. Other necessary identification. S. Remarks. SUBMITTAL PROCEDURES 013300-4 Copyright 2010 AIA MasterSpec Full Length 02/10 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. F. Options: Identify options requiring selection by Architect. G. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Post electronic submittals as PDF electronic files directly to Architect's FTP site specifically established for Project. y a. Architect will return annotated file. Annotate and retain one copy of le as an electronic Project record document file. i Y1 ^, 2. Submit electronic submittals via email as PDF electronic files. a. Architect will return annotated file. Annotate and retain one copy of file as)an electronic Project record document file. 3. Action Submittals: Submit three paper copies of each submittal unless otherwise indicated. Architect will return two copies. SUBMITTAL PROCEDURES 013300-5 Copyright 2010 AIA MasterSpec Full Length 02/10 r 4. Informational Submittals: Submit two paper copies of each submittal unless otherwise indicated. Architect will not return copies. 5. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. Submit Product Data in the following format options: a. PDF electronic file. In. Three paper copies of Product Data unless otherwise indicated. Architect, will return two copies. C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal based on Architect's digital data drawing files is otherwise permitted. t- Preparation: Fully illustrate requirements in the Contract Documents. Include the CD following information, as applicable: `Y a. Identification of products. b. Schedules. C. Compliance with specified standards. L�Lp d. Notation of coordination requirements. `n e. `' Notation of dimensions established by field measurement. cam., f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. SUBMITTAL PROCEDURES 013300-6 I Copyright 2010 AIA MasterSpec Full Length 02/10 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm),. 3. Submit Shop Drawings in the following format: a. Two opaque (bond) copies of each submittal. Architect will return one copy. b. Refer to Section 013100 "Project Management and Coordination" for requirements for coordination drawings. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. I. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. 3. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. E. Coordination Drawing Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." F. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." G. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures." H. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." I. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." J. Qualification Data: Prepare written information that demonstrates capabilities and e�perience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. K. Installer Certificates: Submit written statements on manufacturer's letterhead ce4ifying that Installer complies with requirements in the Contract Documents and, where' -required, is authorized by manufacturer for this specific Project. SUBMITTAL PROCEDURES 013300-7 Copyright 2010 AIA MasterSpec Full Length 02/10 L. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. M. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. N. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. O. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. Q. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3 2� % CT'S ACTION 6�.� Q W_.,i,Y Actio ¢j;nbmittals: Architect will review each submittal, make marks to indicate corrections or rbj isiopsWquired, and return it. Architect will stamp each submittal with an action stamp and v4S miMcitamp appropriately to indicate action, as follows: LL o 1 = Approved as Submitted 2.N Approved as Corrected. 3. Revise and Resubmit. 4. Incomplete -Resubmit. SUBMITTAL PROCEDURES 013300-8 C I I Copyright 2010 AIA MasterSpec Full Length 02/10 5. Rejected B. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION 013300 SUBMITTAL 013300-9 Copyright 2010 AIA MasterSpec Full Length SECTION 013591 - HISTORIC TREATMENT PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS 02/10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and treatment procedures for entire Project and the following specific work: 1. Historic removal and dismantling. 2. Rebuilding, rehabilitation of existing historic materials, restoration of historic structures. B. Related Requirements: 1. Section 040140 "Maintenance of Stone Assemblies" for specific requirements for cleaning and repairing stone. 2. Section 080152.93 "Historic Treatment of Wood Windows" for specific requirements for cleaning and repairing wood windows. 1.3 DEFINITIONS A. Consolidate: To strengthen loose or deteriorated materials in place. -' B. Dismantle: To disassemble and detach items by hand from existing construction to,the limits. indicated, using small hand tools and small one -hand power tools, so as to protect nearby historic surfaces; and legally dispose of dismantled items off-site, unless' indicated to be salvaged or reinstalled. --• c'; C. Existing to Remain: Existing items that are not to be removed or dismantled. D. Historic: Spaces, areas, rooms, surfaces, materials, finishes, and overall appearance which are important to the successful preservation, rehabilitation restoration and] reconstruction as determined by Architect. E. Match: To blend with adjacent construction and manifest no apparent difference in material type, species, cut, form, detail, color, grain, texture, or finish; as approved by Architect. F. Reconstruct: To remove existing item, replicate damaged or missing components, and reinstall in original position. G. Refinish: To remove existing finishes to base material and apply new finish to match original, or as otherwise indicated. HISTORIC TREATMENT PROCEDURES 013591-1 Copyright 2010 AIA MasterSpec Full Length 02/10 H. Reinstall: To protect removed or dismantled item, repair and clean it as indicated for reuse, and reinstall it in original position, or where indicated. I. Remove: Specifically for historic spaces, areas, rooms, and surfaces, the term means to detach an item from existing construction to the limits indicated, using hand tools and hand -operated power equipment, and legally dispose of it off-site, unless indicated to be salvaged or reinstalled. J. Repair: To correct damage and defects, retaining existing materials, features, and finishes while employing as little new material as possible. Includes patching, piecing -in, splicing, consolidating, or otherwise reinforcing or upgrading materials. K. Replace: To remove, duplicate, and reinstall entire item with new material. The original item is the pattern for creating duplicates unless otherwise indicated. L. Replicate: To reproduce in exact detail, materials, and finish unless otherwise indicated. M. Reproduce: To fabricate a new item, accurate in detail to the original, and in either the same or a similar material as the original, unless otherwise indicated. N. Restore: To consolidate, replicate, reproduce, repair, and refinish as required to achieve the indicated results. O. Retain: To keep existing items that are not to be removed or dismantled. P. Reversible: New construction work, treatments, or processes that can be removed or undone in the future without damaging historic materials unless otherwise indicated. Q. Salvage: To protect removed or dismantled items and deliver them to Owner. R. Stabilize: To provide structural reinforcement of unsafe or deteriorated items while maintaining the essential form as it exists at present; also, to reestablish a weather -resistant enclosure. S. Strip: To remove existing finish down to base material unless otherwise indicated. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For historic treatment specialists as required by other sections of the contract documents. B Pr ecpstruction Documentation: Show preexisting conditions of adjoining construction and site iVevgments, including finish surfaces, that might be misconstrued as damage caused by QCo*ov r's historic treatment operations. �� st� r,Xreatment Program: Submit before work begins. r Ua �D e-Preveention Plan: Submit before work begins. 'o E. Wentory of Salvaged Items: After removal or dismantling work is complete, submit a list of items that have been salvaged. HISTORIC TREATMENT PROCEDURES 013591-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1.5 QUALITY ASSURANCE A. Historic Treatment Specialist Qualifications: An experienced firm regularly engaged in historic treatments similar in nature, materials, design, and extent to this work as specified in each section, and that has completed a minimum of five recent projects with a record of successful in-service performance that demonstrate the firm's qualifications to perform this work. 1. Field Supervisor Qualifications: Full-time supervisors experienced in historic treatment G work similar in nature, material, design, and extent to that indicated for this Project. Supervisors shall be on Project site during times that historic treatment work is in progress. 2. Worker Qualification: Persons who are experienced in historic treatment work of types they will be performing. B. Historic Removal and Dismantling Specialist Qualifications: A qualified historic treatment specialist. General selective demolition experience is not sufficient experience for historic removal and dismantling work. Work required as part of this contract, require careful disassembly to salvage existing materials for reuse to the greatest extent possible with as little damage as possible. C. Historic Treatment Program: Prepare a written plan for historic treatment for whole Project, including each phase or process and protection of surrounding materials during operations. Describe in detail materials, methods, and equipment to be used for each phase of work. Show compliance with indicated methods and procedures specified in this and other Sections. D. Fire -Prevention Plan: Prepare a written plan for preventing fires during the Work, including placement of fire extinguishers, fire blankets, rag buckets, and other fire-prevention'device� during each phase or process. E. Mockups: Prepare mockups of specific historic treatment procedures specified in this Section to demonstrate aesthetic effects and to set quality standards for materials and execution'. 1. Typical Removal Work: Remove logs as shown on Drawings. 2. Typical Dismantling Work: Dismantle roof and floor framing as shown on Drawings. 3. Typical Restoration Work: Remove, document existing profiles and materials that are salvageable. Provide recommendations and new material used for consolidation and restoration of deteriorated materials. Restore work to subjective approval of all partied involved in project. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. F. Regulatory Requirements: Comply with notification regulations of authorities having jurisdiction before beginning removal and dismantling work. Comply with hauling and disposal regulations of authorities having jurisdiction. G. Standards: Comply with ANSI/ASSE A10.6. H. Historic Treatment Preconstruction Conference: Conduct conference at Project site. HISTORIC TREATMENT PROCEDURES 013591-3 Copyright 2010 AIA MasterSpec Full Length 02/10 General: Review methods and procedures related to historic treatment including, but not limited to, the following: a. Review manufacturer's written instructions for precautions and effects of historic treatment procedures on materials, components, and vegetation. b. Review and finalize historic treatment construction schedule; verify availability of materials, equipment, and facilities needed to make progress and avoid delays. C. Review qualifications of personnel assigned to the work and assign duties. d. Review material application, work sequencing, tolerances, and required clearances. e. Review areas where existing construction is to remain and requires protection. 2. Removal and Dismantling: a. Inspect and discuss condition of construction to be removed or dismantled. b. Review requirements of other work that relies on substrates exposed by removal and dismantling work. 1.6 STORAGE AND PROTECTION OF HISTORIC MATERIALS A. Salvaged Historic Materials: 1. Clean only loose debris from salvaged historic items unless more extensive cleaning is indicated. 2. Pack or crate items after cleaning; cushion against damage during handling. Label contents of containers. 3. Store items in a secure area. 4. Protect items from damage during transport and storage. B. Historic Materials for Reinstallation: 1. Repair and clean historic items as indicated and to functional condition for reuse. 2. Pack or crate items after cleaning and repairing; cushion against damage during handling. Label contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment unless otherwise indicated. Provide connections, supports, and miscellaneous materials to make item functional for use indicated. C. Existing Historic Materials to Remain: Protect construction indicated to remain against damage c� and soiling from construction work. Where permitted by Architect, items may be dismantled land n to a suitable, protected storage location during construction work and reinstalled in GAhe incl locations after historic treatment and construction work in the vicinity is complete. C`')� : lipw Y . Stor2,-1 d Protection: When taken from their existing locations, catalog and store historic I L?emye4ithin a weathertight enclosure where they are protected from wetting by rain, snow, r cond"on, or ground water, and from freezing temperatures. !3- © C.*;o c Identify each item with a nonpermanent mark to document its original location. Indicate r' original locations on plans elevations, sections, or photographs by annotating the identifying marks. HISTORIC TREATMENT PROCEDURES 013591-4 Copyright 2010 AIA MasterSpec Full Length 02/10 2. Secure stored materials to protect from theft. 1.7 PROJECT CONDITIONS A. General Size Limitation in Historic Spaces: Materials, products, and equipment used for performing the Work and for transporting debris, materials, and products shall be of sizes that clear available clearances to ensure no damage is done by construction activities. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with removal and dismantling work. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Owner will remove hazardous maten'ils under a separate contract." 71 PART 2 - PRODUCTS - (Not Used) c i 1 ra 6 9 PART 3 - EXECUTION ) 3.1 HISTORIC REMOVAL AND DISMANTLING SPECIALIST A. Historic Removal and Dismantling Specialist Firms: Subject to compliance with requirements, have historic removal and dismantling performed by a firm specializing in dismantling and documenting of historic materials. 3.2 HISTORIC REMOVAL AND DISMANTLING EQUIPMENT A. Removal Equipment: Use only hand-held tools except as follows or unless otherwise approved by Architect on a case-by-case basis: 1. Light jackhammers are allowed subject to Architect's approval. 2. Large air hammers are not permitted. B. Dismantling Equipment: Use manual, hand-held tools, except as follows or otherwise approved by Architect on a case-by-case basis: 1. Hand-held power tools and cutting torches are permitted only as submitted in the historic treatment program. They must be adjustable so as to penetrate or cut only the thickness of material being removed. 2. Pry bars more than 18 inches (450 mm) long and hammers weighing more than 2 lb (0.9 kg) are permitted for dismantling work on a case-by-case basis. HISTORIC TREATMENT PROCEDURES 013591-5 Copyright 2010 AIA MasterSpec Full Length 02/10 3.3 EXAMINATION A. Preparation for Removal and Dismantling: Examine construction to be removed or dismantled ' to determine best methods to safely and effectively perform removal and dismantling work. Examine adjacent work to determine what protective measures will be necessary. Make explorations, probes, and inquiries as necessary to determine condition of construction to be removed or dismantled and location of utilities and services to remain that may be hidden by construction that is to be removed or dismantled. 1. Verify that affected utilities have been disconnected and capped. 2. Inventory and record the condition of items to be removed and dismantled for reinstallation or salvage. 3. Before removal or dismantling of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 4. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures as a result of removal and dismantling work. B. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. Comply with requirements specified in Section 013233 "Photographic Documentation." C. Perform surveys as the Work progresses to detect hazards resulting from historic treatment procedures. 3.4 PROTECTION, GENERAL A. Comply with temporary barrier requirements in Section 015000 "Temporary Facilities and Controls." B. Ensure that supervisory personnel are on-site and on duty when historic treatment work begins and during its progress. C. Protect persons, motor vehicles, surrounding surfaces of building, building site, plants, and surrounding buildings from harm resulting from historic treatment procedures. c; Use only proven protection methods, appropriate to each area and surface being a- protected. UJ 4%. Provide barricades, barriers, and temporary directional signage to exclude public from M ' areas where historic treatment work is being performed. ' 4. Erect temporary protective covers over walkways and at points of pedestrian and U vehicular entrance and exit that must remain in service during course of historic treatment Ci work. Contain dust and debris generated by removal and dismantling work and prevent it from reaching the public or adjacent surfaces. 5. Provide shoring, bracing, and supports as necessary. Do not overload structural elements. D. Temporary Protection of Historic Materials: 4 HISTORIC TREATMENT PROCEDURES 013591-6 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Protect existing historic materials with temporary protections and construction. Do not deface or remove existing materials. 2. Do not attach temporary protection to historic surfaces except as indicated as part of the historic treatment program and approved by Architect. E. Comply with each product manufacturer's written instructions for protections and precautions. Protect against adverse effects of products and procedures on people and adjacent materials, components, and vegetation. 3.5 PROTECTION DURING APPLICATION OF CHEMICALS A. Protect motor vehicles, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm or damage resulting from applications of chemical cleaners and paint removers. B. Cover adjacent surfaces with protective materials that are proven to resist chemicals selected for Project unless chemicals being used will not damage adjacent surfaces as indicated in historic treatment program. Use covering materials and masking agents that are waterproof, UV resistant, and will not stain or leave residue on surfaces to which they are applied. Apply protective materials according to manufacturer's written instructions. Do not apply liquid masking agents or adhesives to painted or porous surfaces. When no longer needed, promptly remove protective materials staining. C. Do not apply chemicals during winds of sufficient force to spread them to unprotected surfaces. D. Neutralize and collect alkaline and acid wastes and legally dispose of off Owner's property. E. Collect and dispose of runoff from chemical operations by legal means and in a manner that prevents soil contamination, soil erosion, undermining of paving and foundations, damage to landscaping, or water penetration into building interior. 3.6 PROTECTION FROM FIRE A. General: Follow fire -prevention plan and the following. <73 1. Comply with NFPA 241 requirements unless otherwise indicated. Perforin duties entitled "Owner's Responsibility for Fire Protection." 2. Remove and keep area free of combustibles including, rubbish, paper, waste, and chemicals, except to the degree necessary for the immediate work. a. If combustible material cannot be removed, provide fire blankets to cover such materials. 3. Prohibit smoking by all persons within Project work and staging areas except where specifically designated for smoldng. B. Heat -Generating Equipment and Combustible Materials: Comply with the following procedures while performing work with heat -generating equipment or highly combustible materials, including welding, torch -cutting, soldering, brazing, paint removal with heat, or other HISTORIC TREATMENT PROCEDURES 013591-7 Copyright 2010 AIA MasterSpec Full Length 02/10 operations where open flames or implements utilizing high heat or combustible solvents and chemicals are anticipated: 1. Obtain Owner's approval for operations involving use of open -flame or welding or other high -heat equipment. Use of open -flame equipment is not permitted. Notify Owner at least 48 hours before each occurrence, indicating location of such work. 2. As far as practical, restrict heat -generating equipment to shop areas or outside the building. 3. Do not perform work with heat -generating equipment in or near rooms or in areas where flammable liquids or explosive vapors are present or thought to be present. Use a combustible gas indicator test to ensure that the area is safe. 4. Use fireproof baffles to prevent flames, sparks, hot gases, or other high-temperature material from reaching surrounding combustible material. 5. Prevent the spread of sparks and particles of hot metal through open windows, doors, holes, and cracks in floors, walls, ceilings, roofs, and other openings. 6. Fire Watch: Before working with heat -generating equipment or highly combustible materials, station personnel to serve as a fire watch at each location where such work is performed. Fire -watch personnel shall have the authority to enforce fire safety. Station fire watch according to NFPA 51B, NFPA 241, and as follows. a. Train each fire watch in the proper operation of fire -control equipment and alarms. b. Prohibit fire -watch personnel from other work that would be a distraction from fire -watch duties. C. Cease work with heat -generating equipment whenever fire -watch personnel are not present. d. Have fire watch perform final fire -safety inspection each day beginning no sooner than 30 minutes after conclusion of work at each area of Project site to detect hidden or smoldering fires and to ensure that proper fire -prevention is maintained. C. Fire Extinguishers, Fire Blankets, and Rag Buckets: Maintain fire extinguishers, fire blankets, and rag buckets for disposal of rags with combustible liquids. Maintain each as suitable for the type of fire risk in each work area. Ensure that nearby personnel and the fire watch are trained in fire-extinguisher and blanket operation. 3.7 GENERAL HISTORIC TREATMENT A. Ensure that supervisory personnel are present when historic treatment work begins and during its progress. C B. . Halt 4h process of deterioration and stabilize conditions unless otherwise indicated. Perform 7 -work"on Drawings. Follow the procedures in subparagraphs below and procedures L Ipp#otS in historic treatment program: �)c3~ 1?. y-RBtain as much existing material as possible; repair and consolidate rather than replace. rg additional material or structure to reinforce, strengthen, prop, tie, and support LL 22t �¢x"sting material or structure. Use reversible processes wherever possible. 1'. Use historically accurate repair and replacement materials and techniques unless otherwise indicated. HISTORIC TREATMENT PROCEDURES 013591-8 Copyright 2010 AIA MasterSpec Full Length 02/10 5. Record existing work before each procedure (preconstruction) and progress during the work with digital preconstruction documentation photographs. Comply with requirements in Section 013233 "Photographic Documentation." C. Notify Architect of visible changes in the integrity of material or components whether due to environmental causes including biological attack, UV degradation, freezing, or thawing; or due to structural defects including cracks, movement, or distortion. 1. Do not proceed with the work in question until directed by Architect. D. Where missing features are indicated to be repaired or replaced, provide features whose designs are based on accurate duplications rather than on conjectural designs, subject to approval of Architect. E. Where Work requires existing features to be removed or dismantled and reinstalled, perform these operations without damage to the material itself, to adjacent materials, or to the substrate. F. Identify new and replacement materials and features with permanent marks hiddeq in the completed work to distinguish them from original materials. Record a legeod;of idefitlfication marks and the locations of the items on record Drawings. 3.8 HISTORIC REMOVAL AND DISMANTLING A. General: Have removal and dismantling work performed by a qualified historic removal and dismantling specialist. Ensure that historic removal and dismantling specialist's field supervisors are present when removal and dismantling work begins and during its progress. B. Perform work according to the historic treatment program and approved mockup(s). 1. Provide supports or reinforcement for existing construction that becomes temporarily weakened by the work, until the work is completed. 2. Perform cutting by hand or with small power tools wherever possible. Cut holes and slots neatly to size required, with minimum disturbance of adjacent work. 3. Do not operate air compressors inside building, unless approved by Architect in each case. 4. Do not drill or cut columns, beams, joints, girders, structural slabs, or other structural supporting elements, without having Contractor's professional engineer's written approval for each location before such work is begun. 5. Do not use explosives. C. Unacceptable Equipment: Keep equipment that is not permitted for historic removal or dismantling work away from the vicinity where such work is being performed. D. Removing and Dismantling Items on or near Historic Surfaces: 1. Use only dismantling tools and procedures acceptable for historic surface being dismantled. Protect historic surface from contact with or damage by tools. 2. Unfasten items to be removed, in the opposite order from which they were installed. 3. Support each item as it becomes loosened to prevent stress and damage to the historic surface. HISTORIC TREATMENT PROCEDURES 013591-9 Copyright 2010 AIA MasterSpec Full Length 02/10 4. Dismantle anchorages. E. Masonry: 1. Remove masonry carefully and erect temporary bracing and supports as needed to prevent collapse of materials being removed. 2. Remove stone in easily managed pieces. 3. During removal, Contractor is responsible for the stability of the structure. Notify Architect of the condition of temporary bracing for wall if work is temporarily stopped during removal. F. Anchorages: 1. Remove anchorages associated with removed items. 2. Dismantle anchorages associated with dismantled items. 3. In non -historic surfaces, patch holes created by anchorage removal or dismantling according to the requirements for new work. 4. In historic surfaces, patch or repair holes created by anchorage removal or dismantling according to Section specific to the historic surface being patched. END OF SECTION 013591 HISTORIC TREATMENT PROCEDURES 013591-10 C-) to C.3 E— .J I r C.= C) 6 .o O 0 N HISTORIC TREATMENT PROCEDURES 013591-10 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 014000 - QUALITY REQUIREMENTS 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality - assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner or authorities having jurisdiction are not limited by provisions of this Section. 4. Specific test and inspection requirements are not specified in this Section.:: '? o C. Related Requirements: L a Cn 1.3 DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. QUALITY REQUIREMENTS 014000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 C. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. E. Source Quality -Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. F. Field Quality -Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be I -t the minimum provided or performed. The actual installation may comply exactly with the t minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. 'eo cogi6 with these requirements, indicated numeric values are minimum or maximum, as L. olprotLHW, for the context of requirements. Refer uncertainties to Architect for a decision "fbr"i6eeeding. CD o _- H 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. QUALITY REQUIREMENTS 014000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For Contractor's quality -control personnel. B. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. 1.7 CONTRACTOR'S QUALITY -CONTROL PLAN A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice of Award, and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality -control responsibilities. Coordinate with Contractor's construction schedule. B. Quality -Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality -assurance and quality -control procedures similar in nature and extent to those required for Project. 1. Project quality -control manager may also serve as Project superintendent. 2. Manager shall have documented, five projects of similar type and scope in oversight of work required in the contract documents. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. E. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. i 1.8 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified In other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. QUALITY REQUIREMENTS 014000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 10. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 11. Name and signature of laboratory inspector. 12. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. a Specialists: Certain Specification Sections require that specific construction activities shall be C; yyer% p ed by entities who are recognized experts in those operations. Specialists shall satisfy qual444ion requirements indicated and shall be engaged for the activities indicated. ! in ?'v QUALITYZAEQUIREMENTS 014000-4 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. G. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. H. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. I. Integrated Exterior Mockups: Construct integrated exterior mockup. Coordinate installation of materials and products for which mockups are required in individual Specification Sections, along with supporting materials. 1.10 QUALITY CONTROL A. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. B. Manufacturer's Field Services: Where indicated, engage a factory -authorized service representative to inspect field -assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." QUALITY REQUIREMENTS 014000-5 Copyright 2010 AIA MasterSpec Full Length 02/10 C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in preinstallation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work, and submittal of written reports. D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perforin required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. Cl) G. Zgoordfiktion: Coordinate sequence of activities to accommodate required quality -assurance ltd �%edule &itrol services with a minimum of delay and to avoid necessity of removing and 'S�t;plconstruction to accommodate testing and inspecting. Lv times for tests, inspections, obtaining samples, and similar activities. Um.t "c ' m. hedulEhf Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality- Nntrol services required by the Contract Documents as a component of Contractor's quality - control plan. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. QUALITY REQUIREIv1ENTS 014000-6 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 014000 4 QUALITY REQUIREMENTS 014000-7 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 015000 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. *�*Allu lu V WA A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Sewer Service: Contractor shall provide portable restroom facilities for contractor's employees. No restroom facilities are available on site. i I C. Water Service: Owner will pay water -service use charges for water used by all er}teies fpr construction operations. D. Electric Power Service: Owner will pay electric -power -service use charges for electrigity used, by all entities for construction operations. , 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation -Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire -prevention program. TEMPORARY FACILITIES AND CONTROLS 015000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 D. Moisture -Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. 2. Indicate procedures for discarding water -damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water -damaged Work. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART2-PRODUCTS 2.1 MATERIALS A. Orange Construction Fencing: Galvanized -steel, fence posts; minimum 5 feet (1.3 m) high with with galvanized wire strands for fastening orange plastic fencing. 2.2 TEMPORARY FACILITIES A. `,korage eid Fabrication Sheds: Provide sheds sized, famished, and equipped to accommodate 8ateriO"nd equipment for construction operations. c We combustible materials apart from building. :R- &PUWJaNT G A. fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. TEMPORARY FACILITIES AND CONTROLS 015000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by`progreisof the Work. m i J —+ c-3 + 3.2 TEMPORARY UTILITY INSTALLATION r„ A. General: Install temporary service or connect to existing service. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. Delete "Toilets" Subparagraph below if facilities are unavailable or if their use is not permitted even if available. Indicate location of Owner's existing toilets in Section 011000 "Summary" or show on Drawings. D. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. 1. Connect temporary service to Owner's existing power source, as directed by Owner. E. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. F. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Install [one] <Insert number> telephone line(s) for each field office. 1. Provide superintendent with cellular telephone for use. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. TEMPORARY FACILITIES AND CONTROLS 015000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 3.4 B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Section 011000 "Summary." C. Temporary Erosion and Sedimentation Control: Comply with[ requirements of 2003 EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent and] requirements specified in Section 311000 "Site Clearing." D. Tree and Plant Protection: Comply with requirements specified in Section 015639 "Temporary Tree and Plant Protection." E. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. 1. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. MOISTURE AND MOLD CONTROL A. Contractor's Moisture -Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration moisture and ambient mold spores, protect as follows: 1 Ea iDt._7not load or install porous materials or components, or items with high organic [fi�itent, into partially enclosed building. L1ep interior spaces reasonably clean and protected from water damage. 3I 4C.-) eElgdtcally collect and remove waste containing cellulose or other organic matter. Pisgaid or replace water -damaged material. 5o 1"t install material that is wet. 6� Dis ard, replace, or clean stored or installed material that begins to grow mold. 7e'" Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. TEMPORARY FACILITIES AND CONTROLS 015000-4 Copyright 2010 AIA MasterSpec Full Length 02/10 3.5 OPERATION, TERMINATION, AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. Maintain operation of temporary enclosures. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been 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 temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 TEMPORARY FACILITIES AND CONTROLS 015000-5 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 015639 - TEMPORARY TREE AND PLANT PROTECTION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. B. Related Sections: 1. Section 015000 "Temporary Facilities and Controls" for temporary site fencing. 1.3 DEFINITIONS A. Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest diameters at 6 inches (150 mm) above the ground for trees up to, and including, 4 -inch (100 -mm) size; and 12 inches (300 mm) above the ground for trees larger than 4 -inch (100 -mm) size. B. Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. C. Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. D. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service fain that has successfully completed temporary tree and plant protection work similar to that required for 'this Project and that will assign an experienced, qualified arborist to Project site during execution of the,Work. B. Preinstallation Conference: Conduct conference at Project site. 1.5 PROJECT CONDITIONS J A. The following practices are prohibited within protection zones: TEMPORARY TREE AND PLANT PROTECTION 015639-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Erection of sheds or structures. 4. Excavation or other digging unless otherwise indicated. 5. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART2-PRODUCTS 2.1 MATERIALS A. Organic Mulch: Free from deleterious materials and suitable as a top dressing for trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood. 2. Color: Natural. B. Protection -Zone Fencing: Fencing fixed in position and meeting one of the following requirements. Plywood Protection -Zone Fencing: Plywood framed with four 2 -by -4 -inch (50 -by -100 - mm) rails, with [2 -by -4 -inch (50 -by -100 -mm)] preservative -treated wood posts spaced not more than 6 feet (2.4 m) apart. a. Height: 4 feet (1.2 m)] [6 feet (1.8 m). 2. Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric with 2 -inch (50 -mm) maximum opening in pattern and weighing a minimum of 0.4 Ib/ft. (0.6 kg/m); remaining flexible from minus 60 to plus 200 deg F (minus 16 to plus 93 deg C); inert to most chemicals and acids; C" minimum tensile yield strength of 2000 psi (13.8 MPa) and ultimate tensile strength of o 26.80 psi (18.5 MPa); secured with plastic bands or galvanized -steel or stainless-steel Q ;ivete ties; and supported by tubular or T-shape galvanized -steel posts spaced not more x 4EW8 feet (2.4 m) apart. L.c r— �! I It- v Height: 4 feet (1.2 m). LL os Color: High -visibility orange, nonfading. ,0 0 0 PART 3 -EXECUTION RNINNEWTANTJlh a 16 \I A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation -control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. TEMPORARY TREE AND PLANT PROTECTION 015639-2 Copyright 2010 AIA MasterSpec Full Length 02/10 B. For the record, prepare written report, endorsed by arborist, listing conditions detrimental to tree and plant protection. 3.2 PREPARATION A. Locate and clearly identify trees, shrubs, and other vegetation to remain . Flag blue -vinyl tape around each tree trunk at 54 inches (1372 mm) above the ground. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Tree -Protection Zones: Mulch areas inside tree -protection zones and other areas indicated. Apply flinch (100 -mm) average thickness of organic mulch. Do not place mulch within 6 inches (150 mm) of tree trunks. 3.3 TREE- AND PLANT -PROTECTION ZONES A. Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people and animals from easily entering protected area except by entrance gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. B. Maintain protection zones free of weeds and trash. C. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. D. Maintain protection -zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1. Do not remove protection -zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. 2. Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arboiist. Maintain root buffer so long as access is permitted. 3.4 EXCAVATION A. Trenching near Trees: Where trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. TEMPORARY TREE AND PLANT PROTECTION 015639-3 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. •• ' t 1�m A. Prune roots that are affected by temporary and permanent construction. Prune roots as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible. B. Root Pruning at Edge of Protection Zone: Prune roots 12 inches (300 mm) outside of the protection zone, by cleanly cutting all roots to the depth of the required excavation. C. Root Pruning within Protection Zone: Clear and excavate by hand to the depth of the required excavation to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 3.6 REGRADING A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. B. Lowering Grade within Protection Zone: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. 1. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. ry 3.7 FIELD QUALITY CONTROL ,.. o sv c ,p IZect{�ts: Engage a qualified arborist to direct plant -protection measures in the vicinity of t,J trees, s s, and other vegetation indicated to remain and to prepare inspection reports. e In 13. SW Aeerrelion: Where directed by Architect, aerate surface soil compacted during construction. �- )5aate feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. 0#11 2-ine%- (50 -mm) diameter holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augered soil and sand. TEMPORARY TREE AND PLANT PROTECTION 015639-4 Copyright 2010 AIA MasterSpec Full Length 02/10 3.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off Owner's property. END OF SECTION 015639 TEMPORARY TREE AND PLANT PROTECTION 015639-5 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 016000 - PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1i 1311S1kyj0It'/ A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. l':f1 B. Related Requirements: �� t 1. Section 012300 "Alternates" for products selected under an alternate. c�.n 2. Section 012500 "Substitution Procedures" for requests for substitutions..{ -J C7 .. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature, that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. PRODUCT REQUIREMENTS 016000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis -of -Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine which products shall be used. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: N 4- Schedule delivery to minimize long-term storage at Project site and to prevent cO .,overcrowding of construction spaces. a Coordinate delivery with installation time to ensure minimum holding time for items that UJ -are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other i in 105ses. 3t�) Deliver products to Project site in an undamaged condition in manufacturer's original LL—UJ sdaW container or other packaging system, complete with labels and instructions for n hanAing, storing, unpacking, protecting, and installing. 0 N PRODUCT REQUIREMENTS 016000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: I . Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials. Coordinate location with Owner. 1 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the'Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. PRODUCT REQUIREMENTS 016000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 Ia 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved," comply with requirements in "Comparable Products" Article to obtain approval for use of an unnamed product. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with 0' requirements. Comparable products or substitutions for Contractor's convenience Cwill not be considered unless otherwise indicated. c Nonrestricted List: Where Specifications include a list of available manufacturers, c provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in Y L"'Comparable Products" Article for consideration of an unnamed manufacturer's w ~ ` improduct. CD V:. .e CD 5.o Bass -of -Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics PRODUCT REQUIREMENTS 016000-4 Copyright 2010 AIA MasterSpec Full Length 02/10 that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. PART 3 - EXECUTION (Not Used) = y END OF SECTION 016000 PRODUCT REQUIREMENTS 016000-5 Copyright 2010 AIA MasterSpec Full Length 05/10 SECTION 017419 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 11 � 3ftL175F411 •1 A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. 1.3 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale oureuse iu:another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and s4bsequent incorporation into the Work. _.. t 1.4 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, and waste reduction work plan. Distinguisb between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-1 Copyright 2010 AIA MasterSpec Full Length 05/10 B. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Use Form CWM-3 for construction waste. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. I. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. Comply with operation, termination, and removal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: Salvage items for reuse and handle as follows: N 1. Cleli salvaged items. 20 Pt ;"r crate items after cleaning. Identify contents of containers with label indicating 01ertents, date of removal, quantity, and location where removed. 3.� �reitems in a secure area until installation. 4.T Petit items from damage during transport and storage. 5. w h5'siall salvaged items to comply with installation requirements for new materials and ec'T ip pent. Provide connections, supports, and miscellaneous materials necessary to Z, make items functional for use indicated. N B. Salvaged Items for Sale are not permitted on Project site. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 Copyright 2010 AIA MasterSpec Full Length 05/10 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL 3.4 3.5 A. General: Recycle paper and beverage containers used by on-site workers. B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. RECYCLING DEMOLITION WASTE A. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. B. Metals: Separate metals by type. 1. Structural Steel: Stack members according to size, type of member, and (ength.r:3 2. Remove and dispose of bolts, nuts, washers, and other rough hardware. - r c7 t d r C. Conduit: Reduce conduit to straight lengths and store by type and size.= yr 1 RECYCLING CONSTRUCTION WASTE J A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 Copyright 2010 AIA MasterSpec Full Length 05110 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1. Clean Cut -Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not bum waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-4 N © CD iD V" .D Q 0 N CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-4 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 033000 - CAST -IN-PLACE CONCRETE PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. MWENENJUVISTYETIM A. Section includes cast -in-place concrete, including formwork, reinforcement, concrete materials, mixture design, placement procedures, and finishes, for the following: 1. Foundation walls. 2. Slabs -on -grade. 1.3 DEFINITIONS A. Cementitious Materials: Portland cement alone or in combination with one or more of the following: blended hydraulic cement, fly ash, and silica fume; subject to compliance with requirements. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. i B. Design Mixtures: For each concrete mixture. Submit alternate design mixturgs when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site:' C. Steel Reinforcement Shop Drawings: Placing drawings that detail fabrication, bending, and placement. Include bar sizes, lengths, material, grade, bar schedules, stirrup spacing, bent bar diagrams, bar arrangement, splices and laps, mechanical connections, tie spacing, hoop spacing, and supports for concrete reinforcement. D. Formwork Shop Drawings: Prepared by or under the supervision of a qualified professional engineer detailing fabrication, assembly, and support of formwork. 1. Shoring and Reshoring: Indicate proposed schedule and sequence of stripping formwork, shoring removal, and reshoring installation and removal. E. Construction Joint Layout: Indicate proposed construction joints required to construct the structure. CAST -IN-PLACE CONCRETE 033000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Location of construction joints is subject to approval of the Architect. hl •tu: M�►: l:ul t! : A. Qualification Data: For Installer, manufacturer, testing agency. B. Welding certificates. C. Material Certificates: For each of the following, signed by manufacturers: 1. Cementitious materials. 2. Admixtures. 3. Form materials and form -release agents. 4. Steel reinforcement and accessories. 5. Curing compounds. 6. Floor and slab treatments. 7. Bonding agents. 8. Adhesives. 9. Vapor retarders. 10. Joint -filler strips. 11. Repair materials. D. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 1. Aggregates. E. Field quality -control reports. F. Minutes of preinstallation conference. 1.6 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who employs on Project personnel qualified as ACI -certified Flatwork Technician and Finisher and a supervisor who is an ACI -certified Concrete Flatwork Technician. B. NManufacturer Qualifications: A firm experienced in manufacturing ready -mixed concrete Oroductsand that complies with ASTM C 94/C 94M requirements for production facilities and �uiF39egt. J� th ufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete L.� tRrpductionFacilities." t t pwt V"= "C Testing Ajency Qualifications: An independent agency, qualified according to ASTM C 1077 a" ASTM E 329 for testing indicated. 1. Personnel conducting field tests shall be qualified as ACI Concrete Field Testing Technician, Grade 1, according to ACI CP -1 or an equivalent certification program. CAST -IN-PLACE CONCRETE 033000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 2. Personnel performing laboratory tests shall be ACI -certified Concrete Strength Testing Technician and Concrete Laboratory Testing Technician - Grade I. Testing Agency laboratory supervisor shall be an ACI -certified Concrete Laboratory Testing Technician - Grade II. D. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer. E. Welding Qualifications: Qualify procedures and personnel according to AWS D1A/D IAM, "Structural Welding Code - Reinforcing Steel." F. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 2. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." G. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. H. Preinstallation Conference: Conduct conference at Project site. Before submitting design mixtures, review concrete design mixture and examine procedures for ensuring quality of concrete materials. Require representatives of each entity directly concerned with cast -in-place concrete to attend, including the following: i a. Contractor's superintendent. b. Independent testing agency responsible for concrete design mixtures. =' C. Ready -mix concrete manufacturer. d. Concrete subcontractor. 2. Review special inspection and testing and inspecting agency procedures for field quality control, concrete finishes and finishing, cold- and hot -weather concreting procedures, curing procedures, construction contraction of joint -filler strips, forms and form removal limitations, shoring and reshoring procedures, vapor -retarder installation, steel reinforcement installation, floor and slab flatness and levelness measurement, concrete repair procedures, and concrete protection. 1.7 DELIVERY, STORAGE, AND HANDLING A. Steel Reinforcement: Deliver, store, and handle steel reinforcement to prevent bending and damage. CAST -IN-PLACE CONCRETE 033000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 PART 2 -PRODUCTS 2.1 FORM -FACING MATERIALS A. Rough -Formed Finished Concrete: Plywood, lumber, metal, or another approved material. Provide lumber dressed on at least two edges and one side for tight fit. B. Chamfer Strips: Wood, metal, PVC, or rubber strips, 3/4 by 3/4 inch (19 by 19 mm), minimum. C. Form -Release Agent: Commercially formulated form -release agent that will not bond with, stain, or adversely affect concrete surfaces and will not impair subsequent treatments of concrete surfaces. Formulate form -release agent with rust inhibitor for steel form -facing materials. D. Foran Ties: Factory -fabricated, removable or snap -off metal or glass -fiber -reinforced plastic form ties designed to resist lateral pressure of fresh concrete on forms and to prevent spalling of concrete on removal. 1. Furnish units that will leave no corrodible metal closer than 1 inch (25 mm) to the plane of exposed concrete surface. 2. Furnish ties that, when removed, will leave holes no larger than 1 inch (25 mm) in diameter in concrete surface. 2.2 STEEL REINFORCEMENT A. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of preconsumerrecycled content not less than 25 percent. B. Reinforcing Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), deformed. C. Plain -Steel Wire: ASTM A 82/A 82M. D. Plain -Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain, fabricated from as - drawn steel wive into flat sheets. co 21P jlNjpR EMENTACCESSORIES J F-- A� Y ht YQ I Bars: ASTM A 615/A 615M, Grade 60 (Grade 420), plain -steel bars, cut true to Ip�rr th with ends square and free of bus. �t .. o v B. fm Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening rAforcing bars and welded wire reinforcement in place. Manufacture bar supports from steel wire, plastic, or precast concrete according to CRSI's "Manual of Standard Practice," of greater compressive strength than concrete and as follows: For concrete surfaces exposed to view where legs of wire bar supports contact forms, use CRSI Class 1 plastic -protected steel wire or CRSI Class 2 stainless-steel bar supports. CAST -IN-PLACE CONCRETE 033000-4 Copyright 2010 AIA MasterSpee Full Length 02/10 2.4 CONCRETE MATERIALS A. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source, throughout Project: 1. Portland Cement: ASTM C 150, Type I, gray. Supplement with the following: a. Fly Ash: ASTM C 618, Class F or C. B. Normal -Weight Aggregates: ASTM C 33, Class 3S coarse aggregate or better, graded. Provide aggregates from a single source with documented service record data of at least 10 years' satisfactory service in similar applications and service conditions using similar aggregates and cementitious materials. 1. Maximum Coarse -Aggregate Size: l inch (25 mm) nominal. 2. Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C. Water: ASTM C 94/C 94M and potable. 2.5 ADMIXTURES A. Air -Entraining Admixture: ASTM C 260. B. Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. 1. Water -Reducing Admixture: ASTM C 494/C 494M, Type A. 2. High -Range, Water -Reducing Admixture: ASTM C 494/C 494M, Type F. 2.6 VAPOR RETARDERS A. Sheet Vapor Retarder: ASTM E 1745, Class A. Include manufacturer's recommended adhesive or pressure -sensitive tape. 1. Products: Subject to compliance with requirements, provide one of the following: a. Meadows. W. R., Inc.; Perminator 15 mil. b. Steeo Industries, LLC; Stego Wrap 15 mil Class A. B. Granular Fill: For drainage course below vapor barrier. Clean mixture of crushed stpne or crushed or uncrushed gravel; ASTM D 448, Size 57, with 100 percent passing a 1 -11,2 -inch (37.5 -mm) sieve and 0 to 5 percent passing a No. 8 (2.36 -mm) sieve. r 2.7 CURING MATERIALS A. Evaporation Retarder: Waterborne, monomolecular film forming, manufactured for application to fresh concrete. CAST -IN-PLACE CONCRETE 033000-5 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Absorptive Cover: AASHTO M 182, Class 2, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. (305 g/sq. m) when dry. C. Moisture -Retaining Cover: ASTM C 171, polyethylene fihn or white burlap -polyethylene sheet. D. Water: Potable. 2.8 RELATED MATERIALS A. Expansion- and Isolation -Joint -Filler Strips: ASTM D 1751, asphalt -saturated cellulosic fiber or ASTM D 1752, cork or self -expanding cork. B. Bonding Agent: ASTM C 1059/C 1059M, Type II, non-redispersible, acrylic emulsion or styrene butadiene. C. Epoxy Bonding Adhesive: ASTM C 881, two -component epoxy resin, capable of humid curing and bonding to damp surfaces, of class suitable for application temperature and of grade to suit requirements, and as follows: Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.9 REPAIR MATERIALS A. Repair Underlayment: Cement -based, polymer -modified, self -leveling product that can be applied in thicknesses from 1/8 inch (3.2 mm) and that can be feathered at edges to match adjacent floor elevations. 1. Cement Binder: ASTM C 150, Portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 2. Primer: Product of underlayment manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, 1/8 to 1/4 inch (3.2 to 6 mm) or coarse sand as recommended by underlayment manufacturer. (,. Compressive Strength: Not less than 4100 psi (29 MPa) at 28 days when tested according to ASTM C 109/C 109M. u. Overlayment Cement -based, polymer -modified, self -leveling product that can be LLI appljq j�n thicknesses from 1/4 inch (6.4 mm) and that can be filled in over a scarified surface ( t?ma c -lucent floor elevations. C-) J-- 'r Ziiiient Binder: ASTM C 150, portland cement or hydraulic or blended hydraulic cement as defined in ASTM C 219. 1Z Primer: Product of topping manufacturer recommended for substrate, conditions, and application. 3. Aggregate: Well -graded, washed gravel, recommended by topping manufacturer. 1/8 to 1/4 inch (3.2 to 6 mm) or coarse sand as CAST -IN-PLACE CONCRETE 033000-6 Copyright 2010 AIA MasterSpec Full Length 02/10 4. Compressive Strength: Not less than 5000 psi (34.5 MPa) at 28 days when tested according to ASTM C 109/C 109M. 2.10 CONCRETE MIXTURES, GENERAL A. Prepare design mixtures for each type and strength of concrete, proportioned on the basis of laboratory trial mixture or field test data, or both, according to ACI 301. Use a qualified independent testing agency for preparing and reporting proposed mixture designs based on laboratory trial mixtures. B. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than portland cement in concrete as follows: Fly Ash: 15 percent. C. Limit water-soluble, chloride -ion content in hardened concrete to 0.15 percent by weight of cement. D. Admixtures: Use admixtures according to manufacturer's written instructions. 1. Use water -reducing or high -range water -reducing admixture in concrete, as required, for placement and workability. 2. Use water -reducing and retarding admixture when required by high temperatures, low humidity, or other adverse placement conditions. 3. Use water -reducing admixture in pumped concrete, concrete for heavy -use industrial slabs and parking structure slabs, concrete required to be watertight, and concrete with a water-cementitious materials ratio below 0.50. 2.11 CONCRETE MIXTURES FOR BUILDING ELEMENTS A. Foundation Walls: Proportion normal -weight concrete mixture as follows: 1. Minimum Compressive Strength: 4000 psi (27.6 MPa) at 28 days. 2. Maximum Water-Cementitious Materials Ratio: 0.45. 3. Slump Limit: 8 inches (200 mm) for concrete with verified slump of 2 to 4 inches (50 to 100 mm) before adding high -range water -reducing admixture or plasticizing admixture, plus or minus I inch (25 mm). 4. Air Content: 6 percent, plus or minus 1.5 percent at point of delivery for 1 -ii" (25 -mm) nominal maximum aggregate size. J B. Slabs -on -Grade: Proportion normal -weight concrete mixture as follows: -1 1. Minimum Compressive Strength: 4000 psi (27.6 MPa) at 28 days. 2. Minimum Cementitious Materials Content: 540 lb/cu. yd. (320 kg/cu. m). 3. Slump Limit: 4 inches (100 mm), plus or minus I inch (25 mm). 4. Air Content: Do not allow air content of trowel -finished floors to exceed 3 percent. CAST -IN-PLACE CONCRETE 033000-7 Copyright 2010 AIA MasterSpec Full Length 02/10 2.12 FABRICATING REINFORCEMENT A. Fabricate steel reinforcement according to CRSI's "Manual of Standard Practice." 2.13 CONCRETE MDQNG A. Ready -Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/C 94M, and furnish batch ticket information. When air temperature is between 85 and 90 deg F (30 and 32 deg C), reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 deg F (32 deg C), reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION kit �Ica] ;78Wfe) 7N A. Design, erect, shore, brace, and maintain formwork, according to ACI 301, to support vertical, lateral, static, and dynamic loads, and construction loads that might be applied, until structure can support such loads. B. Construct formwork so concrete members and structures are of size, shape, alignment, elevation, and position indicated, within tolerance limits of ACI 117. C. Limit concrete surface irregularities, designated by ACI 347 as abrupt or gradual, as follows: 1. Class A, 1/8 inch (3.2 mm) for smooth -formed finished surfaces. 2. Class B, 1/4 inch (6 mm) for rough -formed finished surfaces. D. Construct forms tight enough to prevent loss of concrete mortar. E. Fabricate forms for easy removal without hammering or prying against concrete surfaces. Provide crush or wrecking plates where stripping may damage cast concrete surfaces. Provide top forms for inclined surfaces steeper than 1.5 horizontal to I vertical. 1. Install keyways, reglets, recesses, and the like, for easy removal. 2. Do not use rust -stained steel form -facing material. cam: F. Bet edge forms, bulkheads, and intermediate screed strips for slabs to achieve required 0�levgliQus and slopes in finished concrete surfaces. Provide and secure units to support screed W s[ript*6 strike -off templates or compacting -type screeds. 1 in (->r- -- i. Providertemporary openings for cleanouts and inspection ports where interior area of formwork - L mt lsible. Close openings with panels tightly fitted to forms and securely braced to event doss of concrete mortar. Locate temporary openings in forms at inconspicuous ]cation. H. Chamfer exterior comers and edges of permanently exposed concrete. CAST -IN-PLACE CONCRETE 033000-8 Copyright 2010 AIA MasterSpec Full Length 02/10 I. Form openings, chases, offsets, sinkages, keyways, reglets, blocking, screeds, and bulkheads required in the Work. Determine sizes and locations from trades providing such items. J. Clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, and other debris just before placing concrete. K. Retighten forms and bracing before placing concrete, as required, to prevent mortar leaks and maintain proper alignment. L. Coat contact surfaces of forms with form -release agent, according to manufacturer's written instructions, before placing reinforcement. 3.2 REMOVING AND REUSING FORMS A. General: Formwork for sides of beams, walls, columns, and similar parts of the Work that does not support weight of concrete may be removed after cumulatively curing at not less than 50 deg F (10 deg C) for 24 hours after placing concrete. Concrete has to be hard enough to not be damaged by form -removal operations and curing and protection operations need to be maintained. 1. Remove forms only if shores have been arranged to permit removal of forms without loosening or disturbing shores. B. Clean and repair surfaces of forms to be reused in the Work. Split, frayed, delaminated, or otherwise damaged form -facing material will not be acceptable for exposed surfaces. Apply new form -release agent. C. When forms are reused, clean surfaces, remove fins and laitance, and tighten to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces unless approved by Architect. r�r I 3.3 SHORES AND RESHORES r A. Comply with ACI 318 (ACI 318M) and ACI 301 for design, installation, and removal of shoring and reshoring. 1. Do not remove shoring or reshoring until measurement of slab tolerances is complete. B. In multistory construction, extend shoring or reshoring over a sufficient number of stories to distribute loads in such a manner that no floor or member will be excessively loaded or will induce tensile stress in concrete members without sufficient steel reinforcement. C. Plan sequence of removal of shores and reshore to avoid damage to concrete. Locate and provide adequate reshoring to support construction without excessive stress or deflection. 3.4 VAPOR RETARDERS A. Sheet Vapor Retarders: Place, protect, and repair sheet vapor retarder according to ASTM E 1643 and manufacturer's written instructions. CAST -IN-PLACE CONCRETE 033000-9 Copyright 2010 AIA MasterSpec Full Length 02/10 3.5 Lap joints 6 inches (150 mm) and seal with manufacturer's recommended tape. STEEL REINFORCEMENT A. General: Comply with CRSI's "Manual of Standard Practice" for placing reinforcement. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. B. Clean reinforcement of loose rust and mill scale, earth, ice, and other foreign materials that would reduce bond to concrete. C. Accurately position, support, and secure reinforcement against displacement. Locate and support reinforcement with bar supports to maintain minimum concrete cover. Do not tack weld crossing reinforcing bars. Weld reinforcing bars according to AWS DI A/D 1 AM, where indicated. D. Set wire ties with ends directed into concrete, not toward exposed concrete surfaces. E. Install welded wire reinforcement in longest practicable lengths on bar supports spaced to minimize sagging. Lap edges and ends of adjoining sheets at least one mesh spacing. Offset laps of adjoining sheet widths to prevent continuous laps in either direction. Lace overlaps with wire. 3.6 JOINTS A. General: Construct joints true to line with faces perpendicular to surface plane of concrete. B. Construction Joints: Install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 1. Place joints perpendicular to main reinforcement. Continue reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of strip placements of floors and slabs. 2tN1 Form keyed joints as indicated. Embed keys at least 1-1/2 inches (38 mm) into concrete. 3:-- - Locate joints for beams, slabs, joists, and girders in the middle third of spans. Offset c jei in girders a minimum distance of twice the beam width from a beam -girder :.rigi section. u i 4"a horizontal joints in walls and columns at underside of floors, slabs, beams, and J Ln �r..- and at the top of footings or floor slabs. 5.v 9Q!tvertical joints in walls. Locate joints beside piers integral with walls, near corners, LL p and U concealed locations where possible. 6. Use-& bonding agent at locations where fresh concrete is placed against hardened or ee. partially hardened concrete surfaces. 7. Use epoxy -bonding adhesive at locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. CAST -IN-PLACE CONCRETE 033000-10 Copyright 2010 AIA MasterSpec Full Length 02/10 8. Extend joint -filler strips full width and depth of joint, terminating flush with finished concrete surface unless otherwise indicated. 9. Terminate full -width joint -filler strips not less than 1/2 inch (13 mm) or more than I inch (25 mm) below finished concrete surface where joint sealants, specified in Section 079200 'Joint Sealants," are indicated. 10. Install joint -filler strips in lengths as long as practicable. Where more than one length is required, lace or clip sections together. C. Doweled Joints: Install dowel bars and support assemblies at joints where indicated. Lubricate or asphalt coat one-half of dowel length to prevent concrete bonding to one side of joint. 3.7 CONCRETE PLACEMENT A. Before placing concrete, verify that installation of formwork, reinforcement, and embedded items is complete and that required inspections have been performed. B. Do not add water to concrete during delivery, at Project site, or during placement unless approved by Architect. C. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI 301. 1. Do not add water to concrete after adding high -range water -reducing admixtures to mixture. D. Deposit concrete continuously in one layer or in horizontal layers of such thickness that no new concrete will be placed on concrete that has hardened enough to cause seams or planes of weakness. If a section cannot be placed continuously, provide construction joints as indicated. Deposit concrete to avoid segregation. 1. Deposit concrete in horizontal layers of depth to not exceed formwork design pressures and in a manner to avoid inclined construction joints. 2. Consolidate placed concrete with mechanical vibrating equipment according to ACI 301. 3. Do not use vibrators to transport concrete inside forms. Insert and withdraw vibrators vertically at uniformly spaced locations to rapidly penetrate placed layer and at least 6 inches (150 mm) into preceding layer. Do not insert vibrators into lower layers of concrete that have begun to lose plasticity. At each insertion, limit duration of vibration to time necessary to consolidate concrete and complete embedment of reinforcement and other embedded items without causing mixture constituents to segregate. E. Deposit and consolidate concrete for floors and slabs in a continuous operation within limits of construction joints, until placement of a panel or section is complete. 1. Consolidate concrete during placement operations so concrete is thoroughly worked around reinforcement and other embedded items and into comers. 2. Maintain reinforcement in position on chairs during concrete placement. 3. Screed slab surfaces with a straightedge and strike off to correct elevations. 4. Slope surfaces uniformly to drains where required. CAST -IN-PLACE CONCRETE 033000-11 Copyright 2010 AIA MasterSpec Full Length 02/10 5. Begin initial floating using bull floats or derbies to form a uniform and open -textured surface plane, before excess bleedwater appears on the surface. Do not further disturb slab surfaces before starting finishing operations. F. Cold -Weather Placement: Comply with ACI 306.1 and as follows. Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing actions, or low temperatures. 1. When average high and low temperature is expected to fall below 40 deg F (4.4 deg C) for three successive days, maintain delivered concrete mixture temperature within the temperature range required by ACI 301. 2. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 3. Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in mixture designs. G. Hot -Weather Placement: Comply with ACI 301 and as follows: 1. Maintain concrete temperature below 90 deg F (32 deg C) at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated to total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2. Fog -spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade uniformly moist without standing water, soft spots, or dry areas. 3.8 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Rubbed Finish: Apply the following to smooth -formed finished as -cast concrete where indicated: 1. Smooth -Rubbed Finish: Not later than one day after form removal, moisten concrete surfaces and rub with carborundum brick or another abrasive until producing a uniform ��. color rand texture. Do not apply cement grout other than that created by the rubbing o ps s. 2.::: Caoht=Cleaned Finish: Wet concrete surfaces and apply grout of a consistency of thick p6lAb coat surfaces and fill small holes. Mix one part portland cement to one and one- hirdce fine sand with a 1:1 mixture of bonding admixture and water. Add white —�� pment in amounts determined by trial patches so color of dry grout will match waurfaces. Scrub grout into voids and remove excess grout. When grout whitens, w rub seface with clean burlap and keep surface damp by fog spray for at least 36 hours. 3. o Cork -Floated Finish: Wet concrete surfaces and apply a stiff grout. Mix one part portland cement and one part fine sand with a 1:1 mixture of bonding agent and water. Add white Portland cement in amounts determined by trial patches so color of dry grout CAST -IN-PLACE CONCRETE 033000-12 Copyright 2010 AIA MasterSpec Full Length 02/10 will match adjacent surfaces. Compress grout into voids by grinding surface. In a swirling motion, finish surface with a cork float. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces unless otherwise indicated. 3.9 FINISHING FLOORS AND SLABS A. General: Comply with ACI302.1R recommendations for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. B. Broom Finish: Apply a broom finish to exterior concrete platforms, steps, ramps, and elsewhere as indicated. 1. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber -bristle broom perpendicular to main traffic route. Coordinate required final finish with Architect before application. 3.10 MISCELLANEOUS CONCRETE ITEMS A. Filling In: Fill in holes and openings left in concrete structures after work of other trades is in place unless otherwise indicated. Mix, place, and cure concrete, as specified, to blend with in- place construction. Provide other miscellaneous concrete filling indicated or required to complete the Work. 3.11 CONCRETE PROTECTING AND CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI306.1 for cold -weather protection and ACI301 for hot - weather protection during curing. B. Evaporation Retarder: Apply evaporation retarder to unformed concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq, ft. x h (1 kg/sq. in x h) before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. C. Formed Surfaces: Cure formed concrete surfaces, including underside of beams, supported slabs, and other similar surfaces. If forms remain during curing period, .moist cure after, loosening forms. If removing forms before end of curing period, continue curing for the .' remainder of the curing period. I D. Unformed Surfaces: Begin curing immediately after finishing concrete....Cure-.'linfor' surfaces, including floors and slabs, concrete floor toppings, and other surfaces. +� E. Cure concrete according to ACI 308. 1, by one or a combination of the following methods: CAST -IN-PLACE CONCRETE 033000-13 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: a. Water. b. Continuous water -fog spray. C. Absorptive cover, water saturated, and kept continuously wet. Cover concrete surfaces and edges with 12 -inch (300 -mm) lap over adjacent absorptive covers. 2. Moisture -Retaining -Cover Curing: Cover concrete surfaces with moisture -retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches (300 mm), and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. a. Moisture cure or use moisture -retaining covers to cure concrete surfaces to receive floor coverings. b. Cure concrete surfaces to receive floor coverings with either a moisture -retaining cover or a curing compound that the manufacturer certifies will not interfere with bonding of floor covering used on Project. 3. Curing Compound: Apply uniformly in continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Maintain continuity of coating and repair damage during curing period. a. Removal: After curing period has elapsed, remove curing compound without damaging concrete surfaces by method recommended by curing compound manufacturer. 4. Curing and Sealing Compound: Apply uniformly to floors and slabs indicated in a continuous operation by power spray or roller according to manufacturer's written instructions. Recoat areas subjected to heavy rainfall within three hours after initial application. Repeat process 24 hours later and apply a second coat. Maintain continuity of coating and repair damage during curing period. 3.12 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least one month. Do not fill joints until c� construction traffic has permanently ceased. — C �. �m� in debris, saw cuttings, curing compounds, and sealers from joints; leave contact LU ficesuaf.-- clean and dry. U F -- ._O tjstallysairigid joint filler full depth in saw -cut joints and at least 2 inches (50 mm) deep in — m fivm aihts. Overfill joint and trim joint filler flush with top of joint after hardening. W '` .o 0 0 N CAST -IN-PLACE CONCRETE 033000-14 Copyright 2010 AIA MasterSpec Full Length 02/10 ' 3.13 CONCRETE SURFACE REPAIRS A. Defective Concrete: Repair and patch defective areas when approved by Architect. Remove and replace concrete that cannot be repaired and patched to Architect's approval. B. Patching Mortar: Mix dry -pack patching mortar, consisting of one part portland cement to two and one-half parts fine aggregate passing a No. 16 (1.18 -mm) sieve, using only enough water for handling and placing. ' C. Repairing Formed Surfaces: Surface defects include color and texture irregularities, cracks, spalls, air bubbles, honeycombs, rock pockets, fns and other projections on the surface, and ' stains and other discolorations that cannot be removed by cleaning. 1. Immediately after form removal, cut out honeycombs, rock pockets, and voids more than 1/2 inch (13 nim) in any dimension to solid concrete. Limit cut depth to 3/4 inch (19 I mm). Make edges of cuts perpendicular to concrete surface. Clean, dampen with water, and brush -coat holes and voids with bonding agent. Fill and compact with patching mortar before bonding agent has dried. Fill form -tie voids with patching mortar or cone I plugs secured in place with bonding agent. 2. Repair defects on surfaces exposed to view by blending white portland cement and standard portland cement so that, when dry, patching mortar will match surrounding color. Patch a test area at inconspicuous locations to verify mixture and color match before proceeding with patching. Compact mortar in place and strike off slightly higher than surrounding surface. 3. Repair defects on concealed formed surfaces that affect concrete's durability and structural performance as determined by Architect. D. Perform structural repairs of concrete, subject to Architect's approval, using epoxy adhesive and patching mortar. E. Repair materials and installation not specified above may be used, subject to Architect's approval. 3.14 FIELD QUALITY CONTROL A. Testing and Inspecting: Owner will engage a qualified testing and inspecting agency to perform field tests and inspections and prepare test reports. B. Inspections:.`; i yr 1. Steel reinforcement placement. 2. Steel reinforcement welding. -i 3. Verification of use of required design mixture. 4. Concrete placement, including conveying and depositing. 5. Curing procedures and maintenance of curing temperature. ? 6. Verification of concrete strength before removal of shores and forms from beams and slabs. C. Concrete Tests: Testing of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: CAST -IN-PLACE CONCRETE 033000-15 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Testing Frequency: Obtain one composite sample for each day's pour of each concrete mixture exceeding 5 cu. yd. (4 cu. m), but less than 25 cu. yd. (19 cu. m), plus one set for each additional 50 cu. yd. (38 cu. m) or fraction thereof. 2. Testing Frequency: Obtain at least one composite sample for each 100 cu. yd. (76 cu. m) or fraction thereof of each concrete mixture placed each day. a. When frequency of testing will provide fewer than five compressive -strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 3. Slump: ASTM C 143/C 143M; one test at point of placement for each composite sample, but not less than one test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 4. Air Content: ASTM C 231, pressure method, for normal -weight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 5. Concrete Temperature: ASTM C 1064/C 1064M; one test hourly when air temperature is 40 deg F (4.4 deg C) and below and when 80 deg F (27 deg C) and above, and one test for each composite sample. 6. Unit Weight: ASTM C 567, fresh unit weight of structural lightweight concrete; one test for each composite sample, but not less than one test for each day's pour of each concrete mixture. 7. Compression Test Specimens: ASTM C 31/C 31M. a. Cast and laboratory cure two sets of two standard cylinder specimens for each composite sample. 8. Compressive -Strength Tests: ASTM C 39/C 39M; test one set of two laboratory -cured specimens at 7 days and one set of two specimens at 28 days. a. Test one set of two field -cured specimens at 7 days and one set of two specimens at 28 days. b. A compressive -strength test shall be the average compressive strength from a set of two specimens obtained from same composite sample and tested at age indicated. 9. When strength of field -cured cylinders is less than 85 percent of companion laboratory - cured cylinders, Contractor shall evaluate operations and provide corrective procedures for protecting and curing in-place concrete. 10. Strength of each concrete mixture will be satisfactory if every average of any three consecutive compressive -strength tests equals or exceeds specified compressive strength and no compressive -strength test value falls below specified compressive strength by more than 500 psi (3.4 MPa). li- Test,results shall be reported in writing to Architect, concrete manufacturer, and Coaftactor within 48 hours of testing. Reports of compressive -strength tests shall contain C) �(o*t identification name and number, date of concrete placement, name of concrete U c tb'�iyg and inspecting agency, location of concrete batch in Work, design compressive u') s&loh at 28 days, concrete mixture proportions and materials, compressive breaking s#eAo, and type of break for both 7- and 28 -day tests. 12u j N�jOstructive Testing: Impact hammer, sonoscope, or other nondestructive device may U -- be pfctnitted by Architect but will not be used as sole basis for approval or rejection of Z;;; concrete. N CAST -IN-PLACE CONCRETE 033000- 16 Copyright 2010 AIA MasterSpec Full Length 02/10 13. Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. Testing and inspecting agency may conduct tests to determine adequacy of concrete by cored cylinders complying with ASTM C 42/C 42M or by other methods as directed by Architect. 14. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 15. Correct deficiencies in the Work that test reports and inspections indicate do not comply with the Contract Documents. D. Measure floor and slab flatness and levelness according to ASTM E 1155 (ASTM E 1155M) within 48 hours of finishing. END OF SECTION 033000 CAST -IN-PLACE CONCRETE 033000-17 �r 7 033000-17 Copyright 2010 AIA MasterSpec Full Length SECTION 040140 - MAINTENANCE OF STONE ASSEMBLIES PART1-GENERAL 1.1 RELATED DOCUMENTS 05/10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes maintenance of stone assemblies consisting of stone restoration and cleaning as follows: 1. Repairing stone masonry, including replacing whole units. 2. Repointing joints. 3. Preliminary cleaning, including removing plant growth. 4. Cleaning exposed stone surfaces. B. Related Sections: 1. Section 013591 "Historic Treatment Procedures." 1.3 UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work covered by estimated quantities. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.4 DEFINITIONS A. Very Low -Pressure Spray: Under 100 psi (690 kPa). B. Low -Pressure Spray: 100 to 400 psi (690 to 2750 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). C. Medium -Pressure Spray: 400 to 800 psi (2750 to 5510 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). D. High -Pressure Spray: 800 to 1200 psi (5510 to 8250 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). E. Stone Terminology: ASTM C 119. F. Face Bedding: Setting of stone with the natural bedding planes (strata) vertical and parallel to the wall plane rather than horizontal or "naturally bedded," which holds bedding planes together by gravity. MAINTENANCE OF STONE ASSEMBLIES 040140-1 Copyright 2010 AIA MasterSpec Full Length 05/10 1.5 1.6 1.7 ACTION SUBMITTALS A. Samples for Verification: For the following: 1. Each type of replacement stone. Include Samples as necessary to show full range of color, texture, grain, veining, and finish to be expected as necessary to indicate full range and the proportion of variations within range. INFORMATIONAL SUBMITTALS A. Qualification Data: For restoration specialists. B. Restoration Program. C. Cleaning Program. QUALITY ASSURANCE A. Restoration Specialist Qualifications: Engage an experienced stone restoration and cleaning firm to perform work of this Section. Firm shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful in-service performance. Experience installing standard unit masonry or new stone masonry is not sufficient experience for stone restoration work. 1. At Contractor's option, work may be divided between two specialist funis: one for cleaning work and one for repair work. 2. Field Supervision: Restoration specialist firms shall maintain experienced full-time supervisors on Project site during times that stone restoration and cleaning work is in progress. Supervisors shall not be changed during Project except for causes beyond control of restoration specialist firm. 3. Restoration Worker Qualifications: Persons who are experienced in restoration work of types they will be performing and have documented experience in meeting the intent and quality of work as specified in The Secretary of the Interior's Standards for Masonry Restoration. Specifically Preservation Briefs 1, 2 and 6. B. Chemical -Cleaner Manufacturer Qualifications: A firm regularly engaged in producing masonry cleaners that have been used for similar applications with successful results, and with factory -trained representatives who are available for consultation and Project -site inspection and assistance at no additional cost. C. Source Limitations: Obtain each type of material for stone restoration (stone, cement, sand and l Ne, St4) from one source with each resource able to provide materials of consistent quality in C1q Tkpeatat" and physical properties to match existing conditions. UJJ'- 1 I31"torStl4ri Program: Prepare a written, detailed description of materials, methods, equipment, anvH ser a of operations to be used for each phase of restoration work including protection of sy®uTg5nmaterials and Project site. .a CD l.o Include methods for keeping pointing mortar damp during curing period. MAINTENANCE OF STONE ASSEMBLIES 040140-2 Copyright 2010 AIA MasterSpec Full Length 05110 2. If materials and methods other than those indicated are proposed for any phase of restoration work, add to the Quality -Control Program a written description of such materials and methods, including evidence of successful use on comparable projects, and demonstrations to show their effectiveness for this Project and worker's ability to use such materials and methods properly. E. Cleaning Program: Prepare a written cleaning program that describes cleaning process in detail, including materials, methods, and equipment to be used, protection of surrounding materials, and control of runoff during operations. If materials and methods other than those indicated are proposed for any phase of restoration work, add to the Quality -Control Program a written description of such materials and methods, including evidence of successful use on comparable projects, and demonstrations to show their effectiveness for this Project and worker's ability to use such materials and methods properly. F. Cleaning and Repair Appearance Standard: Cleaned and repaired surfaces are to have a uniform appearance as viewed from 50 feet (15 m) away by Architect. Perform additional general cleaning and spot cleaning of small areas that are noticeably different, so that surface blends smoothly into surrounding areas. G. Mockups: Prepare mockups of restoration and cleaning to demonstrate aesthetic effects and set quality standards for materials and execution and for fabrication and installation. Stone Repair: Prepare sample areas for each type of stone indicated to have repajr work performed. If not otherwise indicated, size each mockup not smaller than 2 adjacent whole units or approximately 48 inches (1200 mm) in least dimension. Erect, ample areas in existing walls unless otherwise indicated, to demonstrate quality of.,} aterials, workmanship, and blending with existing work. Include the following as a minimum: a. Replacement: two stone units replaced. b. Crack Injection: Apply crack injection 36 inches (900 mm) long. in 2 separate areas, each approximately 2. Repointing: Rake out joints in 2 separate areas, each approximately 12 inches (300 mm) high by 48 inches (1200 mm) wide for each type of repointing required and repoint one of the areas. 3. Cleaning: Clean an area approximately 10 sq. ft. (1.0 sq. m) for each type of stone and surface condition. a. Test cleaners and methods on samples of adjacent materials for possible adverse reactions. Do not use cleaners and methods known to have deleterious effect. b. Allow a waiting period of not less than seven days after completion of sample cleaning to permit a study of sample panels for negative reactions. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 5. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. MAINTENANCE OF STONE ASSEMBLIES 040140-3 Copyright 2010 AIA MasterSpec Full Length 05/10 H. Preinstallation Conference: Conduct conference at Project site. Review methods and procedures related to stone restoration and cleaning including, but not limited to, the following: a. Construction Schedule: Verify availability of materials, Restoration Specialist's personnel, equipment, and facilities needed to make progress and avoid delays. b. Materials, material application, sequencing, tolerances, and required clearances. 1.8 DELIVERY, STORAGE, AND HANDLING A. Deliver stone to Project site in suitable packs or on pallets or heavy-duty crates which will keep stone protected off of ground and protection from weather until installed. B. Deliver other materials to Project site in manufacturer's original and unopened containers or stored inside protective and secure container or site trailer. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. D. Store hydrated lime in manufacturer's original and unopened containers. Discard lime if containers have been damaged or have been opened for more than two days. E. Store lime putty covered with water in sealed containers. Store sand where grading and other required characteristics can be maintained and contamination avoided. 1.9 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit stone restoration and cleaning work to be performed according to manufacturers' written instructions and specified requirements. B. Repair stone units and repoint mortar joints only when air temperature is between 40 and 90 deg F (4 and 32 deg C) and is predicted to remain so for at least 7 days after completion of the Work unless otherwise indicated. C.-Iiot-Wsdher Requirements: Protect stone repair and mortar joint pointing when temperature iamd *9uiidity conditions produce excessive evaporation of water from mortar and patching C? ziate�ts Provide artificial shade and wind breaks and use cooled materials as required to UJ mmiiYEevaporation. Do not apply mortar to substrates with temperatures of 90 deg F (32 1Qg C7 -WO above unless otherwise indicated. 1D. Q*arYa6fie surfaces only when air temperature is 40 deg F (4 deg C) and above and is predicted NMmai so for at least 7 days after completion of cleaning. 0 N MAINTENANCE OF STONE ASSEMBLIES 040140-4 ' Copyright 2010 AIA MasterSpec Full Length 05/10 ' 1.10 COORDINATION IA. Coordinate stone restoration and cleaning with other work at Project site. Plan and execute the Work accordingly. 1.11 SEQUENCING AND SCHEDULING ' A. Order replacement materials at earliest possible date to avoid delaying completion of the Work. B. Perform stone restoration work in the following sequence: ' I. Remove plant growth. 2. Clean stone surfaces. 3. Rake out mortar from joints surrounding stone to be replaced and from joints adjacent to ' stone repairs along joints. 4. Repair stonework, including replacing existing stone with new stone. 5. Rake out mortar from joints to be repointed. ' 6. Point mortar joints. 7. After repairs and repointing have been completed and cured, perform a final cleaning to remove residues from this work. , ' PART2-PRODUCTS r CA 2.1 STONE MATERIALS A. Stone: Provide natural building stone of variety, color, texture, grain, veining, finish, size, and shape to match existing stone and with physical properties [within 10 percent of those determined from preconstruction testing of selected existing stone.] [as listed below:] ' 1. For existing stone that exhibits a range of colors, texture, grain, veining, finishes, sizes, or shapes, provide stone that proportionally matches that range rather than stone that ' matches an individual color, texture, grain, veining, finish, size, or shape within that range. 2. Subject to compliance with requirements, provide stone from local quarry, which best matches rubble stone used in original construction. ' B. Salvaged Stone: Obtain salvaged stone from demolition work. Clean off residual mortar. 1 2.2 MORTAR MATERIALS A. Portland Cement: ASTM C 150, Type I or Type II, gray, tinted where required for color matching of exposed mortar. 1. Provide cement containing not more than 0.60 percent total alkali when tested according ' to ASTM C 114. B. Hydrated Lime: ASTM C 207, Type S. MAINTENANCE OF STONE ASSEMBLIES 040140-5 Copyright 2010 AIA MasterSpec Full Length 05/10 C. Factory -Prepared Lime Putty: ASTM C 1489. D. Mortar Sand: ASTM C 144 unless otherwise indicated. 1. Color: Provide natural sand of color necessary to produce required mortar color. 2. For pointing mortar, provide sand with rounded edges. 3. Match size, texture, and gradation of existing mortar sand as closely as possible. Blend several sands if necessary to achieve suitable match. E. Mortar Pigments: Natural and synthetic iron oxides, compounded for mortar mixes. Use only pigments with a record of satisfactory performance in masonry mortars. Water: Potable. 2.3 MANUFACTURED REPAIR MATERIALS A. Cementitious Crack Filler: An ultrafine superplasticized grout that can be injected into cracks, is suitable for application to wet or dry cracks, exhibits low shrinkage, and develops high bond strength to all types of stone. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. Cathedral Stone Products, Inc.; Jahn Injection Grout. b. Conlroco Corporation; Terra Cotta Finish. C. Edison Coatings, Inc.; Pump -X 53 -Series. B. Stone -to -Stone Adhesive: 1 -part cementations stone adhesive, recommended by adhesive manufacturer for type of stone repair indicated, and matching stone color. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. One -Part Cementitious Stone Adhesive: 1) Cathedral Stone Products, Inc.; Jahn Restoration Adhesive. C. !4gne�tutl'solidation Treatment: Ready -to -use product designed for consolidation of stone that C1 f s &SrWirated due to weathering and exposure to pollutants. Treatment shall be composed of LLJ s%cic-gy9yl esters, a neutral catalyst, and solvents. M c..) ti -- L' ^ cts: Subject to compliance with requirements, provide one of the following LL_ d ble products that may be incorporated into the Work include, but are not a lim%d to, the following: 0 N a. Akemi North America; Stone Strengthener K. b. Cohalan Company, Inc.; Keim Silex OH. C. Diedrich Technologies Inc.; D50C. d. PROSOCO; Conservare OHI 00 Stone Strengthener[ with HCT pretreatment]. MAINTENANCE OF STONE ASSEMBLIES 040140-6 Copyright 2010 AIA MasterSpec Full Length 05/10 2.4 CLEANING MATERIALS A. Water: Potable. B. Job -Mixed Detergent Solution: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 1/2 cup (125 mL) of laundry detergent, and 20 quarts (20 L) of hot water for every 5 gal. (20 L) of solution required. C. Job -Mixed Mold, Mildew, and Algae Remover: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 5 quarts (5 L) of 5 percent sodium hypochlorite (bleach), and 15 quarts (15 L) of hot water for every 5 gal. (20 L) of solution required. ACCESSORY MATERIALS A. Sealant Materials: 1. Provide manufacturer's standard chemically curing, elastomeric sealant(s) of base polymer and characteristics indicated below that comply with applicable requirements in Section 079200 'Joint Sealants." a. Single -component, nonsag urethane sealant. 2. Colors: Provide colors of exposed sealants to match colors of stonework adjoining installed sealant unless otherwise indicated. 3. Ground -Mortar Aggregate: Custom crushed and ground pointing mortar sand or existing mortar retrieved from joints. Grind to a particle size that matches the adjacent mortar aggregate and color. Remove all fines passing the 100 sieve. B. Joint -Sealant Backing: 1. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Masking Tape: Nonstaining, nonabsorbent material, compatible with pointing mortar, joint primers, sealants, and surfaces adjacent to joints; that will easily come off entirely, including adhesive. D. Miscellaneous Products: Select materials and methods of use based on the following, subject to approval of a mockup: 1. Previous effectiveness in performing the work involved. 2. Little possibility of damaging exposed surfaces. 3. Consistency of each application. 4. Uniformity of the resulting overall appearance. 5. Do not use products or tools that could do the following: a. Remove, alter, or in any way harm the present condition or future preservation of existing surfaces, including surrounding surfaces not in contract. b. Leave a residue on surfaces. MAINTENANCE OF STONE ASSEMBLIES 040140-7 Copyright 2010 AIA MasterSpec Full Length 05/10 2.6 MORTAR MIXES A. Preparing Lime Putty: Slake quicklime and prepare lime putty according to appendix to ASTM C 5 and manufacturer's written instructions. B. Measurement and Mixing: Measure cementitious materials and sand in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. Mixing Pointing Mortar: Thoroughly mix cementitious materials and sand together before adding any water. Then mix again adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for 15 to 30 minutes. Add remaining water in small portions until mortar reaches desired consistency. Use mortar within one hour of final mixing; do not retemper or use partially hardened material. C. Colored Mortar: Produce mortar of color required by using specified ingredients. Do not alter specified proportions without Architect's approval. Mortar Pigments: Where mortar pigments are indicated, do not exceed a pigment -to - cement ratio of 1:10 by weight. D. Do not use admixtures in mortar unless otherwise indicated. E. Mortar Proportions: Mix mortar materials in the following proportions: 1. Pointing Mortar for Stone: 1 part gray portland cement, 6 parts lime, and 12 parts sand. a. Add mortar pigments to produce mortar colors required. PART 3 - EXECUTION 3.1 RESTORATION SPECIALISTS A. Restoration Specialist Firms: Subject to compliance with requirements, provide stone restoration and cleaning firms that have 5 years minimum or five projects of documented rperienc.p with salvaging stone, resetting stones and repointing mortar for rough rubble gone 2as&onry of the type existing in this project. W �. 3 VJ P�OTi�TON y -U A' Pttec bons, motor vehicles, surrounding surfaces of building being restored, building site, pts, _ urrounding buildings from harm resulting from stone restoration work. 0 Erect temporary protective covers over walkways and at points of pedestrian and vehicular entrance and exit that must remain in service during course of restoration and cleaning work. MAINTENANCE OF STONE ASSEMBLIES 040140-8 Copyright 2010 AIA MasterSpec Full Length 05/10 B. Comply with chemical -cleaner manufacturer's written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent chemical cleaning solutions from coming into contact with people, motor vehicles, landscaping, buildings, and other surfaces that could be harmed by such contact. 1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners used unless chemical cleaners being used will not damage adjacent surfaces. Use materials that contain only waterproof, UV -resistant adhesives. Apply masking agents to comply with manufacturer's written instructions. Do not apply liquid masking agent to painted or porous surfaces. When no longer needed, promptly remove masking to prevent adhesive staining. 2. Keep wall wet below area being cleaned to prevent streaking from runoff. 3. Do not clean stone during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 4. Neutralize and collect alkaline and acid wastes for disposal off Owner's property. 5. Dispose of runoff from cleaning operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. C. Prevent mortar from staining face of surrounding stone and other surfaces. I. Cover sills, ledges, and projections to protect from mortar droppings. 2. Keep wall area wet below rebuilding and pointing work to discourage mortar from adhering. 3. Immediately remove mortar in contact with exposed stone and other surfaces. 4. Clean mortar splatters from scaffolding at end of each day. 3.3 STONE REMOVAL AND REPLACEMENT A. As discovered following demolition work, remove stone that has deteriorated or is damaged beyond repair. Carefully demolish or remove entire units from joint to joint, without damaging surrounding stone, in a manner that permits replacement with full-size units. B. Support and protect remaining stonework that surrounds removal area. Maintain flashing, reinforcement, lintels, and adjoining construction in an undamaged condition. C. Notify Architect of unforeseen detrimental conditions including voids, cracks, bulges,, and loose units in existing stone or unit masonry backup, rotted wood, rusted metal, and other deteriorated items. D. Remove in an undamaged condition as many whole stone units as possible. 1. Remove mortar, loose particles, and soil from stone by cleaning with hand chisels, brushes, and water. 2. Remove sealants by cutting close to stone with utility knife and cleaning with solvents. 3. Store stone for reuse. Store off ground, on skids, and protected from weather. 4. Deliver cleaned stone not required for reuse to Owner unless otherwise indicated. E. Clean stone surrounding removal areas by removing mortar, dust, and loose particles in preparation for replacement. MAINTENANCE OF STONE ASSEMBLIES 040140-9 Copyright 2010 AIA MasterSpec Full Length 05/10 F. Replace removed damaged stone with other removed stone and salvaged stone in good quality, where possible, or with new stone matching existing stone, including size. Do not use broken units unless they can be cut to usable size. G. Do not allow face bedding of stone. Before setting, inspect to verify that each stone has been cut so that, when it is set in final position, natural bedding planes are essentially horizontal. Reject and replace stone with vertical bedding planes except as required for matching adjacent units. H. Install replacement stone into bonding and coursing pattern of existing stone. If cutting is required, use a motor -driven saw designed to cut stone with clean, sharp, unchipped edges. Finish edges to blend with appearance of edges of existing stone. Maintain joint width for replacement stone to match existing joints. Set replacement stone with completely filled bed, head, and collar joints. Butter vertical joints for full width before setting and set units in full bed of mortar unless otherwise indicated. Replace existing anchors with new anchors of size and type indicated. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing stonework. 2. When mortar is sufficiently hard to support units, remove shims and other devices interfering with pointing of joints. 3.4 CRACK INJECTION A. General: Comply with cementitious crack -filler manufacturer's written instructions. B. Drill 1/4 -inch- (6 -mm-) diameter injection holes as follows: 1. Transverse Cracks Less Than 3/8 inch (9 mm) Wide: Drill holes through center of crack at 12 to 18 inches (300 to 500 mm) o.c. 2. Transverse Cracks More Than 3/8 inch (9 mm) Wide: Drill holes through center of crack at 18 to 36 inches (500 to 900 mm) o.c. 3. Delaminations: Drill holes at approximately 18 inches (500 mm) o.c. both vertically and horizontally. 4. Drill holes 2 inches (50 mm) deep. Where possible drill holes in mortar joints. C. Clean out drill holes and cracks with compressed air and water. Remove dirt and organic matter, loose material, sealants, and failed crack repair materials. �H IWce j6SAc injection ports in drilled holes and seal face of cracks between injection ports with CFW 0t13or nonstaining, removable plugging material. Leave openings at upper ends of cracks UJ fair Mase. .J >-Z5 'E" Irte�t titious crack filler through ports sequentially, beginning at one end of area and LL—wtcin @9pposite end; where possible, begin at lower end of injection area and work upward. Ing51 filler until it extrudes from adjacent ports. After port has been injected, plug with clay or otffd suitable material and begin injecting filler at adjacent port, repeating process until all ports have been injected. MAINTENANCE OF STONE ASSEMBLIES 040140-10 Copyright 2010 AIA MasterSpec Full Length 05110 3.5 F. Clean cementitious crack filler from face of stone before it sets by scrubbing with water. G. After cementitious crack filler has set, remove injection ports, plugging material, and excess filler. Patch injection holes and surface of cracks as specified in "Stone Patching" Article. CLEANING STONE, GENERAL A. Proceed with cleaning in an orderly manner; work from top to bottom and from one end of each elevation to the other. Ensure that dirty residues and rinse water will not wash over cleaned, dry surfaces. B. Use only those cleaning methods indicated for each stone material and location. 1. Do not use wire brushes or brushes that are not resistant to chemical cleaner being used. Do not use plastic -bristle brushes if natural -fiber brushes will resist chemical cleaner being used. 2. Use spray equipment that provides controlled application at volume and pressure indicated, measured at spray tip. Adjust pressure and volume to ensure that cleaning methods do not damage stone. a. Equip units with pressure gages. 3. For water -spray application, use fan -shaped spray tip that disperses water at an angle of 25 to 50 degrees. 4. For high-pressure water -spray application, use fan -shaped spray tip that disperses water at an angle of at least 40 degrees. C. Perform each cleaning method indicated in a manner that results in uniform coverage of all surfaces, including corners, moldings, and interstices, and that produces an even effect without streaking or damaging stone surfaces. D. Water Application Methods: Water -Spray Applications: Unless otherwise indicated, hold spray nozzle at least 6 inches (150 mm) from surface of stone and apply water in horizontal back and forth sweeping motion, overlapping previous strokes to produce uniform coverage. 3.6 PRELIMINARY CLEANING A. Removing Plant Growth: Completely remove visible plant, moss, and shrub growth from stone surfaces. Carefully remove plants, creepers, and vegetation by cutting at roots and allowing to dry as long as possible before removal. Remove loose soil of debris from open joints to whatever depth they occur. 3.7 CLEANING STONEWORK A. Cold -Water Wash: Use cold water applied by medium -pressure spray. B. Detergent Cleaning: MAINTENANCE OF STONE ASSEMBLIES 040140-11 Copyright 2010 AIA MasterSpec Full Length 05/10 1. Wet stone with cold water applied by low-pressure spray. 2. Scrub stone with detergent solution using medium -soft brushes until soil is thoroughly dislodged and can be removed by rinsing. Use small brushes to remove soil from mortar joints and crevices. Dip brush in solution often to ensure that adequate fresh detergent is used and that stone surface remains wet. 3. Rinse with cold water applied by medium -pressure spray to remove detergent solution and soil. C. Mold, Mildew, and Algae Removal: 1. Wet stone with cold water applied by low-pressure spray. 2. Apply mold, mildew, and algae remover by brush or low-pressure spray. 3. Scrub stone with medium -soft brushes until mold, mildew, and algae are thoroughly dislodged and can be removed by rinsing. Use small brushes for mortar joints and crevices. Dip brush in mold, mildew, and algae remover often to ensure that adequate fresh cleaner is used and that stone surface remains wet. 3.8 REPOINTING STONEWORK A. Rake out and repoint joints to the following extent: 1. Joints where mortar is missing or where they contain holes. 2. Cracked joints where cracks can be penetrated at least 1/4 inch (6 mm) by a knife blade 0.027 inch (0.7 mm) thick. 3. Joints where they sound hollow when tapped by metal object. 4. Joints where they are worn back 1/4 inch (6 mm) or more from surface. 5. Joints where they are deteriorated to point that mortar can be easily removed by hand, without tools. 6. Joints where they have been filled with substances other than mortar. B. Do not rake out and repoint joints where not required. C. Rake out joints as follows, according to procedures demonstrated in approved mockup: 1. Remove mortar from joints to depth of joint width plus 1/8 inch (3 mm), but not less than 1/2 inch (13 mm) or not less than that required to expose sound, unweathered mortar. 2. Remove mortar from stone surfaces within raked -out joints to provide reveals with square backs and to expose stone for contact with pointing mortar. Brush, vacuum, or flush -" joint§ to remove dirt and loose debris. 3.P N nqt spall edges of stone units or widen joints. Replace or patch damaged stone units W A&Mcted by Architect. r V ay,UCut out mortar by hand with chisel and resilient mallet. Do not use power- c-) <operated grinders without Architect's written approval based on approved quality - CE acontrol program. .2 _ D. Nosy Architect of unforeseen detrimental conditions including voids in mortar joints, cracks, loose stone, rotted wood, rusted metal, and other deteriorated items. E. Pointing with Mortar: MAINTENANCE OF STONE ASSEMBLIES 040140-12 Copyright 2010 AIA MasterSpec Full Length 05/10 3.9 A. B. C. D. 3.10 1. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at time of pointing, joint surfaces are damp but free of standing water. If rinse water dries, dampen joint surfaces before pointing. 2. Apply pointing mortar fust to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch (9 mm) until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. 3. After low areas have been filled to same depth as remaining joints, point all joints by placing mortar in layers not greater than 3/8 inch (9 mm). Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing stone has wom or rounded edges, slightly recess finished mortar surface below face of stone to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto exposed stone surfaces or to featheredge the mortar. 4. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge of joint by brushing. 5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays. a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. b. Adjust curing methods to ensure that pointing mortar is damp throughout its depth without eroding surface mortar. , FINAL CLEANING After mortar has fully hardened, thoroughly clean exposed stone surfaces of excess mortar and foreign matter; use wood scrapers, stiff -nylon or -fiber brushes, and clean water, spray applied at low pressure. 1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. Wash adjacent woodwork and other nonstone surfaces. Use detergent and soft brushes or cloths. Clean mortar and debris from roof; remove debris from gutters and downspouts. Rinse off roof and flush gutters and downspouts. Sweep and rake adjacent pavement and grounds to remove mortar and debris. Where necessary, pressure wash pavement surfaces to remove mortar, dust, dirt, and stains. FIELD QUALITY CONTROL A. Inspectors: Owner will engage qualified independent inspectors to perform inspections and prepare test reports. Allow inspectors use of lift devices and scaffolding, as needed, to perform inspections. MAINTENANCE OF STONE ASSEMBLIES 040140-13 Copyright 2010 AIA MasterSpec Full Length 05/10 B. Architect's Project Representatives: Architect will assign Project representatives to help carry out Architect's responsibilities at the site, including observing progress and quality of portion of the Work completed. Allow Architect's Project representatives use of lift devices and scaffolding, as needed, to observe progress and quality of portion of the Work completed. C. Notify Architect in advance of times when lift devices and scaffolding will be relocated. Do not relocate lift devices and scaffolding until Architect has had reasonable opportunity to make observations of work areas at lift device or scaffold location. END OF SECTION 040140 MAINTENANCE OF STONE ASSEMBLIES 040140-14 LLI ¢ —3 v _.A --- c� r< w G v. .o C) O N MAINTENANCE OF STONE ASSEMBLIES 040140-14 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 061000 - ROUGH CARPENTRY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. iR 3I1851LVA %\:a•/ A. Section Includes: 1. Framing with rough sawn or reclaimed dimension lumber. 2. Installation of salvaged or reclaimed board lumber sheathing. 3. Installation of salvaged or reclaimed board lumber trim. B. Related Requirements: 1. Section 061323 "Log Structure Restoration." S,;_ c� 2. Section 313116 "Termite Control" for site application of borate treatmept it woods j framing. i r,J � 1.3 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) or greater but less than 5 inches nominal (114 mm actual) in least dimension. C. Reclaimed Lumber: Sawn boards reclaimed from historic structures which mimics surface sawn characteristics and dimensions of older lumber found within project or during specific time period as appropriate for project. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: Wood -preservative treatments. B. Reclaimed Lumber Sample: 1. Provide samples or examples of reclaimed lumber chosen to match existing lumber that will be reused. Consult with architect on availability of species, lumber grade and sizes that are available to match existing members being replaced. ROUGH CARPENTRY 061000-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1.5 QUALITY ASSURANCE A. Provide documentation that framing contractor has minimum 5 years or five recent projects experience in salvaging and reassembly of historic wood framed structures. Individuals shall be well versed in following Secretary of Interior's Standards for Historic Preservation of items being restored. 1.6 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with "sticking" between each board to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2 -PRODUCTS 2.1 2.2 A. 0 WOOD PRODUCTS, GENERAL Lumber: Provide lumber of equal or greater quality that can be determined from existing framing. 1. Select lumber of similar size and with similar saw marks or surface treatments. 2. Where nominal sizes are indicated, provide actual sizes of existing members. Maximum Moisture Content of Lumber: 19 percent. WOOD -PRESERVATIVE -TREATED LUMBER Preservative Treatment shall be for all existing and reclaimed lumber. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Preservative Treatment Manufacturers: Subject to compliance with requirements, manufacturers offering epoxy products which may be incorporated in the work, include but are not limited to the following: ROUGH CARPENTRY 061000-2 Q ��Q W Ld ¢ J� ROUGH CARPENTRY 061000-2 Copyright 2010 AIA MasterSpec Full Length 02/10 2.3 2.4 Owl 1. ARCO Chemical Company, Division of Atlantic Richfield 2. F. G. Goodrich Chemical Company 3. Cabot Corporation 4. Ciba-Geigy Corporation 5. Dow Chemical Company 6. Dow Corning Corporation 7. DuPont Company, Plastics Dept., Polymer Products Div. 8. Emerson and Cuming, Inc. 9. General Mills, Inc., Chemical Division 10. Jefferson Chemical Company 11. Monsanto Industrial Chemical 12. Shell Chemical Company, Polymers Division 13. Thiokol Corporation, Chemical Division 14. Union Carbide Corporation 15. Wilmington Chemical Corporation 16. CDI Dispersions = 17. Daniel Products Company C. Application: Treat all rough carpentry unless otherwise indicated. " ":, 111011 u1►RY(�7�iilll�llel7�i:7_\�II�[r A. Joists, Rafters, and Other Framing: Sawn lumber matching determined species as can be determined, matching texture, aged color and approximate dimensions found in lumber that has been removed and is in need of replacement. B. Exposed Framing: Provide material hand -selected for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot -holes, shake, splits, torn grain, and wane. MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. B. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. ROUGH CARPENTRY 061000-3 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Where rough carpentry is exposed to weather, in ground contact, pressure -preservative treated, or in area of high relative humidity, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. B. Power -Driven Fasteners: NES NER-272. C. Wood Screws: ASME B18.6.1. D. Lag Bolts: ASME B 18.2.1 (ASME B 18.2.3.8M). E. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. 1. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group I or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.6 MISCELLANEOUS MATERIALS A. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, rubberized -asphalt compound, bonded to a high-density polyethylene film, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch (0.6 mm). B. Water -Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2- propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate blocking and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Do not splice structural members between supports unless otherwise indicated. D. Sort and select lumber so that natural characteristics will not interfere with installation or with (§stening other materials to lumber. Do not use materials with defects that interfere with Tnctlon of member or pieces that are too small to use with minimum number of joints or i: L! ¢ i$timum joint arrangement. U') c-, pg,Yith AWPA M4 for applying field treatment to cut surfaces of preservative -treated { LLw o CD 0 N ROUGH CARPENTRY 061000-4 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. F. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two - Family Dwellings. ' G. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. H. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. I I 1. Comply with fastener patterns matching existing where applicable. 2. Use finishing nails at exposed trim unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3. Use common nails in general framing otherwise indicated. Drive nails snug but do not countersink nail heads. 3.2 FLOOR JOIST FRAMING INSTALLATION A. General: Install floor joists with crown edge up and support ends of each member with not less than 1-1l2 inches (38 mm) of bearing on wood or to match existing found conditions. Attach floor joists as follows: 1. Where supported on wood members, by toe nailing. 2. Where framed into wood supporting members, by using wood ledgers as indicated or, if not indicated. B. Frame openings with headers and trimmers where replacing existing conditions match framing as found. C. Provide solid blocking between joists log bearing point. Set blocking back from face exterior wall to limit exposure to exterior view. rn y : -r r 3.3 CEILING JOIST AND RAFTER FRAMING INSTALLATION c-'-< i ( " -i c > Cn A. Rafters: Notch to fit exterior wall plates and toe nail. Where rafters abL � rig , pl directly across from each other and nail to each other similar to original frami6jx o D o 1. Provide additional anchors or brace as determined by roof framing to maintain roof slope integrity. B. Provide special framing for eaves, overhangs, similar conditions if any. ROUGH CARPENTRY 061000-5 Copyright 2010 AIA MasterSpec Full Length 02/10 3.4 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. END OF SECTION 061000 ROUGH CARPENTRY 061000-6 I c we Zjy' LL U o F - t. >3 .o 0 o ROUGH CARPENTRY 061000-6 I Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 061323 — LOG STRUCTURE RESTORATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes restoration and repair of logs using hewn timbers and round wood poles. B. Related Sections: Section 061000 "Rough Carpentry" for dimension lumber items associated with log structure restoration. 1.3 DEFINITIONS A. Timbers: Lumber of 5 inches nominal (114 mm actual) or greater in least dimension. B. Poles: Round wood members, called either "poles" or "posts" in the referenced standards. C. Inspection agencies, and the abbreviations used to reference them, include the following: 1. NeLMA - Northeastern Lumber Manufacturers Association. o 2. NHLA - National Hardwood Lumber Association. j G 3. NLGA - National Lumber Grades Authority. nv n o -)� 4. SPM - Southern Pine Inspection Bureau. 5. WCLIB - West Coast Lumber Inspection Bureau. 6. WWPA - Western Wood Products Association. 1.4 ACTION SUBMITTALS i* o A. Product Data: For preservative -treated wood products. For preservative -treated wood products, include chemical treatment manufacturer's written instructions for handling, storing, installing, and finishing treated material. B. Samples: Not less than 12 inches (300 mm) wide by 24 inches (600 mm) long, showing the range of variation to be expected in appearance, including surface texture, of wood products. Apply a coat of penetrating sealer to Samples. HEAVY TIMBER CONSTRUCTION 061323-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1.5 INFORMATIONAL SUBMITTALS A. Material Certificates: For preservative -treated wood products. Indicate type of preservative used For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. B. Certificates of Inspection: Issued by lumber grading agency for exposed timber not marked with grade stamp. 1.6 QUALITY ASSURANCE A. Timber Standard: Comply with AITC 108, "Standard for Heavy Timber Construction." B. Provide documentation that restoration contractor has minimum 5 years or five recent projects experience in salvaging and reassembly of historic wood framed structures. Individuals shall be well versed in following Secretary of Interior's Standards for Historic Preservation of items being restored. C. Safety: All methods of construction shall conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. D. Codes and Standards: Comply with provisions of the following codes, specifications and standards except where more stringent are shown or specified herein. 1. American Association for State and Local History: Log Structures Preservation and Problem Solving. 2. State of Iowa Building Code as adopted, latest edition. 1.7 DELIVERY, STORAGE, AND HANDLING A. Schedule delivery of timbers to avoid extended on-site storage and to avoid delaying the Work. B. Store materials under cover and protected from weather and contact with damp or wet surfaces. C� I�vid.Ffbr air circulation within and around stacks and under temporary coverings. � 4 PART - kROB CTS >- �' w t- 24- � o EKD A. I�rovide timbers of equal or greater quality that can be determined from existing logs. 1. Select timber of similar size and with similar hewn marks or surface treatments. 2. Where nominal sizes are indicated, provide actual sizes of existing members. HEAVY TIMBER CONSTRUCTION 061323-2 Copyright 2010 AIA MasterSpec Full Length 02/10 B. "Softwood" Timber Species and Grade: Balsam fir, Douglas fir -larch, Douglas fir -larch (North), eastern hemlock tamarack (North), hem -fu, southern pine, western hemlock, or western hemlock (North); NeLMA, NLGA, SPIB, WCLIB, or W WPA. C. "Hardwood" Timber Species and Grade: "Mixed oak" Northern red oak, Red oak, or White oak; NeLMA. D. Moisture Content: Provide timber with 19 percent maximum moisture content at time of delivery to site. E. End Sealer: Supplier's, transparent, colorless wood sealer that is effective in retarding the transmission of moisture at cross -grain cuts and is compatible with indicated finish. F. Penetrating Sealer: Site applied, transparent, penetrating wood sealer 2.2 ROUND WOOD POLES A. Round Wood Poles: Clean -peeled wood poles complying with ASTM D 3200; with at least 80 percent of inner bark removed and with knots and limbs cut flush with the surface. B. Species: as indicated under "softwood" timbers. 2.3 PRESERVATIVE TREATMENT A. Site applied waterborne preservative. 1. Timber that is not in contact with the ground and is continuously protected from liquid water may be treated with inorganic boron (SBX) according to AWPA C31. 2. Treatment with CCA shall include post-treatment fixation process. B. Preservative Chemicals: Acceptable to authorities having jurisdiction. o O �+ C. Use process that includes water-repellent treatment. rn D. After treatment, redry timber to 19 percent maximum moisture content. —ira n A M 2.4 TIMBER CONNECTORS _ _` Cj C A. Provide bolts, 3/4 inch (19 mm) unless otherwise indicated, complying with A`ftM A 307, Grade A (ASTM F 568M, Property Class 4.6); provide nuts complying with ASTM A 563 (ASTM A 563M); and, where indicated, provide flat washers. 2.5 FABRICATION A. Camber: Fabricate horizontal members and inclined members with a slope of less than 1:1, with natural convex bow (crown) up, to provide camber. HEAVY TIMBER CONSTRUCTION 061323-3 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Shop fabricate members by cutting and restoring exposed surfaces to match specified surfacing. Finish exposed surfaces to remove planing or surfacing marks, and to provide a finish equivalent to that produced by machine sanding with No. 120 grit sandpaper. C. Predrill for fasteners and assembly of units D. Where preservative -treated members are indicated, fabricate (cut, drill, surface, and sand) before treatment to greatest extent possible. Where fabrication must be done after treatment, apply a field -treatment preservative to comply with AWPA M4. 1. Use inorganic boron (SBX) treatment for members not in contact with the ground and continuously protected from liquid water. 2. Use copper naphthenate treatment for members in contact with the ground or not continuously protected from liquid water. E. Coat crosscuts with end sealer. F. Seal Coat: After fabricating and surfacing each unit, apply a saturation coat of penetrating sealer on surfaces of each unit except for treated wood where the treatment included a water repellent. PART 3 -EXECUTION 3.1 INSTALLATION A. General: Install timbers to fit logs being replaced. Provide temporary bracing to maintain lines and levels until permanent supporting members are in place. B. Cutting: Avoid cutting after setting. C. Fit members by cutting and restoring exposed surfaces to match specified surfacing. Use templates to create saddle and `V' cuts or splice joints to make mating surfaces as tight fitting as possible with adjacent existing units. A. Repair damaged surfaces and finishes after completing erection. Replace damaged heavy timber construction if repairs are not approved by Architect. HEAVY TIMBER CONSTRUCTION 061323-4 1. Finish exposed surfaces to create surfacing marks, and to provide a finish equivalent to existing adjacent members. Coat crosscuts with end sealer. hi G r Use inorganic boron (SBX) treatment for members not in contact with the ground LjJ -x u? and continuously protected from liquid water. Z91-- U-� Use copper naphthenate treatment for members in contact with the ground or not Y U continuously protected from liquid water. ' O Z31 3.2 CDD 1PJUSTING N A. Repair damaged surfaces and finishes after completing erection. Replace damaged heavy timber construction if repairs are not approved by Architect. HEAVY TIMBER CONSTRUCTION 061323-4 Copyright 2010 AIA MasterSpec Full Length 02/10 END OF SECTION 061323 _ N O --1 Q n rV p HEAVY TIMBER CONSTRUCTION 061323-5 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 071900 - WATER REPELLENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes [penetrating] [film -forming] [MPI -approved] water-repellent treatments for the following vertical and horizontal surfaces: 1. Cast -in-place concrete. 2. Precast concrete. 3. Cast stone. 4. Concrete unit masonry. 5. Clay brick masonry. 6. Natural stone. 7. Portland cement plaster (stucco). B. Related Sections: 1. Section 030130 "Maintenance of Cast -in -Place Concrete" for penetrating polymer sealers for exterior traffic surfaces. 2. Section 040140 "Maintenance of Stone Assemblies" for combined stone consolidation and water-repellent treatment. o 3. Section 042000 "Unit Masonry" for integral water-repellent admixturUor umhmasonry assemblies. Wit? im M 3 —t n C-) -< cn 1.3 PERFORMANCE REQUIREMENTS <� s� rn A. General Performance: Water repellents shall meet performance requirementwIlii3iicai?a wit0ertl failure due to defective manufacture, fabrication, or installation. x- �D 1. Water Repellents: Comply with performance requirements specified, as determined by [preconstruction ]testing[ on manufacturer's standard] substrate assemblies representing those indicated for this Project. B. Water Absorption: Minimum [80] [90] <Insert number> percent reduction of water absorption after 24 hours in comparison of treated and untreated specimens. 1. Cast -in Place Concrete: ASTM C 642. 2. Precast Concrete: ASTM C 642. 3. Cast Stone: ASTM C 1195. 4. Concrete Masonry Units: ASTM C 140. WATER REPELLENTS 071900-1 Copyright 2010 AIA MasterSpec Full Length 02/10 S. Clay Brick: ASTM C 67. 6. Natural Stone: ASTM C 97. 7. Portland Cement Plaster (Stucco): ASTM D 6532. C. Water -Vapor Transmission: Comply with one or both of the following: 1. Maximum [10] <Insert number> percent reduction in rate of vapor transmission in comparison of treated and untreated specimens, according to ASTM E 96/E 96M. 2. Minimum [80] <Insert number> percent water -vapor transmission in comparison of treated and untreated specimens, according to ASTM D 1653. D. Water Penetration and Leakage through Masonry: Minimum [90] <Insert number> percent reduction in leakage rate in comparison of treated and untreated specimens, according to ASTM E 514. E. Durability: Maximum [5] <Insert number> percent loss of water-repellent properties after 2500 hours of weathering according to ASTM G 154 in comparison to water -repellent -treated specimens before weathering. F. Chloride -Ion Intrusion in Concrete: NCHRP Report 244, Series II tests. 1. Reduction of Water Absorption: [80] <Insert number> percent. 2. Reduction in Chloride Content: [80] <Insert number> percent. 1.4 PRECONSTRUCTION TESTING A. Preconstruction Testing: Installed water repellents shall comply with performance requirements indicated, as evidenced by reports [of tests performed on manufacturer's standard substrate assemblies] [based on Project -specific preconstruction testing of existing substrate assemblies] by a qualified testing agency. 1. Select sizes and configurations of assemblies to adequately demonstrate capability of water repellents to comply with performance requirements. 2. In addition to verifying performance requirements, use test applications to verify ineufacturer's written instructions for application procedure and optimum rates of o$duct application to substrate assemblies. [� N611y Architect [seven] <Insert number> days in advance of the dates and times when Mseinblies will be tested. L") f— tn r `� 1.5 ' &TICN*BMITTALS LLd�� c) p .a A. P—iduct Data: For each type of product indicated. 1. Include manufacturer's printed statement of VOC content. 2. Include manufacturer's standard colors. 3. Include manufacturer's recommended number of coats for each type of substrate and spreading rate for each separate coat. WATER REPELLENTS 071900-2 Copyright 2010 AIA MasterSpec Full Length 02/10 4. Printout of current "MPI Approved Products List" for each product category specified in Part 2 that specifies water repellents approved by MPI, with the proposed product highlighted. B. Samples: For each type[ and color] of water repellent and substrate indicated, 12 by 12 inches (300 by 300 mm) in size, with specified water-repellent treatment applied to half of each Sample. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified [Applicator] [testing agency]. B. Product Certificates: For each type of water repellent, from manufacturer. C. Preconstmction Testing Reports: For water -repellent -treated substrates. D. Field quality -control reports. E. Warranty: Special warranty specified in this Section. 1.7 QUALITY ASSURANCE A. Applicator Qualifications: An employer of workers trained and approved by manufacturer. B. MPI Standards: Comply with MPI standards indicated and provide water repellents listed in its "MPI Approved Products List." C. Mockups: Apply water repellent to each type of substrate required. 1. Locate each test application as [shown on Drawings] [directed by Architect]. 2. Size: [10 sq. ft. (9.3 sq. m)] [25 sq. ft. (2.3 sq. m)] <Insert size. 3. Final approval by Architect of[ color and] water-repellent application will be from test applications. o D. Preinstallation Conference: Conduct conference at [Project site] <Insert loca`TJ 1 n "I � -q� � r- 1.8 PROJECT CONDITIONSr— m Zrrt T. =,M) ae A. Limitations: Proceed with application only when the following existing and f sttwpweatD and substrate conditions permit water repellents to be applied according t manufacturers' written instructions and warranty requirements: `k' I. Concrete surfaces and mortar have cured for not less than 28 days. 2. Building has been closed in for not less than 30 days before treating wall assemblies. 3. Ambient temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg C) and will remain so for 24 hours. 4. Substrate is not frozen and substrate -surface temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg C). 5. Rain or snow is not predicted within 24 hours. WATER REPELLENTS 071900-3 Copyright 2010 AIA MasterSpec Full Length 02/10 6. Not less than [24 hours] [seven days] have passed since surfaces were last wet. 7. Windy conditions do not exist that might cause water repellent to be blown onto vegetation or surfaces not intended to be treated. 8. <Insert restriction>. 1.9 WARRANTY A. Special Warranty: Manufacturer's standard form in which [manufacturer] [and] [Applicator] agree(s) to repair or replace materials that fail to maintain water repellency specified in "Performance Requirements" Article within specified warranty period. Warranty Period: [Two] [Five] <Insert number> years from date of Substantial Completion. PART2-PRODUCTS 2.1 PENETRATING WATER REPELLENTS A. Silane, Penetrating Water Repellent: Clear, containing [20] <Insert number> percent or more solids of alkyltrialkoxysilanes; with alcohol, mineral spirits, water, or other proprietary solvent carrier; and with 400 g/L or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. Advanced Chemical Technologies.Inc.; [Sil-Act ATS -100] [Sil-Act Multiguard]. b. BASF Construction Chemicals. LLC; [Enviroseal20] [Enviroseal401 [Hydrozo 100] [Hydrozo 100 Plus]. C. Chemical Products Industries, Inc.; SW -244-100 VOC. d. Dayton Superior Corporation; Weather Worker J -29 -WB. e. Degussa Corp; [Protectosil Aqua -Trete 20] [Protectosil Aqua -Trete 40] [Protectosil Aqua -Trete Concentrate] [Protectosil Aqua -Trete BH -N] [Protectosil BH -O] [Protectosil Chem -Trete BSM 400] [Protectosil Chem - Trete PB 100]. € r Fox Industries, Inc.; [FX424] [FX425]. ® o Kelly -Moore Paint Company Tnc.; Kel-Seal 77. d , Ly LJJ —i >' mTal International. Inc.; [Iso -Flex 618-50 VOC] [Iso -Flex 618-100 CRS]. @ Nox-Crete Products Group; [Stifel GC] [Stifel HC] [Stifel SC] [Stifel VC]. .Jto }*.- V Pecora Corporation; [MereSeal 940-5 VOC] [MereSeal 9100-S]. k-_4 Price Research, Ltd.; [Price Aqua Seal -40] [Price Aqua Silane-20] [Price Aqua CZ) c� Silane-401. 0 1. ""' PROSOCO. Inc.; [SL100] [SLX100]. in. Specco Industries, Inc.; Waterstopper S-40 Silane. n. Tamms industries. Inc., Euclid Chemical Company (The); Baracade Silane 100. o. Textured Coatings of America. Inc.; [Rainstopper 110] [Rainstopper 1201 [Rainstopper 140] [Rainstopper 1750 Clear]. p. Tnemec Inc.; [Dur A Pell 40] [Dur A Pell 1001. WATER REPELLENTS 071900-4 Copyright 2010 AIA MasterSpee Full Length 02/10 q. Vexcon Chemicals Inc.; [Certi-Vex Envio Water Proof 100] [Cerci -Vex Envio Water Proof 5001 [Cerci -Vex Penseal 244 VOC AIM] [Cerci -Vex Stain Repellent AIM] [Cerci -Vex Stain Repellent WB] [Powerseal 20] [Powerseal 40]. r. Wacker Chemical Corporation; [Silres BS 1316] [Silres BS Creme C]. S. <Insert manufacturer's name; product name or designation>. B. Silane, Penetrating Water Repellent: Clear, containing [20] <Insert number> percent or more solids of alkyltrialkoxysilanes; with alcohol, mineral spirits, water, or other proprietary solvent carrier; and with 600 g/L or less of VOCs. 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. Advanced Chemical Technologies, luc.; [Sil-Act ATS -22 VOC] [SH -Act ATS -421 [Sil-Act ATS -42L] [Sil-Act ATS -55] [Sil-Act ATS -100] [Sil-Act Multiguard]. b. BASF Construction Chemicals. LLC; [Enviroseal20] [Enviroseal40] [Hydrozo 100] [Hydrozo 100 Plus] [Hydrozo Clear 40 VOC] [Hydrozo Silane 40 VOC] [Masterseal SL 40 VOC] [Penetrating Sealer 40 VOC]. C. Chemical Products Industries. Inc.; [SW -244-100 VOC] [SW -244-40 VOC]. d. ChemMasters; Aquanil Plus 40. C. Conspgc by Dayton Superior; [Conspec Silane 20 WB] [Conspec Silane 40] [Conspec Silane 40 WB]. f. Dayton Superior Corporation; Weather Worker J -29 -WB. g. Degussa Corporation; [Protectosil Aqua -Trete 20] [Protectosil Aqua -Trete 40] [Protectosil Aqua -Trete Concentrate] [Protectosil Aqua -Trete BH -N] [Protectosil BH -O] [Protectosil Chem -Trete 40 VOC] [Protectosil Chem -Trete BSM 400] [Protectosil Chem -Trete PB 100] [Protectosil Chem -Trete 4PB VOC]. h. Fox Industries. Inc.; [FX424] [FX425]. i. II&C Concrete Care Products, Sherwin-Williams Company (Thel; H&C ,Sb -40. j. Kelly -Moore Paint Company Inc.; Kel-Seal 77. k. LvmTal International, Inc.; [Iso -Flex 618-40 VOC] [Iso -Flex Qio VQC] Flex 618-100 CRS]. r 1. Nox-Crete Products Group; [Stifel GC] [Stifel HC] [Stifel SC] RngV. �-- M. Pecora Corporation; [KlereSeal 940-S VOC] [KlereSeal 9100 � rn n. Price Research. Ltd.; [Price Aqua Seal -40] [Price Aqua Sit [P�e A tt1 m' Silane-401. o. PROSOCO Inc.; [SL40 (greater than) 600] [SL100] [SLX100) - o p. Sp eco Industries, Inc.; Waterstopper S40 Silane. kO q. Symons by Dayton Superior; [Silane 40%] [Silane 100%]. r. Tamms Industries, Inc., Euclid Chemical Company (The [Baracade Silane 40] [Baracade Silane 40 IPA]. S. Textured Coatines of America. Inc.; [Rainstopper ][101 [Rainstopper 120] [Rainstopper 140] [Rainstopper 1750 Clear]. t. TK Products, Division of Sierra Corporation; [TK -590 Tri-Silane] [TK - 1311 WB]. U. Tnemec Inc.; [Deck A Pell 40] [Dur A Pell 401 [Dur A Pell 1001. V. Vexcon Chemicals Inc.; [Cert -Vex Envio Water Proof 100] [Cerci -Vex Envio Water Proof 500] [Certi-Vex Penseal 244 40%] [Certi-Vex WATER REPELLENTS 071900-5 Copyright 2010 AIA MasterSpec Full Length 02/10 Penseal 244 VOC AIM] [Certi-Vex Stain Repellent] [Cerci -Vex Stain Repellent AIM] [Certi-Vex Stain Repellent WB] [Powerseal 20] [Powerseal 40]. W. Wacker Chemical Corporation; [Silres BS 1316] [Silres BS Creme C]. X. <Insert manufacturer's name; product name or designation>. C. Siloxane, Penetrating Water Repellent: Clear, containing [10] <Insert number> percent or more solids of oligomerous alkylalkoxysiloxanes; with alcohol, ethanol, mineral spirits, water, or other proprietary solvent carrier; and with 400 g/1, or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. Chemical Products Industries, Inc.; [CP -250W] [CP -500W]. b. ChemMasters; Aquanil Plus WB. C. Conproco Corporation; Conpro Shield MX. d. Dayton Superior Corporation; [Weather Worker WB (J -26 -WB)] [Weather Worker WB Heavy Duty (J -27 -WB)]. e. Diedrich Technologies, Inc.; 303-0. f. Euclid Chemical Company (The), an RPM company; Euco-Guard VOX. g. H&C Concrete Care Products, Sherwin-Williams Company (The): [H&C Super V] [H&C SX -7]. h. Price Research. Ltd.; [Price Aqua Seal -20] [Price Aqua Siloxane-#71. i. Rainguard Products Company; MicroSeal. j. SaverSystems; DEFY Water Repellent for Brick. k. Specco Industries, Inc.; Waterstopper S-10 WB Siloxane. 1. Tamms Industries, Inc.. Euclid Chemical Company (The); Baracade M.E. M. Textured Coatings of America. Inc.; [Rainstopper 600] [Rainstopper 1500]. n. <Insert manufacturer's name; product name or designation>. D. Siloxane, Penetrating Water Repellent: Clear, containing [10] <Insert number> percent or gore solids of oligomerous alkylalkoxysiloxanes; with alcohol, ethanol, mineral spirits, water, ouother proprietary solvent carrier; and with 600 g/1, or less of VOCs. c- UJ k Fiiucts: Subject to compliance with requirements, [provide the following] [provide 4: !j$pe of the following] [available products that may be incorporated into the Work .J to C-itclude, but are not limited to, the following]: t— LL cvJ . 21q . Chemical Products Industries. Inc.; [CP -250W] [CP -500W]. .o lo ChemMasters; Aquanil Plus WB. N a Conproco Cg=ration; Conpro Shield MX. d. Conspec by Dayton Superior; Weather Seal WB. C. Dayton Superior Corporation; [Weather Worker WB (J -26 -WB)] [Weather Worker WB Heavy Duty (J -27 -WB)]. f. Diedrich Technologies, Inc.; 303-C. g. Euclid Chemical Company (The), an RPM company; Euco-Guard VOX. h. Fabrikem Manufacturing Ltd.; [Fabrishield 650] [Fabrishield 652] [Fabrishield 653]. i. H&C Concrete Care Products, Sherwin-Williams Company (The); [H&C Super V] [H&C SX -7]. WATER REPELLENTS 071900-6 Copyright 2010 AIA MasterSpec Full Length 02/10 j. Price Research, Ltd.; [Price Aqua Seal] [Price Aqua Seal -201 [Price Aqua Siloxane-#7]. k. PROSOCO, Inc.; [Limestone & Marble Protector] [Natural Stone Treatment]. I. Rainguard Products Company; MicroSeal. M. Savers sy tems; DEFY Water Repellent for Brick. n. Specco Tndustries, Inc.; [Waterstopper S-10 WB Siloxane] [Waterstopper 5-20 Siloxane]. o. Tamms Industries. Inc., Euclid Chemical Company (The); Baracade M.E. p. Textured Coatings of America, Inc.; [Rainstopper 6001 [Rainstopper 1500]. q. <Insert manufacturer's name; product name or designation>. E. Silane/Siloxane-Blend, Penetrating Water Repellent: Clear, silane and siloxane blend with 400 g/L or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. Advanced Chemical Technolo ieg s. Inc.; Sit -Act Dri-Treat. b. 13ASF Construction Chemicals LLC; [Enviroseal 7] [Enviroseal Double 7 for Brick] [Enviroseal Double 7 HD] [Enviroseal PBT] [White Roc 10 WB]. C. Conproco Corporation; [Conpro Shield W] [Conpro Shield W20]. d. DeQussa Corporation; Protectosil Aqua -Trete EM. e. Fabrikem Manufacturing Ltd.; Fabrishield 900 Series. f. Karnak Corporation; [LL10] [LL20]. g. Kryton International Inc.. Kwon Group of Companies (The); Hydrostop WB. h. L&M Construction Chemicals. Inc.; [Aquapel] [Aquapel Plus] [Hydroblock] [Hydropel WB]. i. LvmTal international Inc.; Iso -Flex 628. j. OKON Co., Inc., Division of ZINSSER Co., Inc., an RPM company; [5-20] [S- 40]. k. Pecora Corporation; [KlereSeal 910-W] [KlereSeal 920-W]. 1. Price Research, Ltd.; [Price Aqua Seal -77] [Price Salt -Sentry WB]. M. PROSOCO. Inc.; [Saltguard WB] [Siloxane PD] [Siloxane WB C&Ikentrate] [Weather Seal. GP]. E3 n. Rain,quard Products Company; [Blok-Lok] [Regular] [Super].y� 7i o. SaverSystems; DEFY All -Purpose Heavy -Duty Water Repellent., r p. Sika Corporation, Inc.; Sikagard 701W. u7 (� q. Symons by Dayton Superior; Siloxane/Silane 10%. =� i ,,, �T`j r. Tamms Industries, Inc.. Euclid Chemical Company (The);cakW13,Za3] [Chemstop WB Regular] [Chemstop WB Heavy Duty]. - o "' JJJJJ S. Tnemec Inc.; [Dur A Pell 10] [Dur A Pell 201 [Prime-A-Peill H2OTJPrime-A- Pell Plus, Series V662]. t. Wacker Chemical Corporation; [Silres BS 1001A] [Silres BS 2001] [Silres BS SMK 1311]. U. <Insert manufacturer's name; product name or designation>. F. Silane/Siloxane-Blend, Penetrating Water Repellent: Clear, silane and siloxane blend with 600 g/L or less of VOCs. WATER REPELLENTS 071900-7 Copyright 2010 AIA MasterSpec Full Length 02/10 Products: Subject to compliance with requirements, one of the following] [available products that may include, but are not limited to, the following]: [provide the following] [provide be incorporated into the Work a. Advanced Chemical Technologies, Inc.; Sil-Act Dri-Treat. b. BASF Construction Chemicals, LLC; [Enviroseal 7] [Enviroseal Double 7 for Brick] [Enviroseal Double 7 HD] [Enviroseal PBT] [White Roc 10 WB]. C. Conproco Corporation; [Conpro Shield W] [Conpro Shield W201. d. Degussa Corporation; Protectosil Aqua -Trete EM. e. Fabrikem Mantifiacturine Ltd.; [Fabrishield 760] [Fabrishield 761] [Fabrishield 762] [Fabrishield 7631 [Fabrishield 900 Series]. f. Karnak Corporation; [LL10] [LL20]. g. Krvton International Inc.. KMon Group of Companies (The,); Hydrostop WB. h. Lambert Corporation; Waterban 90. i. LKM Construction Chemicals htc.; [Aquapel] [Aquapel Plus] [Hydroblock] [Hydropel WB]. j. LymTal International, Inc.; Iso -Flex 628. k. OKON Co., Inc., Division of ZINSSER Co., Inc., an RPM company; [S-20] [S- 40], 1. Pecora Corporation; [IGereSeal 910-W] [KlereSeal 920-W]. M_ Price Research. Ltd.; [Price Aqua Seal -77] [Price Salt -Sentry WB]. n. PROSOCO, Inc.; [Saltguard] [Saltguard WB] [Siloxane PD] [Siloxane WB Concentrate] [Weather Seal GP]. o. Rainguard Products Company; [Blok-Lok] [Regular] [Super]. P. SaverSystems; DEFY All -Purpose Heavy -Duty Water Repellent. q. Sika Corporation, Inc.; Sikagard 701W. r. Symons by Dayton Superior; Siloxane/Silane 10%. S. Tamms Industries, Inc., Euclid Chemical Company (The); [Baracade WB 2441 [Chemstop WB Regular] [Chemstop WB Heavy Duty]. t. TK Products, Division of Sierra Corporation; TK -290 WB Tri-Siloxane. U. Tnemec Inc.; [Dur A Pell 10] [Dur A Pell 20] [Prime -A -Pell H2O] [Prime -A - Pell Plus, Series 662] [Prime -A -Pell Plus, Series V662]. c> V. Wacker Chemical Corporation; [Silres BS 1001A] [Silres BS 2001] [Silres — BS SMK 13111. c_ <Insert manufacturer's name; product name or designation>. cc UJai SihconatE>i'enetrating Water Repellent: Clear, methyl siliconate water repellent with 400 g/L otRss'0 s LL 1 o cts: Subject to compliance with requirements, [provide the following] [provide onaf the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. BASF Construction Chemicals, LLC; Thoroclear Special. b. PROSOCO, Inc.; Natural Stone Treatment WB. C. <Insert manufacturer's name; product name or designation>. H. Proprietary -Blend, Penetrating Water Repellent: Clear, consisting of one or several different resins (silanes or siloxanes), polymers, stearates, or oils plus other compounds or products of components; and with 400 g/L or less of VOCs. WATER REPELLENTS 071900-8 Copyright 2010 AIA MasterSpec Full Length 02/10 Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. BASF Construction Chemicals LLC; Enviroseal Surface Guard. b. PROSOCO. Inc.; [Stain Barrier] [STMP]. C. <Insert manufacturer's name; product name or designation>. I. Proprietary -Blend, Penetrating Water Repellent: Clear, consisting of one or several different resins (silanes or siloxanes), polymers, stearates, or oils plus other compounds or products of components; and with 600 g/I, or less of VOCs. 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. BASF Construction Chemicals LLC; [Enviroseal Surface Guard] [Hydrozo Clear Double 7 VOC] [White Roc 10 VOC]. b. PROSOCO Inc.; [Impregnator] [Stain Barrier] [STMP]. C. <Insert manufacturer's name; product name or designation. 2.2 FILM -FORMING WATER REPELLENTS A. Silicone -Resin Sealer, Film -Forming Water Repellent: Clear, polymerized, silicone -resin water repellent for dense substrates; with a solvent- or waterborne solution containing not less than 3 and up to 5 percent solids by weight; and with 400 g/L or less of VOCs. 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. I l k,C Concrete Care Products, Sherwin-Williams Company (The); H&C WB -50. b. Professional Products of Kansas. Inc.; Professional Water Sealant (Regular). C. <Insert manufacturer's name; product name or designation>. B. Silicone -Resin Sealer, Film -Forming Water Repellent: Clear, polymerized, silicone -resin water repellent for dense substrates; with a solvent- or waterborne solution containing not less than 3 and up to 5 percent solids by weight; and with 600 g/L or less of VOCs. 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into a Work include, but are not limited to, the following]: crn7 ' t a. ChemMasters; Aquanil. c7 b. H&C Concrete Care Products Sherwin-Williams Com au TI 8r64 Professional I C. Professional Products of Kansas. Inc.; Professional Water Sealan rWegtdar). m d. <Insert manufacturer's name; product name or designatio6S;7.0 =i: 0 WATER REPELLENTS 071900-9 Copyright 2010 AIA MasterSpec Full Length 02/10 C. Proprietary -Blend, Film -Forming Water Repellent: [Clear] [Pigmented], consisting of one or several different resins, acrylics, polymers, stearates, or oils plus other compounds or products of components; and with 400 g/L or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. OKON Co., Inc., Division of ZINSSER Co.. Inc., an RPM company; [Multi - Surface] [Okon W-1] [Okon W-2]. b. SaverSystems; DEFY Water Repellent for Split -Face Block. C. Wacker_ Chemical Corporation; Silres BS 29 A. d. ChemMasters; Colorsil. e. Nox-Crete Products Grouo; Nox Carb X. f. Textured Coatings of America, Inc.; [Rainstopper 400 (Semi -Transparent)] [Rainstopper 500 (Opaque)]. g. <Insert manufacturer's name; product name or designation. 2. Color: [As indicated by manufacturer's designations] [Match Architect's samples] [As selected by Architect from manufacturer's full range] <Insert color>. D. Proprietary -Blend, Film -Forming Water Repellent: [Clear] [Pigmented], consisting of one or several different resins, acrylics, polymers, stearates, or oils plus other compounds or products of components; and with 600 g/L or less of VOCs. 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work E. Acrylic, Film -Forming Water Repellent: [Clear] [Pigmented], breathing coating of acrylic resins; with a waterborne, solvent -borne, or acrylic emulsion solution containing less than 15 percent solids by volume; and with 400 g/L or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: WATER REPELLENTS 071900-10 include, but are not limited to, the following]: a. OKON Co.. Inc.. Division of ZINSSER Co.. Inc.. an RPM company; [Multi - Surface] [Okon W-1] [Okon W-2]. b. SaverSystems; DEFY Water Repellent for Split -Face Block. C. Wacker Chemical Corporation; Silres BS 29 A. d. ChemMasters Colorsil. Q c� a Nox-Crete Products Grouo; Nox Carb. _ SD PROSOCO, Inc.; Breathable Masonry Coating II. >: Textured Coatings of America. Inc.; [Rainstopper 400 (Semi -Transparent)] to v t [Rainstopper 500 (Opaque)]. U v <Insert manufacturer's name; product name or designation>. LL C, 4J C—r. [As indicated by manufacturer's designations] [Match Architect's samples] N [As selected by Architect from manufacturer's full range] <Insert color>. E. Acrylic, Film -Forming Water Repellent: [Clear] [Pigmented], breathing coating of acrylic resins; with a waterborne, solvent -borne, or acrylic emulsion solution containing less than 15 percent solids by volume; and with 400 g/L or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: WATER REPELLENTS 071900-10 Copyright 2010 AIA MasterSpec Full Length 02/10 2.3 F a. BASF Constrnction Chemicals, LLC; White Roc W. b. Convenience Products, Division of Clayton Corporation; [Seal-Krete Multi - Surface] [Seal-Krete Original]. C. Nox-Crete Products Group; Sparkl-Seal E. d. OKON Co., Inc., Division of ZINSSER Co., Inc.. an RPM company; Plugger. e. Nox-Crete Products Group; Acryl Pen X. f. <Insert manufacturer's name; product name or designation>. 2. Color: [As indicated by manufacturer's designations] [Match Architect's samples] [As selected by Architect from manufacturer's full range] <Insert color>. Acrylic, Film -Forming Water Repellent: [Clear] [Pigmented], breathing coating of acrylic resins; with a waterborne, solvent-bome, or acrylic emulsion solution containing less than 15 percent solids by volume; with 600 g1l, or less of VOCs. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. Convenience Products, Division of Clayton Corporation; [Seal-Krete Multi - Surface] [Seal-Krete Original]. b. OKON Co., Inc.. Division of ZINSSER Co., Inc., an RPM company; Plugger. C. BASF Construction Chemicals, LLC; White Roc Toner VOC. d. Nox-Crete Products Group; AcryPen. e. <Insert manufacturer's name; product name or designation. 2. Color: [As indicated by manufacturer's designations] [Match Architect's samples] [As selected by Architect from manufacturer's full range] <Insert color>. MPI -APPROVED WATER REPELLENTS A. Water Repellent, Clear (Paintable); MPI #34: Penetrating, solvent -borne, clear water-repellent coating, for use on interior or exterior masonry, brick, and concrete surfaces, and that can be recoated with conventional paints; often applied by flooding the surface under low-pressure spray. I. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: v Cl v. a. <Insert manufacturer's name; product name or designation>��: t'7m �'1n 2. VOC Content: [600 g/L or less] [Less than 151 g/L] <Insert limit>. C -) n 3. MPI Green Performance Standard: [GPS -1] [GPS -2]. -<r-- m m r- pp_� B. Water Repellent, Clear (Not Paintable); MPI #117: Penetrating, solvent--qe, LaViconIZEY type, clear water-repellent for interior or exterior masonry block or bric9C that "ll not be recoated with a coating other than the repellent; applied by brush, flooding, spray, of taller. WATER REPELLENTS 071900-11 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Products: Subject to compliance with requirements, [provide the following] [provide one of the following] [available products that may be incorporated into the Work include, but are not limited to, the following]: a. <Insert manufacturer's name; product name or designation>. 2. VOC Content: [600 g/L or less] [400 g/L or less] [Less than 201 g/L] <Insert limit>. 3. MPI Green Performance Standard: [GPS -1] [GPS -2]. PART 3 - EXECUTION 3.1 EXAMINATION I A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements and conditions affecting performance of the Work. 1. Verify that surfaces are clean and dry according to water-repellent manufacturer's requirements. Check moisture content in [three] <Insert number> representative locations by method recommended by manufacturer. 2. Inspect for previously applied treatments that may inhibit penetration or performance of water repellents. 3. Verify that there is no efflorescence or other removable residues that would be trapped beneath the application of water repellent. 4. Verify that required repairs are complete, cured, and dry before applying water repellent. B. Test pH level according to water-repellent manufacturer's written instructions to ensure chemical bond to silica -containing or siliceous minerals. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Cleaning: Before application of water repellent, clean substrate of substances that could impair penetration or performance of product according to water-repellent manufacturer's written instructions[ and as follows:][.] 1. [Cast -in -Place Concrete] [Precast Concrete] [Cast Stone] [and] [Concrete Unit Masonry]: Remove oil, curing compounds, laitance, and other substances that inhibit penetration or performance of water repellents [according to ASTM E 1857] <Insert ® o requirement>. u C11 Brick Masonry: [ASTM D 5703.] [Section 040120 "Maintenance of Unit UJ esonry."] >Waffal Stone: [ASTM C 1515.] [ASTM D 5107.] [Section 040140 "Maintenance of r ►Rite Assemblies."] 1 �-- "and Cement Plaster (Stucco): [ASTM E 1857] <Insert requirement>. .o 0 N WATER REPELLENTS 071900-12 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Protect adjoining work, including mortar and sealant bond surfaces, from spillage or blow -over of water repellent. Cover adjoining and nearby surfaces of aluminum and glass if there is the possibility of water repellent being deposited on surfaces. Cover live vegetation. C. Coordination with Mortar Joints: Do not apply water repellent until pointing mortar for joints adjacent to surfaces receiving water-repellent treatment has been installed and cured. D. Coordination with Sealant Joints: Do not apply water repellent until sealants for joints adjacent to surfaces receiving water-repellent treatment have been installed and cured. Water-repellent work may precede sealant application only if sealant adhesion and compatibility have been tested and verified using substrate, water repellent, and sealant materials identical to those required. 3.3 APPLICATION A. Manufacturer's Field Service: Engage a factory -authorized service representative to inspect the substrate before application of water repellent and to instruct Applicator on the product and application method to be used. B. Apply a heavy -saturation coating of water repellent, on surfaces indicated for treatment, using [15 psi- (103 kPa-) pressure spray with a fan -type spray nozzle] [roller] [or] [brush] <Insert requirement> to the point of saturation. Apply coating in dual passes of uniform, overlapping strokes. Remove excess material; do not allow material to puddle beyond saturation. Comply with manufacturer's written instructions for application procedure unless otherwise indicated. [Precast Concrete] [and] [Cast Stone]: At Contractor's option, first application of water repellent on units may be completed before installing them. Mask mortar and sealant bond surfaces to prevent water repellent from migrating onto joint surfaces. C. Apply a second saturation coating, repeating fust application. Comply with manufacturer's written instructions for limitations on drying time between coats and after rainstorm Wtting of surfaces between coats. Consult manufacturer's technical representative if vAtten ihitructions are not applicable to Project conditions. �E� o —n 3> a C -'J C-) -< CI r 3.4 FIELD QUALITY CONTROL m A. Testing of Water -Repellent Material: Owner reserves the right to invc— a llow(w procedure at any time and as often as Owner deems necessary during the plod w en water repellent is being applied: o 1. Owner will engage the services of a qualified testing agency to sample water-repellent material being used. Samples of material delivered to Project site will be taken, identified, sealed, and certified in presence of Contractor. 2. Testing agency will perform tests for compliance of water-repellent material with product requirements. 3. Owner may direct Contractor to stop applying water repellents if test results show material being used does not comply with product requirements. Contractor shall remove WATER REPELLENTS 071900-13 Copyright 2010 AIA MasterSpec Full Length 02/10 3.5 noncomplying material from Project site, pay for testing, and correct deficiency of surfaces treated with rejected materials, as approved by Architect. <Insert additional requirements to suit Project>. B. Coverage Test: In the presence of Architect, hose down a dry, repellent -treated surface to verify complete and uniform product application. A change in surface color will indicate incomplete application. 1. Notify Architect [seven] <Insert number> days in advance of the dates and times when surfaces will be tested. 2. Reapply water repellent until coverage test indicates complete coverage. CLEANING A. Immediately clean water repellent from adjoining surfaces and surfaces soiled or damaged by water-repellent application as work progresses. Correct damage to work of other trades caused by water-repellent application, as approved by Architect. B. Comply with manufacturer's written cleaning instructions. END OF SECTION 071900 WATER REPELLENTS 071900-14 0 ® O YO rS L ():i P N WATER REPELLENTS 071900-14 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 073129 - WOOD SHINGLES AND SHAKES PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood roof shingles. 2. Wood wall shingles. 3. Underlayment. B. Related Sections: 1. Section 061000 "Rough Carpentry" for wood board sheathing. 1.3 DEFINITIONS A. CSSB: Cedar Shake & Shingle Bureau. B. Roofing Terminology: See ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual' for definitions of terns related to roofing work in this Section. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For the following products, of sizes indicated, to verify color selected. 11�g I. Wood Shingles: Full size. CU D� m r7 n 1.5 INFORMATIONAL SUBMITTALS m A. Qualification Data: For qualified Installer. g (� B. Warranties: Sample of special warranties. 0 "D WOOD SHINGLES AND SHAKES 073129-1 Copyright 2010 AIA MasterSpec Full Length 02/10 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For wood shingles to include in maintenance manuals. 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Fumish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Wood Shingles: 100 sq. ft. (9.3 sq. m) of each type, in unbroken bundles. 1.8 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who is an approved affiliate member of CSSB. B. Grading Agency Qualifications: An independent testing and inspecting agency recognized by authorities having jurisdiction as qualified to label wood [shingles] [and] [shakes] for compliance with referenced grading rules. C. Source Limitations: Obtain wood shingles from single source from single manufacturer. D. Fire -Resistance Characteristics: Where indicated, provide wood shingles and related roofing materials identical to those of assemblies tested for fire resistance per test method below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify products with appropriate markings of applicable testing agency. Exterior Fire -Test Exposure: Class C; UL 790 or ASTM E 108 with ASTM D 2898, for application and roof slopes indicated. E. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. Build mockups for wood shingles including accessories. a. Size: 48 inches (1200 mm) long by 48 inches (1200 mm) wide. 0 Z A*roval of mockups does not constitute approval of deviations from the Contract Lf)"oyuments contained in mockups unless Architect specifically approves such deviations tiarwriting. i j f 3 ;SF roved mockups may become part of the completed Work if undisturbed at time of L? *tb>atantial Completion. LLL F6`-ns(a iF on Conference: Conduct conference at Project site. 0 N 1.9 DELIVERY, STORAGE, AND HANDLING A. Store underlayment rolls on end, on pallets or other raised surfaces. Do not double stack rolls. WOOD SHINGLES AND SHAKES 073129-2 Copyright 2010 AIA MasterSpec Full Length 02/10 Handle, store, and place roofing materials in a manner to avoid significant or permanent damage to roof deck or structural supporting members. B. Protect unused underlayment from weather, sunlight, and moisture when left overnight or when roofing work is not in progress. 1.10 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit wood shingles and related work to be performed according to manufacturer's written instructions and warranty requirements. Install self -adhering sheet underlayment within the range of ambient and substrate temperatures recommended by manufacturer. 1.11 WARRANTY A. Special Warranty: CSSB's standard form in which CSSB agrees to repair or replace wood shingles that fail in materials within specified warranty period. Material failures include manufacturing defects that result in leaks. Materials -Only Warranty Period: 20 years for shingles from date of Substantial Completion. B. Special Project Warranty: Roofing Installer's Warranty, on warranty form at end of this Section, signed by roofing Installer, covering Work of this Section, in which roofing Installer agrees to repair or replace components of wood shingle roofing that fails in materials or workmanship within the following warranty period: Warranty Period: Five years from date of Substantial Completion. PART2-PRODUCTS N O 2.1 ROOF SHINGLES o �n o A. Certified Wood: Provide shingles produced from wood obtained from fo ttsCcert�y' ied b;M FSC -accredited certification body to comply with FSC STD -01-001, "ESyg-)PrifAples(annd Criteria for Forest Stewardship." <F— a j"ij B. Cedar Roof Shingles: Smooth -sawn western red cedar shingles. A o 1. Grading Standards: CSSB's "Grading Rules for Certigrade Red Cedar Shingles." 2. Grade: No. 1, with starter courses of No. 2. 3. Size: 16,18 or 24 inches (610 mm) long; 0.50 inch (13 mm) thick at butt. C. Ridge Site -fabricated units of same thickness as roof shingle, 7 inches (180 mm) wide; beveled, alternately overlapped, and nailed. WOOD SHINGLES AND SHAKES 073129-3 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Grade: No. 1. 2. Length: 18 inches (455 mm). 2.2 WALL SHINGLES A. Cedar Wall Shingles: Smooth -sawn western red cedar shingles. 1. Grading Standards: CSSB's "Grading Rules for Certigrade Red Cedar Shingles." 2. Grade: No. 2. 3. Size: [16 inches (405 mm) long; 0.40 inch (10 mm) thick at the butt. 4. Undercourse Shingle Grade: No. 3. 5. Undercourse Shingle Size: 16 inches (405 mm) long; 0.40 inch (10 mm) thick at butt. B. Cedar Wall Shingle Finish: UnSnished. A. Felt Underlayment: ASTM D 226 Type I, asphalt -saturated organic felt. B. Felt Interlayment: ASTM D 226 asphalt -saturated organic felt. 2.4 ACCESSORIES A. Asphalt Roofing Cement: ASTM D 4586, Type II, asbestos free. B. Roofing Nails: ASTM F 1667, aluminum wive nails, sharp pointed, and of sufficient length to penetrate a minimum of 3/4 inch (19 mm) into sheathing. 1. Use shingle -type nails for wood shingles. 2c-> Use box -type nails for wood shakes. 37' Where nails are in contact with metal flashing, use nails made from same metal as d o (lashing. FYI Undblayment[ and Interlayment Nails: Aluminum, stainless-steel, wire nails; with 1- iA�- (spm-) minimum diameter, low -profile capped heads or disc caps. FI,. *od Strip: Western red cedar, clear heartwood, a minimum of 1-1/2 inches (38 mm) vae. CD 0 N 2.5 METAL FLASHING AND TRIM A. General: Comply with requirements in Section 076200 "Sheet Metal Flashing and Trim." Sheet Metal: Copper. B. Fabricate sheet metal flashing and trim to comply with recommendations that apply to design, dimensions, metal, and other characteristics of the item in SMACNA's "Architectural Sheet Metal Manual." WOOD SHINGLES AND SHAKES 073129-4 Copyright 2010 AIA MasterSpec Full Length 02/10 1. Step Flashings: Fabricate with a head lap of 3 inches (75 mm) and a minimum extension of [4 inches (100 mm)] [5 inches (127 mm)] both horizontally and vertically. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. 1. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking or metal clips and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored and that provision has been made for flashings and penetrations through wood roofing. B. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work. C. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 UNDERLAYMENT INSTALLATION A. General: Comply with underlayment manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. B. Double -Layer Felt Underlayment: Install on roof deck parallel with and starting at the eaves. Install a 19 -inch- (485 -mm-) wide starter course at eaves and completely cover with full -width second course. Install succeeding courses lapping previous courses 19 inches (485 mm) in shingle fashion. Lap ends a minimum of 6 inches (152 mm). Stagger end laps between succeeding courses at least 72 inches (1830 mm). Fasten with felt underlayment nails. 1. Apply a continuous layer of asphalt roofing cement over starter course and on felt underlayment surface to be concealed by succeeding courses as each felt course is installed. 2. Install felt underlayment on roof sheathing not covered by self-adherig sheet underlayment. Lap edges over self -adhering sheet underlayment not lass thannS inches r� (75 mm) in direction to shed water. y �� o 1 3. Terminate felt underlayment flush against sidewalls, curbs, chimneys i4d o``0er roof - projections. --i ( ') to (� r m '�rrt a 3.3 METAL FLASHING INSTALLATION i> 0 A. General: Install metal flashings and other sheet metal to comply with requirements in Section 076200 "Sheet Metal Flashing and Trim." Install metal flashings according to recommendations for wood roofing in NRCA's "The NRCA Roofing and Waterproofing Manual." WOOD SHINGLES AND SHAKES 073129-5 Copyright 2010 AIA MasterSpec Full Length 02/10 B. Apron Flashings: Extend lower flange over and beyond each side of downslope wood roofing and up the vertical surface. C. Step Flashings: Install with a head lap of 3 inches (75 mm) and extend both horizontally and vertically. Install with lower edge of flashing just upslope of, and concealed by, butt of overlying shingle or shake. Fasten to roof deck only. D. Backer Flashings: Install against the roof -penetrating element, extending concealed flange beneath upslope wood roofing and beyond each side. 3.4 ROOF -SHINGLE INSTALLATION A. General: Install wood -shingle roofing according to manufacturer's written instructions and to recommendations in CSSB's "New Roof Construction Manual" and NRCA's "The NRCA Roofing and Waterproofing Manual." B. Install drainage mat perpendicular to roof slope in parallel courses, butting edges and ends to form a continuous layer, and fasten to roof deck. C. Install double -layer wood -shingle starter course along lowest roof edge. Extend starter course 1 inch (25 mm) over fascia and 1-1/2 inches (38 mm) over rake edge. Onset joints of double -layer starter course a minimum of 1-1/2 inches (38 mm). D. Install fust course of wood shingles directly over starter course and in continuous straight-line courses across roof deck. Install second and succeeding courses of wood shingles in continuous straight-line courses across roof deck. Extend 1-1/2 inches (38 mm) over rake edge. 1. Offset joints between shingles in succeeding courses a minimum of 1-1/2 inches (38 mm). Limit alignment of vertical joints in every third course to not exceed 10 percent of joints. 2. Space shingles a minimum of 1/4 inch (6 mm) and a maximum of 3/8 inch (10 nun) apart. 3. Fasten each shingle with two nails spaced 3/4 to I inch (19 to 25 mm) from edge of shingle and 1-1/2 to 2 inches (38 to 50 mm) above butt line of succeeding course. Drive fasteners flush with top surface of shingles without crushing wood. 4. Maintain weather exposure of 7-1/2 inches (190 mm) for 24 -inch- (610 -mm-) long c= shingles. fddge ts: Install units over wood shingles trimmed at apex. Maintain same exposure &tetlai4�r of units as roof -shingle exposure. Lap units at ridges to shed water away from dive f prevailing winds. Alternate overlaps of units and fasten with concealed roofing nails ~icient length to penetrate sheathing. U�' Q U. 1t 'MgWl concealed strip of felt underlayment over apex shingles and fasten with felt ounderlayment nails. 2' Fasten ridge units to cover ridge vent without obstructing airflow. WOOD SHINGLES AND SHAKES 073129-6 Copyright 2010 AIA Master5pec Full Length 02/10 3.5 WALL SHINGLE INSTALLATION, SINGLE COURSED A. Install wood wall shingles according to manufacturer's written instructions and recommendations in CSSB's "Exterior and Interior Wall Manual." B. Install drainage mat horizontally, in parallel courses, over surface to receive wood shingles, butting edges and ends to form a continuous layer; fasten to wall sheathing. C. Install wood shingles, beginning at base of wall, with a double -layer starter course in a continuous straight line. Offset joints of double -layer starter course a minimum of 1-1/2 inches (38 mm). 1. Extend starter course 1-1/2 inches (38 mm) below top of foundation wall. D. Install first course of wood shingles over starter course. Install second and succeeding courses of wood shingles. Offset joints between shingles in succeeding courses a minimum of 1-1/2 inches (38 mm). 1. Install shingles in continuous straight-line courses. 2. Space shingles 1/8 to 1/4 inch (3 to 6 mm) apart. 3. Fasten each shingle with two concealed nails spaced 3/4 to I inch (19 to 25 mm) from edge of shingle and 1 inch (25 mm) above butt line of succeeding course. For shingles wider than 8 inches (205 mm), add two concealed fasteners, spaced I inch (25 mm) apart, to the center of shingle. Drive fasteners flush with top surface of shingles without crushing wood. 4. Maintain weather exposure matching existing. 3.6 ROOFING INSTALLER'S WARRANTY A. WHEREAS of , herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner: . 2. Address: . 3. Building Name/Type: . 4. Address: . 5. Area of Work: . 6. Acceptance Date:. o 7. Warranty Period:. o 8. Expiration Date: <. rn B. AND WHEREAS Roofing Installer has contracted (either directly with Owne 4pjnd¢pctly it'd' subcontractor) to warrant said work against leaks and faulty or defectif4�natgjials workmanship for designated Warranty Period, o;ZJ =r E5 C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms aneconditims herein set forth, that during Warranty Period he will, at his own cost and expense, make or Wduse to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. WOOD SHINGLES AND SHAKES 073129-7 Copyright 2010 AIA MasterSpec Full Length 02/10 D. This Warranty is made subject to the following terms and conditions: Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed exceeding 80 mph; C. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. Faulty construction of board substrate if provided by others. f. Vapor condensation on bottom of roofing; and g. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of the foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration. P Thi Warranty is recognized to be the only warranty of Roofing Installer on said work anshall not operate to restrict or cut off Owner from other remedies and resources Q lly available to Owner in cases of roofing failure. Specifically, this Warranty shall W �§tAperate to relieve Roofing Installer of responsibility for performance of original work aftTding to requirements of the Contract Documents, regardless of whether Contract Aa," contract directly with Owner or a subcontract with Owner's General Contractor. w > - II'PWItI�S THEREOF, this instrument has been duly executed this day of _aS r 20 1. Authorized Signature: WOOD SHINGLES AND SHAKES 073129-8 Copyright 2010 AIA MasterSpec Full Length 02/10 2. Name: 3. Title: END OF SECTION 073129 WOOD SHINGLES AND SHAKES 073129-9 H 0 'O a -�r r — rrri ma m I> o 0 WOOD SHINGLES AND SHAKES 073129-9 Copyright 2010 AIA MasterSpec Full Length 02/10 SECTION 080152.93 - HISTORIC TREATMENT OF WOOD WINDOWS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood window repair. 2. Reglazing. 3. Window hardware repair, refinishing, and replacement. B. Related Section: 1.3 UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work covered by quantity allowances. 2. Unit prices apply to authorized additions to and deletions from Work. 1.4 DEFINITIONS A. General: See Section 013591 "Historic Treatment Procedures" for other definitions. B. Wood Window Component Terminology: As identified in AWI's "Architectural Woodwork Quality Standards." Wood window components for historic treatment work iallude the following classifications:coo. t7 -71 1. Frame Components: Head, jamb, and sill 2. Sash Components: Stile and rails, parting bead, stop, and muntins. r c 3. Exterior Trim: Exterior casing, brick mould, and drip cap. F- 4. 4. Interior Trim: Casing, stool, and apron.M s o 0 _r.l• n C. Glazing: Includes glass, glazing points, glazing tapes, glazing sealants, and glazingLinpounds. O D. Window: Includes window frame, sash, louvers unless otherwise indicated by the context. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 1 Copyright 2010 AIA MasterSpec Full Length 02/10 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include recommendations for application and use. Include test data substantiating that products comply with requirements. B. Shop Drawings: For repair and replacement of historic wood windows and components. Show location and extent of replacement work, with enlarged details of replacement parts indicating materials, profiles, joinery, reinforcing, method of splicing into or attaching to existing wood window, accessory items, and finishes. Include field -verified dimensions and the following: 1. Full-size shapes and profiles with complete dimensions for new wood window components and their jointing, showing relation of existing to new components. 2. Templates and directions for installing hardware and anchorages. 3. Component numbers and corresponding window locations in the building on annotated plans and elevations. 4. Provisions for sealant joints and flashing as required for location. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified historic treatment specialist, documenting 5 years or 5 recent projects of successful restoration of historic wood windows. B. Historic Treatment Program: Submit before work begins. 1.7 QUALITY ASSURANCE A. Historic Treatment Specialist Qualifications: A qualified historic wood window specialist. B. Historic Treatment Program: Prepare a written plan for historic treatment of wood windows, including each phase or process, protection of surrounding materials during operations, and control of spills during on-site repair and other processes. Describe, in detail, materials, methods, and equipment to be used for each phase of work. Show compliance with indicated methods and procedures related to historic treatment of wood windows specified in this and other Sections. 0 C. -Nockq&: Build mockups to demonstrate aesthetic effects and set quality standards for Q Qnat@6 and execution and for fabrication and installation. Prepare mockups so they are W Nitcons�tcuous or reversible. UI— L 91. >-Wood Window Repair: Prepare one entire window unit to serve as mockup to U f -dQnonstrate sample repairs of wood window members including frame, sash, glazing, L! a L i hardware. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 2 Copyright 2010 AIA MasterSpec Full Length 02/10 D. AWI Quality Standard: Comply with applicable requirements in AWI's "Architectural Woodwork Quality Standards" for construction, finishes, grades of wood windows, and other requirements. E. Preinstallation Conference: Conduct conference at Project site. Review methods and procedures related to historic treatment of wood windows including, but not limited to, the following: a. Construction Schedule: Verify availability of materials, personnel, equipment, and facilities needed to make progress and avoid delays. b. Materials, material application, sequencing, tolerances, and required clearances. 1.8 PROJECT CONDITIONS A. Weather Limitations: Proceed with historic treatment of wood windows only when existing and forecasted weather conditions are within the environmental limits set by each manufacturer's written instructions and specified requirements. B. Concealed and undocumented historic items, relics, and similar objects encountered during historic treatment remain Owner's property. Carefully dismantle and salvage each item or object. C. Perform historic treatment of wood windows in the following sequence: 1. Stamp each window frame with permanent opening -identification number in inconspicuous location. 2. Tag existing window sash, storm windows, shutters, and, louvered blinds with opening. identification numbers and remove for on-site or off-site shop repair. Indicate on tags the locations on window of these components such as top sash, bottom sash, left shutter, and right shutter. 3. Allow installation of temporary protection and security at window openings according to Section 015000 "Temporary Facilities and Controls." 4. Remove window, dismantle hardware, and tag hardware with window opening - identification numbers. 5. In the shop, stamp each sash, storm window, and louver unit with permanentapening- identification number in inconspicuous location and remove site-appliel!4ags. 6. Sort units by condition, separating those that need extensive repair. - c o 7. Clean surfaces. r'—r n 8. General Wood -Repair Sequence: C-3 —< C r t t'— a. Remove any surface coatings to bare wood. -<� 3 rn b. Rack frames slightly; inject adhesive into mortise and tenon jo",X q C. If thicker than original glass is required, rout muntins to required'rebate size. d. Repair wood by consolidation, member replacement, partial member replacement, and patching. e. Sand, prime, fill, sand again, and prime surfaces again for refinishing with clear sealer. 9. Repair, refinish, and replace hardware if required. Reinstall essential operating hardware. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 3 Copyright 2010 AIA MasterSpec Full Length 02/10 10. Install glazing. 11. Allow removal of temporary protection and security at window openings according to Section 015000 "Temporary Facilities and Controls." 12. Reinstall units. 13. Install remaining hardware and weather stripping. PART 2 -PRODUCTS 2.1 REPLACEMENT WOOD MATERIALS A. Wood: Clear fine-grained lumber; kiln dried to a moisture content of 6 to 12 percent at time of fabrication; free of visible finger joints, blue stain, knots, pitch pockets, and surface checks larger than 1/32 inch (0.8 mm) deep by 2 inches (51 mm) wide. 1. Species: Match species of each existing type of wood product. 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber to suit needs of replacing members. B. Frame Heads and Jambs, sills, sash components and Exterior Trim: 1. Species: Match species of each existing type of wood product. 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber to suit needs of replacing members. 2.2 WOOD REPAIR MATERIALS A. Wood Consolidant: Ready -to -use product designed to penetrate, consolidate, and strengthen soft fibers of wood materials that have deteriorated due to weathering and decay and designed specifically to enhance the bond of wood -patching compound to existing wood. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron, Inc.; LiquidWood. b. ConSery Epoxv LLC; Flexible Epoxy Consolidant 100. C. Wood Care Systems; ROTFIX. B. Wood -Patching Compound: Two-part epoxy -resin wood -patching compound; knife -grade formulation as recommended by manufacturer for type of wood repair indicated, tooling time required for the detail of work, and site conditions. Compound shall be designed for filling &r» ds in damaged wood materials that have deteriorated due to weathering and decay. CompoAh shall be capable of filling deep holes and spreading to feather edge. C = Irkcts: Subject to compliance with requirements, provide one of the following UJ ble products that may be incorporated into the Work include, but are not J Ijsk2d to, the following: o a� bkbatron. Inc.; LiquidWood with WoodEpox. .n c N HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 4 Copyright 2010 AIA MasterSpec Full Length 02/10 2.3 2.4 b. Advanced Repair Technology, Inc.; Primatrate with Flex -Tec HV. C. Conserv EPgxv LLC; Flexible Epoxy Consolidant 100 with Flexible Epoxy Patch 200. d. Polymeric Systems, Inc.; QuickWood. e. West System Inc.; West System. f. Wood Care Systems; ROTFLY with SCULPWOOD. GLAZING MATERIALS A. Glass: Uncoated clear float -glass units, 1/8" nominal thickness. B. Glazing Systems: Single Glass Units: Primer as recommended by glazing material manufacturer, with oil- based glazing putty or glazing compound and glazing points. WINDOW HARDWARE A. General: Provide complete sets of window hardware consisting of sash balances, hinges, pulls, latches, and accessories indicated for each window or required for proper operation. Window hardware shall smoothly operate, tightly close, and securely lock wood windows and be sized to accommodate sash or ventilator weight and dimensions. B. Replacement Window Hardware: Replace existing damaged or missing window hardware with new hardware manufactured by one of the following: 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Ball and Ball. b. Blaine Window Hardware Inc. m C. Bronze Craft Corporation The). o r m —�- d. Custom Trades International Inc. e. ParrettManufacturin', Inc. c"3 f. Phelps Company. --- cn C. Material and Design: 1. Material: Nonmagnetic stainless steel. 2. Design: Match existing hardware to greatest extent possible. 3. Replacement Window Hardware: Match existing window hardware of the following types: a. Projected window hinge. b. Window lock. C. Window pin. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 5 Copyright 2010 AIA MasterSpec Full Length 02/10 D. Window Hardware Finishes: Comply with BHMA A156.18 for base material and finish requirements indicated by the following: BHMA 630: Satin stainless steel, stainless-steel base metal. 2.5 MISCELLANEOUS MATERIALS A. Borate Preservative Treatment: Inorganic, borate -based solution, with disodium octaborate tetrahydrate as the primary ingredient; manufactured for preserving weathered and decayed wood from further damage by decay fungi and wood -boring insects; complying with AWPA P5; containing no boric acid. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron Inc. b. Nisus Corporation. C. Wood Care Systems. B. Cleaning Materials: 1. Detergent Solution: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 1/2 cup (125 mL) of laundry detergent that contains no ammonia, 5 quarts (5 L) of 5 percent sodium hypochlorite bleach, and 15 quarts (15 L) of warm water for each 5 gal. (20 L) of solution required. 2. Mildewcide: Provide commercial proprietary mildewcide or a solution prepared by mixing 1/3 cup (80 mL) of household detergent that contains no ammonia, 1 quart (1 L) of 5 percent sodium hypochlorite bleach, and 3 quarts (3 L) of warm water. C. Adhesives: Wood adhesives for exterior exposure, with minimum 15- to 45 -minute cure at 70 deg F (21 deg C), in gunnable and liquid formulations as recommended by adhesive manufacturer for each type of repair. D. Fasteners: Fasteners of same basic metal as fastened metal unless otherwise indicated. Use HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 6 metals that are noncorrosive and compatible with each material joined. 1. Match existing fasteners in material and type of fastener unless otherwise indicated. 2. ,Ise concealed fasteners for interconnecting wood components. 253. ,ase concealed fasteners for attaching items to other work unless exposed fasteners are _ M Ae existing fastening method. t 44, _j3~or exposed fasteners, use machine screws of head profile to match that found in existing in sh extposed fasteners finish fastened indicated. v. Mann to match of metal unless otherwise LL "o 0 ems+ HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 6 Copyright 2010 AIA MasterSpec Full Length 2.6 WOOD WINDOW FINISHES 02/10 A. Unfinished Replacement Windows: Provide exposed exterior and interior wood surfaces of replacement windows unfinished; smooth, filled, and suitably prepared for on-site priming and finishing. PART 3 -EXECUTION 3.1 PREPARATION A. Protect adjacent materials from damage by historic treatment of wood windows. B. Clean existing wood windows of mildew, algae, moss, plant material, loose paint, grease, dirt, and other debris by scrubbing with bristle brush or sponge and detergent solution. Scrub mildewed areas with mildewcide. After cleaning, rinse thoroughly with fresh water. Allow to dry before repairing or painting. C. Condition replacement wood members and replacement windows to prevailing conditions at installation areas before installing. 3.2 HISTORIC TREATMENT PROCEDURES, GENERAL A. General: Have historic treatment of wood windows directed and performed by a qualified historic treatment specialist. Ensure that historic treatment specialist's field supervisors are present when historic treatment of wood windows begins and during its progress. In treating historic items, disturb them as minimally as possible and as follows: 1. Follow the historic treatment sequence in "Sequencing and Scheduling" Article. 2. Apply each product according to manufacturer's written instructions unless otherwise indicated. 3. Stabilize and repair wood windows to reestablish structural integrity and weather resistance while maintaining the existing form of each item. 4. Stop the progress of deterioration by removing coatings and applying borate preservative treatment before repair. 5. Repair items in place where possible and retain as much original material -as poAle. 6. Replace or reproduce historic items where indicated or scheduled. o 7. Make historic treatment of materials reversible whenever possible. %C-) cr�i 8. Install temporary protective measures to protect wood window work ttk rKs indicate= C-) be completed later. En B. Mechanical Abrasion: Where mechanical abrasion is needed for the work, Q41yge mechanical methods, such as scraping and natural -fiber bristle brushing, t)jit willO t abe wood substrate, reducing clarity of detail. Do not use abrasive methods such as sing, wire brushing, or power tools except as indicated as part of the historic treatment program and as approved by Architect. C. Repair and Refinish Existing Hardware: Dismantle window hardware; repair and refinish it to match finish samples. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 7 Copyright 2010 AIA MasterSpec Full Length 02/10 D. Repair Wood Windows: Match existing materials and features, retaining as much original material as possible to perform repairs. 1. Unless otherwise indicated, repair wood windows by consolidating, patching, splicing, or otherwise reinforcing wood with new wood matching existing wood or with salvaged, sound, original wood. 2. Where indicated, repair wood windows by limited replacement matching existing material. E. Replace Wood Window Units: Where indicated, duplicate and replace units with salvaged, sound, original wood or with new wood matching existing wood. Use surviving prototypes to create patterns for duplicate replacements. 1. Do not use substitute materials unless otherwise indicated. 2. Compatible substitute materials may be used. F. Protection of Openings: Where sash or windows are indicated for removal, cover resultant openings with temporary enclosures so that openings are weathertight during repair period. G. Identify removed windows, sash, and members with numbering system corresponding to window locations to ensure reinstallation in same location. Key windows, sash, and members to Drawings showing location of each removed unit. Permanently stamp units in a location that will be concealed after reinstallation. 3.3 GLAZING A. Remove cracked and damaged glass and glazing materials from openings and prepare surfaces for reglazing. B. Remove existing glass and glazing as indicated on drawings in the I3istoric Wood Window Schedule and prepare surfaces for reglazing. C. Remove glass and glazing from openings and prepare surfaces for reglazing. D. cReinstall glass using glazing system as specified. &,taft glass to match existing in all aspects whenever possible. a aj ` __j> 3.4j W00�'WNIDOW PATCH -TYPE REPAIR — r_.1 t–< L%, 4!ineiUk 3'atch wood members that are damaged and exhibit depressions, holes, or similar ptlds, ar4khat have limited rotted or decayed wood. N 1. Remove sash from windows before performing patch -type repairs at meeting or sliding surfaces unless otherwise indicated. Reglaze units prior to reinstallation. 2. Verify that surfaces are sufficiently clean and free of paint residue prior to patching. 3. Treat wood members with wood consolidant prior to application of patching compound. Coat wood surfaces by brushing, applying multiple coats until wood is saturated and refuses to absorb more. Allow treatment to harden before filling void with patching compound. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 8 Copyright 2010 AIA MasterSpec Full Length 02/10 4. Remove rotted or decayed wood down to sound wood. B. Apply borate preservative treatment to accessible surfaces either before applying wood consolidant or after removing rotted or decayed wood. Apply treatment liberally by brush to joints, edges, and ends; top, sides, and bottom. C. Apply wood -patching compound to fill depressions, nicks, cracks, and other voids created by removed or missing wood. 1. Prime patch area with application of wood consolidant or manufacturer's recommended primer. 2. Mix only as much patching compound as can be applied according to manufacturer's written instructions. 3. Apply patching compound in layers as recommended by manufacturer until the void is completely filled. 4. Finish patch surface to match contour of adjacent wood member. Sand patching compound smooth and flush, matching contour of existing wood member. 5. Clean spilled compound from adjacent materials immediately. 3.5 WOOD WINDOW MEMBER -REPLACEMENT REPAIR A. General: Replace parts of or entire wood window members at locations indicated on Drawings as indicated in the Historic Wood Window Schedule and where damage is too extensive to patch. 1. Remove sash and louvers from windows before performing member -replacement repairs unless otherwise indicated. 2. Verify that surfaces are sufficiently clean and free of paint residue prior to repair. 3. Remove broken, rotted, and decayed wood down to sound wood. 4. Custom fabricate new wood to replace missing wood; either replace entire wood member or splice new wood part into existing member. Fabricate replacement members according to AWI Section 1000 requirements for Premium Grade. 5. Secure new wood using finger joints or multiple dowels with adhesive and nailing to ensure maximum structural integrity at each splice. Use only concealed fasteners. Fill nail holes and patch surface to match surrounding wood. B. Apply borate preservative treatment to accessible surfaces after replacements are made. Apply treatment liberally by brush to joints, edges, and ends; top, sides, and bottom. o C. Repair remaining depressions, holes, or similar voids with patch -type repairs. D :,,) D. Clean spilled materials from adjacent surfaces immediately. crnii . r- <rrt a m E. Glazing: Reglaze units prior to reinstallation. p �o _ 1. Mill new and existing glazed members to accommodate new glass thid6ess. 2. Provide replacement glazing stops coordinated with glazing system indicated. 3. Provide glazing stops to match contour of sash frames. Reinstall units removed for repair into original openings. HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 9 Copyright 2010 AIA MasterSpec Full Length 02/10 3.6 ADJUSTMENT A. Adjust existing and replacement operating sash, screens, hardware, weather stripping, and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. Lubricate hardware and moving parts. 3.7 CLEANING AND PROTECTION A. Protect window surfaces from contact with contaminating substances resulting from construction operations. Monitor window surfaces adjacent to and below exterior concrete and masonry during construction for presence of dirt, scum, alkaline deposits, stains, or other contaminants. If contaminating substances contact window surfaces, remove contaminants immediately according to glass manufacturer's written recommendations. B. Clean exposed surfaces immediately after historic treatment of wood windows. Avoid damage to coatings and finishes. Remove excess sealants, glazing and patching materials, dirt, and other substances. C. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. END OF SECTION 080152.93 HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 10 C — .r C) � '?,- ~ Lr..) _J>: U F- I G 63J-- .o O a N HISTORIC TREATMENT OF WOOD WINDOWS 080152.93 - 10 w Prepared by: Kum! Moms, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240, (319)356-5082 RESOLUTION NO. 16-345 RESOLUTION SETTING A PUBLIC HEARING ON JANUARY 3, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK CABIN RESTORATION PRO- JECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parks and Recreation Department City Park Cabin Restoration CIP account #R4187. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: 1. That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 3d day of January, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of December _,20 16 '� L4 MffYOR el \ ` Aove by ATTEST: va�� / 3 0-/ CI RK City Attorney's Office S1RE0,13ovemmenl Buildings and Facilities ManagemenlTmlects\City Park Cabin Restoration ProjecWront ends and bid documentslset Public Hearing Project Resolution- City Park Cabin Restoration Project 12 06 2016.doc 11116 Resolution No. 16-345 Page 2 It was moved by Botchwav and seconded by Resolution be adopted, and upon roll call there were: AYES NAYS: ABSENT: ABSTAIN: Dickens the Botchway Cole Dickens Mims Taylor Thomas Throgmorton Pcihemldia PRESS -CITIZEN MEDIA PART OF THE USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: cost: 0001795785 12/16/16 12/16/16 $31.61 Copy of Advertisement Exhibit"A" 4 Subscribed and swq ]ppb re me by said affiant this 19th day of December. 2016 ary ublic in and for State of Iowa ANDREA HOUGHTON � COMMISSION NO. 753956 1 :C01MISSION EXPIRES rowr� ?9 Zen CI D IN TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will con -duct a public hearing on plans, specifications, form of contract and estimated cost for the con-struction of the City Park Cabin Restoration Project in said City at 7 P.m. on the 3 day of January, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City. Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY PARK CABIN RESTORATION PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City Park Cabin Restoration Project in said City at 7 p.m. on the 3 day of January, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK R-1 LO Prepared by: Kumi Moms, Parks & Recreation, 220 S. Gilbert Street, Iowa City, IA 52240 (319) 356-5082 RESOLUTION NO. 17-11 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CABIN PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Parks and Recreation City Park Cabin Restoration CIP account #R4187. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 2nd day of February, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 7"' day of February, 2017, or at a special meeting called for that purpose. Passed and approved this 3rd day of January, 2017. / M OR Approved� ATTEST:,�o CITE ERK City Attorney's Office S:IENCWYMe Il m&ONlrvv,cul rojWR 1=AocwP aSpo c"PRRN CNS4qSTCMMN PROJECT 0103301B.aoc Resolution No. Page 2 It was moved by Botchway and seconded by Resolution be adopted, and upon roll call there were: Dickens the AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton &J641 I I IOWA LEAGUE QfCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice To Bidders City Park Cabin Restoration Project Classified ID: 101280 A printed copy of which is attached and made part of this certificate, provided on 01/04/2017 to be posted on the Iowa League of Cities' internet site on the following date: January 4, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 1/4/2017 Alan Kemp, Executive Director NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 2nd day of February, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7m day of February, 2017, or at a special meeting called for that purpose. There will be a recommended pre-bid meeting. This will start at 1:30 p.m. local time in Helling Conference Room in City Hall, 410 East Washington Street in Iowa City, Iowa on Tuesday, January 17, 2017. The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both individually listed on the National Register of Historic Places. The restoration work will include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Haflery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Final completion date October 1, 2017. Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354$973 Toll -Free 800-779- 0093 by bona fide bidders. A 150.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 125.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK SMECN vemme BuJdega aM FedYYes Nunagam MTrrjedsktllY P" Cabin Ra5onflon P,ojeG6mnl.M. MbW doam.nt allmb bidders for CITY PARK CABM RESTORATION PROJECT Eao , Julie Voparil From: Carla Long <CLong@mbionline.com> Sent: Thursday, January 05, 2017 4:37 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 1.5.17 Notice to bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City Park Cabin Restoration Project A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): January 5, 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. January 5, 2017 Date Network VQ [ `� President/CEO of The Construction Update Plan Room Carla Long Project Information Specialist - Construction Update Network Master Builders of Iowa 221 Park Street • PO Box 695 • Des Moines • Iowa • 50306 Phone 515.657.4400 • Office 515.288.8904 •• Fax 515.288.8718 email: clongAmbionline.com web: www.mbionline.com Project Infonnation Services Request Forms Electronic Plan Room Safety Publications Worksafe Bidding and Project Procurement Find us on Follow us on Social Media! InFacebook IowaBidDate.com 2 NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT RECEIVE® JAN 04 2017 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 2nd day of February, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 7" day of February, 2017, or at a special meeting called for that purpose. There will be a recommended pre-bid meeting. This will start at 1:30 p.m. local time in Halling Conference Room in City Hall, 410 East Washington Street in Iowa City, Iowa on Tuesday, January 17, 2017. The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both individually listed on the National Register of Historic Places. The restoration work will Include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety In the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after Its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Final completion date October 1, 2017. Liquidated Damages: $100.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-3545950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 50.00 refundable fee is required for each set of plans and specifications provided to bidders or other Interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable2$ 5.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422, Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantic es, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. JULIE VOPARIL, DEPUTY CITY CLERK e;WEClGwemmvNBWdlnps xd Fec""®MvnsGmeNMalsclslGb Pw4Gvbin RntwN Pmrsc"mnt.M SM Nd doo M%Wncem blddmfw C"PA"1( IN"EB M7MN PRO.IEGT.Eav CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY PARK CABIN RESTORATION PF IOWA CITY, IOWA April 4, 2017 �uruuni�� ,o•QQ,OFESS/94 W ALAN L WIESKAMP 5461 SEALS & SIGNATURES I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervisionand responsible charge. I am a duly Registered Architect underthe ews of the State of Iowa. Alan L. Wieskamp, AIA �,,J.��.•• •,. .0 •,���I*Irr... p. „*••••,• Registration expires June 30, 2017, Iowa Pages or sheets covered by this seal: ALL PAGES END OF SECTION 5461 l TITLE PAGE CERTIFICATIONS SPECIFICATIONS TAE NOTICE OF PUBLIC H NOTICE TO BIDDERS SPECIFICATIONS TABLE OF CONTENTS OF CONTENTS ............................... 2IN G .................................................. NOTE TO BIDDERS ................. ...... INSTRUCTION TO BIDDERS......... FORM OF PROPOSAL ..................... BID BOND ......................................... FORM OF AGREEMENT ................. 77 7YiT:nL1'[y:_12I1]jWJ7r�i1��1] IiLL Paae Number .../.................. TC -1 ......................... NPH -1 ........................ NTB-1 ........................ NB -1 ........................ IB -1 thru pg.7 .....I .................. FP -1 ........................ BB -1 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENT ) ............................................. GENERAL CONDITIONS................................................................................. SUPPLEMENTARY CONDITIONS ..................................... ............................ BIDDER STATUS FORM (2 PAGES) .... .....................................I................... 011100 SUMMARY 012100 ALLOWANCES 01 2200 UNIT PRICES 012300 ALTERNATES 01 2500 SUBSTITUTION PR CEDURES 01 2500.A SUBSTITUTION R QUEST 01 2600 CONTRACT MODI ICATION PROCEDURES 01 3100 PROJECT MANA EMENT AND COORDINATION 013233 PHOTOGRAPHI DOCUMENTATION 01 3300 SUBMITTAL PR CEDURES 013591 HISTORIC TRE TMENT PROCEDURES 01 4000 QUALITY REQ IREMENTS 01 5000 TEMPORARY ACILITIES AND CONTROLS 01 5639 TEMPORARY REE AND PLANT PROTECTION 01 6000 PRODUCT RE UIREMENTS 017300 EXECUTION 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL TC -1 ..... AG -1 ..... PB -1 .... CC -1 thru pg.8 .... GC -1 .... SC -1 thru pg 17 .... BSF-1 € ' OIVIS�ION 3 -+CONCRETE P -033000 CAST -IN-PLACE r1NISRT d AACcr)mpv 040140% \ MAINTENANCE OF 061000 ROUGH CARPENTRY 061323 LOG STRUCTURE R6 E ASSEMBLIES ✓Iv Wlvly I - I VmvlI /My✓ IvlVl 1 ✓RC rRV 1 CV I IVIV 071900 ATER REPELLEN S AND PRESERVATIVES 073129 VV90D SHINGLES�ND SHAKES 079200 JOINT SEALANTS ✓lv101vry O- Vrcl IIVVJ 080152 HISTORIC TREAPMENT OF WOOD WINDOWS vl v wlvly JI -Cf In perwy 312316.16 STRUCTVRAV EXCAVATION FOR MINOR STRUCTURES 313116 TERMITE)CONTROL ATTACHMENTS: FORM BID BC BIDDEI ATTACHMENT: G000 A101 A201 A202 A500 Z SHEET t & FOUNDATIO 1 ELEVATIONS 2 ELEVATIONS TC -2 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY PARK CABIN RESTORATION PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF CITY,\IOWA, AND TO OTHER INTERJ Publ notice is hereby given the!, the City Council o the City of Iowa City, low will conduct a public h ring on plans, specifi 'ons, form of contrail an stimated cost for th construction of the City Par Cabin Restorati Project in said City at 7 p.m.n the 18th day f April, 2017, said meeting to be h Id in the E a J. Harvat Hall in City Hall in sa City, o if said meeting is cancelled, at the xt me ing of the City Council thereafter as poste by t City Clerk. Said plans, specifi ti ns, form of contract and estimated cost are no on file in the office of the City Clerk in City Hal i Iowa City, Iowa, and may be inspected by any me sted persons. Any intereste perso s may appear at said meeting of the ity Coun it for the purpose of making objectio s to and c mments concerning said plans, sp ifications, co tract or the cost of making said i provement. This not- is given by orde of the City Coun- cil of the Ci of Iowa City, Iowa nd as provided by law. HRIS GUIDRY. CITY CL RK ROM Wld� aM Fw wmBpe WmjBWOv NPH -1 to A RESTOPATIONTION '�ii-1 i i �.ii:'. NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 30"' day of May, 2017. Sealed prop als will be opened immediately thereafter by the City Engineer or designee Bids submitted by fax machine shall not be eemed a "sealed bid" for purposes of this Project. Proposals received er this deadline will be returned to the bidder u pened. Proposals will be acted upon by the City Council at a meetin to be held in the Emma J. Harvat Hall at 7:00 P.M. o e 6"' day of June, 2017, or at a special meeting called for that purp s. Bidders may visit the public its, to have access to the interiors of the structure, please sche le in advance access with the project architectural consults Alan Wieskamp, at Shive-Hattery, Inc., 319-356-3040 or email at: awieskamo(cashive- hattery.com The Project will involve the folio 'ng: The project will involve structu I and architectural restoration work for two log cab' s in upper City Park on 200 East Park Road. The cabins are both indiv ually listed on the National Register of Historic laces. The restoration work will include but not be limited to wood shake hingle roof replacement, structural and co rete foundation stabilization, carpentry for wood floors, windows and doors a log replacement and repair. The work ' to follow strict historic guidelines within the plans and project manual. All work is to be done in strict complia with the plans and specificati s prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, whic have heretofore been approv d by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a fo fumished by the City nd must be accompanied in a sealed envelope, separate from the one containing the proposal, a bid bond execut by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. is bid security s II be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to t City of Iowa ity in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City ouncil's a rd of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and ainten ce of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds f th lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of th ntract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and r orted to the City Council. The successful bidder will be required to furnish a bon in amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety pprov by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harml s the C' from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall so guarant the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal cceptance by t City Council. The following limitations shall apply to this Proje . Working Days: Schedule as indicated on phasi plan in bid documen Substantial Completion date August 31, 2018; Final completion date October 1, 2018. Liquidated Damages: none The plans, specifications and proposed tract documents may be examin d at the office of the City Clerk. Copies of said plans and specifications and form of prop sal blanks may be secured at Tech . raphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, 1 wa City, Iowa 52240, Phone: 319-354- 950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provide to bidders or other interested persons. The fee shall be in the form of a chec , made payable to Technigraphics. The fee will returned if the plans are returned in unmarked and reusable condition w in 15 days of Council Award. A separate and onrefundable 125.00 shipping and handling fee will apply to plans that re sent through postal mail. Prospective bidders ar advised that the City of Iowa City desires to employ minority contrac rs and subcontractors on City projects. A listing of min ity contractors ran be obtained from the Iowa Department of E nomic Development at (515) 242-4721 and the Iowa epartment of Transportation Contracts Office at (515) 239-14 Bidders shall list on the Form f Proposal the names of persons, firms, companies or other p 'es with whom the bidder intends to subcontract. This list all include the type of work and approximate subcontract amount(s I I The Contractor awarded the c ntract shall submit a list on the Form of Agreement of the proposed s contractors, together with quantities, unit prices and a ended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. CHRIS GUIDRY, CITY CLERK S WEC\Gooemmm 13.11 n1 and Fedlitln MmpemmlWojeda\CIry Perk Cutin Reebr0on ProjedlFrwd m� and Md docurr allodoe to toMm for CITY PMI( CHIN RESTORATION PROJECT.dac NOTE TO BIDDERS 1. The ccessful bidder and all subcontractors are required to sLornit at least 4 days prior to awaWhree references involving similar projects, includ' g at least one municipal refereno Award of the bid or use of specific subcontract may be denied if sufficient favorable ferences are not verified or may be denie;Vbased on past experience on projects wit the City of Iowa City. 2. References sh II be addressed to the City Engineer�(nd include the name, address and phone number o the contact person, for City verifica ' n. 3. Bid submittals are:\ Envelope 1: Envelope 2: Envelope 3: Bid Bond Form of Proposal Bidder Status Form fpm INSTRUCTIONS TO BIDDERS ARTICLE 7 - DEFINITIONS 1.1 Bidding docu ants include the bidding requirements and the contract documents. The bidding require ants include the Advertisement or Invitation to bid, Instructi s to Bidders, the Bid orm, other sample bidding and contract forms, and the Contr Forms including addenda issued prior to receipt of bids. 1.2 The contract docu nts for the work consist of the Owner/Contractor greement, the Conditions of the Co tract (General and Supplementary Conditions) a Drawings, the Specifications and all deride issued prior to and all modifications ' ued after execution of the Contract. 1.3 Definitions set forth in A document A201, "General Co itions of the Contract for Construction", 2007 edition, r in other Contract Document are applicable to the bidding documents. A. Addenda are written o graphic instrument issued by the Architect prior to execution of the Contra which modify or nterpret the Bidding Documents by addition, deflection, clarifica 'ons or correct' n. B. A bid is a complete and pro rly sign d proposal to do the work or designated portion thereof for the sums st ulat therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated . he bid for which the Bidder offers to perform the work described in the bidd' g d uments as the Base, to which work may be added, or from which work m y be d ucted for sums stated in alternate bids. D. An alternate bid (or Alterte) is an a unt stated in the bid to be added to or deducted from the amo t of the base id if the corresponding change in the work, as described in bi ding documents, i accepted. E. A unit /kinga an am nt stated in the bid as price per unit of measurement for materiaervice as described in the bid 'ng documents or in the contract docum F. A biddeper on or entity who submits a bid. G. Asub-i a person or entity who submits a bi to a bidder for materials, equipmbor for a portion of the work. TICLE 2 —BIDDER'S REPRESENTATIONS 2.1 The bidder byg a bid represents that the bidder has read a d understands thebidding documnd the bid is made in accordance with those docu ants. 2.2 The Bidder heand understands the bidding documents or contract documents, to the extent thatocumentation relates to the work for which the bid is submitted'. TEN 2.3 The bidder has visited the site, has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid i based upon the materials, equipment and systems required the bidding documents ithout exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of a bidding documents may be o ined from the office of Office of Techni ra hic a division of Rapids productions located at 415 Fax:319-354-8973 To -Free 800-779-0093 bona fide bidders, for the deposit sum as indicated. The deposit will be ref ded to plan holders who return the bidding documents in go condition with i 15 days after receipt of bids. A bidder receiving a contract awar ay retain th bidding documents, and his deposit will be refunded. Successful su -bidders, i cluding material suppliers, may retain their bidding documents, and the depos' will be refunded if the Architect receives written notification within the 3 cafe dar day period following receipt of bids. B. Bidders shall use complete setsbidding documents in preparing bids. Neither the Owner nor the Archi c assumes responsibility for errors or misinterpretations resulting om he use of incomplete sets of bidding documents. No partial sets w I be iss ed. C. In making copies of the N ding docum nts available on the above terms, the Owner and the Architect o so only for a purpose of obtaining bids for the work, and do nor confer license or grant ermission for any other use of the bidding documents. D. Copies of the repc Documents may be Iowa during regular Owner's reproducti are not part of theAl upon which the i incorporated they in rtX / and drawings that are not xamined at Engineering vi, business hours, or may be n cost, plus handling charge. )ntract documents, but the "tech ider may rely as identified a by reference. 3.2 Interpretation or Corregion of Bidding Documents included with the Bidding on at City Hall, Iowa City, tained from the Owner at hese reports and drawings d\ al data" contained therein established above, are A. The bidders II carefully study and compare the bidding (documents with each other,and wi other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine thsite and local conditions, and shall at once report to the Architect errors, Inco sistencies or ambiguities discovered. B. Bidders *d sub -bidders requiring clarification or interpretation of the bidding documen s shall make a written request which shall reach the Architect at least nine dayo prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by Tim addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The mate ials, products and equipment described in the bidding cuments establish a tandard of required function, dimension, appearance and uality to be met by any\aroves d substitution. Refer to specification se on 012500 — Substitutiones for substitution requirements. Sub all request for substitutionsent 012500.A-1 at the end o/thatrspeci ation. B. If the Archita proposed substitutioneipt of bids, such approval willrth in an addendum. Bidderly upon approvals made in anynner. 3.4 Addenda A. Addenda will be mailed ork(elivered to all vglfo are known by the printing service to have a complete set of biddi g documenV. B. Copies of addenda will be)ade available for inspection wherever bidding documents are on file for that pu e. C. No addenda will be issued lat th n four (4) days prior to the date for receipt of bids, except for any one or m re of t following reasons: 1. An addendum withd wing the equest for bids. 2. An addendum whi includes po tponement of the date for receipt of bids. 3. An addendum i ued after recei t of bids and prior to execution of the /ended ct. D. Eacshall scertain prior to submi ing a bid that he has received all addued, nd the bidder shall ackn ledge their receipt in the proper locae d form. ARTICLE4—BIDDINGPROCEDU S 4.1 Form and idsA. A scopy of the bid form is contained wit 'n the back cover of this docB. Fillks on the bid form by typewriter or manually i ink. C.here so indicated by the makeup of the bid form, sums hall be expressed in oth words and numerals, and in case of discrepancy b tween the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the sig rt�r of the bid. E. All requested alternates shall be bid. If no change in the base \bid is required, "No Change". F. Where two or more bids for designated portions of the work have been requested, IM 4.2 4.3 4.4 the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder fid a statement I t the bidder is a sole proprietor, a partnership, a corporation arsome other legal ent Each copy shall be signed by the person or persons legally authorized to bind t bidder to a contract. A bid by a corporation shall further give the state of incorpo tion and have the corporate seal affixed. A bid submitted by an agent shall hav a current power of attorney attached certifying the agent's authority to bind the bi er. H. No bid may bwithdrawn for a period of 30 calendar days after the date of opening. Bid Security A. Each bid shall be ac panied by a bid security in the amount of ten percent (10 %) of the base bid an in the form of surety bond pledging that the bidder will enter into a contract wit the Owner on the items stated in his bid and will, if requested, furnish bonds vering the faXul performance of the contract and the payment of all obligations a 'sing there -"under. Should the bidder refuse to enter into such contract or fail to f nish such bond if required, the amount of the bid security shall be forfeited to the,9wngr as liquidated damages, not as a penalty. A cashier's check, cash or certified h*k will not be an accepted bid bond. B. Surety bond shall be writt/il I ed "Bid Bond" form bound within the project manual and the attorneyho xecutes the bond on behalf of the surety shall affix to the bond a cnd cu nt copy of power of attorney. C. The Owner will have thretain t bid security of bidders to whom an award is being considerether:1. The contract has ecuted and nds have been furnished. 2. The specified timpsed so that a bids may be withdrawn. 3. All bids have beed. Bidder Status Form A. Bidder Status form Submission of Bids A. All copies of the submitted with tl instructed in Secti the party receivir identified with t envelope's cont enclosed in a ENCLOSED" on I B. Bids shall be be submitted with the bid, in a 'separate envelope. id, the bid security and other documents required to be bid shall be enclosed in sealed opaque envelopes as NB — Note to Bidders. All envelopes shall be addressed to the bids ("City Clerk, City of Iowa City"), and shall be project name, the bidder's name and address, and the If the bid is sent by mail, the sealed envelopes shall be arate mailing envelope with the notation "SEALED BID face of that envelope. at the designated location prior to the time and date for HE receipt of bids. 1. Location: Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on Tuesday. May 30, 2017. C. Bids{, received after the time and date for receipt of bids will be returfed unop�ned. D. The bi der shall assume full responsibility for timely delivery a he location designa d for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will notAceive consideration. 4.5 Modification or WithdLawal of Bid 5.1 5.2 5.3 A. A bid may not modified, withdrawn or canceo the bidder after the stipulated time and date d signated for the receipts, s, and each bidder so agrees in submitting his bid. B. Prior to the time an�ate designated f receipt of bids, a bid submitted may be modified or withdra n by notice the party receiving bids at the place designated for receip of bids. S h notice shall be in writing, signed by the person or persons leg notice is electronic, i authorized to bind the on or before the date as not to reveal the an C. Withdrawn bids may resuq bids provided that t ey are th Bidders. D. Bid securityall be in an resubmitted. ARTICLE 5 — COIN Opening of Bi s ,or' ed to bind the bidder to a contract. If written rfirmation from the person or persons legally o a contract shall also be mailed and postmarked set for receipt of bids, and it shall be so worded the original bid. :ed up to the time designated for the receipt of fully in conformance with these Instructions to A. The/properly identified bids received on aloud. of Bids sufficient for the bid as modified or OF BIDS be opened publicly and will be A. The Owner will have the right to reject any or all ' s, and to reject a bid not accompanied by the required bid security or by ono er data required by the bidding documents, or to reject a bid which is in any way complete or irregular. Accbptance of Bid (Award) A. 1 -It is the intent of the Owner to award a contract to \in est responsive responsible bidder provided the bid has been submittedrdance with the IQU B. requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. \ ARTICLE 6 — POSTJID INFORMATION 6.1 Submittals \\ A. The names f those persons, arms, companies or other parties with whom the bidder inten to enter into a major subcontract, together with the type of subcontracted ork and ap oximate dollar amount of the subcontract will be submitted within 4 hours f bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, with% se en (7) days of notification of selection for the award of a contract for the work, mit the following information to the Architect: 1. A designation o th work to be performed by the bidder with the bidder's own forces. 2. The proprieta name and the suppliers or principal items or system of materials an equipm( n roposed for the project. C. The bidder will be quired to est' ish to the satisfaction of the Architect and the Owner the reliab' %ty and responsibility of the persons or entities proposed to furnish and pert m the work describeXin the bidding documents. D. Prior to thea rd of the contract, the A?,hitect will notify the bidder in writing if either the Ow er or Architect, after due in estigation, has reasonable objection to any such proposed person or entity. the Owner or the Architect has reasonable bjection to such proposed perso or entity, the bidder may, at the bidder's op on: a 4 1. ithdraw the bid. 2. ubmit an acceptable substitute person or entity with an adjustment in he bid price to cover the difference in cyst occasioned by such substitution. D. The Owner may accept the adjusted bid price or may di�ualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAY ENT BOND 7.1 Bond Requirements LIM A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Tim of Delivery and Form of Bonds A. The`Vdder shall deliver the required bonds to the, Owner not later than three (3) days t„ollowing the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will'be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 —'PRE-BID CONFERENCE 8.1 Conference A. The project is on public land and bidders may visit the site, to have access to the interiors of the structure, please schedule in advance access with the project architectural consultant, Alan Wieskamp, at Shive-Hattery, Inc., 319-356- 3040 or by email at: awieskamp@shive-hattery.com 8.2 Parking A. Limited me red parking is available neighboring the site. 5\REC\Gwemmenl Buildings and alibes Management\Projeds\City Park Cabin ResloraUon Projsct\ mn,t;.ends and bid docunaadlA2ebid May 201niB - Instmctans to Bidders- ty Pan, Cabin RestonAon Project- rebid May 2017.doc .41 a `Z E IB -7 FORM OF PROPOSAL CITY PARK CABIN RESTORATION PROJECT CITY OF IOWA CITY Name of Bidder: Address of Bidder: BIDS RECEIVED BEFOR 3:00 PM local time on May TO: City Clerk City of Iowa City City Hall 410 East Washington Str t Iowa City, Iowa 52240 In response to your request for bid and in compliance with the Procurement and Contracting Requirements, the undersigned pro ses to,,'furnish all labor, materials and equipment, all supervision, coordination, and all relateX incidentals necessary to perform the work to complete CITY PARK CABIN RESTORATION P ]tCT in strict accordance with the Project Manual and the Drawings dated April 4, 2017, inckpking Addenda numbered and inclusive, prepared by Shive-Hattery, Inc;¢fo the amounts of: BASE BID: Roof Repairs Alternate No. 1: Foundation Add the Sum of: Alternate No. 2: Add the Sum of: Dollars and Restoration: Dollars Alternate No. 3: Ploor Rehabilitation and Restoration: Add the Sum of: FP -1 of 3 Alternate No. 4: Window and Door Repairs: Add the Sum of: Total amount with all alternates: Dollars Dollars Dollars ( Unit Price No. 1: Log replacement -\debarked, roun4rsoftwood logs D Ilars ($ ) Per Board Ft. Unit Price No. 2: Log replacement — debarke ewn square hardwood timbers \repl ) Per Board Ft. Unit Price No. 3: Log replacement — Saw/Lumberment Dollars ($ ) Per Board Ft. The names of thosepersons, firms, a major subcontract, together with tl of the subcontract will be submitt, responsive, responsible bidder. NOTE: All subcontractors are The undersigned bidder certifies connection with any other person The undersigned bidder stat Documents and agrees that, conditions of this proposal an more specific shall prevail. In submitting this Proposal, of thirty (30) consecutive c ccinpanies or other parties w' whom we intend to enter into i type of subcontracted work a approximate dollar amount within 24 hours of bid open\and pparent lowest :t to approval by City. t this proposal is made in good fout collusion or persons bidding on the work. that this proposal is made in conformity with the Contract the event of any discrepancies or differences between any ie Contract Documents prepared by the City of Iowa City, the undersigned agrees that the Bid will not be withdrawn for a period lar days following the date of the Bid Opening. Further, that if a FP -2 of 3 Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then exe ute and deliver to the Owner address the Agreement, the Procurement, Labor and Material P ent Bonds, and the certificates of insurance, and will proceed in accordance with requirem s of the Contract Docu nts for this project, and have the Project at Substantial Completion or before August 31, 2018. Firm: Signature: P ted Name: Title: % Address: Phone: FP -3 of 3 BID BOND as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa cir Iowa, "OWNER;" in the sum of provided. We asV our heirs, executc conditioned on the Project. NOW, Dollars to pay saidgum as herein and Surety further promise and declare that these administrators, and successors jointly and icipal submission of the accompanying bid, d (a) If said Bid shall 1% rejected, or in the all (b) If saidBid shall be pted and the P in the form specified, nd the Principal faithful performance o aid Project, an labor or furnishing mate Is in conneq perform the Project, as ag ed to by e shall bind This obligation is for 70r, al shall execute and deliver a contract then furnish a bond for the Principal'she payment of all persons performing m therewith, and shall in all other respects City's acceptance of said Bid, then this obligation shall be void. Otherwiskthf obligation shall remain in full force and effect, provided that the liability of the Surety for and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. Ix By virtue of statutory authority, thII amount of this bid bond shall be forfeited to the Owner in the event that the Principal s to ex ute the contract and provide the bond, as provided in the Project specifications or @11§ required 6y law. The Surety, for value receivef, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way a impaired or affe ed by any extension of the time within which the Owner may accept such id or may execute suk contract documents, and said Surety does hereby waive notice of any sJfch time extension. The Principal and the SUfety hereto execute this bid bolt this 20 Witness Witness day of (Seal) Principal By (Title) ate_ (Seal) Surety By Attorney-in-fact) Attach Power -of -Attorney '� BB -1 of 1 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of to City, Iowa ("City"), and eF Where\April, s prepared certain plans, specifications, propo and bid documents dated the 4th d017, for the City Park Cabin Restoration ("�P� ject"), and Wheres, specifications, proposal and bid daduments accuratelyand fully describe the teditions upon which the Contractor is filling to perform the Project. NOW, , T IS AGREED:1. ere accepts the attache proposal and bid documents of the Contractor for the .ect, and for the 2. This Agreement consi of the foll6v herein by reference: a. Addenda Numbers b. "General Condition as amended; C. Plans, is listed therein. component parts which are incorporated Contract for Construction" AIA DOC A201-2007, d. SpecificatioUb and Supplemental Conditions; e. Notice to/ f. Note to E g. Perfo ance and Payment Bond; h. Re riction on Non -Resident Bidding on i. ntract Compliance Program (Anti-Dis j. roposal and Bid Documents; and al -Aid Projects; Requirements); k. This Instrument. The above omponents are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG -1 of 2 prices, and extended dollar amounts, ar)accordance s follows in "Attachment A." Payments are to ,be made to the Contractor i with the Supplementary i,4. The Pro ct base bid submitted by for4of proposal is in the amount of: Citv (Signature) (Printed name) ATTEST: (Printed name) City Clerk 00 Dollars ($ .00). as part of ttjls agreement. date is I_and final completion date 6' day of 4bne, 2017. [DATE BASED ON FORMAL COUNCIL RESOLUTION NUMBER XX -XXX]. Contractor (Signature) (Printed name) Mayor (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) ApprovedBy: City fit mey's Office i ' AG -2 of 2 $ 5. No Alternate in( _� 2 •mss,! (moi a. Substantial Co 7. CONTRACT DA' MEETING AWARDING Citv (Signature) (Printed name) ATTEST: (Printed name) City Clerk 00 Dollars ($ .00). as part of ttjls agreement. date is I_and final completion date 6' day of 4bne, 2017. [DATE BASED ON FORMAL COUNCIL RESOLUTION NUMBER XX -XXX]. Contractor (Signature) (Printed name) Mayor (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) ApprovedBy: City fit mey's Office i ' AG -2 of 2 PERFORMANCE AND PAYMENT BOND (insert the name and address or legal title of the Contractor) Nereinafter called the Contractor and called the Surat) hereinafter called as (insert the legal title of the Surety) as Surety,/hereare held and firmly bound unto the City of Iowa City, Iowa, ►e Owner, in the amount of Contractor and Sur successors and assign WHEREAS, Contractor 1 for the pa ent for which hereby bind themselves, their heirs, executo , administrators, jointly and severally. as of (date) written Agreement with Own r for the City Park Cabin Resti WHEREAS, the Agre ment requires execution of Bond, to be completed by Contractor, in accordance wit by Shive-Hatterv�r , Inc, which Agree ant is by referen a upon work is hereafter referred to a he Project. into a tji Project; and is Performance and Payment is and specifications prepared a part hereof, and the agreed - NOW, THEREFORE, THE C DITION F THIS OBLIGATION are such that, if Contractor shall promptly and faithfully rfor said Agreement, then the obligation of this bond shall be null and void; otherwise it s remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives noti of an alteration or extension of time made by the Owner. B. Whenever Contract/hing e, and is declared by Owner to be, in default under the Agreement, the Owperformed Owner's obligations thereunder, the Surety may promptly remedfault, or shall promptly1. Complete tht in accordance with'the terms and conditions of the 2. Obtain a id or bids for submission to Owne r completing the Project in accord ce with the terms and conditions of a Agreement; and upon deter ination by Owner and Surety of the lowest r ponsible bidder, arrange for contract between such bidder and Owner, and make available, as work pr grasses (even though there may be a default or a succession of defaults der the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the PB -1 of 2 C. ` The balance of the Contract Price, but not exceifding the amount set forth in the first paragraph hereof. The term "b this paragraph, shall mean the tota nder the Agreement, together t reto, less the amount properly p ntr ctor and Contractor's Surety s covered by his bond in good repair for formal accep nce of the improvement y alance f the Contract Price;' as used in I am nt payable by Owner to Contractor wit any addenda and/or amendments pa by Owner to Contractor. II be obligated to keep the improvements period of one (1) years from the date of the Owner. D. No right of act n shall accrue to or r the use of any person, corporation or third party other than he Owner named erein or the heirs, executors, administrators or successors of Ow er. IT IS A FURTHER CON Surety, in accordance with p vi: firms or corporations having c subcontractors, all claims due performance of the Agreement Chapter 573, Code of Iowa, are set out herein. SIGNED AND 20 IN THE Witness FIOOF THIS OBLIGATION that the Principal and Chapter 573, Code of Iowa, shall pay to all persons, (dfior'ectly with the Principal, including any of Principal's r labor performed or materials furnished in the whose benefit this bond is given. The provisions of 1 of this bond to the same extent as if it were expressly THIS \ DAY OF PB -2 of 2 (Principal) (Title) (Surety) (Title) (Street) 3 (City, State, Zip) (Phone) On SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contr work. ' This policy prohibits discrimination by the City's contractors, consultants and vendors and req them to ensure tha applicants seeking employment with them and their employees are treated ally without regard to r color, creed, religion, national origin, sex, gender identity/sexualorie. ion, disability, marital status, nd age.It is the Citys int tion to assist employers, who are City contractors, vendos, in designing and implementing ual employment opportunity so that all citizens will be ccessibility and opportunity to gain d maintain employment. PROVISIONS: 1. All contractors, ndors, and consultants requesting toutiodo iness with the City must submit an Equal Opportun' .Ii, before the execn he contrail. 2. All City contracto ,vendors, and consultants ith contracts of $25,000or more (or less) if required by other governmental agency) st abide by the requirements of the City's Contract Compliance gram. Emergency contract may be exempt from this provision at the discretion of the City. R ardless of the value of a contract, all contractors, vendors, and consultants are subject to a City's Human Righ Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are sponsible for suring that City contractors, vendors, and consultants are made aware o he City's ntract Compliance Program reporting responsibilities and receive the appropriate rep ing fo . A notification of requirements will be included in any request for proposal and notice o ids. ,7 4. Prior to execution of the contract, the'cohipleted and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other require9d material must be received and approved by the City. 5. Contracting departments are respopsibl' foranswering questions about contractor, consultant and vendor compliance du g the course of the contrail with the City. i 6. All contractors, vendors, and co sultants st refrain from the use of any signs or designations which are sexist in nature, su as those ich state "Men Working" or "Flagman Ahead;' and instead use gender neutraJdnsultants 7. All contractors, vendors, anmust a ure that their subcontractors abide by the City's Human Rights Ordinance.ity's protected cl ses are listed at Iowa City City Code section 2-3-1. CCI of 8 Li a7 Cn _ SECTION II -ASSURANCE OF r: e. The following sets forth the minimum requirements of a s; Program which will be reviewed for acceptability. PLEASE F SECTION T\THE CONTRACTING DEPARTMENT PI CONTRACT. , ry Equal Employment Opportunity I PAGES 2 THROUGH 3 OF THIS TO THE EXECUTION OF THE With respect to thelqrformance of this contract, the con ctor, consultant or vendor agrees as follows: (For the purposes oft a minimum requirements, "contr or shall include consultants and vendors.) 1. The contractor not discriminate against an employee or applicant for employment and will take affirmative eff s to ensure applicants a employees are treated during employmenl without regard to th race, color, creed, re ion, national origin, sex, sexual orientation, gender identity, disability, ma I status, and age. ch efforts shall include, but not be limited to the following: employment, omotion, demotio , or transfer; recruitment or recruitment advertising; layoff or termination; rate of pay or other orms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all sot 'tations r advertisements for employees placed by or on behalf of the contractor; state that it is a equ opportunity employer. Note: Contracts that are federally funded subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1 et seal and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, s said regulations and orders. 3. Provide a copy of your writtei Equal�ployment Opportunity policy statement. Where is this statement posted? 4. What is the name, tel phone number and ad ss of your business' Equal Employment Opportunity Officer? r (Please print)----- ----------- ------ Phone number Address 5. The undersig/nessary ees to display, in conspicuous places at, the work site, all posters required by federal and sfor the duration of the contract. NOTE''The City can provide assistance in obtaining the posters. CC -2 of 8 6. How Ikes your business currently inform applicants, employees, and recru (includi unions) that you are an Equal Employment Opportunity employer? The above responses to qua ns 1 through 6 are true and correct reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name Date CC -3 of 8 SECTION III SUGGESTED STEPS TOASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportu ities. Document the policy and post it in a conspicuou place so that it is known to all your employ s. Furthermore, disseminate the policy to all potential so ces of that and to your subcontractors string their cooperation. The policy statement should recogn' and accept your responsibility to provide qual employment opportunity in all your employment practices. n regard to dissemination of this policy, Itip can be done, for example, through the use of -letters to all red itVoabi urces and subcontractors, p sonal contacts, employee meetings, w&5 page quo s t in g s , emplobooks, and advertising. r_ -2cQUAL`EMPLOYMENRTUNITY OFFICER Designat�n equal employmenunity officer or, at mi um, assign someone the responsibility of administering and promoting yoy's Equal Employ nt Opportunity program. This person should have a position in your organizamphasizes the i ortance of the program. 3. INSTRUCT STAFF Your staff should be aware of require o abi by your Equal Employment Opportunity program. All employees authorized to hire,se, promo , or ischarge employees or are involved in such actions should be trained and requiredly with yo olicy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential /eeknployees know y area equal opportunity employer. This can be done by identifyingurself on all rec itment a ertising as "an equal opportunity employer". (b) Use recruitmsources that ar likely to yie diverse applicant pools. Word-of-mouth recruitment wonly perpetual the current position of your workforce. Send recruitment sources a lettannually whi reaffirms your mmitment to equal employment opportunity and requests ir assistan n helping you rea diverse applicant pools. (c) Analyze andview your panys recruitmeItobid rocedures to identify and eliminate discriminatoryrriers. (d) Select and trpersons volved in the emplent process to use objective standards and to suppoqual em yment opportunity g. (e) Review perioally job scriptions to make sey accurately reflect majorjob functions. Rew edu ion and experience rements to make sure they accurately reflect the reqement for successful job Perfo (f) Review the jppli ion to insure that only job d questions are asked. Ask yourself "Is tinfor ation necessary to judge plicant's ability to perform the job applied for?" ly u job-related tests which dt versely affect any particular group of people. (g) Monitor intervs arefuIIy. Prepareintew uastions in advance to assure thah are only job related. Trainur in rviewers on discrimination laws. Biased and sive judgments in personal intews n be a major source of discrimination(h) Improve hirind selection procedures and usen-bias promotion, transfer and training policito increase and/or improve theersity f your workforce representation. Companies must make sure procedures for selg cand ates for promotion, transfer and training are based upon a fair assessment n empl ee's ability and work record. Furthermore, all companies should post antherwise publicize all job promotional opportunities and encourage all qualified employto bid o them. CC -4 of 8 Attached for your informatio Ordinances which prohibits c a sample policy. Please not mandated for protection by Fe doing business with the City of the local ordinance in conju is a copy of Section 2 — 3 — ain discriminatory pra:ht1c e that the protected a. r CITY OF IOWA CITY /of the Iowa City Code of in employment as well as stics include some not de I or State law. As co ntractor, consultant or vendor of I a City you are equired to abide by the provisions nction ith your pert mance under a contract with the City. CC -5 of 8 V- 1 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees tri This CorRanj*iq it employees shall not discriminate employrpent Eased o1N his or herla g e, national identity,:' marital s t a t u race, religion, sex, or discrimimstion policy exten to decisions involving hir recruitmFMt or recruitment a ertising; layoff or termin• compensation; and selection f1lit training, including ap its employees will provide a v7qking environment r All employees are encouraged disabilities forem ployment. The Equal Name: Address: Telephone Number: — — — — — lihst any employee or applicant for Pin, color, creed, disability, gender al orientation. The anti - promotion, demotion, or transfer; m; rates of pay or other forms of iticeship. Further, this C o m p a n y a n d from such discrimination. minority jAnd women applicants and applicants with is: NOTE: This is a SAMPLE ONLY. ou may wish tk confer with your EEO officer or legal counsel to formulate a policy which sp cifically meets the keeds of your company. CC -6 of 8 2-3-1: NT: EXCEPTIONS: A. It shall be unlawful for A employer to refuse to hire, accept, register, classify, prgKote or refer for employment, or to othe a discriminate in employment against any other perjoh or to discharge any employee because of age,Xolor, creed, disability, gender identity, maritalst s, national origin, race, religion, sex or sexual orien ion. (Ord. 03-4105, 12-16-2003) B. It shall be unlawful for any labor or nization to refuse to admit to n1gribership, apprenticeship or training an applicant, to expel any rXember, or to otherwise discri nate against any applicant for membership, apprenticeship ort rai g or any member in the pr' ileges, rights or benefits of such membership, apprenticeship ortraini because of age, color reed, disability, gender identity, marital status, national origin, race, religion, s x or sexual orientate of such applicant or member. C. It shall be unlawful for any employer, em oyment ag cy, labor organization or the employees or members thereof to directly or indirectly a,\ or' any other manner indicate or publicize that individuals are unwelcome, objectionable o not sol' ted for employment or membership because of age, color, creed, disability, gender identity, arit status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995 D. Employment policies relating to pregnancy arJ5 eNidbirth shall be governed by the following: 1. A written or unwritten employment policy r prat a which excludes from employment applicants or employees because of the employee's egnancy a prima facie violation of this title. 2. Disabilities caused or contributed to b the employ ".'s pregnancy, miscarriage, childbirth and recovery therefrom are, for all job rel ed purposes, t mporary disabilities and shall be treated as such under any health or temporary isabilityinsuranc or sick leave plan available in connection with employment or any written or written employme policies and practices involving terms and conditions of employment as appli to other temporary disabilities. E. It shall be unlawful for any person t solicitor require as a condi n of employment of any employee or prospective employee a test for he presence of the antibody t e human immunodeficiency virus. An agreement between an empl er, employment agency, labor orga ' ation or their employees, agents or members and an emp yee or prospective employee concern employment, pay or benefits to an employee or pros ective employee in return for taking a tes for the presence of the antibody to the human immuno efficiency virus, is prohibited. The prohibitio of this subsection do not apply if the state epidemio gist determines and the director of public heal declares through the utilization of guidelines establ hed by the center for disease control of the Unite fates department of health and human service , that a person with a condition related to acquired im a deficiency syndrome poses a significa risk of transmission of the human immunodeficiency virus t other persons in a specific occup tion. F. The following are exempte from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instluctional personnel or an administrative officer, serving in a supervisory capacity of a borjb fide religious educational facility or religious institution shall be presumed to be bona fide occupational qualification. (Ord. 94-3647, 11-8-1994) 2. An employer or tmployment agency which chooses to offer a ployment or advertise for employment to Tly the disabled or elderly. Any such employ ent or offer of employment shall not discnmi ate among the disabled or elderly on the bfisis of age, color, creed, disability, gender Identity, marital status, national origin, ra , religion, sex or sexual orientation. (Ord. -3697, 11-7- 1995) 1. The employment employer or men 2. The employment of in( employer or members rls for work within the homgrof the employer if the family reside therein durir,6 such employment. its to render personal s$ivice to the person of the employer's family. (Orjf. 94-3647, 11-8-1994) 3. The employment on the bApis of sex in those occupational qualification rdl@sonably necess business or enterprise. The ona fide occupa narrowly. (Ord. 03-4105, 12- 6-2003) 4. A state or federal program designed to be bona fide public purpose. (Ord. �4-3647, 11 in instances where sex is a bona fide the normal operation of a particular qualification shall be interpreted a specific age classification which serves a 1994) 5. The employment on the basis of 'sabili in those certain instances where presence of disability is a bona fide occupation qu lification reasonably necessary to the normal operation of a particular business o e erprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 105, 12-16-2003) 6. Any employer who regularly empl s ss than four (4) individuals. For purposes of this section, individuals who are mem ers the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-1 2008) CC -8 of 8 "General Cond except as ame GC -1 of 1 7 amended, shall apply CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 - GENERAL 1.1 INTRODUCTION A. The followi supplements modify the "General Conditions of the Contract for Construction", AIA Document 01-2007. Where a portion of the General Conditions is modified or deleted by these Supple entary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in t se Supplementary Conditions will have meanings assigned to them in the General Condition are Additional terms used in th a Supplementary Conditions have the meanings indicated -low, which applicable to h the singular and plural thereof. C. Deletions from the AIA A201 are indicated a cErke eut and additions to the AIA A201 are indicated as "bold italic D. The OWNER and CONTRACTOR may xercise such rights or remedies as either may otherwise have under the Contract D uments or by Law or Regulations in respect to any dispute. Disputes shall be\resoly d by legal or equitable proceedings in a court of appropriate jurisdiction. Under ngycircumstances shall binding arbitration be required as to any dispute arising between ttA parties or under the Contract Documents. E. Delete all references to media/lon and arbitration in their entirety 1.2 ARTICLE 1 - GENERAL A. Add the following paragrA h 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any refe nce within the Contract Documents of the Agreement between Owner and Contracp6r should be substituted with of the Form of Agreement between Owner and Contra or (hereinafter the Agreement). The Form of Agreement is listed as AG in the Project h7anual. B. Change paragr h 1.1.3 to read as follows: 1.1.3 The t "Work" means the construction and services required by the Contract Documents, hether completed or partially completed, and includes all other labor, tools, materials, Aquipment, transportation, services, taxes, insurance and all other services providedr to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constit a the whole or a part of the Project. The Contractor shall provide all work and matepials which any part of the Contract Documents require him to provide. C. AV the following paragraph 1.2.4: .4 Sections of Division 1 - General Requirements, 'govern the execution of all ections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after Fere pt of written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case aR appFOPFFate Ghange QFdeF shall be issued dedUGtIA9 the SUPPLEMENTARY CONDITIONS DOCUMENT SCA Owner may deduct from payments then or thereafter due the Contractor the reasenable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. aFe both subject to PFiGF apprevalhi If payments then or thereafter due the Contractor are not sufficient to cover such amounts, thQQQQQQ Contractor shall pay the difference to the Owner. The Vwner's actions pursuant to this Contractor shall not operate as a release of any ob gation of a surety. 1.4 (ARTICLE 3 -CONTRACT R Lr A: Change paragraphs 2.2 to read as follows: 3.2.2 Because the ontract Documents are co lementary, the Contractor shall, before starting each portion o the Work, carefully study a compare the various Contract Documents relative to that portion o the Work, as well as the i ormation furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of y existing conditions related to that portion of the Work, and shall obse a any conditions at t site affecting it. These obligations are for the purpose of facilitating co rdination and con uction by the Contractor and are not for the purpose of discovering a ors, omissions, r inconsistencies in the Contract Documents; however, the Contractor s II promptly re rt to the Architect any errors, inconsistencies or omissions discovered by or ade known t the Contractor as a request for information in such form as the Architect may re uire. It is r ognized that the contractor's review is made in the Contractor's capacity as a con c specifically provided in the Con or Architect for damage result Documents unless the Contra knowingly failed to report it to the knewing it involves involving a Documents without such notice responsibility for such performanc costs for correction. The Con without Contract Documents fii or Samples for such portion if I of as a licensed design professional, unless otherwise ments. The Contractor shall not be liable to the Owner i errors, inconsistencies or omissions in the Contract .ognized such error, inconsistency or omission and ect. If the Contractor performs any construction activity sized error, inconsistency or omission in the Contract Architect, the Contractor shall assume apprepriate shall bear all shall perform no portion of the Work at any time ne required, approved Shop Drawings, Product Data B. Change paragraph 3.3.2 to r d as folio : 3.3.2 The Contractor sha be respon 'ble to the Owner for acts and omissions of the Contractor's employees, bcontractors, Sub -subcontractors, vendors, materialmen and suppliers and their agen and employee and other persons performing portions of the Work under a contract with the ontractor or any its Subcontractors. C. Add the following 3.3.4- 3.3.4 Contractor sha maintain a qual�ed d responsible person available 24 hours per day, seven days p r week to respond to mergencies which may occur after hours. Contractor shall pr fide to Owner and Archit the phone number and/or paging service of this individual. D. Change paragraq 3.4.1 to read as follows: 3.4.1 Unless oylerwise provided in the Contract Do uments, the Contractor shall provide and pay for labor, rfaterials, equipment, tools, constructio equipment and machinery, water, heat, utilities, transprtation, storage, parking and other fac 'ties and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the formal request conditions set 1 3.4.6 By making y Contractor, it .1 represents tl and determined the .2 represents tt that the Contractor .3 certifies that itract has been executed, the Owner and the Architect will co sider a the substitution products in place of those specified only i1nder the in Section 01 60 00 - Post Bid Substitutions. rests for substitutions based on Subparagraph 3..4 above, the the Contractor has personally investigated the' roposed product is equal or superior in all respects to that spe ied. the Contractor will provide the same we rr ty for the substitution Id for that specified. v eXco data presented is complete a9dincludes all related costs under this Contract ex pt the Architect's redesign co s, and waives all claims for additional costs related t he substitution which sub se eptly become apparent; and .4 will coordinate the i tallation of the accepted bstitute, making such changes as maybe required for the WotX to be complete in all spects. .5 will adhere to the contlect schedule Change paragraphs 3.5 to read a follows: 3.5 The Contractor warrants the OyNer and Architect that materials and equipment furnished under the Contract will b of od quality and new unless the Contract Documents require or permit otherwise. The Co for further warrants that the Work will conform with the requirements of the Contract Docu s and will be free from defects, exGept fGF these" 'nheFeR' Work, materials or equipment not con/rm'ne requi ents may be considered defective. The Contractor's warranty excludesmage orefect caused byabuse,alterationstothe Work not executed by the Cper or insicienI maintenance,improper operation, or normal wear and tear ange. Ifrequi d bythe Architect,the Contractorshall furnish satisfactory evidend and quality materials and equipment. G. Change para ph 3.6.1 to read as follows: The Contr ror shall pay sales, consumer, use and ilar taxes for the Work provided by the Contrac that are legally enacted when bids are recei or negotiations concluded, whether or not effective or merely scheduled to go into ect. Contractors and approved s ontrectors will be provided a Sales Tax Exemptio Certificate to purchase building .Alaterials, supplies, or equipment in the performance of th ontract. The Contractor shall submit the information necessary for the certificates to be is d. All such information for said certificates shall be submitted to the City/Owner together in a submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall semp4y perform the Work in compliance with 3Q0 give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. I. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes„ ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor: shall assume full appFepFete responsibility for such Work and shall bear the costs attFibutable to iheceFFest ea and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor erycounters conditions at the site that are 1) subsurface or otherwise concealed physical conditiops that differ materially from those indicated in the Contract Documents or 2) unknown physical bonditions of an unusual nature that i differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no. event later than the next business day "� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and se an increase or decrease in the Contractor's costs of or time required for performance of an part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time or both. If the Architect determines that the conditions at the site are not materially different froA those indicated in the Contract Documents and that no change in the terms of the Contract is Vstified, the Architect shall promptly notify the Owner and Contractor in writing, stating the re ons. if ^theF paFty dspbstpq the ,.. deteFFFIFRatieR OF J. Change paragraph 3.11 to red as follows: 3.11 The Contractor shall intain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, CharNe Orders and other Modifications, in good order and marked currently to indicate field change and selections made during construction, and ene-copy e# all approved Shop Drawings, MS S Sheets, Product Data, Samples and similar required submittals. These shall be avails to the Architect and shall be delivered to the Architect for submittal to the Owner upon comp.a e 'ori of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine opo ations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that thle property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate 'its work in such a manner that the portions of the property occupied and,in use will not:be encumbered or the use interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and 'agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (ether than the Werk ` ^^ ^, but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liableaFdl .. s of ..•hethP- .. at 611611 Maim, damage, 1........ is Gaused in ^^Ft by a paFty indemnified heFeundeF. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. A N. Change parlaph 3.18.2 to read as follows: / 3.18.2 Contractor is not and shall not be deemed to be, an agent o/employee of the City of Iowa City, Iowa, In claims against any person or entity indemnified/under this Section 3.18 by an employee of t4 Contractor, a Subcontractor, anyone directly of indirectly employed by them or anyone for whoft ads they may be liable, the indemnification #Ibligation under Section 3.18.1 shall not be limited\y a limitation on amount or type of damages, compensation or benefits payable by or for the Nontractor or a Subcontractor under wo5k1er's compensation acts, disability benefit acts or other employee benefit ads. 1.5 ARTICLE 4- ARCHITECT A. Change paragraph 4.1.2 to reted as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner,GentFaster, and Architect. Consent shall not be unreasonably withheld. a B. Change paragraph 4.2.1 to read as follows 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided, in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the. Work completed, and report to the Owner 1) known deviations from the''Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owger will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employeba, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and eenify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2 6 The Architect has authority to reject Work which does not',conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authorityr o recommend to the Owner to require additional inspection or testing of the Work in accordant with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or co pleted. However, neither this authority of the Architect nor a decision made in good faith either t xercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect t Oe Contractor, , Subcontractors, material and equipment suppliers, their agents or employees, or other"persohs SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Archi ect's responsibilities at the site. The L FespeRsibilities and limitations of authWity F-m-sentatives shall be as set feFth in an exhibit to be the G A. 4.2.11 The Arc elect will interpret and make reco mendations to the Owner regarding decide matters conce ing performance under and requ' ements of the Contract Documents on written request of eith r the Owner or Contractor. Th Architect's response to such requests will be made in writing ithin any time limits agreed u n or otherwise with reasonable promptness. lf no agreement i made concerning the tim within which recommendations required of the Architect sh I be furnished in complia ce with this Paragraph 4.2, then the Architect i shall furnish such{ recommendations wit m such reasonable time after the request is made that allow sufficient time in the prof sional judgment of the Architect for review. 4.2.12 Interpretations nd recommendati s deeisiens of the Architect will be consistent with the intent of and reaso ably inferable fro the Contract Documents and will be in writing or in the form of drawings. en making suc interpretations and recommendations deeisieas, the Architect will endeavor t secure faithfuy performance by both Owner and Contractor, will not show partiality to either anwill not be I' ble for results of interpretations or recommendations desisieas rendered in good ith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add hefollowing: 5.2.1 The CONTRACTOR sharovide, within 24 hours of the bid opening, a list those persons, tions, companies or her parties to whom it proposes/intends to enter into a subcontract regarding this proj t as required on the Bid Form and the Agreement. 1. If no minority b i ss enterprises (MBE) are utilized, the CONTRACTOR shall furnish doc me ation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follo 5.3 By appropriate agree ent, writte where legally required for validity, the Contractor shall require each Subcontractor, o the exten of the Work to be performed by the Subcontractor, to be bound to the Contracto by terms of he Contract Documents, and to assume toward the Contractor all the obligati s and respon ibilities which the Contractor, by these Documents, assumes toward the Ow er and Architect. Each subcontract agreement shall preserve and protect the rights of the wner and Archite under the Contract Documents with respect to the Work to be performed b the Subcontractor s that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontracto unless specifically provided otherwise in the subcontract agreemen the benefit of all right , remedies and redress against the Contractor that the Contractor, by he Contract Documents, as against the Owner. Where appropriate, the Contractor shall re uire each Subcontracto to enter into similar agreements with Sub -subcontractors. he Contractor shall make a ilable to each proposed Subcontractor, prior to the execution of a subcontract agreement, co 'es of the Contract Documents to which the Subcontractor will a bound, and, upon written re est of the Subcontractor, identify to the Subcontractor ter s and conditions of the proposed ubcontract agreement which may be at variance with the ontract Documents. Subcontractors hall similarly make copies of applicable portions of such documents available to their respecti a proposed Sub -subcontractors. All warranties provided by the Subcontractors, including 11 express and implied warranties in the Contract Documents and the agreements [ween the Contractor and the Subcontractors and all warranties provided by law, sha run to and be for the benefit of the Owner, and the Owner shall have a direct right of ac n against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wrongfully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 /n all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work peri med directly by the Contractor's employees, not including oversight of such work pe ormed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for`WoZpifonned by his Subcontractor, ten percent (10%) of the amount due the Subcontract.3 For each Subcontractor, bcontractor involved, for any Work performed by such contractor's own forces, f' ben percent (15%) of the cost. .4 For each Subcontrac r, fir Work performed by his Sub -subcontractors, five percent (5%) of the amoun ue the �ub-subcontractor. .5 In order to facilitafe checking\of quotations for extras or credits, all proposals, except those so min r that their propriety can be seen by inspection, shall be accompanied by a omp/ete itemiz ion of costs including labor, materials and Subcontracts. 11nncase will a change volving over $200.00 be approved without such itemization. .6 Unless ose agreed, costs to which overhead and profit are to be applied shall be those costsin Subparagraph 7.3.6. 1.9 ARTICLE 8- TIME A. Change ragraph 8.2.3 to read as follows: 8.2.3 T e Contractor shall proceed expeditiously ith adequate forces and shall achieve Subst ntial Completion within the Contract time. T e Contractor shall bear all costs for overtime and all additional expense which may ise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it b omes necessary at times during construction for the Owner to accelerate the work, ea h Contractor or subcontractor when ordered and directed by the Owner, shall cease wor at any point and shall transfer his men to such points and execute such portion of his ork as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, URusual delay P devemes, unavoidable casualties or other causes beyond the Contractor's control, ^• by delay ^6•t``&zed delay, then the Contract Time shall be extended by C ange Order for such reasonable time as the Owner, with Oe advice of the Architect, may etermine. Such delays shall not be a basis for damage . An extension of the Contractime is the Contractor's sole remedy for such delay. 4. Delete paragraph 8.3.3 in its entirety. D. Add paragraph 8.4 LIQUIDATED DAMAGES to r9bd as follows: Since the actual monetary value of dama s sustained by the Owner as a result of delayed completion of the Work is extremel difficult or impractical to assess, the Owner and Contractor agree as follows: 1. Upon failure of the tractorto hieve "Final Completion" of the Work in compliance with req 'rements of he Contract Documents: The Contractor shall pay as liquidated dam es, aJ of as a penalty, the sum of amount as listed in the Notice to Bidders( Inston to Bidders) for each calendar day that "Final Completion" is delayed eyoe date written in the Agreement, subject to adjustments of the Cont ct as provided for in the Contract Documents. 2. The Owner shall give writt notice to the Contractor of intent to assess liquidated damages pursu t to provisions of this Article. Calculation of the amount of liquidated dam g s shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages a esse in accordance with these provisions are exclusive of other monetary, da ages to hich the Owner maybe entitled as a direct result of the Contractor's f lure to ac leve final completion of the Work in accordance with requirements o the Contra Documents. These liquidated damages are not intended to be excl sive of Owne 's right to terminate this Contract based on Contractors' failur to comply wit the terms and provisions of the Contract. 4. Partial performs ce of the Work of is Contract shall not relieve the Contractor from liability fo liquidated damages. 5. Contractor's16ility for liquidated da ages shall cease upon issuance of Final Completion ertificate for the Work of a Contract. 6. Notwithsta ding anything in the Contrac Documents to the contrary, amounts assessed the Contractor as liquidated qamages may be deducted by the Owner from any oney payable to the ContractoApursuant to this Contract. The Owner shall notify the Contractor in writing of a c im for liquidated damages prior to the date the Owner deducts such sum from mo ey payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanie by Contractor's partial waiver of SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. I B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of Ireiring ractor' Application for Payment, �ither issue to the Owner a Certificate for Payment, y t the Contractor, for such amount as the Architect determines is properly due, or noo ractor and Owner in writing of the Architect's reasons for withholding certification in in part as provided in Subparagraph\,9.5.1. Nothing herein shall be construed firing the Architect to reduce the retainage to be applied to payment applicaAll certifications and payments, including those pursuant to a pending claim, shtative and conditional and it shall not be,necessary for the Architect to make any st to this effect. Add paragraph 9.4.2.1.: 9.4.2.1 The Architeci';F determination as to the iss nce of or withholding of or the amount of payment reRected on Certificates of Pay ent shall subject the Architect to no liability whatsoever to t e Owner, Contractor, Sur , or any other person. Change paragraph 9.6.1 to ad as follows: 9.6.1 The Owner shall mak partial paymen to the Contractor within 30 days after the Owner has received a Ce 'ficate for P ment from the Architect. To insure proper performance of the Contract, he Owner ill retain 5% of each payment amount or such larger amount as will insure t at the r always remains a sufficient balance to complete the work, such retainage to be Id u til Final Acceptance of Work and shall so notify the Architect. Payment i; the mann — wo shall so at t., the AFGhite..t E. Change paragraph 9.8.4 to read s follo s: When the Work or designated ortion th eo a Certificate of substantial mpletion th t shall establish responsibil es of the Own utilities, damage to the ork, and insurance shall finish all items on a list accompanying f is substantially complete, the Architect will prepare shall establish the date of Substantial Completion, r and contractor for security, maintenance, heat, , and shall fix the time within which the contractor t Certificate. Warrant ant eG •eq iFed by the GeAtraGt F. Add paragraph 9.10.6: 9.10.6 Notwitl�anding any provision to the contr\thedat ontract, final payment of the retainage due the Contractor will be made nan 31 days from the final acceptance of the work by the Owner, subject toions and in accordance with the provisions of Chapter 573 of the Code of Iowamended. i G. Add paragraph 9.10.7' 9.10.7 Warranties required by the Contract Doluding those stated in the pptformance and payment bond, shall commenct of final, formal acceptance', of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or stora a of explosives or other hazardous materials or equipment or unusual methods are necessa for the execution of the Work, the Contractor shall give the Owner reasonable advance otice and shall exercise utmost care and carry on such activities under supervision of properly ualified personnel. C. Add paragraph 10.2.9: ' 10.2.9 When required 6 law or for the safety of'the Work, the Contractor shall shore up, brace, underpin and pr ect foundations and o her portions of existing structures which are in any way affected the Work. The Con ractor, before commencement of any part of the Work, shall give a notices required to be given to adjoining landowners or other parties. The Owner shall notified once the a notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph ages, .5 to r�as follow .5 claims for damages, other t an to the ork itself, because of injury to or destruction of tangible property, including exp ion, ion, col apse and damage to underground utilities and loss of use resulting therefrom; Change paragraph 11.1.2 to read as olio, 11.1.2 The insurance required by Su a liability specified in the Contract Doc Coverage whetheF shall be written n maintained without interruption from final payment and termination of an c and, with respect to the contractor' con period for correction of Work or fo such coverage as specified in the Contr ct Doc Change paragraph 11.1.3 to 11.1.3 Certificates of Insurai commencement of the Work of insurance. The name, ad must accompany the Project only. These c contain a provision that expire until at least 30 certificate evidencing operations, shall be sub thereafter upon renew Section 11.1.2. Infor t paid under the Gen al promptness. @graph 11.1.1 shall be written for not less than limits of nts or required by law, whichever coverage is greater. an occurrence eF Gla Fns made basis and shall be date of commencement of the Work until the date of verage required to be maintained after final payment, leted operations coverage, until the expiration of the ther period for maintenance of completed operations I as ronows. acceptable the Owner shall be filed with the Owner prior to thereafter u on renewal or replacement of each required policy is and ph" number of the insurance company and agent e. The liabili limits required hereunder must apply to this ertifi ate: and the insur nce policies required by this Section 11.1 shall c erages afforded and r the policies will not be canceled or allowed to ys' prior written notic has been given to the Owner. An additional ntinuation of liability verage, including coverage for completed itted upon final Application for Payment as required by Section 9.10.2 and or replacement of such cove age until the expiration of the time required by ion concerning reduction of c verage on account of revised limits or claims Aggregate, or both, shall be rnished by the Contractor with reasonable D. Delete paragraph h 1.1.4 in its entirety and add the f 11.1.4 Any policy or policies of insurance pui responsibilities under this contract shall include in the following type and minimum amounts: SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 paragraphs 11.1.4 through 11.1.14: by the Contractor to satisfy his/her tual liability coverage, and shall be Tyne of Covera Comprehensive General Liability Bodily Injury & Property Damage' Automobile Liability Bodily Injury & Property Damage Excess Liability Employers Liabili� Each Occurrence Aggregate $1,000,000 $2,000, 0 Combined Single Limit $1,000,000 $1,000,000 $1, 00,000 Each Accide t $500,000 Each Emplo}%e $500,000 Policy Limit \ $500,000 Professional Liability applicable) $1,000,000 $1,000,000 Workers Compensab Insurance as required by Chapter 85, Cod oflowa. Property Damage liabili 'nsurance must provide explosion, (lapse and underground coverage. Comprehensive General L bility using Insurance Servi s Office CG0001 or equivalent, shall include Contractual, Premises & Op rations, Products & Com eted Operations, Independent Contractors, Personal & Advertising Injury overages, and Aggre to Limits of Insurance (Per Project) endorsement. Automobile Liability shall include II owned, no owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no les than ollowing form coverage to the primary underlying policies. Workers Compensation shall include t e Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicabl . Tthe C n Agreement, Professional Errors nd Omiss Owner if claims made erode t e policy limits All liability policies above, 9kcept for Workers the Owners Government llmmunities Endor. for shall procure and maintain, during the life of this Liability Insurance. The Contractor will notify the ow those required above. Isation and Professional Liability, shall include [See attached]. 11.1.5 The City requires that the Contras is Insurance carrier be A rated or better by A.M. Best. I addition, the Contractors II be required to comply with the following prov/eto ith respect to insurance covera 11.1.ntire amount of Contractor's Ii ility insurance policy coverage limits, identhe policy and in the Certificate Insurance, must, under the policy, be availpay damages for which the insured ontractor becomes liable, or for which the issumes liability under the indemnity greement herein contained, and such covt;rage amount shall not be subject to reduction r setoff by virtue of investigation or defense costs incurred by Contractor's insurer. '11.1.7 The entire amount of the Contractor's liabili shall be payable by the Contractor's insurer, with self-insured retention to be attributed to, the Contractor by the City. Contractor's Certificate of Insurance must any such deductible or self-insured retention. 11.1.8 If Contractor's liability insurance coverage is SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 insurance policy coverage limits o deductible to be paid by, or nless this requirement is waived s forth the nature and amount of bject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. ' The Contractor shall include the Owner (City of Iowa City, including its employees agents and assigns) as additional insured on all policies, except worker's compensati and professional liability. Such additional insured endorsement(s) shall m ke the Contractor's iability insurance primary to the Owner's and, furthermore, shall n t be contributing wi any other insurance or similar protection available to the Owner, hether such avail le protection be primary, contributing or excess. Owner shall be an Additional Insure with repect to all required aforementioned coverages, which shall be tated on all Cert icates of Insurance. Such Certificates shall also state that the Governm tal Immunitie Endorsement (see attached) apply and said endorsements shall be attach d thereto. The Contractor shall require a y of its a ents and subcontractors who perform work and/or services pursuant to the rovision of this Agreement to purchase and maintain the same types of insurance as a requir d of the Contractor. 11.1.10 The City prefers that i insurance coverage. If Contractor ca. the Contractor must comply with the A. If the Contractor char coverage is canceled, d acceptance of the work, event. B. If Contractor's insu Contractor shall be its obligation herew C. If, during said required to obl either (1) punch two years after insurance cove this Contract M ctor provide it with "occurrence form" liability provide "claims -made" insurance coverage, then ing requirements: Trance carriers, or if Contractor's insurance contract period or within two years after City's )r agrees to immediately notify the City of such �e is canc§ uired to of Contractor "tail" coverage y Council accef e from its new i and after its ince or is allowed to lapse during said period, i replacement insurance coverage to fulfill Warily changes insurance carriers or is Ie from another carrier, Contractor shall its first carrier effective for a minimum of of the work, or (2) purchase "prior acts" covering prior acts during the period of D. "Tail" or "pr or acts" coverage so providkd shall have the same coverage, with the same "its, as the insurance speci i d in this Contract, and shall not be subject to any further limitations or exclu ions, or have a higher deductible or seff-insur,bd retention than the insurance whkch it replaces 11.1.11 The,City reserves the right to waive any o the insurance requirements herein provided. The City also reserves the right to rejec Contractor's insurance if not in compliance wl the requirements herein provided, an on that basis to either award the contract to t e next low bidder, or declare a default a d seek specific performance or termination, as the case may be. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 Inhe event that any of the policies or insurance coverage identified on Contractor's rtificate of Insurance are canceled or modified, then in that event the City may in its di cretion either suspend Contractor's operations or activities under this Contract, or to minate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Cont?Vctor shall be responsible for any clli�ductible amounts; including but not limited to the o ner's deductible on the owner's builder's risk. E. Delete paragraphs 11.in its entirety and add paragraphs 1.3 as follows: 11.3 PROPERTY /NSU NCE 11.3.1 OWNER shall pu hase and maintain prope y insurance upon the Work at the Site in the amount of the full placement cost thereo (subject to such deductible amounts as may be provided in the S elementary Conditi s or required by Laws and Regulations). This insurance shall: .1 include the interests of O11isted ONTRACTOR, Subcontractors, Owner's Engineering Consultants, an andividuals or entities identified in the Supplementary Conditions, an he rectors, partners, employees, agents, and other consultants and subcontra tornd any of them, each of whom is deemed to have an insurable interest and s aas an additional insured; .2 be written on a Buildelinlu is "all-risk" or open peril or special causes of loss policy form that shall at least de surancefor physical loss or damage to the Work, temporary buildings, false wod m terials and equipment in transit, and shall insure against at least the followin perils or c ses of loss: fire, lightning, extended coverage, theft, vandalism and mal' 1ous mischie earthquake, collapse, debris removal, water damage, and such other erils or causes f loss as may be specifically required by the Supplementary Conditio s; 3 include expensbs incurred in the repair d f replacement of any insured property; .4 include $1 ,000 for materials and equi ment stored at the Site or at another location that w agreed to in writing by OWNER krior to being incorporated in the Work, provided that uch materials and equipment hav been included in an Application for Payment rec mmended by OWNER; .5 all* for partial utilization of the Work by OWN4R; .6 fhclude testing and startup; and .7/ be maintained in effect until final payment is 16 Such coverage shall not include coverage fo loses or damage caused, by the negligent acts or omissions of Contractor or Sub%nirdracryors, or for damage tbmaterial or equipment while under the control of or sbContractor prior to. installation or prior to inclusion of such material oruipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3 All the policies of insurance (and the certificates or other evidence thereon required to be purchased and maintained in accord ce with paragraph 5.06 will contain a provision or end Bement that the coverage affor d will not be canceled or materially changed or rene I refused until at least 30 days p for written notice has been given to OWNER and CON RACTOR and to each other addit nal insured to whom a certificate of insurance has bee issued and will contain waiver p ovisions. 11.3.5 If CONTRACT requests in writing that of r special insurance be included in the property insurance p licies provided under par graph 5.06, OWNER shall, if possible, include such insuran and the cost thereof will be charged to CONTRACTOR by appropriate Change Or r or Written Amendme t. Prior to commencement of the Work at the Site, OWNER shall . writing advise C NTRACTOR whether or not such other insurance has been procu d by OWNER. Delete section 11.4 in its entire and add parag ph 11.4 to read as follows: 11.4.1 The Contractor shall f nish a Perfor al Bond and Labor and Material Payment Bond from a surety using t form incl ded in the Contract Documents, each in an amount equal to the Contract rice. Co t of such Bonds shall be included in the base bid. Each alternative bid shall i lude t e additional Bond cost. Contractor shall deliver the required Bonds to the Owner rior t the signing of the Agreement. 1 The Performance, Labor and ial Bond shall be executed in conformity with the American Institute of Architect's Do ment A-312 (1984 Edition), with coverage provided by a surety having a financial rating r A.M. Best of A, VII or higher. .2 Whenever the Contractor s all b and is declared by the Owner to be in default under the Contract, the Surety an Contra for are each responsible to make full payment to the Owner for any and all Additional ervices of the Architect as defined in the Owner/Architect Agreement wh' h are requirltd as a result of the Contractor's default and in protecting the Owner's rigq under the ag ement with the Contractor to remedy the Contractor's default or honor Jhe terms of the P rformance Bond. .3 These Bonds shall b maintained by the ntractor and shall remain in full force and effect until final acce ance of the Work by t Owner. The Contractor agrees and will cause the Surety to a ee to be bound by each a d every provision of all the Contract Documents. .4 The Surety shall iv written notice to Owner, wi in seven (T) days after receipt of a declaration of defau t, of the Surety's election either remedy the default or defaults promptly or to perfor the work promptly or to pay to O ner the penal sum of the bond, time being of the es ence. In said notice of election, the rety shall indicate the date on which the remedy lbr performance will commence, and it hall then be the duty of the Surety to give pro pt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs nec ssary to rectify construction error, architectural and engineering costs and fees, all onsu/tant fees, all testing and laboratory fees, and all legal fees and litigation costs inc rred by the Owner. .6 Th Surety agrees that other than as is provided in the Bond it may not demand of the Owne that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish an clerical assistance, (d) render any service, (e) furnish any papers or documents, r (f) take any other action of any nature or d¢scription which is not required of the Owner o be done under the Contract Documents. / 11.4.2Suretys//be satisfactory to the Owner and sh l/ be authorized to do business in the state of low 1.13 ARTICLE 13 - MISO€LLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract sh II be governed by the law of the State of Iowa or.�^ ,ere the B. Change paragraph 13.3.1 to ead as follows: 13.3.1 Written notice shall deemed to ave been duly served if delivered in person to the individual, to a member of the firm or en ty or to an officer of the corporation for which it was intended, or if delivered.at OF nt by r gistered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read a ollows: 13.5.1 Tests, inspections and app v sof portions of the Work shall be made as required by the Contract Documents and by app cabl laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public aut orities. nless otherwise provided, the Contractor shall make arrangements for such tests, i spections d approvals with an independent testing laboratory or entity acceptable to the Ow r, or with the ppropriate public authority, and shall bear all related costs of tests, inspections nd approvals. he Contractor shall give the Architect and Owner timely notice of when an where tests and spections are to be made so the Architect and Owner may observe su procedures. The ner shall bear costs of 1) tests, inspections or approvals that do no become requirements ntil after bids are received or negotiations concluded and 2) to s, inspections or approval where building codes or applicable laws or regulations prohibit a Owner from delegating t it cost to the Contractor. Copies of all reports, data and other documents related to to ts, inspections and approvals shall be provided to the rchitect as soon as practicable. D. Delete paragral5hs 13.7 E. Add the foil ' ing Section 13.8: 13.8 The Contractor shall maintain policies of employme t as follows: - .1 T46 Contractor and the Contractor's subcontractots shall not discriminate against any a loyee or applicant for employment because oface, religion, color, sex, age, disabi rty or national origin or otherwise as may be requir by local or state ordinance. The ontractor shall take affirmative action to insure that applicants are employed, and thaemployees are treated during employment without regard to their race, religion, cq or, sex, age, disability or national origin or otherwise as may be required by, local or, .'tate ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 1.14 1.15 layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicantsill receive consideration for employment without regard to race, religion, color, sex,.age, disability or national origin or otherjvise as may be required by local or state ordinance / Add the following Section 13.9: 13.9 The Contractor shall maintain CONTR CT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contra of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract C mpliance Program, which is included with these Specificatrions beginning on page CC -1. ARTICLE 14 - TERMINATION OR A. Add the following pa graph 14.2.1.5: .5 fails or refu s to provide Contract Documents B, Change paragraph 14.2. to read as I 14.2.4 If the unpaid bala ce of the G compensation for the Ar i damages incurred by the Contractor. If such costs e) the Owner. The amount to certified by the Initial Decis survive termination of the accounting, and legal e) Contract. ARTICLE 15- CLAIMS AND OF THE CONTRACT or proof of insurance as required by the inc ct Sum exceeds costs of finishing the Work, including iic s and expenses made necessary thereby, and other ;r and of expressly waived, such excess shall be paid to the .d the npaid balance, the Contractor shall pay the difference to paid the Contractor or Owner, as the case may be, shall be Ma r, upon application, and this obligation for payment shall The Contractor shall bear all testing, engineering, made necessary as a result of termination of the A. Change paragraphs 15. 1.1 thr ugh 5.1.3 to read as follows: 15.1.1 Definition. A Claim is dema dor assertion by one of the parties seeking, as a matter of right, payment of money, or other si lar relief with respect to the administration terms of the Contract during the perfo mance of a Work. The term "Claim" also includes other disputes and matters in question etween the caner and Contractor arising out of or relating to the Contract. The responsi ity to substan to Claims shall rest with the party making the Claim. Nothing in this Article els to li it claims by the Owner related to the performance of or quality of the W k. 15.1.2 Notice of Clai s. Claims by either t Owner or Contractor must be initiated by written notice to the other p rty and to the Initial Dec ion Maker with a copy sent to the Architect if the Architect is not seliing as the Initial Decision aker. Claims by either party must be initiated within 21 days aft occurrence of the event givig rise to such Claim or within 21 days after the claimant first rec nizes the condition giving rise the Claim, whichever is later. An additional Claim relatingl to the same subject matter ade after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. ;....ess .,...,.hied .. Ft xely Fnanner 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicatind.,that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be inswriting, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architectis not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The apPFOYal OF reject an of ^ ^ ^ m ti • the '^ `^ dee ^ an `hall be `^^' C. Delete paragrapMk 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3'MEDIATION in its entirety. E. Delete Section 15.4 AIkBITRATION in its entirety. F. Add the following paragr h 15.5 to read as folI 15.5 The Owner and C retractor may exeh rights or remedies as either may otherwise have under th Contract Documy Laws or Regulations in respect of any dispute. Disputes sh / be resolved br equitable proceedings in a court of appropriate jurisdiction. Un er no circumsall binding arbitration be required as to any dispute arising betweeb the Dartie or under the Contract Documents. END OF DOCUMENT 00800 13 C7 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 I Bidder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My compa is authorized to transact business in Iowa. (To help yo determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company as an office to transact business in Iowa. ❑ Yes ❑ No My company' office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company h been conducting business in Iowa for at least 3 years prior to the first request for bids on this proj ❑ Yes ❑ No My company is no a subsidiary of another business entity or my company is a subsidiary of another business entity that ould qualify as a resident bidder in Iowa. If you answered "Yes or each question above, your company q alifies as a resident bidder. Please complete Parts B and of this form. If you answered "No" too a or more questions above, your co pa is a nonresident bidder. Please complete Parts C and D of is form. To be completed by resident bidders Part B My company has maintained offices in Iowa during t e past 3 years at theJ61lowing addresses Dates: / / to / Dates: / /—to—/—/ Dates: / / to / / You may attach additional sheet(s) if needed. / To be completed by non-resident bidders State, Zip: Address: City, State, Zip: State, Zip: 1. Name of home state or foreign country rep6rted to the Iowa Secretary of State: 2. Does your company's home state 3. If you answered "Yes" to questio and the appropriate legal citation.' foreign country offer preferences t2 identify each preference offered by Part C who are residents? ❑ Yes ❑ No company's home state or foreign country attach if needed. To be complete y all bidders Part D I certify that th�tements made on this document are true and complete to the best of my knowledge and ( know that my failure to prov a accurate and truthful information may be a reason to reject my bid. Vit_ -v Firm Name: P\) d Signature: Date:: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-600102-14 BSF- 1 of 2 PART1-GENERAL 1.1 RELATED DOCUM A. Drawings and general other Division 01 Spei SECTION 011000 SUMMARY as of the Contract, including General and Supplementary Con ons and Sections, apply to this Section. / 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Con\Dcumne3. Selected construction 4. Access to site. 5. Work restrictions. 6. Specification and dra B. Related Requirements: 1. Section 015000 "Temporary Facili temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Restoration rehabilitation o I 1. Project Location: Upper ity Park, Iowa City, Iii B. Owner: City of Iowa City 1. Owner's Repres tative: Kumi Morris, Facilities C. Architect Alan Wi kamp, Shive-Hattery, Inc. for limitations and procedures governing iric log cabins. 52240. City of Iowa City. 1.4 lRestoration D BY CONTRACT DOCUMENTS A. roject is defined by the Contract Documents and consists the following: tion and rehabilitation of existing historic log cabins si d within upper City Park. tion work consists of removal of damaged roofing materials reconstruction of roofs in using salvaged lumber from existing cabins and reclaimedlura r. Temporary gVort or and moving the cabins to install new concrete foundation systems stabilize anCtge-level tructures. Removal of rotted logs, lumber and boards and the stabilization of existing unitsare deemed salvageable for continued use. Repair and stabilization of existing wood windows and doors for continued use. City Park Cabin Restoration " i'7: -- Project tiSUIPtAR`B j Project # 2162230 071100-1""'" City Park Cabin Restoration Project Project # 2162230 a. Base Bid: All work associated with roofs, and allowances shall be included in base bid. b. All other work will be selected in order of priority listed in Section "Alternates" for ,restoration work shown in documents. 2.Contrfor shall familiarize themselves with the Allowances, Unit Prices and Alternate sections of the sp ifications for limits of work and how p ject will be awarded. B. Type of Contrac ir1. Project will a constructed under a single pri a contract. a. Genera Contractor shall employ r contract with workers who have documented - - experie a in historic restoration w rk for products and craftsmanship required by other sections these contract document . 1.5 SELECTED CONSTRUC ON SCOPE A. - The Work shall be conduct per directi from Owner's selected alternates, with each alternate coordinated to minimize advers ly affecting a work of other alternates. 1. Upon notification from o er on t alternates that are selected based on available budget and the alternate's priority, contra r is sponsible for setting a schedule and sequence which will allow the work to progress withou p onged downtime between required scopes of work to complete each alternate. 2. Before commencing Work of h alternate, submit an updated copy of Contractor's construction schedule showing the sequenc , commencement and anticipated completion dates for the work of each alternate. 3. Note to Bidders: Alternates s uentially listed based on priority. Alternates will be accepted in the order listed. Founda ons an levelling the cabins are highest priority prior to roof repairs being completed. Rehabili tion of t log walls are second. Repairs to the floor framing and floor boards are third, and repa' s to the wi ows and doors are fourth. 1.6 ACCESS TO SITE A. General: Contractor shall j[ave limited use of Drawings by the Contract Iftits and as indicated B. Use of Site: Limit u! portions of Project site 1. Limits: Limit s beyond build' to stay withi 2. Driveways, a Owner, Oer' parking o story SUMMARY 011100-2 � of Project site to areas witRi gond areas in which the Work\ e disturbance, including earthw perimeter; stay outside of 10 it feet (7.6 m) of adjacent parking :ways: Keep( and H employees, and emergency ve e of materials. site for construction operations as indicated on irements of this Section. the Contract limits indicated. Do not disturb indicated. k and clearing of vegetation, to 30 feet (9.2 m) (3 m) beyond existing trees; with a preference i paved areas. k ays serving premises clear and available to cl at all times. Do not use these areas for a. Schedule deliveries to minimize use of driveways d entrances by construction operations. b. Schedule deliveries to minimize space and timer uirements for storage of materials and equipment on-site. City Park Cabin Restoration Project Project # 2162230 C. Condition of Existing Building: Protect portions of existing building exposed by construction operations in a weathertight cover throughout construction period. Remove materials in entirety if materials are to be re -used. Stpre materials in weathertight cover for eventual re -installation. 1.7 WORK A. Work Restrictio\ni' eneral: Comply with restrictions on construction operations. 1. Comply imitations on use of public streets and with other requirements of authorities ving jurisdicti B. On -Site Work Ho limitation of work hours on-site. C. Nonsmoking sitmo ing is not permitted within park buildings. There are adjacent k facilities where smoking ash ceptacles are available. D. Employee Scre: Com ly with Owner's requirements for background screeni for sex offender status of Contraersonne working on Project site. 1. Maintainf approv screened personnel with Ownces representat1.8 SPECIFICATIOD DRAW CONVENTIONS A. Specification Ct: The Speci t ations use certain conve ons for the style of language and the intended meanicertain terns, words, and phrases en used in particular situations. These conventions are lows: El C. 1. Imperative mood and streamline langual "shall," "shall be," or "shall comp) with," is used within a sentence or phrase. / 2. Specification requirements are to be ):Col Division 01 General Requirements: Readiref Sections in the Specifications. \ generally used in the Specifications. The words iding on the context, are implied where a colon (:) by Contractor unless specifically stated otherwise. of Sections in Division 01 apply to the Work of all Drawing Coordination: Requirents for materi Is and products identified on Drawings are described in detail in the Specifications. ?111 or more of the f lowing are used on Drawings to identify materials and products: 1. Terminology: aterials and products are il- 1 fications Sections. 2. Abbreviati s: Materials and products are ide U.S. Nat nal CAD Standard. 3. Keyno g: Work required and associated mate. are ' entified by reference keynotes found in the 4. C flicts: When notes on drawings may be in a pecifications shall govern. by the typical generic terms used in the by abbreviations published as part of the and products required to complete %hat work, Vings. with the language of the specifications, the 'j 1 SUMMARY 011100-3 SUMMARY 011100-4 PART1 GENERAL \ 1.1 SUMMARY A. This Section includes 1.2 1.3 SECTION 012100 ALLOWANCES and procedural requirements governing allowances. 1. Certain items are kecified in the Contract Documents by allowances. Allowances Pfive been established in lieu dif additional requirements and to defer selection of actual mat phals and equipment to a later Vate when additional information is available for evaluatio . If necessary, additional requiremetits will be issued by Change Order. B. Types of allowances include following: 1. Lump -sum allowances. 2. Unit -cost allowances. 3. Contingency allowances. SELECTION AND PURCHASE A. At the earliest practical date after awarkof the and purchase of each product or system escrll the Work. B. At Architect's request, obtain proposals recommendations that are relevant to DO COORDINATION ttract, dvise Architect of the date when final selection by 90 allowance must be completed to avoid delaying allowance for use in making final selections. Include the Work. A. Coordinate allowance items wi other portions installation. 1.4 LUMP -SUM AND:: ALLOWANCES Work. Furnish templates as required to coordinate A. Allowance shat nelude cost to Contractor of specific F allowance arWshall include taxes, freight, and delivery B. Cont! or's costs for receiving and handling at Project si si li ar costs related to products and materials ordered by part of the Contract Sum and not part of the allowance. 1.5 CONTINGENCY ALLOWANCES lucts and materials ordered by Owner under Project site. labor, installation, overhead and profit, and—n ner under allowance shall be inclu4ii as A WMy C-0 7— A. Use the contingency allowance only as directed by Architect for Owner's purposes and. only by Change Orders that indicate amounts to be charged to the allowance. City Park Cabin Restoration Project Project # 2162230 ALLOWANCES 012100-1 City Park Cabin Restoration Project Project # 2162230 B. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. C. At Pi�ject closeout, credit unused amounts remaining in the contingency allowance to Owner by Change PART 2 - PRODUCxS (Not Used) PART 3- 3.1 EXAMINATION A; Examine products c\their llowance pro ptly on delivery for damage or defects. Return damaged of defective productrer for repl ement. 3.2 PREPARATION A. Coordinate materialallatio for each allowance with related materials and installations to ensure that each allocorn etely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Include Cost o for Site regrading around base of cabins to ensure storm water run-off drains away from base of abins d that soil is a minimum of 8 inches away from all sill logs. Owner may choose to completeAll or poons of this work in conjunction with contractor's requirement to restore portions of site used r staging d parking of vehicles. B. Contingency Allowance: $51600, to be used dimensioned lumber or tri not disclosed in END OF ALLOWANCES 012100-2 unit pricing for uncovered damage of logs, 012100 SECTION 012200 UNIT PRICES PART1-GENERAL 1.1 RELATED D CUMENTS A. Drawings and g eral provisions of the Contract, including General and Suppleme Conditions and other Division 01 ecification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administr ive and procedural requirements for unit prices B. Related Requirements: I. Section 012600 "Contract edification Procedures" for cedures for submitting and handling Change Orders. 1.3 DEFINITIONS A. Unit price is an amount incorporated in t Agree ent, applicable during the duration of the Work as a price per unit of measurement for materials, equ' ment, or services, or a portion of the Work, added to or deducted from the Contract Sum by app 'ate modification, if the scope of Work or estimated quantities of Work required by the Contract uments are increased or decreased. 1.4 PROCEDURES A. Unit prices include all neces material, plus co for delivery, installation, insurance, overhead, and profit. B. Measurement and Paym t: See individual Specificau n Sections for work that requires establishment of unit prices. Methods measurement and payment for it prices are specified in those Sections. C. Owner reserves a right to reject Contractors measu ment of work -in-place that involves use of established uni rices and to have this work measured, a Owner's expense, by an independent surveyor D. List of U it Prices: A schedule of unit prices is included in Vart 3. Specification Sections referenced in the sch Jule contain requirements for materials described and each unit price. r_ City Park Cabin Restoration Project UNIT PRICES Project # 2162230 012200-1 Park Cabin Restoration Project ect # 2162230 PART 2 - PRODUCTS (Not Used) PART 3 - 3.1 SC11ED% OF UNIT PRICES A. Unit Price Log replacement — debarked, round softwood 1. Descrip 'on: Log section required to replace damag partof re 'r work. Section 061323 "Log Structure F 2. Unit of M urement: Board foot of lumber con damaged ma rlal. lr:• rotten or unsalvageable log discovered as nation." I within log required to patch or replace B. Unit Price 2: Log replaV061323 debarked, hewn squ hardwood timbers 1. Description: Lon required to repla damaged, rotten or unsalvageable log discovered as r part of repair woon 061323 "Log S cture Restoration." 2. Unit of MeasurBoard foot of I ber contained within log required to patch or replace damaged materiC. i Unit Price No. 3: Sawn lacement1. Description: Saer t repla a damaged, rotten or unsalvageable lumber discovered as part of repair work, ato S cti 061063 "Exterior Rough Carpentry." 2. Unit of Measureoard t of lumber contained within section of lumber required to patch or replace damarial. 012200 UNIT PRICE3S 012200.2 SECTION 012300 ALTERNATES PART1-GENERAL 1.1 RELATED DUMENTS A. Drawings and eneral provisions of the Contract, including General and Supplementary Conditions and other Division 0 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes a%mistrative and procedural requirements for alternates. 1.3 DEFINITIONS A. Alternate: An amount pro se bidding requirements that y accept a corresponding chan materials, equipment, systems, 1. Alternates described in t 2. The cost or credit for e incorporate alternate into d by bidders and stated on the Bid Fo for certain work defined in the be added to or deducted from the b bid amount if Owner decides to either in the amount of constructio to be completed or in the products, r installation methods described i the Contract Documents. h s Section are part of th/d2n Wenly if enumerated in the Agreement. ac alternate is the net ao or deduction from the Contract Sum to ot Work. No other ads are made to the Contract Sum. 1.4 PROCAES A. Coordi: Revise or adjust affect d ad' ent work as necessary to completely integrate work of the alternaProject. 1. de as part of each alte a[ miscellaneous devices, accessory objects, and similar items ntal to or required for corn lete installation whether or not indicated as part of alternate. B. Notific: Immediately fo wing awar of the Contract, notify each party involved, in writing, of the status ch alternate. ndicate if alt ates have been accepted, rejected, or deferred for later considn. Include a omplete descriptio of negotiated revisions to alternates. C. Executpted emotes under the same co ditions as other work of the Contract. D. Schedschedule of alternates is inclu d at the end of this Section. Specificatjob Sections referenschedule contain requirements for aterials necessary to achieve the work descdbed ugilgr e. 'i City Park Cabin Restoration Project Project # 2162230 ALTERANTES 012300-1 City Park Cabin Restoration Project Project # 2162230 PART 2 - PRODUCTS (Not Used) PART 3- 3.1 SCHEDUL OF ALTERNATES A. AltemateNo.l: oundation Work ! ' Work: Su ort log cabin wall structures. Re ove existing masonry pier supports. Install reinforced pi foundations as detailed. Clad con to piers with stone where indicated. Level and Support exis[in\includ n sill logs onto new fou ations. B. Alternate No. 2: Log tion and Restoration Work: Removnd/or damaged to . Cut -in patches of new log within existing logs which r.. I' are salvageablrotten portions f logs which are still viable by repairing splits, pock- marks, checkspots with epox consolidants or epoxy repair mixes. Work under this alternate shoulnew chinking all joints.C. `"' Alternate No. 3: Flooion and R toration Work: Remove existing ring aterials in entirety. Salvage tongue and groove floor boards and floor joist framing to at t extent possible. Replaced damaged or rotten joist framing. Reinstall existing floor bo ds d provide new as required to replace damaged or unusable boards, for a complete install,4* n. D. Alternate No. 4: Window and Door Work: Remove existing w(ndoA and door materials in entirety. Retain as much original window material as possible. Repl#ed daXnaged, rotten or missing window and door pieces as scheduled. Reinstall repaired windov1s, squark plumb and level into existing rough openings. END OF SECTION 012300 ALTERANTES 012300-2 I PART 1 -GENERAL 1.1 RELATED DO( A. Drawings and I Conditions and c 1.2 SUMMARY A. Section includes SECTION 012500 SUBSTITUTION PROCEDURES -at provisions of the Contract, including General Division 01 Specification Sections, apply to this Sect B. Related Requirements: I. Section 012300 "AI m; 2. Section 016000 "Praou product submittals to p 1.3 DEFINITIONS A. Substitutions: Changes in pr, those required by the Contract 1. Substitutions for Cause: changed Project conditic unavailability of required 2. Substitutions for Conv94 required in order t m Contractor or OwnV. 1.4 ACTION and procedural requirements for Supplementary for products selected er an alternate. Requirements" for re cements for submitting comparable ucts by listed manuf rers. ;, equipment, and methods of construction from proposed by Contractor. iges proposed by Contractor that are required due to ;h as unavailability of product, regulatory changes, or ty terms. Changes proposed by Contractor or Owner that are not er Project requirements but may offer advantage to A. Substitution R uests: Submit three copi sof each request for consideration. Identify product or fabricatio or installation method to be eplaced. Include Specification Section number and title and wing numbers and titles. 2 Substitution Request Form: Use form ovided at the end of this section. 2. Documentation: Show compliance wit requirements for substitutions and'the(following, as applicable: a. Statement indicating why specified roduct or fabrication or installation cannot be provided, if applicable. City Park Cabin Restoration Project Project # 2162230 SUBSTITUTION PROCEDURES 012500-1 City Park Cabin Restoration Project Project # 2162230 b. w6ination information, including a list of anges or revisions needed to other s of the Work and to construction rf0 med by Owner and separate tractors that will be necessary to accomm date proposed substitution. ailed comparison of significant qualities f proposed substitution with those of Work specified. Include annotated co y of applicable Specification Section. tificant qualities may include attribu s such as performance, weight, size, ibility, visual effect, sustainable desig characteristics, warranties, and specific fires and requirements indicated. I icate deviations, if any, from the Work Samp s, where applicable or reqs Certifi tes and qualification da Materi test reports from a quali results f compliance with requir Detailed ompanson of Con substitutio with products specif Contract Tike. If specified p within the ntract Time, inc letterhead, s int date of rece' t in delivery. h. Cost informatio , i. Contractor's ce the Contract Doc with related mater j. Contractor's waiv become necessary results. to wh re applicable or requested. fied _sting agency indicating and interpreting test e ents indicated. tra or's construction schedule using proposed d for the Work, including effect on the overall ct or method of construction cannot be provided de letter from manufacturer, on manufacturer's of purchase order, lack of availability, or delays including proposal of change, if any, in the Contract Sum. cation th proposed substitution complies with requirements in ents a cept as indicated in substitution request, is compatible Is, anJe is appropriate for applications indicated. e of is to additional payment or time that may subsequently b caof failure of proposed substitution to produce indicated 3. Architect's Action: If n documentation for evaluat Architect will notify Con c 15 days of receipt ofr u documentation, whiche r is a. Forms of Ac ptance: Architect's Su lemental b. Use product ified if at 'thin time a 1.5 QUALITY ASSU/ecommended A. Compatibility oftutions: I substitution with rroducts and compatibility tests by n SUBSTITUTION PROCEDURES 012500-2 Architect will request additional information or t seven days of receipt of a request for substitution. cceptance or rejection of proposed substitution within seven days of receipt of additional information or Order, Construction Change Directive, or ns for minor changes in the Work. does not issue a decision on use of a proposed and document compatibility of proposed Engage a qualified testing agency to perform C. L d. ... e. g. w6ination information, including a list of anges or revisions needed to other s of the Work and to construction rf0 med by Owner and separate tractors that will be necessary to accomm date proposed substitution. ailed comparison of significant qualities f proposed substitution with those of Work specified. Include annotated co y of applicable Specification Section. tificant qualities may include attribu s such as performance, weight, size, ibility, visual effect, sustainable desig characteristics, warranties, and specific fires and requirements indicated. I icate deviations, if any, from the Work Samp s, where applicable or reqs Certifi tes and qualification da Materi test reports from a quali results f compliance with requir Detailed ompanson of Con substitutio with products specif Contract Tike. If specified p within the ntract Time, inc letterhead, s int date of rece' t in delivery. h. Cost informatio , i. Contractor's ce the Contract Doc with related mater j. Contractor's waiv become necessary results. to wh re applicable or requested. fied _sting agency indicating and interpreting test e ents indicated. tra or's construction schedule using proposed d for the Work, including effect on the overall ct or method of construction cannot be provided de letter from manufacturer, on manufacturer's of purchase order, lack of availability, or delays including proposal of change, if any, in the Contract Sum. cation th proposed substitution complies with requirements in ents a cept as indicated in substitution request, is compatible Is, anJe is appropriate for applications indicated. e of is to additional payment or time that may subsequently b caof failure of proposed substitution to produce indicated 3. Architect's Action: If n documentation for evaluat Architect will notify Con c 15 days of receipt ofr u documentation, whiche r is a. Forms of Ac ptance: Architect's Su lemental b. Use product ified if at 'thin time a 1.5 QUALITY ASSU/ecommended A. Compatibility oftutions: I substitution with rroducts and compatibility tests by n SUBSTITUTION PROCEDURES 012500-2 Architect will request additional information or t seven days of receipt of a request for substitution. cceptance or rejection of proposed substitution within seven days of receipt of additional information or Order, Construction Change Directive, or ns for minor changes in the Work. does not issue a decision on use of a proposed and document compatibility of proposed Engage a qualified testing agency to perform 1.6 PROCEDURES A. Coordination: Revise substitutions. PART2-PRODUCTS 2.1 A. FJ SUBSTITUTIONS Substitutions for Cause: '. change, but not later than submittals. City Park Cabin Restoration Project Proiectll2162230 adjust affected work as necessary to integrate work of the approved 1. Conditions: Archite following conditions will return requests requirements: nit requests for substitution immediately on scovery of need for days prior to time required for /arad reviewofrelated will consider Contractor's restitution when the satisfied. If the following Consatisfied, Architectthout action, except to Tecliance with these a. Requested substitute indicated results. b. Substitution request is C. Requested substitution d. Requested substitution e. If requested substitutic has been coordinated v compatible with other i is consistent with tVContract Documents and will produce Substitutions for Convenience: c within 30 days after commen ent considered or rejected at discr ion of document and properly submitted. not adv ely affect Contractor's construction schedule. mpat a with other portions of the Work. olvsmorthan one contractor, requested substitution r portions of the Work, is uniform and consistent is cts, and is acceptable to all contractors involved. will consider requests for substitution if received Work. Requests received after that time may be 1. Conditions: Arc tect will considkrContractor's request for substitution when the following Gond' ons are satisfied. If a following conditions are not satisfied, Architect will return quests without action, except to record noncompliance with these a. /Requested substitution offersOwn a substantial advantage in cost, time, energy conservation, or other considerate_ , after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesig and evaluation services, increased cost of other construction by Owner, and simil considerations. b. Requested substitution does not requi extensive revisions to the Contract Documents. C. Requested substitution is consistent with the ontract Documents and will produce indicated results. d. Substitution request is fully documented and pro erly submitted. e 9 e. Requested substitution will not adversely affect Co tractor's construction schedule. f. Requested substitution is compatible with other Porti s of the Work. SUBSTITUTIONPROtEDURESt -012500-3 City Park Cabin Restoration Project Project # 2162230 g. I Requested substitution has been coordinated h. kRequested substitution provides specified w: i. if requested substitution involves more tha� been coordinated with other portions o c mpatible with other products, and is ac p PART 3 - EXECUTION END OF SECTION Used) SUBSTITUTION PROCEDURES 012500-4 other portions of the Work. one contractor, requested substitution ie Work, is uniform and consistent, is able to all contractors involved. U) i C' - Used) SUBSTITUTION PROCEDURES 012500-4 other portions of the Work. one contractor, requested substitution ie Work, is uniform and consistent, is able to all contractors involved. SECTION 012500.A MATERIAL, PRODUCT OR EQUIPMENT SUBSTITUTION REQUEST PROJECT: City Park Cabin Restoration Project CONTRACTOR: BY: DATE: SPECIFIED MATERIAL, PR I Related Specification Sectioi Related Drawing Numbers: PROPOSED SUBSTITUTION: REASON FOR PROPOSED SU OR EQUIPMENT: ATTACHED DATA: Attach additional pages, Item No. / For Use by the ArchityApproved er: SUBSTITUTION: ed as Noted By: END OF SECTION 01 2500 Date: AIE: Shive-Hattery, Inc. 2839 Northgate Drive Iowa City, Iowa 52245 OWNER: City of Iowa City ❑ Not Approved ❑ Not Approved — Received too Late City Park Cabin Restoration Project PRODUCT SUBSTITUTION REQUEST Project# 2162230 012500.A-1 PRODUCT SUBSTITUTION REQUEST 012500.A-2 SECTION 012600 CONTRACT MODIFICATION I PART1-GENERAL 1.1 RELATED DOCUME I1T1 A. Drawings and general Conditions and other Divi. 1.2 SUMMARY A. Section includes adminis Contract modifications. B. Related Requirements: 1.3 1.4 &ions of the Contract, including General 01 Specification Sections, apply to this Sect 1. Section 012500 "Substit requests for substitutions MINOR CHANGES IN THE and procedural requirementy for handling and processing administrative procedures for handling award. A. Architect will issue supplemen ,ms tions authorizing minor changes in the Work, not involving adjustment to the Yontract S or the Contract Time, on AIA Document G710, "Architect's Supplemental I tynctions". IO;Ta]Z0i.YUI A. Owner -Initiated posal Requests: Architect will issue a detailed description of proposed changes in the ork that may require adjustmen to the Contract Sum or the Contract Time. If necessary, escription will include supplemen 1 or revised Drawings and Specifications. 1, rk Change Proposal Requests issued by hitect are not instructions either to stop ork in progress or to execute the proposed c ge. 2 Within time specified in Proposal Request a er receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products req 'red or eliminated and unit cos&"ts, with total amount of purchases and credits to be ade. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, eq 'pment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly a 'butable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and City Park Cabin Restoration Project CONTRACT MODIFICATION PROCEDURES Project# 2162230 012600-1 City Park Cabin Restoration Project Project # 2162230 finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. e. Quotation Form: Use forms acceptable to Architect. B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the Work. Provide a complete description of the roposed change on the Contract Sum and tht 2. clude a list of quantities of products req ant of purchases and credits to be subtiate quantities. 3. Indic a applicable taxes, delivery char es, nge and the effect of the change on the posed change. Indicate the effect of the mract Time. or eliminated and unit costs, with total If requested, fumish survey data to equipment rental, and amounts of trade Includeosts of labor and supervision rectly attributable to the change. Include updated Contractor's co ction schedule that indicates the effect of the change, in uding, but not limited to changes in activity duration, start and finish times, and activity elationship. Use avail le total float before requesting an extension of the Contract Ti Comply with equirements in Se on 012500 "Substitution Procedures" if the proposed change require substitution of o product or system for product or system specified. Proposal Reque Form: Use fo acceptable to Architect. 1.5 ADMINISTRATIVE A. Unit -Price Adjustment: preparation of Change of unit -price work. 1.6 CHANGE ORDER A. On Owner's approval of a for signatures of Owner ar 1.7 CONSTRUCTION A. Construction Change irective: A AIA Document G714 Construction change in the Work, or subsequent ii Construction Change Directive also designates method to be 1 Contract Time. 012200 "Unit Prices" for administrative procedures for for adjusting the Contract Sum to reflect measured scope :s Proposal Request, Architect will issue a Change Order on AIA Document G701. B. Documentation: Maintain detailed records Construction Change Directive. CONTRACT M PROCEDURES 012500-2 may issue a Construction Change Directive on Directive instructs Contractor to proceed with a in a Change Order. a complete description of change in the Work. It to determine change in the Contract Sum or the time and material basis of work required by the 4. 5 7. CV nge and the effect of the change on the posed change. Indicate the effect of the mract Time. or eliminated and unit costs, with total If requested, fumish survey data to equipment rental, and amounts of trade Includeosts of labor and supervision rectly attributable to the change. Include updated Contractor's co ction schedule that indicates the effect of the change, in uding, but not limited to changes in activity duration, start and finish times, and activity elationship. Use avail le total float before requesting an extension of the Contract Ti Comply with equirements in Se on 012500 "Substitution Procedures" if the proposed change require substitution of o product or system for product or system specified. Proposal Reque Form: Use fo acceptable to Architect. 1.5 ADMINISTRATIVE A. Unit -Price Adjustment: preparation of Change of unit -price work. 1.6 CHANGE ORDER A. On Owner's approval of a for signatures of Owner ar 1.7 CONSTRUCTION A. Construction Change irective: A AIA Document G714 Construction change in the Work, or subsequent ii Construction Change Directive also designates method to be 1 Contract Time. 012200 "Unit Prices" for administrative procedures for for adjusting the Contract Sum to reflect measured scope :s Proposal Request, Architect will issue a Change Order on AIA Document G701. B. Documentation: Maintain detailed records Construction Change Directive. CONTRACT M PROCEDURES 012500-2 may issue a Construction Change Directive on Directive instructs Contractor to proceed with a in a Change Order. a complete description of change in the Work. It to determine change in the Contract Sum or the time and material basis of work required by the PAF PAF ENI City Park Cabin Restoration Project Project # 2162230 After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. IFICATION )CEI}FIRES 012600-3 ra SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART 1 - 1.1 RELA A. Drawings an general provisions of the Contract, including General d Supplementary Conditions and ther Division 01 Specification Sections, apply to this Sec ' n. 1.2 SUMMARY A. Section includes\adminative provisions for coordinating cc truction operations on Project including, but noo, the following: 1. General coordination Xrocedures, 2. Requests for Informati (RFIs). 3. Project meetings. B. Each contractor shall participate coy are assigned to a specific contracto C. Related Requirements: 1. Section 013200 "Construction ogre: Contractor's construction sch ul 2. Section 017300 "Executio for oc field -engineering service including 1.3 DEFINITIONS A. RFI: Request from wner, Architect, or clarifications of the ntract Documents. flC 1`.i0)Ru04wiy/:`1b3i1IuiYtYt►�1b9 requirements. Certain areas of responsibility Documentation" for preparing and submitting for coordinating general installation and nent of benchmarks and control points. seeking information required by or A. Subcontract ist: Prepaze a written summazy identifying in ividuals or firms proposed for each portion of a Work, including those who are to furnish pro cts or equipment fabricptgd to a special d ign. Use CSI Forth 1.5A. Include the following info ation in tabular form. 1. eine, address, and telephone number of entity performi subcontract or supplying products. Number and title of related Specification Sections) covered by s bcontract. 3. Drawing number and detail references, as appropriate, covered by bcontraet. B. Key Personnel Names: Within 10 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at -Project City Park Cabin Restoration Project PROJECT MANAGEMENT AND COORDINATION Project # 2162230 013100-1 City Park Cabin Restoration Project Project # 2162230 site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations include in different Sections of the Specifications ensure efficient and orderly installation of e h part of the Work. Coordinate construction oON ations, included in different Sections that epend on each other for proper installation, cone tion, and operation. 1. Schedule cons tion operations in sequence req ed to obtain the best results where installation of o part of the Work depends on i talhtion of other components, before or after its own in llation. 2. Coordinate installa'on of different component to ensure maximum performance and accessibility for requ ed maintenance, service, d repair. 3. Make adequate provist ns to accommodate it s scheduled for later installation. $:. Coordination: Each contractor hall coordinate i construction operations with those of other contractors and entities to ensur efficient and rderly installation of each part of the Work. Each contractor shall coordinate operations it operations, included in different Sections that depend on each other for prope installatio , conection, and operation. 1. Schedule construction operati s i installation of one part of the rl or after its own installation. 2. Coordinate installation of diffe maximum performance and acce i 3. Make adequate provisions to ac or C. Prepare memoranda for distributi to required for coordination. Include uch i at meetings. Prepare similar n Work is required. D. Administrative Procedt procedures with other a and to ensure orderly pi limited to, the following for Owner e required to obtain the best results where on installation of other components, before components with other contractors to ensure � for required maintenance, service, and repair. late items scheduled for later installation. t party involved, outlining special procedures as required notices, reports, and list of attendees Coordinate schedul tion activities and ac of the Work. Such separate contractors if coordination of their and timing of required administrative ies of other contractors to avoid conflicts activities include, but are not 1. Preparation of Cgntractor's construction schedA 2. Preparation of th schedule of values. 3. Installation and removal of temporary facilities ancontrols. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. PROJECT MANAGEMENT AND COORDINATION 013100-2 City Park Cabin Restoration Project Project # 2162230 7. Project closeout activities. E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. S vage materials and equipment involved in performance of, but not actually in rporated into, the Work. See other Sections for disposition of salvaged materials that are qesignated as Owner's property. 1.6 REQUESTS R INFORMATION (RFIs) A. General: Immedi ely on discovery of the need for additional information interpretation of the Contract Docum is, Contractor shall prepare and submit an RFI in the rm specified. 1. Architect will r m s. submitted to Ar/ast entities controlled by Contractor with no espouse. 2. Coordinate and sub it RFIs in a prompt mandelays in Contractor's work or work of suti tractors. B. Content of the RFI: Include detailed, legible deseeding information or interpretation and the following: 1. 2. 3. 4. 5. 6. 7. g. 9. 10. 11. 12. Project name. Project number. Date. Name of Contractor. RFI number, numbered sequenti RFI subject. Specification Section num and Drawing number and de il refere Field dimensions and onditions, and related paragraphs, as appropriate. \as appropriate. Contractor's Sugg ed resolution, If ontractor's suggested resolution impacts the Contract Time the Contract Sum, Contr for shall state impact in the RFI. Contractor's 'gnature or stamp. Attachme s: Include sketches, descriptions, easurements, photos, Product Data, Shop Draw' s, coordination drawings, and other in ation necessary to fully describe items nee 'ng interpretation. a. Include dimensions, thicknesses, structural gr references, and details of affected materials, assemblies, and attachments on attach sketches. C. RFI Forms: AIA Document G716. 1. Attachments shall be electronic files in Adobe Acrobat PDF i�mat. D. Architect's Action: Architect will review each RFI, determine actio\on required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by .Architect after 2:00 p.m. will be considered as received the following working day. PROJECT MANAGEMENT - COORDINATION ;013100-3 City Park Cabin Restoration Project Proieel # 2162230 The following Contractor -generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's me and methods. d. equests for coordination informatio already indicated in the Contract e. equests for adjustments in the Contract ime or the Contract Sum. f. R quests for interpretation of Architect' actions on submittals. g. Inc mplete RFIs or inaccurately prepar d RFIs. 2. Architect's tion may include a request for additional information, in which case Architect's ti for response will date fro time of receipt of additional information. 3. Architect's acti on RFIs that may re It in a change to the Contract Time or the Contract Sum m be eligible for Con ctor to submit Change Proposal according to Section 012600 " ntract Modification rocedures." a. If Contractor lieves the RFI sponse warrants change in the Contract Time or the Contract S , notify Arch' ect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, ar submijta tabular log of RFIs organized by the RFI number. Submit log weekly. Use AIA. \ / L Project name. 2. Name and address of Contract 3. Name and address of Architec . 4. RFI number including RFIs at ere returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitte . 7. Date Architect's response as recei ed. F. On receipt of Architect's actio , update the I log and immediately distribute the RFI response to affected parties. Review response and otify Architect within seven days if Contractor disagrees with response. 1. Identification of rel ted Minor Change i the Work, Construction Change Directive, and Proposal Request appropriate. 2. Identification of fated Field Order, Wo Change Directive, and Proposal Request, as appropriate. 1.7 PROJECT MEET GS A. General: Schedule and conduct meetings and co ferences at Project site unless otherwise indicated. I . Contractor shall hold meetings every two week or as appropriate. 2. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Ntify Owner and Architect of scheduled meeting dates and times. PROJECT MANAGEMENT AND COORDINATION 013100-4 City Park Cabin Restoration Project Proiect M 2162230 3. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 4. Minutes: Entity responsible for conducting meeting will record significant discussions and agreeme achieved. Distribute the meeting minutes to everyone concerned, including O ner and Architect, within three days of the meeting. B. Preconstruction Cference: Schedule and conduct a preconstruction conference before starting construction, at a 'me convenient to Owner and Architect, but no later than 15 days after execution of the A ement. 1. Conduct the co erence to review responsibilities and personnel assignments. 2. Attendees: Au orized representatives of Owner, Architect, and their cons ts; Contractor and its superintendent; major subcontractors; suppliers; and other co cemed parties shall attend a conference. Participants at the conference shall be f iar with Project and authori to conclude matters relating to the Work. 3. Agenda: Discuss i ms of significance that could affect progress, 'chiding the following: a. b. C. d. e. f. g• h. i. j• k. 1. in. n. o. P. q• r. S. t. Tentative construction schedule. Phasing. Critical work sequen ing and long -lead items. Designation of key pe onnel and their duties. Lines of communicatio . Procedures for processin field decisions and Cee Orders. Procedures for RFIs. Procedures for testing and r spectin Procedures for processing A licati Distribution of the Contract D urn Submittal procedures. Use of the premises. Responsibility for temporary cili Construction waste manag ent an, Parking availability. Office, work, and sto ge areas. Equipment delive ' and priorities. First aid. Security. Progress cl ing. Payment. and controls. 4. Minutes: E ty responsible for conducting meetin will record and distribute meeting minutes. C. Preinstallat n Conferences: Conduct a preinstallation con\theeting. Project site before each construe ' n activity that requires coordination with other co 1. Attendees: Installer and representatives of manufactabricators involved in or affected by the installation and its coordination or inwith other materials and installations that have preceded or will follow, shall ateeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction ad preparations for theparticular activity under consideration, including requithe following: 013100-5 LI City Park Cabin Restoration Project Project # 2162230 a. b. C. d. f. 9. It. I. in. n. o. P. q• r. S. t. U. V. W. Contract Documents. Options. Related RFIs. Related Change Orders. Purchases. Deliveries. Submittals. Review of mockups. Possible conflicts. Compatibility requirements. Time schedules. Weather limitations. Manufacturer's written instructions. \Required y requirements. bility of materials. bility of substrates. ry facilities and controls. d access limitations. procedures. ate with other work. pe ormance results. n of iacent work. Protection of 3. Record significant conn required corrective measu 4. Reporting: Distribute mi requiring information. 5. Do not proceed with ins Initiate whatever actions Work and reconvene the < D. Project Closeout Conferee convenient to Owner and Substantial Completion. personnel. agreements, and disagreements, including actions. F the meeting to each party present and to other parties if the conference cannot be successfully concluded. ssary to resolve impediments to performance of the at earliest feasible date. conduct a project closeout conference, at a time later than 10 days prior to the scheduled date of 1. Conduct the confe nce to review uii closeout. 2. Attendees/ands rized representative Contracto,superintendent, major parties shthe meeting. Participa and authoonclude matters relating 3. Agenda: items of significance includingwing: and responsibilities related to Project of Owner, Architect, and their consultants; subcontractors; suppliers; and other concerned t the meeting shall be familiar with Project ie the Work. ff�pt could affect or delay Project closeout, a. Preparation of record documents. b. Procedures required prior to inspection inspection for acceptance. C. Submittal of written warranties. d. Preparation of Contractor's punch list. PROJECT MANAGEMENT AND COORDINATION 013100-6 Substantial Completion and for final City Park Cabin Restoration Project e. Procedures for processing Applications for Payment at Substantial Completion and for final Davment. f. Submittal procedures. g. r Responsibility for removing temporary facilities and controls. 4. E. Progress b work to be Entity conducting meeting will record and distribute meeting minutes. Conduct progress meetings at regular intervals as appropriate for amount of 1. Coordina dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontracto supplier, and other entity concerned with current progress or involved in planning, coo oration, or performance of future activities shall he represented at th e meetings. All icipants at the meeting shall be familiar with Project and an to conclude matters elating to the Work. 3. Agenda: Review d correct or approve minutes of previous progress meeting. eview other items of sign icance that could affect progress. Include topics for disc Sion as appropriate to status kf Project. a. Contractor's Co traction Schedule: Review progress since th last meeting. Determine whethe each activity is on time, ahead of schedule, o hind schedule, in relation to Con does construction schedule. Determi how construction behind schedule wil be expedited; secure commitments parties involved to do so. Discuss wheth schedule revisions are required ensure that current and subsequent activities wi be completed within the Co act Time. 1) Review schedule fo%nds xt period. b. Review present and future of each ety present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabricati 6) Site utilizatio 7) Quality an ork standards\ms. 8) Status o orrection of defi9) Fiel servations. 10) S sof RFIs.11) tatus of proposal requests. 1 Pending changes. 3) Status of Change Orders.14) Pending claims and dispute15) Documentation of informatrequests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requirift information. rMANAGEMENT COORDINATION 013100-7 City Park Cabin Restoration Project Project # 2162230 a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the scheduleave been made or recognized. Issue revised schedule concurrently with the rept of each meeting. F. Co ination Meetings: Conduct Project coordination eetings at regular intervals appropriate for work required. Project coordination meetings/me in addition to specific meetings held for otHrr purposes, such as progress meetings and preiftstallation conferences. 1. Altdeer: In addition to representatives f Owner and Architect, each contractor, subco tractoq supplier, and other entity co erned with current progress or involved in plannin coordination, or p/aneance of ture activities shall be represented at these meetings. All participants ateetings hall be familiar with Project and authorized to conclude m tters relating to ork. 2. Agenda: Re iew and correpprov minutes of the previous coordination meeting. Review other 'terns of sigce at could affect progress. Include topics for discussion as ap ropriate to of P oject.a. Combined ntractorction Schedule: Review progress since the last coordination eetingrmine whether each contract is on time, ahead of schedule, or ind se, in relation to combined Contractor's construction schedule. Dete ine onstruction behind schedule will be expedited; secure commitments fro panvolved to do so. Discuss whether schedule revisions are required to en rcurrent and subsequent activities will be completed within the Contract 3. Reporting: Record others affected by d PART, 2 - PRODUCTS (Not Used) PART - EXECUTION (Not Used) a -.i END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 013100-5 and distribute copies to everyone in attendance and to ns resulting from each meeting. SECTION 013233 PHOTOGRAPHIC DOCUMENTATION PART 1 - 1.1 RELAT DOCUMENTS A. Drawings d general provisions of the Contract, including General and Conditions an other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes adm\truction and procedural requirements for the following: 1. Preconstructiophs. 2. Periodic constrotographs. 3. Final completiction photographs.B. Related Requirement1. Section 01330a rocedures" for submitting otographic documentation.. 2. Section 01770ut ocedures" for submit[ g photographic documentation as project record at P ject closeout. 1.3 INFORMATIONAL SUBMITTALS A. Digital Photographs: Submit image files w n three days of taking photographs. 1. Digital Camera: Minimum senso reso tion of 8 megapixels. 2. Format: Minimum 3200 by 00 pixe , in unaltered original files, with same aspect ratio as the sensor, uncro ed, date an time stamped, in folder named by date of photograph, accompanied y key plan file. 3. Identification: Provid the following info ation with each image description in file metadata tag: a. Name of oject. b. Date p tograph was taken. C. Des rption of vantage point, indicating locat n, direction (by compass point), and el ation or story of construction. d. nique sequential identifier keyed to accompan ' g key plan. _ l 1.4 US RIGHTS A. btain and transfer copyright usage rights from photographer o Owner for unlimited reproduction of photographic documentation. City Park Cabin Restoration Project PHOTOGRAPHIC DOCUMENTATION Project # 2162230 013233-1 City Park Cabin Restoration Project Project # 2162230 PART 2 - PRODUCTS (NOT USED) PART 3- 3.1 CONSTRUkTION PHOTOGRAPHS A. General: Take hotographs using the maximum clearly show the ork. Photographs with blurry Maintain kej plan with each set of photographic kation. B. Digital Images: Subn%t digital images er without alteration, manioplation, editing, or C. Preconstruction Photograp s: Before including existing items t remain directed by Architect. 1. Flag construction limits fore t 2. Take photographs to sh ex' Work. 3. Take additional photograp w pavements, and improveme D. Periodic Constmction Photogra s: work completed. Coincide pho grap for Payment. Select vantage points s photographs were taken. E. Final Completion Construc on Photc Completion for submissio as project desired vantage points. END OF SECTION 013233 PHOTOGRAPHIC DOCUMENTATION 013233-2 of depth of field, and that are in focus, to -of-focus areas will not be accepted. photographs that identifies each as originally recorded in the digital camera, ications using image -editing software. g construction, take photographs of Project site, construction, from different vantage points, as construction photographs. conditions of construction site before starting the required to record settlement or cracking of adjacent, Take photographs daily, or as appropriate for amount of 4s with the cutoff date associated with each Application o show status of construction and progress since last Take color photographs after date of Substantial documents. Architect will inform photographer of PARTI- GENERAL 1.1 RELATED A. Drawings and Conditions and 1.2 SUMMARY A. Section includes requirements for SECTION 013300 SUBMITTAL PROCEDURES ral provisions of the Contract, including General and Division 01 Specification Sections, apply to this Section. its for the submittal schedule and administrative Shop Drawings, Product Data, Samples, and other j B. Contractor may choose to ke paper or electronic format to submit C. Related Requirements: procedural review. 1. Section 013200 "Contra tion Progress Documentation" r submitting schedules and reports, including Contract VData. schedule. 2. Section 017839 "Project Rents" for s in record Drawings, record Specifications, and record Pr1.3 DEFINITIONS A. Action Submittals: Written andormation and physical samples that require Architect's responsive action. Acls are those submittals indicated in individual Specification Sections as "action su B. Informational /as"i ls: Writte d grap 'c information and physical samples that do not require Architonsive on. Subm ttals may be rejected for not complying with requirements.ation submittals those submittals indicated in individual Specification S"i ormational submitt s." C. File Transfer FTP): Communications otocol that enables transfer of files to andfrom another over a network and tha serves as the basis for standard Internet protocols. An is a portion of a network cated outside of network firewall's within which internalal users are able to access fi s. D. Portable Acument Format (PDF): An open used f representing documents in a device fixe ayout document format. format licensed by Adobe Systems and display resolution -independent City Park Cabin Restoration Project SUBMITTAL PROCEDURES Project# 2162230 013300-1 City Park Cabin Restoration Project Proiect # 2162230 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, flabricatio and delivery when establishing dates. Include additional time required for making corrections o revisions to submittals noted by Architect d additional time for handling and reviewin sub ittals required by those corrections. 1. Coo in a submittal schedule with list of subc ntracts, the schedule of values, and Cont cto 's construction schedule. 2. Initial u ittal: Submit concurrently with tartup construction schedule. Include submi equired during the fust 60 days of construction. List those submittals required aintain orderly progress of the ork and those required early because of long lead ti for manufacture or fabrication 3. Final Submr 1: Submit concurrently wi the fust complete submittal of Contractor's constructions edule. a. Submit re ised submittal schedul to reflect changes in current status and timing for submi Is. ei 4. Format: Arrange t e following info ation in a tabular format: c� a. Scheduled da for fust sub ittal. b. Specification Don num r and title. c. Submittal categ ry; Acti ; informational. r„- d. Name of subcon actor. a„ e. Description ofth Wor covered. r-- 'f. Scheduled date for itect's final release or approval. Z-7; g. Scheduled date off 'cation. c 1.5 SUBMITTAL ADMINISTRA REQUIREMENTS A. Architect's Digital Data File Electr nic digital data files of the Contract Drawings will not be provided by Architect for C ntractor's se in preparing submittals. B. Coordination: Coordin a preparatio and processing of submittals with performance of construction activities. I. Coordinate ea submittal with fabrication, purchasing, testing, delivery, other submittals, an related activities that equire sequential activity. 2. Submit all s mittal items required or each Specification Section concurrently unless partialsubmi Is for portions of the rk are indicated on approved submittal schedule. 3. Submit acti n submittals and informati nal submittals required by the same Specification Section as eparate packages under sep to transmittals. 4. Coordina transmittal of different type of submittals for related parts of the Work so processing will not be delayed because f need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES 013300-2 City Park Cabin Restoration Project Proiect # 2162230 a.chitect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processor Time: Allow time for submittal review, including time for resubmittals, as follows. Time for view shall commence on Architect's receipt of submittal. No extension of the Contract T e will be authorized because of failure to transmit submittals enough in advance of the Work to ermit processing, including resubmittals. 1. Initial eview: Allow 15 days for initial review of each submittal. Allow ditional time if coor nation with subsequent submittals is required. Architect will ise Contractor when a s bmittal being processed must be delayed for coordination. 2. Intermedi to Review: If intermediate submittal is necessary, process in same manner as initial s initial. 3. Resubmitta eview: Allow 15 days for review of each resubmittal D. Paper Submittals: Place a permanent label or title block on ch submittal item for identification. 1. Indicate name of rm or entity that prepared each submi on label or title block. 2. Provide a space a roximately 3 by 4 inches (75 by 00 mm) on label or beside title block to record Con ctor's review and approval in gs and action taken by Architect. 3. Include the following ' formation for processing d recording action taken: a. Project name. b. Date. C. Name of Architect. d. Name of Construction anager e. Name of Contractor. f. Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or they un ue identifier, including revision identifier. 1) Submittal umber shall se Specification Section number followed by a decimal int and then a s uentia] number (e.g., 061000.01). Resubmittals shall/include an alphabet\submittal after another decimal point (e.g., 061 OO.0I.A). j. Num rand title of appropriate SpSection. k. Dr ing number and detail referenpropriate. a 1. cation(s) where product is to beas appropriate. m. er necessary identification. 4. initial for Paper Submittals: e each submittal individuapy, and appropriately for transmittal and handlinit each submittal using a,transmittal- form. Architect will return without revittal received from sources other, thanContractor. a. Transmittal Form for Paper SuProvi a locations on form for the following information: 013300-3 City Park Cabin Restoration Project Project # 2162230 1) 2) 9) 10) 11) 12) 13) 14) 15) 16) 17) 18) Project name. Date. Destination (To:). Source (From:). Name and address of Architect. Name of Contractor. Name of firm or entity that prel Names of subcontractor, manuf Category and type of submittal. Submittal purpose%and descript pecification Section number ciftcation paragraph minybe fo eachof multiple items. D ing number and detai refe Indi tion of full or partial subn submittal. ,r, and supplier. title. or drawing designation and generic name as appropriate. Trans ittal number, nu ered consecutively. Submilkal and transmittal distribution record. Electronic Submittals: follows: I. Assemble complete subr requirements of a single navigation to each item. 2. Name file with submittal a. File name shall by a decimal Resubmittals s LNHS-061000. 3. Provide means for markings and actiot 4. Transmittal Form containing the folio information in each electronic submittal file as into a single indexed file incorporating submittal Section and transmittal form with links enabling or other unique identifier, including revision identifier. prof t identifier and Specification Section number followed p rat and then a sequential number (e.g., LNHS-061000.01). h 1 include alphabetic suffix after another decimal point (e.g., l .A). sertion to pe anently record Contractor's review and approval ken by Archit t. Electronic Sub ittals: Use electronic form acceptable to Owner, ig information: a.Project n e. b. Date. C. Name d address of Architect. d. Name f Construction Manager. e. Nam of Contractor. f. Nam of firm or entity that prepare g. Names of subcontractor, manufacti h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and t k. Specification paragraph number or of multiple items. SUBMITTAL PROCEDURES 013300-4 submittal. ;r, and supplier. designation and generic name for each City Park Cabin Restoration Project Project # 2162230 I. Drawing number and detail references, as appropriate. M. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal number, numbered consecutively]. q. Submittal and transmittal distribution record. r. / Other necessary identification. S. I Remarks. 5. Meta4ata: Include the following information as keywords in the elg6tronic submittal file a. r ject name. b. Ntknber and title of appropriate Specification F. Options: Identify kptions requiring selection by Architect. G. Deviations and Addi 'onal Information: On an attached se ate sheet, prepared on Contractor's letterhead, record rel ant information, requests for da revisions other than those requested by Architect on prev us submittals, and deviatio)it from requirements in the Contract Documents, including in or variations and limilatio . Include same identification information as related submittal. H. Resubmittals: Make resubiti]ttals in same forip(and number of copies as initial submittal. 1. Note date and content o previous s mittal. 2. Note date and content revisi in label or title block and clearly indicate extent of revision. 3. Resubmit its: until are marked with approval notation from Architect's action stamp. I. Distribution: Furnish copi of fi 1 submittals to manufacturers, subcontractors, suppliers, fabricators, and installe , authorit s having jurisdiction, and others as necessary for performance of constru ion activities. how distribution on transmittal forms. J. Use for Construct n: Retain complete opies of submittals on Project site. Use only final action submittal at are marked with app val notation from Architect's action stamp. I W41 14 IPM 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: individual Specification Sections. Types of st Sections. Post paper submittals directly to Architect's address and submit submittals requi?ed by indicated in individual Specification for the Project. 013300-5 City Park Cabin Restoration Project Project # 2162230 2. 3. 4. 5. a. Architect will return copies and retain one copy as Project record document file. electronic submittals via email 4 PDF electronic files. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record docume file. Ation Submittals: Submit three in tatted. Architect will return two Infoational Submittals: Submit i indic ed. Architect will not return i Certifi tes and Certifications Subn entity r ponsible for preparing cc signed ban officer or other indiv� entity. / a. ProvidN a digital certifica s and ce b. Provide a otarize where indi ted. B. ' Product Data: Collect in f a type of product or equipmen If information must be are not suitable for use, Mark each copy of eac) Include the followinah copies of each submittal unless otherwise paper copies of each submittal unless otherwise Provide a statement that includes signature of ation. Certificates and certifications shall be authorized to sign documents on behalf of that with digital certificate on electronically submitted where indicated. t on original paper copy certificates and certifications into a single submittal for each element of construction and ly prepared for submittal because standard published data as Shop Drawings, not as Product Data. tal to show which products and options are applicable. ion, as applicable: a. Manufacture s catalog ts- b. Manufactur 's product s cifi C. Standard c or charts. d. Statemen f compliance w h e. Testing recognized testin f. Applicafion of testing agency g. Notatigh of coordination requi h. Avail ility and delivery time specified referenced standards. 4. Submit Priduct Data in the following and seals. a. PPF electronic file. b. Yhree paper copies of Product Data etum two copies. options: otherwise indicated. Architect, will C. Shop Drayfmgs: Prepare Project -specific informatiown accurately to scale. Do not base Shop Drawings on reproductions of the Contract Doapments or standard printed data, unless submittal based on Architect's digital data drawing files k otherwise permitted. 1. Preparation: Fully illustrate requirements in th Contract Documents. Include the following information, as applicable: SUBMITTAL PROCEDURES 013300-6 City Park Cabin Restoration Project Project # 2162230 a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, sub it Shop Drawings on heets at least 8-1/2 by I 1 inches (215 by 280 mm),. 3. Submit Shop rawings in the following format: a. Two o que (bond) copies of each submittal. Architect will return on copy. b. Refer to ection 013100 "Project Management and Coordination" for equirements for coordi ation drawings. D. Samples: Submit Sampl s for review of kind, color, pattem, and texture a check of these characteristics with other elements and for a comparison of these c acteristics between submittal and actual compo nt as delivered and installed. I. Transmit Samples that main multiple, related components ch as accessories together in one submittal package. 2. Identification: Attach lab on unexposed side of Sampl that includes the following: a. Generic description o ample. b. Product name and nam of manufacturer. C. Sample source. d. Number and title of appli able Specif ation Section. e. Specification paragraph n her an generic name of each item. 3. Samples for Initial Selection: Su ' manufacturer's color charts consisting of units or sections of units showing the full a of colors, textures, and patterns available. a. Number of Samples: §Obm texture, or similar cVdmcte product line. Arc ' ect will E. Coordination Drawing S Mals: Comply "Project Management Coordination." full set of available choices where color, pattern, are required to be selected from manufacturer's submittal with options selected. requirements specified in Section 013100 F. Contractor's Const tion Schedule: Comply wit requirements specified in Section 013200 "Construction 7rPa ress Documentation." G. Application yment and Schedule of Values: omply with requirementsspecified in S/00 "Payment Procedures." H. Tpection Reportsand Schedule of Tests and I ections Submittals: Comply with re specified in Section 014000 "Quality Requirem ts." n I. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." SUBMITTAL PROCEDURES 013300-7 City Park Cabin Restoration Project Project # 2162230 J. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. K. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer coin'es with requirements in the Contract Documents and, where required, is authorized by anufacturer for this specific Project. L. Manufacturer C ificates: Submit written statements n manufacturer's letterhead certifying that manufacturer omplies with requirements in the Co tract Documents. Include evidence of manufacturing expe 'ence where required. X Product Certificates: `submit written statements on%manufacturer's letterhead certifying that product complies with re uirements in the Contract Documents. Material Certificates: Su it written statements # manufacturer's letterhead certifying that material complies with requ ements in the Contrac Documents. Material Test Reports: Submi reports written by a qualified testing agency, on testing agency's standard form, indicating aninterpreting t st results of material for compliance with requirements in the Contract Do Product Test Reports:Submittt manufacturer complies with req ' ei evaluation of tests performed by m i on comprehensive tests performed b 2 Preconstruction Test Reports: Submi agency's standard form, indicating and of product, for compliance with perfoq PART 3 -EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Su ittals: Re other Work of the Contract afid for compli and field dimensions. Mark/with approval 6rts indicating that current product produced by in the Contract Documents. Base reports on -r and witnessed by a qualified testing agency, or ied testing agency. is written by a qualified testing agency, on testing reting results of tests performed before installation requirements in the Contract Documents. each submittal and check for coordination with with the Contract Documents. Note corrections p before submitting to Architect. B. Project Closeout and M ntenance Material Su mittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: S p each submittal with a un form, approval stamp. Include Project name and location, subm ttal number, Specification Sect on title and number, name of reviewer, date of Contractor's approval, and statement certifying at submittal has been reviewed, checked, and approved for compliance with the Contract Doc ents. SUBMITTAL PROCEDURES 013300-5 City Park Cabin Restoration Project Project # 2162230 3.2 ARCHITECT'S A. Action Submittals: 1Architect will review each submittal, make marks to indicate corrections or revisions required, d return it. Architect will stamp each submittal with an action stamp and will mark stamp ap opriately to indicate action, as follows: 1. Approved as S bmi 2. Approved as Co ec 3. Revise and Resu 4. Incomplete-Resub 5. Rejected B. Informational Submittals: return it if it does not cc appropriate party. C. Partial submittals prepared submittals has received prior D. Incomplete submittals are unac for resubmittal without review. E. Submittals not required by the action. END OF SECTION 013300 itect will review each subgeittal and will not return it, or will with requirements. Arc tect will forward each submittal to portion of the W rk will be reviewed when use of partial val from Archi ct. (able, will considered nonresponsive, and will be returned may be returned by the Architect without SUBMITTAL PROCEDURES 013300-9 y � 7 SUBMITTAL PROCEDURES 013300-9 City Park Cabin Restoration Project SUBMITTAL PROCEDURES 013300-10 SECTION 013591 HISTORIC TREATMENT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENT A. Drawings and general ovisions of the Contract, including General d Supplementary Conditions and other Divi ion 01 Specification Sections, apply to this Sectio. 1.2 SUMMARY A. Section includes general rotection an/Windows" rocedures fo entire Project and the following specific work: 1. Historic removal and d� mantling. 2. Rebuilding, rehabilitatio of existinrials estoration of historic structures. B. Related Requirements: I. Section 040140 "Mainten ce ofblies" for specific requirements for cleaning and repairing stone. 2. Section 061323 "Log Structur Reecific requirements for repair of wood log structure. 3. Section 080152.93 "Historic Tr tindows" for specific requirements for cleaning and repairing wood win 1.3 DEFINITIONS A. Consolidate: To strengthen loo or deteri\ee materials in place. B. Dismantle: To disassemb and detach ithand from existing construction to the limits. indicated, using small d tools and sme-hand power tools, so as to protect nearby historic surfaces; an egally dispose ofantled items off-site, unless indic2ted to .,be salvaged or reinstall C. Existing to Re in: Existing items that are a removed or dismantled. i a D. Historic: aces, areas, rooms, surfaces, ls, wishes, and overall appearance which are impo to the successful preservatiobili tion restoration and reconstruction as dete ned by Architect.E. atch: To blend with adjacent constructd mani st no apparent difference in material type, species, cut, form, detail, color, graine, or fm h; as approved by Architect. F. Reconstruct: To remove existing item, repdamaged o missing components, and reinstall in original position. City Park Cabin Restoration Project HISTORIC TREATMENT PROCEDURES Project # 2162230 013591-1 City Park Cabin Restoration Project Proiect # 2162230 G. Refinish: To remove existing finishes to base material and apply new finish to match original, or as otherwise indicated. H. Reinstall: To protect removed or dismantled item, repair and clean it as indicated for reuse, and reinstall it in original position, or where indicated. I. Remove: Specifically(orn historic spaces, areas, r oms, and surfaces, the term means to detach an item from existingstruction to the limits irdicated, using hand tools and hand -operated power equipment, anlegally dispose of it -site, unless indicated to be salvaged or reinstalled. II J. Repair: To correct damag and defects, retai employing as little new aterial as po: consolidating, or otherwise 'nforcing or uP1 K. Replace: To remove, duplicate, d reinstall the pattern for creating duplicate unless othe L. Replicate: To reproduce in exact tail, matt M. ; Reproduce: To fabricate a new item accur 1 a similar material as the original, unle of t N. Restore: To consolidate, replicate, re du indicated results. O. Retain: To keep existing items that are P. Reversible: New construction work, the future without damaging historic isting materials, features, and finishes while Includes patching, piecing -in, splicing, materials. item with new material. The original item is indicated. and finish unless otherwise indicated. in detail to the original, and in either the same or ise indicated. repair, and refinish as required to achieve the be removed or dismantled. Q. Salvage: To protect removed or dis t antled itei R. Stabilize: To provide structural rei forcement t the essential form as it exists at pr sent; also, to S. Strip: To remove existing finish own to base r 1.4 INFORMATIONAL SUBMITTALS or processes that can be removed or undone in less otherwise indicated. and deliver them to Owner. or deteriorated items while maintaining sh a weather -resistant enclosure. unless otherwise indicated. A. Qualification Data: For hi ric treatment specialistsas required by other sections of the contract documents. B. Preconstmction Documen tion: Show preexisting conditi s of adjoining construction and site improvements, including finish surfaces, that might be isconstrued as damage caused by Contractor's historic treatment operations. C. Historic Treatment Program: Submit before work begins. D. Fire -Prevention Plan: Submit before work begins. HISTORIC TREATMENT 013591-2 I City Park Cabin Restoration Project Project # 2162230 E. Inventory of Salvaged Items: After removal or dismantling work is complete, submit a list of items that have been salvaged. 1.5 QUALITY ASSURANCE A. Historic Treatme t Specialist Qualifications: An experienced firm regularly engaged in historic treatments simil in nature, materials, design, and extent to this work as specified in each section, and that h completed a minimum of five recent projects with a record of successful in-service perform a that demonstrate the firm's qualifications to perform this work. 1. Field Supervise Qualifications: Full-time superyisors ex rienced in historic treatment work similaz in afore, material, design, and extent to at indicated for this Project. Superyisors shall eon Project site duri/net historic treatment work is in progress. 2. Worker Qualificatio • Persons who are exhistoric treatment work of types they will be performin .B. Historic Removal and Dism ling Specialist QA qualified historic treatment specialist. General selective d olition experieufficient experience for historic removal and dismantling work. Work requiref this contract, require careful disassembly to salvage existing m terials for reutest extent possible with as little damage as possible. C. Historic Treatment Program: Prepar a writt plan for historic treatment for whole Project, including each phase or process and rote ion of for materials during operations. DescriA�a*nf detail materials, methods, d quipment to be used for each phase of work. Show complith indicated methods and ocedures specified in this and other Sections. D. Fire -Pion Plan: Prepare a en p for preventing fires during the Work, including placemf fire extinguishers, a blank s, rag buckets, and other fire -prevention devices duringphase or process. E. Mockurepaze mocku of specific histori treatment procedures specified in this Section to demte aesthetic ects and to set quality tandards for materials and execution. 1. al Rem al Work: Remove logs, foun tions, slabs as shown on Drawings. 2. al D' antling Work: Dismantle roof an floor framing as shown on Drawings. 3. al estoration Work: Remove, docume existing profiles and materials that are cable. Provide recommendations and ne material used for consolidation and ation of deteriorated materials. Restore wor to subjective approval of all parties volved in project. Approval of mockups does not constitute appro Documents contained in mockups unless Architect in writing. F. Regulatory Requirements: Comply with notification il jurisdiction before beginning removal and dismantling work. regulations of authorities having jurisdiction. G. Standards: Comply with ANSVASSE A10.6. of deviations from the Contract ifrcally approves such deviations gula' ns of authorities having Compl with hauling and disposal HISTORIC TREATMENT PROCEDURES 013591-3 City Park Cabin Restoration Project Proiect # 2162230 1.6 H. Historic Treatment Preconstruction Conference: Conduct conference at Project site. General: Review methods and procedures related to historic treatment including, but not limited to, the following: a. Review manufacturer's written instructions for precautions and effects of historic treatment procedures on materials, omponents, and vegetation. b. Review and finalize historic trea nt construction schedule; verify availability of materials, equipment, and facilities eeded to make progress and avoid delays. C. Rev4 qualifications of personnel assigned to the work and assign duties. ^" d. Revie material application, wor sequencing, tolerances, and required clearances. eas where existing cons e. Revie%Dmantling: ction is to remain and requires protection. 2. Removal an a. Inspect and b. Review req and dismani STORAGE AND A. Salvaged Historic Materials condition Cf construction to be removed or dismantled. is of otheV work that relies on substrates exposed by removal 1. Clean only loose debris ft indicated. 2. Pack or crate items after contents of containers. 3. Store items in a secure arei 4. Protect items from damage B. Historic Materials for MATERIALS historic items unless more extensive cleaning is cushion against damage during handling. Label and storage. 1. Repair and clean histo ' items as indic ed and to functional condition for reuse. 2. Pack or crate items a r cleaning and re firing; cushion against damage during handling. Label contents of c4ainers. 3. Protect items from age during transpo and storage. 4. Reinstall items in -cations indicated. Co ply with installation requirements for new materials and equ' ment unless otherwise in icated. Provide connections, supports, and miscellaneous m erials to make item functio I for use indicated. C. Existing Historic Mat rials to Remain: Protect cons tion indicated to remain against damage and soiling from co truction work. Where permuted y Architect, items may be dismantled and taken to a sui le, protected storage location durink construction work and reinstalled in their original locZction: ns after historic treatment and con stru 'on work in the vicinity is complete. D. Storage and Pro When taken from their existing locations, catalog and store historic items within a weathertight enclosure where they are protected from wetting by rain, snow, condensation, or ground water, and from freezing temperatures. HISTORIC TREATMENT PROCEDURES 013591-4 City Park Cabin Restoration Project Project # 2162230 1. Identify each item with a nonpermanent mark to document its original location. Indicate original locations on plans elevations, sections, or photographs by annotating the identifying marks. 2. Secure stored materials to protect from theft. 1.7 PROJECT A. General Size Li itation in Historic Spaces: Materials, products, and equipment used for performing the W k and for transporting debris, materials, and products shall be of sizes that clear available clea ces to ensure no damage is done by construction activities. B. Conditions existing at 'me of inspection for bidding purpose will be maintained by Owner as far as practical. // C. Notify Architect of discrep cies between existing conditions and rawings before proceeding with removal and dismantlin work. D. Hazardous Materials: It is no expected that hazardous mat 'als will be encountered in the Work. 1. If materials suspected of con fining hazardous ma rials are encountered, do not disturb; immediately notify Architect d Owner. Owne will remove hazardous materials under a separate contract. PART 2 - PRODUCTS - (Not Used) PART 3 -EXECUTION 3.1 HISTORIC REMOVAL AND A. Historic Removal and Dism mg Specialist Firms: bject to compliance with requirements, have historic removal and Asmantling performed by firm specializing in dismantling and documenting of historic terials. 3.2 HISTORIC REM9VAL AND DISMANTLING EQUIPMENT A. Removal Eq ' ment: Use only hand-held tools except as follows by Archito on a case-by-case basis: 1. /Light jackhammers are allowed subject to Architect's approval. � Large air hammers are not permitted. .y otherwise-a0proved' B. Dismantling Equipment: Use manual, hand-held tools, except as follows or otherwise approved by Architect on a case-by-case basis: HISTORIC TREATMENT PROCEDURES 013591-5 City Park Cabin Restoration Project Project # 2162230 1. Hand-held power tools and cutting torches are permitted only as submitted in the historic treatment program. They must be adjustable so as to penetrate or cut only the thickness of material being removed. 2. Pry bars more than 18 inches (450 mm) long and hammers weighing more than 2 Ib (0.9 kg) are permitted for dismantling work on a case-by-case basis. L. 3.3 EXAMINATIO A. ' Preparation for Re oval and Dismantling: Examine construction to be removed or dismantled to'determine best thods to safely and effectively pe orn removal and dismantling work. Examine adjacent w k to determine what protective measures will be necessary. Make y , explorations, probes, inquiries as necessary to de -mine condition of construction to be removed or dismantled location of utilities and s ices to remain that may be hidden by construction that is to be re oved or dismantled. �J 1. Verify that affected utili 'es have been disco ected and capped. 2. Inventory and record condition of 'ems to be removed and dismantled for reinstallation or salvage. 3. Before removal or dismantl g of existin building elements that will be reproduced or duplicated in final Work, ake perm ent record of measurements, materials, and construction details required to ake a ct reproduction. 4. Engage a professional enginee to s ey condition of building to determine whether removing any element might res It i structural deficiency or unplanned collapse of any portion of structure or adjacent s c res as a result of removal and dismantling work. B. Survey of Existing Conditions: Re d existing conditions by use of preconstruction photographs. 1. Comply with requirements spe fled i Section 013233 'Photographic Documentation." C. Perform surveys as the Work pro resses to etect hazards resulting from historic treatment procedures. 3.4 PROTECTION, GENERAL A. Comply with temporary u/ 'er requirements in ection 015000 "Temporary Facilities and Controls." B. Ensure that supervisory p sonnel are on-site and on�uty when historic treatment work begins and during its progress. C. Protect persons, motor vehicles, surrounding surfaces of building, building site, plants, and surrounding buildings m harm resulting from historic treatment procedures. 1. Use only p�Ziven protection methods, appropriate to each area and surface being protected. 2. Provide barricades, barriers, and temporary directional signage to exclude public from areas where historic treatment work is being performed. HISTORIC TREATMENT PROCEDURES 013591-6 11 City Park Cabin Restoration Project Protect # 2162230 3. Erect temporary protective covers over walkways and at points of pedestrian and vehicular entrance and exit that must remain in service during course of historic treatment work. 4. Contain dust and debris generated by removal and dismantling work and prevent;it from reaching the public or adjacent surfaces. / 5. Provide shoring, bracing, and supports as necessary. Do not overload structural eleme ts. D. Temporary Protection of Historic Materials: 1. Protect existr historic materials with temporary protections and cons coon. Do not deface or remov xisting materials. 2. Do not attach tem ary protection to historic surfaces except as i icated as part of the historic treatment pro and approved by Architect. E. Comply with each product man facturees written instructions for rotections and precautions. Protect against adverse effects o roducts and procedures on eople and adjacent materials, components, and vegetation. 3.5 PROTECTION DURING APPLICAT N OF CHEMI LS A. Protect motor vehicles, surrounding sw and surrounding buildings from harm cleaner. B. Cover adjacent surfaces with protective Project unless chemicals being used w: treatment program. Use covering m, resistant, and will not stain or leave protective materials according to ar masking agents or adhesives to p ted remove protective materials stai : g. of bynding being restored, building site, plants, un a resulting from applications of chemical �n r s that are proven to resist chemicals selected for 1 of age adjacent surfaces as indicated in historic rtals d masking agents that are waterproof, UV :sidue o surfaces to which they are applied. Apply rfacturer's written instructions. Do not apply liquid or porous rfaces. When no longer needed, promptly C. Do not apply chemicals durinj%winds of sufficient D. Neutralize and collect alkaline and acid wastes and E. Collect and dispose of unoti from chemical operations prevents soil conta i ation, soil erosion, undermining 4 lVdscaping,/r w e penetration into building interior. 3.6 PF OMFIRE A. General: F l fire -prevention plan and the following. spread them to unprotected surfaces. of off Owner's property. means and in a manner that and foundations, damage to 1. Comply with NFPA 241 requirements unless otherwise indicated. Pe. "Owner's Responsibility for Fire Protection." 2. Remove and keep area free of combustibles including, rubbish, chemicals, except to the degree necessary for the immediate work. form duties entitled waste, and HISTORIC TREATMENT 013591-7 City Park Cabin Restoration Project Proiect # 2162230 a. If combustible material cannot be removed, provide fire blankets to cover such materials. Prohibit oking by all persons within ProjQct work and staging areas except where 9pecifi( designated for! I ._B. Heat -Generating Equipment and Combustible aterials: Comply with the following procedures while performing work with heat -g erating equipment or highly combustible �..` materials; includia welding, torch -cutting, solde ' g, brazing, paint removal with heat, or other operations where o n flames or implements u izing high heat or combustible solvents and are antic; ted: 1. Obtain Owner's pproval for high -heat equip ent. Use of least Z hours bef a each occ 2. As far as practic restrict building. 3. Do not perform wor with he; flammable liquids or xplosi combustible gas indica r test 4. Use fireproof baffles t pre; material from reaching su o 5. Prevent the spread of sp holes, and cracks in floors, a 6. Fire Watch: Before wo t materials, station person el t performed. Fire -watch ersm fire watch according t FPA a. Train each fi watch in b. Prohibit fire- atch per fire -watch d ties. C. Cease wor with heat -g present. d. Have fi than 30 1 involving use of open -flame or welding or other ftne equipment is not permitted. Notify Owner at indicating location of such work. ierating equipment to shop areas or outside the it- nerating equipment in or near rooms or in areas where v vapors are present or thought to be present. Use a t ensure that the area is safe. nt flames, sparks, hot gases, or other high-temperature [ding combustible material. and particles of hot metal through open windows, doors, lls, ceilings, roofs, and other openings. with heat -generating equipment or highly combustible serve as a fire watch at each location where such work is �el shall have the authority to enforce fire safety. Station B, NFPA 241, and as follows. proper operation of fire -control equipment and alarms. gel from other work that would be a distraction from watch perform final) minutes after conch: smoldering fires and C. Fire Extinguishe , Fire Blankets, and Rag and rag buckets r disposal of rags with cc type of fire riskrin each work area. Ensure in fire-extingu' her and blanket operation. 3.7 GENERAL HISTORIC TREATMENT A. Ensure that supervisory personnel are present its progress. HISTORIC TREATMENT 013591-8 equipment whenever fire -watch personnel are not e -safety inspection each day beginning no sooner n of work at each area of Project site to detect ensure that proper fire -prevention is maintained. sets: Maintain fire extinguishers, fire blankets, stible liquids. Maintain each as suitable for the nearby personnel and the fire watch are trained historic treatment work begins and during I City Park Cabin Restoration Project Project # 2162230 B. Halt the process of deterioration and stabilize conditions unless otherwise indicated. Perform work as indicated on Drawings. Follow the procedures in subparagraphs below and procedures approved in historic treatment program: 1. Retain as much existing material as possible; repair and consolidate rather than replace. 2. Useadditional material or structure to reinforce, strengthen, prop, tie, and support exist g material or structure. 3. Use rversible processes wherever possible. 4. Use h tonically accurate repair and replacement materials and techniques unless otherwis indicated. 5. Record a 'sting work before each procedure (preconstruction) and progress during the work wi digital preconstruction documentation photographs. Cpmply with requiter in Section 013233 "Photographic Documentation." / C. Notify Architect of v able changes in the integrity of material or component whether due to environmental causes cluding biological attack, UV degradation, freezing, thawing; or due to structural defects incILVing cracks, movement, or distort Do not proceed withR*e work in question until directed by D. Where missing features are in 'cated to be repaired or replaced, Xovide features whose designs are based on accurate duplicate ns rather than on conjectur designs, subject to approval of Architect. E. Where Work requires existing feat s to be remove or dismantled and reinstalled, perform these operations without damage to the aterial its , to adjacent materials, or to the substrate. F. Identify new and replacement materials and eatures with permanent marks hidden in the completed work to distinguish them from final materials. Record a legend of identification /cuttting d the locations of the items on re r Drawings. 3.8IC REMOVAL AND DI ANTLING : Have removal and ismantling work per rmed by a qualified historic removal and ing specialist. ure that historic rem val and dismantling specialist's field ors are present en removal and dismantling rk begins and during its progress. work acco ing to the historic treatment program d approved mockup(s). c:.'s" ovide upports or reinforcement for existing cons uction that becomes temporarily e ed by the work, until the work is completed. orm cutting by hand or with small power tools wh ver possible. Cut holes andots neatly to size required, with minimum disturbance of djacent work. o not operate air compressors inside building, unless ap%rab byArchiect in each se. 4. Do not drill or cut columns, beams, joints, girders, structs, or other structural supporting elements, without having Contractor's professionneer's written approval for each location before such work is begun. 5. Do not use explosives. HISTORIC TREATMENT PROCEDURES 013591-9 City Park Cabin Restoration Project Proiect # 2162230 C. Unacceptable Equipment: Keep equipment that is not permitted for historic removal or dismantling work away from the vicinity where such work is being performed. D. Removing and)Dismantling Items on or near Histori Surfaces: 1. Use my dismantling tools and proced es acceptable for historic surface being dism tled. Protect historic: from jj�� 2. Unfas n items to be removed, in the opp 3. Suppo each item as it becomes loosen surface. 4. Dismant anchorages. E. Masonry: U-) 1. Remove mas carefully and prevent collaps f materials bein 2. Remove stone in ily managed 3. During removal, ntractor is Architect of the con ition of t during removal. F. Anchorages: 1. Remove anchorages as 2. Dismantle anchorages ; 3. In non -historic surfac according to the requir 4. In historic surfaces according to Section I END OF SECTION 013591 HISTORIC TREATMENT PROCEDURES 013591-10 tact with or damage by tools. to order from which they were installed. to prevent stress and damage to the historic temporary bracing and supports as needed to ible for the stability of the structure. Notify bracing for wall if work is temporarily stopped ed with removed items. m ted with dismantled items. pa h holes created by anchorage removal or dismantling its r new work. or r air holes created by anchorage removal or dismantling is to a historic surface being patched. PARTI-GENERAL 1.1 RELATED DOCUM A. Drawings and gene Conditions and other 1.2 SUMMARY 1.3 SECTION 014000 QUALITY REQUIREMENTS dons of the Contract, including General and 01 Specification Sections, apply to this Section. A. Section includes administrati a and procedural requirements for quality control. B. Testing and inspecting services required to verify compliance with r indicated. These services do not elieve Contractor of responsibili fol Contract Document requirements. 1. Specific quality -assurance and _\0 are specified in the Sections that may also cover production of stain 2. Specified tests, inspections, and t assurance and -control procedures requirements. 3. Requirements for Contractor to pi by Architect, Owner or authoritie this Section. 4. Specific test and inspection requjrl C. Related Requirements: DEFINITIONS and quality irements specified or compliance with the I requirements fo ndividual construction activities Fy those activrt s. Requirements in those Sections products. Ao not limit Contractor's other quality - compliance with the Contract Document ility-assurance and -control services required jurisdiction are not limited by provisions of specified in this Section. A. Quality -Assurance rvices: Activities, actions, and proikdures performed before and during execution of the,,Work to guard against defects and deficie cies and substantiate that proposed construction ' 1 comply with requirements. B. Mock : Full-size physical assemblies that are constructed o site. Mockups are constructed to tfy selections made under Sample submittals; to demons a aesthetic effects and, where . dicated, qualities of materials and execution; to review coordin ion, testing, or, operation; to show interface between dissimilar materials; and to demonstrate compliance with.specified installation tolerances. Mockups are not Samples. Unless othe ise indicated, approved mockups establish the standard by which the Work will be judged. 1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. City Park Cabin Restoration Project QUALITY REQUIREMENTS Project # 2162230 014000-1 City Park Cabin Restoration Project Project # 2162230 C. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. D. Product Testingests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualifie to conduct product testing and acceptable to authorities having jurisdiction, to establish produ performance and compliance withl specified requirements. E. + Source Quality -C trot Testing: Tests and inspe tions that are performed at the source, e.g., plant, mill, factory, r shop. R Field Quality -Control esting: Tests and ins ions that are performed on-site for installation �5 of the Work and for co leted Work. q G. Testing Agency: An enti engaged to pe rm specific tests, inspections, or both. Testing laboratory shall mean the s e as testing ag cy. 0 H.`" Installer/Applicator/Erector: ontractor or another entity engaged by Contractor as an employee, Subcontractor, or Su -subcon ctor, to perform a particular construction operation, including installation, erection, a licati , and similar operations. 1. Use of trade -specific termin o in referring to a trade or entity does not require that certain construction activities a performed by accredited or unionized individuals, or that requirements specified ap I exclusively to specific trade(s). I. Experienced: When used with an ntity r individual, "experienced" means having successfully completed a minimum of five pre ions pr 'ects similar in nature, size, and extent to this Project; being familiar with special req ments . dicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING A. Referenced Standards: If ompliance with two r more standards is specified and the standards establish different or con icting requirements fo minimum quantities or quality levels, comply with the most stringen requirement. Refer c fiicting requirements that are different, but apparently equal, to Ar itect fora decision befor proceeding. B. Minimum Quantity Quality Levels: The quanti or quality level shown or specified shall be the minimum Quantity/ ed or performed. The actu installation may comply exactly with the minimum quantity or quality specified, or it may a eed the minimum within reasonable limits. To comply with ese requirements, indicated nu eric values are minimum or maximum, as appropriate, fo the context of requirements. Ref uncertainties to Architect for a decision before procee ng. 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups provide plans, sections, and elevations, indicating materials and size of mockup construction. QUALITY REQUIREMENTS 014000-2 I 1.6 1.7 1.8 City Park Cabin Restoration Project Project # 2162230 INFORMATIONAL SUBMITTALS A. Qualification Data: For Contractor's quality -control personnel. B. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate they 3rapabilities and experience. Include proof of qualifications in the form of a recent report on tnspection of the testing agency by a recognized authority. CONTRACTOR'S PLAN A. Quality -Control Plan, eneral: Submit quality -control plan within 10 days of Notic of Awazd, and not less than five ys prior to preconstruction conference. Submit in format ceptable to Architect. Identify Pers el\toth procedures, controls, instructions, tests, records, forms to be used to carry out Contraity-assurance and quality -control responsibilit s. Coordinate with Contractor's constrdule. B. Quality -Control Personcations: Engage qualified full-time p sonnei trained and experienced in managixecuting quality -assurance and qu ' -control procedures similar in nature and exte required for Project. 1. Project quality -control manai 2. Manager shall have documei work required in the contract C. Submittal Procedure: Describe proce review and management of submittal for submittal review. may also serve as Project s erintendent. 1, five projects of 7omplianc pe and scope in oversight of uments. 1 s for ensuringe with requirements through pr ess. Indic qualifications of personnel responsible D. Continuous Inspection of Workmanship: construction to identify and correct deficie inspection specified. Indicate types of tire compliance with standazds of workman ip ests mockups. E. Monitoring and Documentation Maintain tc approved and rejected resul Include work defective. Indicate correcti actions taken to I requirements. Comply w' requirements of aut REPORTS AND >e process for continuous inspection during in workmanship in addition to testing and actions to he required to bring work into shed by Contract requirements and approved and inspection reports including log of itect has indicated as nonconforming or onconforming work into compliance with having jurisdiction. r, A. Test and I ection Reports: Prepare and submit certifi written reports specified -.in othqrl Sections. clude the following: 1. Date of issue. r- 2. Project title and number. 3. Name, address, and telephone number of testing agency. n 7 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. QUALITY REQUIREMENTS 014100-3 City Park Cabin Restoration Project Proiect # 2162230 C. Permits, Licenses, and Certificates: r per's records, submit copies of permits, licenses, certifications, inspection reports, rel es, risdictional settlements, notices, receipts for fee payments, judgments, correspond ce, re rds, and similar documents, established for compliance with standards and regu tions be 'ng on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications para aphs in this articl establish the minimum qualification levels required; individual Specifica on Sections specify ditional requirements. B. Manufacturer Qualific to those indicated for well as sufficient prod C. Fabricator Qualifica for this Project and production capacity, A firm experienced i manufacturing products or systems similar roject and with a reco4d of successful in-service performance, as capacity to produce req ired units. it: A firm experienced in uth a record of successful produce required units. D. Installer Qualifications: A firm or individual exper work similar in material, design, and extent to that resulted in construction with a record of successful ii products similar to those indicated performance, as well as sufficient in installing, erecting, or assembling led for this Project, whose work has .e performance. E. Specialists: Certain Specification Sections require thift specific construction activities shall be performed by entities who are recognized experts in tose operations. Specialists shall satisfy qualification requirements indicated and shall be enga ed for the activities indicated. QUALITY REQUIREMENTS 014000-4 6. Description of the Work and test and inspection method. ' 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Record of temperature and weather conditions at t me of sample taking and testing and inspect g. 10. Co ents or professional opinion on whether to ed or inspected Work complies with the Co ct Document requirements. 11. Name an signature of laboratory inspector. 12. Recommen tions on retesting and reinspecting. B. Manufacturer's Tec 'cal Representative's Field eports: Prepare written information L : documenting manufactu r s technical representati 's tests and inspections specified in other Sections. Include the folio ing: F� s i e. .. 1, Name, address, and tele hone number oft chnical representative making report. 2. Statement on condition o substrates and eir acceptability for installation of product. 3. Statement that products at roject site c ply with requvements. 4. Summary of installation rocedures being followed, whether they comply with requirements and, if not, wha orrecti a action was taken. - 5. Results of operational and oth tes and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, pr cts, and installation will of%ct warranty. 7. Other required items indicated in ' ividual Specification Sections. C. Permits, Licenses, and Certificates: r per's records, submit copies of permits, licenses, certifications, inspection reports, rel es, risdictional settlements, notices, receipts for fee payments, judgments, correspond ce, re rds, and similar documents, established for compliance with standards and regu tions be 'ng on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications para aphs in this articl establish the minimum qualification levels required; individual Specifica on Sections specify ditional requirements. B. Manufacturer Qualific to those indicated for well as sufficient prod C. Fabricator Qualifica for this Project and production capacity, A firm experienced i manufacturing products or systems similar roject and with a reco4d of successful in-service performance, as capacity to produce req ired units. it: A firm experienced in uth a record of successful produce required units. D. Installer Qualifications: A firm or individual exper work similar in material, design, and extent to that resulted in construction with a record of successful ii products similar to those indicated performance, as well as sufficient in installing, erecting, or assembling led for this Project, whose work has .e performance. E. Specialists: Certain Specification Sections require thift specific construction activities shall be performed by entities who are recognized experts in tose operations. Specialists shall satisfy qualification requirements indicated and shall be enga ed for the activities indicated. QUALITY REQUIREMENTS 014000-4 City Park Cabin Restoration Project Project # 2162230 Requirements of authorities having jurisdiction shall supersede requirements for specialists. F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E9; and with additional qualifications specified in individual Sections; and, where required by uthorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP. A testing agency accredited according to NIST's ational Voluntary Laborato Accreditation Program. G. Manufacturer's Teiical Representative Qualifications: An auth zed representative of manufacturer who trained and approved by manufacturer to obse and inspect installation of manufacturer's pro cts that are similar in material, design, and tent to those indicated for this Project. H. Mockups: Before installA portions of the Work requiring ockups, build mockups for each form of construction and ish required to comply wit the following requirements, using materials indicated for the conNpleted Work: 1. Build mockupsXmockups tio and of size in Gated or, if not indicated, as directed by Architect. 2. Notify Architecdays 'n adv a of dates and times when mockups will be constructed. 3. Employ supervisonnel w will oversee mockup construction. Employ workers that will be empuring th o struction at Project. 4. Demonstrate theed r e of a thetic effects and workmanship. 5. Obtain Architecva f mocku before starting work, fabrication, or construction. I. Integrated Exterior Mockups -Construct integr ed exterior mockup. Coordinate installation of materials and producthich mockups are equired in individual Specification Sections, along with supportingls. 1.10 QUALITY A. Contractor esponsibilities: Tests and inspections kt explicitly assigned to Owner are Contrac is responsibility. Perform additional quality-captrol activities required to verify that the W6rk complies with requirements, whether specified o ot. X. Unless otherwise indicated, provide quality -control se ices specified and those1cquired / by authorities having jurisdiction. Perform qual� -control services required of Contractor by authorities having jurisdiction, whether s ified or not. B. Manufacturer's Field Services: Where indicated, engage factory -authorized? service - representative to inspect field -assembled components and equip lent installation, including 1 service connections. Report results in writing as specified inction 013300 "Submituil' Procedures." J QUALITY REQUIREMENTS 014100-5 City Park Cabin Restoration Project Project # 2162230 I C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to ob a and inspect the Work. Manufacturer's technical representative's services include p icipation in preinstallation conferences, examination of substrates and conditions, verificati of materials, observation of Installer ctivities, inspection of completed portions of the Work, d submittal of written reports. D. Retesting/Reinspecting: Regardless of whether original tes or inspections were Contractor's responsibility, provide uality-control services, includin retesting and reinspecting, for construction that replace Work that failed to comply with a Contract Documents. E. Testing Agency Resp onsib it Cooperate with Arc duties. Provide qualified pe onnel to perform required I . Notify Architect and C tractor promptly of irre Work during performanc of its services. // 3. Determine the location fir which test samole� are conducted. 3. Conduct and interpret tests d inspections Oid state in each report whether tested and inspected work complies wit or deviates frofa requirements. f a „ 4. Submit a certified written r ort, in dup Cate, of each test, inspection, and similar C quality -control service through 4 5. Do not release, revoke, alter, or or accept any portion of the Work 6. Do not perform any duties of Con F. Associated Services: Cooperate with similar quality -control services, and pro agency sufficiently in advance of open following: and Contractor in performance of and inspections. or deficiencies observed in the will be taken and in which in-situ tests 1. Access to the Work. 2. Incidental labor and facilities 3. Adequate quantities of repri inspecting. Assist agency in c 4. Facilities for storage and field 5. Delivery of samples to testin 6. Preliminary design mix prop agency. Contract Document requirements or approve ;ies performing required tests, inspections, and :asonable auxiliary services as requested. Notify to permit assignment of personnel. Provide the of test for use for 7. Security and protectionfo samples and for site. e tests and inspections. of materials that require testing and mixes that require control by testing and inspecting equipment at Project G. Coordination: Coordinates uence of activities to a ommodate required quality -assurance and -control services with minimum of delay and o avoid necessity of removing and replacing construction to a ommodate testing and inspec ' \tes, 1. Schedule times for ests, inspections, obtaining samd similar activities. H. Schedule of Tests and nspections: Prepare a schedule ofnspections, and similar quality - control services required by the Contract Documents asponent of Contractor's quality - control plan. Coordinate and submit concurrently witractor's construction schedule. Update as the Work progresses. QUALITY REQUIREMENTS 014000-6 City Park Cabin Restoration Project Project # 2162230 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspecti n Log: Prepare a record of tests and inspections. I clude the following: 1. Date test or pection was conducted. 2. Description the Work tested or inspected. 3. Date test or in ection results were transmitted to Archi ct. 4. Identification o testing agency or special inspector cc ucting test or inspection. B. Maintain log at Projec site. Post changes and revisions they occur. Provide access to test and inspection log for chitect's reference during no working hours. 3.2 REPAIR AND PROTECT N A. General: On completion o testing, inspecti , sample taking, and similar services, repair damaged construction and res re substrates finishes. I. Provide materials and comply }th installation requirements specified in other Specification Sections or matchi existing substrates and finishes. Restore patched areas and extend restoratio int adjoining areas with durable seams that are as invisible as possible. Comply with a ontract Document requirements for cutting and patching in Section 017300 "Executio " B. Protect construction exposed by r f i uality-control service activities. C. Repair and protection ar Contract 's responsibility, regardless of the assignment of responsibility for quality- ntrol services END OF SECTION 014000 �a 6-_ QUALITY REQUIREMENTS 014100-7 City Park Cabin Restoration Project Proiect # 2162230 QUALITY REQUIREMENTS 01400M cr+ Ln a: r- 0 r., QUALITY REQUIREMENTS 01400M SECTION 015000 TEMPORARY FACILITIES AND CONTROLS PART1-GENERAL 1.1 RELATED A. Drawings and geVpra Conditions and othei, E 1.2 SUMMARY A. Section includes requ protection facilities. B. Related Requirements: 1. Section 011000 1.3 1.4 USE CHARGES sions of the Contract, including General and Supplementary 01 Specification Sections, apply to this Section. for temporary utilities, support facil' ies, and security and work restrictions and lipfitations on utility interruptions. A. General: Installation and removal of use c es for temporary facilities shall be included in the Contract Sum unless otherwise ' icate . Allow other entities to use temporary services and facilities without cost, including, but limited to, testing agencies, and authorities having jurisdiction B. Sewer Service: Contractor shall pro 'de p No restroom facilities are availab on site. C. Water Service: Owner wil ay water -service construction operations. D. Electric Power Serves: Owner will pay by all entities for 96nstruction operations. SUBMITTALS restroom facilities for contractor's employees. charges for water used by all entities for A. Si1'e Plan: Show temporary facilities, utility hookups, construction personnel. B. Erosion- and Sedimentation -Control Plan: Show complia Construction General Permit or authorities having jurisdiction, use charges for electricity used t. g areas, and parking areas for ' iI with requirements of EPA j rhi ever is more, stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 2, and authorities having jurisdiction. Indicate Contractor personnel responsible for managet of fire -prevention program. City Park Cabin Restoration Project TEMPORARY FACILITIES AND CONTROLS Project# 2162230 015000-1 City Park Cabin Restoration Project Proieet # 2162230 D. Moisture -Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe de very, handling, and storage absorption o water damage. 2. Indicate pr dures for discarding water -i water intrusio into completed Work, and re 1.5 QUALITY ASSURAN E Cl) A. U' Electric Service: Comply witt OJ electric service. Install se ice B. r` Tests and Inspections: �- temporary utility before use. 1.6 PROJECT CONDITIONS A. "', Temporary Use of Permanent responsibility for operation, tr use as a construction facility responsibilities. PART2-PRODUCTS 2.1 MATERIALS A. Orange Construction with galvanized wire 2.2 TEMPORARY FAC: A. Storage and Fabricat materials and equip 1. Store com sti 2.3 EOUIPMEN NECA, NEMA, to comply with i for author in required for fastening for materials subject to water I materials, protocols for mitigating water -damaged Work. IL standards and regulations for temporary 70. having jurisdiction to test and inspect each fications and permits. [ngage Installer of each permanent service to assume and protection of each permanent service during its net's acceptance, regardless of previously assigned Sheds: Provide sheds for construction operas materials apart from A. Fire Extitouishers: Portable, UL rated; with locations and classes of fire exposures. TEMPORARY FACILITIES AND CONTROLS 015000.2 fence posts; minimum 5 feet (1.3 m) high with plastic fencing. furnished, and equipped to accommodate and extinguishing agent as required by City Park Cabin Restoration Project Project # 2162230 PART 3 - EXECUTION 3.1 INSTALLA A. Locate faciliti s where they will serve Project adequately and result in minimum interference with perforin o of the Work. Relocate and modify facilities as required by progress of the Work. 3.2 TEMPORARYVTILITY INSTALLATION A. General: Install tkmporary service or connect to existing service. 1. Arrange withutility company, Owner, and existing users }'6r time when service can be interrupted, if hFcessary, to make connections for tempo services. B. Water Service: Connec\and er's existing water service cilities. Clean and maintain water service facilities in a cocceptable to Owner. A ubstantial Completion, restore these facilities to condition exore initial use. C. Sanitary Facilities: Prporary toilets, h facilities, and drinking water for use of construction personnel.with require nts of authorities having jurisdiction for type, number, location, operaaintenanc f fixtures and facilities. D. Electric Power Servicec to wner's existing electric power service. Maintain equipment in a conditiole t wrier. I. Connect temporary servic o Ow er's existing power source, as directed by Owner. E. Lighting: Provide tempo lighting with ocal switching that provides adequate illumination for construction operatio , observations, ins ections. 1. Install and o rate temporary lighting t t fulfills security and protection requirements without o rating entire system. F. Telephone ervice: Provide temporary telephone se ice in common -use facilities for use by all constru ton personnel. Install [one] <Insert number> elephone lines) for each field office. Provide superintendent with cellular telephone for e. SECURITY AND PROTECTION FACILITIES INSTALLA N A. Protection of Existing Facilities: Protect existing vegetation, a ipment, structures, uti4ties, and other improvements at Project site and on adjacent properties, cept those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary fad' ities, and conduct construction as required to comply with environmental regulations and that inimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. TEMPORARY FACILITIES AND CONTROLS 015000-3 City Park Cabin Restoration Project Protect # 2162230 Comply with work restrictions specified in Section 011000 "Summary." C. Temporary Erosionan edimentation Control: Comply with [ requirements of 2003 EPA Construction Gene Permit or authorities having jurisdi tion, whichever is more stringent and] requirements specifi it in Section 311000 "Site Clearing." D. Tree and Plant Prote ion: Comply with requirements s cified in Section 015639 "Temporary Tree and Plant Protect on." i...) E. Site Enclosure Fence: efore construction operation begin, famish and install site enclosure r�fence in a manner that will prevent people and an' als from easily entering site except by a entrance gates. —1. Extent of Fence: s required to encl a entire Project site or portion determined --- �..- sufficient to acco date construction o rations. 3.4 MOISTURE AND MOLD C NTROL A. Contractor's Moisture -Protech n Plan: visible signs of mold that may dppear di B. Exposed Construction Phase: to wetting and exposure and to oid trapping water in finished work. Document construction. Aallation of weather barriers, when materials are subject mold spores, protect as follows: 1. Protect porous materialsfro water damage. 2. Protect stored and installed terial from flowing or standing water. 3. Keep porous and organic ' ate als from coming into prolonged contact with concrete. 4. Remove standing water m d ks. 5. Keep deck openin/old red or ammed. C. Partially Enclosed ConsPhase: After installation of weather barriers but before full enclosure and conditioniuilding, hen installed materials are still subject to infiltration of moisture and ambientpores, pro ct as follows: 1. Do not load or nstall porous mat iat content, into p ally enclosed buildi 2. Keep interior s aces reasonably clean c 3. Periodically c Ilect and remove waste I 4. Discard int/erior lace water -damaged mater 5. Do not ins 1 material that is wet. 6. Discard, lace, or clean stored or install 7. Perform ork in a sequence that allows enclosin the material in drywall or other or components, or items with high organic protected from water damage. twining cellulose or other organic matter. material that begins to grow mold. y wet materials adequate time to dry before prior finishes. 3.5 OPERATIQN, TERMINATION, AND REMOVAL A. Supervis' n: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, Yinit availability of temporary facilities to essential and intended uses. TEMPORARY FACILITIES AND CONTROLS 015000-4 City Park Cabin Restoration Project Project # 2162230 B. Maintenance: Maintain facilities in good operating condition until removal. 1. Maintain operation of temporary enclosures. C. Termination and moval: Remove each temporary facility when need for its service has ended, when it been replaced by authorized use of a permanent facility, or no later than Substantial Com letion. Complete or, if necessary, restore permanent construction that may have been delay d because of interference with temporary facility. Repair damaged Work, clean exposed sur aces, and replace construction that cannot be satisfactorily repaired. 1. Where areaintended for landscape development, remove soil and aggregate fill that do not comply ith requirements for fill or subsoil. Remove material "contaminated with road oil, asph It and other petrochemical compounds, and other bstances that might impair growth f plant materials or lawns. Repair or replaces et paving, curbs, and sidewalks at tem rary entrances, as required by authorities havi g jurisdiction. 2. At Substantial C pletion, repair, renovate, and clean perm ent facilities used during construction peri Comply with final cleaning quirements specified in Section 017700 "CI Bout Procedures." END OF SECTION 015000 TEMPORARY FACILITIES AND CONTROLS 015000-5 City Park Cabin Restoration Project Project # 2162230 TEMPORARY FACILITIES AND CONTROLS 015000-6 C— Ln cli cv r- hJ TEMPORARY FACILITIES AND CONTROLS 015000-6 SECTION 015639 TEMPORARY TREE AND PLANT PROTECTION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings general provisions of the Contract, including General and Supplementary Conditions an other Division 01 Specification Sections, apply to this ection. 1.2 SUMMARY A. Section includes gene protection and pruning of existing tre and plants that are affected by execution of the Work, ether temporary or permanent cons ction. B. Related Sections: 1. Section 015000 "Temporary acilities and Con ols" for temporary site fencing. 1.3 DEFINITIONS A. Caliper: Diameter of a trunk measured by iameter tape or the average of the smallest and largest diameters at 6 inches (150 mm) ve a ground for trees up to, and including, 4 -inch (100 -mm) size; and 12 inches (300 mm above th round for trees larger than 4 -inch (100 -mm) size. B. Plant -Protection Zone: Area su ounding individual ees, groups of trees, shrubs, or other vegetation to be protected durin construction, and indic d on Drawings. C. Tree -Protection Zone: Are surrounding individual trees r groups of trees to be protected during construction, and d coed by a circle concentric with e h tree with a radius 1.5 times the diameter of the drip line ess otherwise indicated. D. Vegetation: Trees, s bs, groundcovers, grass, and other plants. 1.4 QUALITY ASS NCE A. Tree Service irm Qualifications: An experienced tree service firm that has successfully completed t porary tree and plant protection work similar to that requir for this Project and ; that will as tgn an experienced, qualified arborist to Project site during exec ion ofthe Work. B. Preinsta ation Conference: Conduct conference at Project site. N City Park Cabin Restoration Project TEMPORARY TREE AND PLANT PROTECTION Project # 2162230 015639-1 City Park Cabin Restoration Project Project # 2162230 1.5 PROJECT CONDITIONS A. The following practiceyare prohibited within protection I. Storage of co struction materials, debris, or exc 2. Parking vehicl s or equipment. 3. Erection of she s or structures. 4. Excavation or o er digging unless otherwise in iri 5. Attachment of sl ns to or wrapping materials "indicated. ILL, B. Prohibit heat sources, orgaj)ic. mulch. PART 2 -PRODUCTS 2.1 MATERIALS ignition sources, and A. Organic Mulch: Free from deleterious shrubs, consisting of one of the followin 1. Type: Shredded hardwood. 2. Color: Natural. B. Protection -Zone Fencing: Fencing requirements. I. Plywood Protection -Zone Fen( mm) rails, with [2 -by -4 -inch not more than 6 feet (2.4 m) a. Height: 4 feet (1.2 n))] [6 feet (1.8 2. Plastic Protection -Zone extruded and stretched pattern and weighing a 60 to plus 200 deg F minimum tensile yie 2680 psi (18.5 MPP; wire ties; and sup rt than 8 feet (2.4 m apar a. Height: b. Color: TEMPORARY TREE AND PLANT PROTECTION 015639-2 trees or plants unless otherwise within or near protection zones and and suitable as a top dressing for trees and position and meeting one of the following F ncing: Plastic coni olyethylene fabric v inimum of 0.4 Ib/ft. minus 16 to plus 93 1 strength of 2000 psi ( secured with plastic I ed by tubular or T-sha framed with four 2 -by -4 -inch (50 -by -100- )] preservative -treated wood posts spaced (1.2 m). isibility orange, nonfading. ;tion fencing constructed of high-density 2 -inch (50 -mm) maximum opening in 6 kg/m); remaining flexible from minus C); inert to most chemicals and acids; 8 MPa) and ultimate tensile strength of Is or galvanized -steel or stainless-steel galvanized -steel posts spaced not more PART 3 - EXECUTION 3.1 3.2 3.3 EXAMINATION A. Erosion and Sedimen sedimentation -control construction areas or r B. For the record, prepare and plant protection. PREPARATION A. Locate and clearly identify around each tree trunk at 54 City Park Cabin Restoration Project Project # 2162230 Control: Examine the site to verify that temporary erosion- and ares are in place. Verify that flows of water redirected from ed by construction activity do not enter or cross protection zones. B. Protect tree root systems from mixing, placing, or storing con or excessive wetting caused by C. Tree -Protection Zones: Mulch report, endorsed by arborist, listing conditions detrimental to tree Apply 4 -inch (100 -mm) a 6 inches (150 mm) of tree shrubs, and other vegetation to remain. s (1372 mm) above the ground. TREE- AND PLANT -PROTECTION tape caused by runoff or spillage of n9elous materials while materials. Protect root s70ther m ponding, eroding, ing operations. aide tree -protection zonesareas indicated. of organicAulch. Do not place mulch within A. Protection -Zone Fencing: Install protecti -zone fencing along edges of protection zones before materials or equipment are brou the site and construction operations begin in a manner that will prevent people and imal from easily entering protected area except by entrance gates. Construct fencin o as not obstruct safe passage or visibility at vehicle intersections where fencing is 1 ted adjacent pedestrian walkways or in close proximity to street intersections, drives, or ther vehicular circ lation. N Maintain protection zo s free of weeds and trash. \ Repair or rep!,trees, shrubs, and other vegetation damaged construction operations, in a manner apl ted to remain or be relocated that are by Architect. Maintain protection -zone fencing and signage in goodondition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. f ) i Do not remove protection -zone fencing, even mporarily, to allow dgliveries or equipment access through the protection zone. Temporary access is permitted subject to preapprov in writing by aibo'rist if 2 root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. 1 TEMPORARY TREE AND PLANT PROTECTION 015639-3 City Park Cabin Restoration Project Project # 2162230 3.4 EXCAVATION A. Trenching near Trees: Where trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drillin ,auger boring, or pipe jacking. Do not cut main latepal tree roots or taproots; cut only aller roots that interfere with installation of utilitiesfCut roots as required for root pruning. 1t31 EQ Do not allow expose roots to dry out before placing pe anent backfill. Provide temporary earth cover or pack th peat moss and wrap with bur p. Water and maintain in a moist condition. Temporan support and prote/and damage until they are permanently relocated and covered wi soil. U, ROOT PRUNING Prune roots that are affected by emporary aconstruction. Prune roots as follows: I. Cut roots manually by di ing a treng exposed roots with sharp pruning instruments; do not break, earchopcuts. Do not use a backhoe or other equipment that rips, tears, o �. Temporarily support and pr( and covered with soil. 3. Cover exposed roots with be 4. Backfill as soon as possible. Root Pruning at Edge of Protect" protection zone, by cleanly cutting C. Root Pruning within Protection one: ( excavation to minimize damag to root expose roots, and cleanly cut rgbts as cic 3.6 REGRADING from damage until they are permanently redirected water regularly. : Prune roots 12 inches (300 mm) outside of the to the depth of the required excavation. and excavate by hand to the depth of the required ms. Use narrow -tine spading forks, comb soil to excavation as possible. A. Lowering Grade: Where ew finish grade is dicated below existing grade around trees, slope grade beyond the protec on zone. Maintain a 'sting grades within the protection zone. B. Lowering Grade wit Protection Zone: Whe new finish grade is indicated below existing grade around trees, ope grade away from tree as recommended by arborist unless otherwise indicated. 1. Root Prue' g: Prune tree roots exposed by owering the grade. Do not cut main lateral roots ort roots; cut only smaller roots. Cut oots as required for root pruning. 3.7 FIELD OUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant -protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. TEMPORARY TREE AND PLANT PROTECTION 015639-4 City Park Cabin Restoration Project Project # 2162230 B. Soil Aeration: Where directed by Architect, aerate surface soil compacted during construction. Aerate 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2 -inch- (50 -mm tameter holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill hq1es with an equal mix of angered soil and sand. 3.8 DISPOSAL OF SURPLUS AND WASTE MATERIALS A. Disposal: Remo) f excess excavated material, displaced trees, trash and debris, and legally dispose of them oft\Ownees property. 1:421.X01Sk x tY[•].DI1. -MU J .. 0 TEMPORARYTREEAND PLANT PROTECTION 015639-5 1L_EF) 2011 '." 31 F`- 2: 53 0 SECTION 016000 PRODUCT REQUIREMENTS PART 1 -GENERAL i�i�t�xwra�� A. Drawings and gene provisions of the Contract, including General and Supplementary Conditions and other D vision 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrat ve and procedural requirements for selection products for use in Project; product delivery, torage, and handling; manufacturers' s dard warranties on products; special warranties; d comparable products. B. Related Requirements: I. Section 012300 2. Section 012500 1.3 DEFINITIONS A. Products: Items obtained for inc taken from previously purchased "equipment," "system," and terms for products selected under 96 alternate. i Procedures" for requestsf6r substitutions. Work, whether purchased for Project or "product" includes the terns "material," 1. Named Products: Items identifi manufacturers product name, including make or model number or other design ion s own or listed in manufacturer's published product literature that is current as o ate of th Contract Documents. 2. New Products: Items tha ave not pie 'ously been incorporated into another project or facility./physical l ed or recycle from other projects are not considered new product 3. CompaProduct that is de onstrated and approved through submittal processdicated qualities rela d to type, function, dimension, in-service performl properties, appearanc and other characteristics that ;edual or exceedied product. B. Basis-of-y6sign Product Specification: A specificati n in which a specific manufacturer's produ is named and accompanied by the words "basis- f -design product," inclvding'm'ake or el number or other designation, to establish the mi qualities related to type, function, dimension, in-service performance, physicalroperties, appearance, and 'other characteristics for purposes of evaluating comparable pro ucts of additional manufacturers named in the specification. City Park Cabin Restoration Project PRODUCT REQUIREMENTS Project# 2162230 016000-1 City Park Cabin Restoration Project Project 0 2162230 1.4 ACTION SUBMITTALS C! UJ e 1.5 A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number/dnd title and Drawing numbers and titles. j Include data to indicate compliance with the request. Arc product requeg information or a. Form of b.Use prof product i N specified in "Comparable ion: If necessary, Architect1 request additional information or for evaluation within one we of receipt of a comparable product wt will notify Contractor of ap oval or rejection of proposed comparable within 15 days of receipt of reAuest, or seven days of receipt of additional cumentation, whichever is ter. t royal: As specified in action 013300 "Submittal Procedures." ret pecified if Architect oes not issue a decision on use of a comparable .one t within time all ted. B. Basis -of -Design Product "Submittal Procedures." QUALITY ASSURANCE l: Comply with requirements in Section 013300 requirements. A. Compatibility of Options: IfC for is given option of selecting between two or more products for use on Project, select roduct is with products previously selected, even if previously selected products we so options. 1. Each contractor is re nsi le for providing products and construction methods compatible with produ and c nstruction methods of other contractors. 2. If a dispute arises tween co tractors over concurrently selectable but incompatible products, Architect ill determi which products shall be used. 1.6 PRODUCT DELIVERY, STORAGE, AN,D HANDLING A. Deliver, storeand andle products usi means and methods that will prevent damage, deterioration, , and 1 ss, including theft an vandalism. Comply with manufacturer's written instructionZHd1ing: B. Delivery 1. Schlivery to minimize long- rat storage at Project site and to prevent oveof construction spaces. 2. Cooelivery with installation time ensure minimum holding time for items that aree, hazardous, easily damaged or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an and aged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. PRODUCT REQUIREMENTS 016000-2 City Park Cabin Restoration Project Project # 2162230 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: L Storep d ct 2. Storem 'al 3. Store pro ct enclosure o 4. Protect fo installation 5. Comply with ventilation; at 6. Protect stored 7. Provide a st Coordinate to 1.7 PRODUCT to allow for inspection and measurement of quantity or counting of units. in a manner that will not endanger Project structure. that are subject to damage by the elements, under cover in a weathertight e ground, with ventilation adequate to prevent condensation. lastic from exposure to sunlight, except to extent necessary for period of Iconcealment. roduct manufacturer's written instructions for temperature, humidity, weather -protection requirements for storage. ) ducts from damage and liquids from freezing. urk location and enclosure at Project site for storage/f materials. itiolkwith Owner. A. Warranties specified in other INct warranties required by the Con c product warranties do not reliev Documents. 1. Manufacturer's Warranty: I particular product and specif 2. Special Warranty: Written specific rights for Owner. ms shall be in addition to,an concurrent with, other Documents. Manufacturer's di lalmers and limitations on 3ntractor of obligations undo requirements of the Contract r en warranty/bytLhe yindividualmanufacturer for a endorsed burertoOwner. wa �tyrequirContract Documents to provide B. Special Warranties: Prepare a written a identification, ready for execution. \ 1. Manufacturer's Standard Fo Modifi properly executed. 2. Specified Form: Whe pecifled forms written document us indicated form pr 3. See other Sectio for specific content submitting s al warranties. that contains appropriate terms and to include Project -specific information and C. Submittal Ti .Comply with requirements in Section PART 2 -PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES with the Specifications, prepare a and particular requirements for "Closeout Procedures." A. General Product Requirements: Provide products that comply with thtNCor are undamaged and, unless otherwise indicated, are new at time of installation. �i i t Documents, PRODUCT REQUIREMENTS 016000-3 City Park Cabin Restoration Project Project # 2162230 I. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified,pro ' e standard products of types that have been produced and used successfully ' similar situations on other projects. 3. Owner reseries the right to limit selection to products s ith warranties not in conflict with requirements of the Contract Documents. 4. Where prod is are accompanied by the term ' selected," Architect will make selection. i, 5. Descriptive,f establish salient j. _. 6. Or Equal: For p 1t "or approved eq _ Products" Article ' B. Product Selection Proce ce, and reference eristics of products. s specified by name or "or approved," ain approval for use Product: Where Speci cati named product that com ie for Contractor's convenien e 2. Manufacturer/Source: W re Spe provide a product by then d m t Comparable products or s s b considered. 3. Products: a. Restricted List: ere SI manufacturers and oducts, i requirements. Co parable p < will not be consid red unless b. Nonrestricted Li : Where Spt manufacturers d products, I product, that complies with "Comnarabl oducts" Article requirements in the Specifications accompanied by the term "or equal," or ly with requirements in "Comparable unnamed product. ons name single manufacturer and product, provide the s with re irements. Comparable products or substitutions will not a considered. 4. Manufacturers: ons name a single manufacturer or source, firer or source that complies with requirements. for Contractor's convenience will not be 3cations include a list of names of both le one of the products listed that complies with is or substitutions for Contractor's convenience vise indicated. ,ations include a list of names of both available ide one of the products listed, or an unnamed Iuirements. Comply with requirements in consideration of an unnamed product. a. Restrict/d List: Where Specifical provi a product by one of tl requ' ments. Comparable products wil of be considered unless otherw b. N stricted List: Where SpecificE Ovide a product by one of the mat anufacturer, that complies with i "Comparable Products" Article for product. s include a list of manufacturers' names, manufacturers listed that complies with substitutions for Contractor's convenience indicated. ns include a list of available manufacturers, acturers listed, or a product by an unnamed uirements. Comply with requirements in nsideration of an unnamed manufacturer's 5. Basis -of -Design Product: Where Specific ions name a product, or refer to a product indicated on Drawings, and include a list/ of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics PRODUCT REQUIREMENTS 016000.4 City Park Cabin Restoration Project Project # 2162230 that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Mhing Specification: Where Specifications require "match Architect's sample", provide a oduct that complies with requirements and matches Architect's sample. Architect's decision wiN be final on whether a proposed product matches. 1. If no roduct available within specified category matches and complies with other specifie requirements, comply with requirements in Section 012500 "Substitution Procedu "for proposal of product. D. Visual Selection pecification: Where Specifications include the phrase selected by Architect from man facturer's full range" or similar phrase, select a product th t complies with requirements. Archi ct will select color, gloss, pattern, density, or texture fr manufacturer's product line that inclu s both standard and premium items. 2.2 COMPARABLE PRODU S A. Conditions for Consideration Architect will consider Contract 's request for comparable product when the following nditions are satisfied. If the ollowing conditions are not satisfied, Architect may return quests without action, exce to record noncompliance with these requirements: 1. Evidence that the proposed pr uct does not re re revisions to the Contract Documents that it is consistent with the Co tract Doc is and will produce the indicated results, and that it is compatible with othe portion f the Work. 2. Detailed comparison of significant uali ' s of proposed product with those named in the Specifications. Significant qualities ' lude attributes such as performance, weight, size, durability, visual effect, and specifi tures and requirements indicated. 3. Evidence that proposed product ovid specified warranty. 4. List of similar installations f complete projects with project names and addresses and names and addresses of azc tects and o rs, if requested. 5. Samples, if requested. 6. Above data must be mitted using form un er section 012500.A PART 3 - EXECUTION (N sed) ,r. END OF SECT 016000 1 .j PRODUCT REQUIREMENTS 016000-5 o'f 2% 53 0 n SECTION 017300 EXECUTION PART1-GENERAL 1.1 RELATED A. Drawings and general p visions of the Contract, including General and Supplementary Conditions and other Division Ol Specificon Sections, apply to this Section. 1.2 SUMMARY / A. Section includes general admi trative and procedural requirements governing execution of a Work including, but not limited to, the llowing: 1. Construction layout. 2. Field engineering and surveyi 3. Installation of the Work. 4. Cutting and patching. 5. Progress cleaning 6. Protection of installed construction. 7. Correction of the Work. B. Related Requirements: 1. Section 011000 "Summary" for limits on a of Project 2. Section 013300 "Submittal Procedures" fo ubmittin2 3. Section 017700 "Closeout Procedures" for bmitC Documents, recording of Owner -accepted d vi ons cleaning. 1.3 DEFINITIONS 1.4 A. Cutting: Removal of in-place cons ton necessary to B. Patching: Fitting and repair ork required to restore a of other work. SUBMITTALS final property survey with Project Record from indicated lines and levels, and final installation or performance of other work. to original conditions after insta$ation :l A. ---G-utting and Patching Plan: Submit plan describing procedures at lea and patching will be performed. Include the following information: \1 1. Extent: Describe reason for and extent of each occurrence of c 2. Changes to In -Place Construction: Describe anticipated rest elements and operating components as well as changes i significant visual elements. 3. Products: List products to be used for patching and firms or %cork. City Park Cabin Restoration Project Project # 2162230 - a 10 days prior tathe time Fatting l ing and patching.. �. Include changes to structural building appearance and other that will perform patching EXECUTION 017300.1 City Park Cabin Restoration Project Project # 2162230 4. Date: 1.5 QUALITY I A. Cutting and construction Lr when cutting and patching will be performed. Comply with requirements 1. Structural Ele ents: When cutting and I and details of c 'ng. Shore, brace, and -Do not cu[ and atch structural elemej and limitations on cutting and patching of g structural elements, notify Architect of locations rt structural elements during cutting and patching. a manner that could change their load -carrying capacity or mcreas Veir C., - 6.' Logs to be rrt or in 11. b: Removal of . - '-' C. Removal of ppo o allow for foundation installations. 2. Other Construction o t cut and patch other construction elements or components in a manner that couldr adcarrying capacity, that results in reducing their capacityto perform as intendes Its in increased maintenance or decreased operational life or safety. 3. Visual Elements: Do not cu[ d tch construction in a manner that results in visual evidence of cutting and patching unless Utescnbfd in documents. Do not cut and patch exposed construction in a manner that would, inArchiteeNs opinion, reduce the building's aesthetic qualities. Follow secretary of interiors stando for histpric preservation in all work. B. Cutting and Patching Conferen Before proding, meet at Project site with parties involved in cutting and patching, including mcclighical and cicctrffal trades. Review areas of potential interference and conflict. Coordinate procedur s and resolve potelitial conflicts before proceeding. C. Manufacturer's Installation/ Instructions: Ob 'n and maintain on-site manufacturer's written recommendations andcions for installation o roducts and equipment. PART2-PRODUCTS 2.1 MATERIALS A. General: Comrements specified in other S tions. B. In -Place Mateterials for patching identical t in-place materials. For exposed surfaces, use materials that in-place adjacent surfaces to a fullest extent possible. 1. If id tical materials are unavailable or cannot t p ide a match acceptable to Architect for the EXECUTION 017300-2 use materials that, when installed, will and functional performance of in-place PART 3 -EXECUTION 3.1 City Park Cabin Restoration Project Project # 2162230 A. Existing onditions: The existence and location of underground and other utilities and construction indicated existing are not guaranteed. Before beginning sitework, investigate and verify the existence and locatio of underground utilities and other construction affecting the Work. B. Examination and Acceptance of Conditions: Before proceeding with each c ponent of the Work, examine su tes, areas, and conditions, with Installer or Applicator pres t where indicated, for F w requirements for installation tolerances and other conditio affecting performance. Record observa ns. 3.2 PREPARATION A. Field Measurements: Take field measurements as required [o tt the Work properly. Recheck measurements before in Ilii g each product. Where portions of a Work aze indicated to fit to other construction, verify di Bions of other construction by f d measurements before fabrication. Coordinate fabrication Bch ule with construction progress to id delaying the Work. B. Review of Contract Docu\f�oinfiormation nd Field Conditions: mmediately on discovery of the need for clarification of the Contraments caused by d' ering field conditions outside the control of Contractor, submit a requeto Arch' ect according to requirements in Section 013100 "Project Management and Ction." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay At the Work, verify layout information shown on Drawings, in relation to the property survey and exi ng17chmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyg(to lay out the 1. Establish benchmaz and control points to Project. 2. Establish limi on use of Project site. 3. Establish ensions within tolerances it using accepted surveying practices. lines and levels as needed to locate each element of 4. lnfopif installers of lines and levels to which they i 5. Check the location, level and plumb, of every majt 6. Notify Architect when deviations from required lir C. Building Lines and Levels: Locate and lay out cor foundations, and floor levels. Level foundations and piers 3.4 FIELD ENGINEERING Do not scale Drawings to obtain required comply. ment as the Work progresses. td levels exceed allowable tolerances. ! lines and levels for structures, ¢iiilding`'.'� i o or more locations. j -m A. Reference Points: Locate existing permanent benchmarks, cont points, and similar reference' points before beginning the Work. Preserve and protect permanent nchmarks and control points during construction operations. EXECUTION 017300-3 City Park Cabin Restoration Project Project # 2162230 1. Do not change or relocate existing benchmarks or control points without prior written approval of Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the need to relocate permanent benchmarks or control points to Architect before proceeding. 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements on the original survey control points. (\1 Lr) ''. C`IINSTALLATION A. (`" Complywith manufac is written instructions and mmendations for installing products in applications indicated. B. ; Install products at the time an under conditions that ill ensure the best possible results. Maintain conditions required for product pe rmance until Subs tial Completion. c� C`" Conduct construction operations so no of the W k is subjected to damaging operations or loading in excess of that expected during normal co itions. D. Sequence the Work and allow adequate cl s to accommodate movement of construction items on site and placement in permanent locations. E. Hazardous Materials: Use products, cle ers and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Emp y skilled worke to perforin cutting and patching. Proceed with cutting and patching at the earliest fe ible time, and cc lete without delay. 1. Cut in-place construction t provide for installati of other components or performance of other construction, and subsequ tly patch as required to re surfaces to their original condition. B. Temporary Support: Provide t porary support of work t be cut. C. Protection: Protect in-pl construction during cutting and patching to prevent damage. Provide protection from adverse w ther conditions for portions o Project that might be exposed during cutting and patching operations. D. Cutting: Cut in-place construction by sawing, drilling breaking, chipping, grinding, and similar operations, including cavation, using methods least like y to damage elements retained or adjoining construction. If pos ble, review proposed procedures v ith original Installer; comply with original Installer's written r mmendations. 1. In general, se hand or small power tools designed br sawing and grinding, not hammering and chopping Cut holes and slots neatly to minimum si required, and with minimum disturbance of adjacen surfaces. Temporarily cover openings when of in use. 2. Finished Surfaces: Cut or drill from the exposed or fi ished side into concealed surfaces. 3. Concrete: Cut using a cutting machine, such as an abiasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requiremeis in applicable Sections where required by cutting and patching operations. 5. Proceed with patching after construction operations uiring cutting are complete. EXECUTION 017300-4 City Park Cabin Restoration Project Project # 2162230 E. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 PROGRESS A. General: Clean roject site and work areas daily, including common areas. Enforce requirements strictly. Dispose o materials lawfully. 1. Comply with uirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold to materials more than seven days during normal weather or three days if the temperature is a cted to rise above 80 deg F (27 deg Q . 3. Containerize h dons and unsanitary waste materely from her waste. Mark containers appropri ely and dispose of legally, accorditions. a. Use containers t tended for holding waste mateto be s red.4. Coordinate progress cl ing for joint -use areas wand other contractors are working concurrently. B. Site: Maintain Project site free of w e materials and debris. C. Work Areas: Clean areas where work 's in progress to theanliness necessary for proper execution of the Work. 1. Remove liquid spills pAclean.ean 2. Where dust would imr exec 'on of a Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installlean. can installed surfaces according to written instructions of manufacturer or fabricator ofns usin only cleaning materials specifically recommended. If specific cleaning materialr mmended, se cleaning materials that are not hazardous to health or property and that wige exposed su ces.E. Exposed Surfaces in Finishedlean exposed surfa s and protect as necessary to ensure freedom from damage and deterioratiof Substantial Compile 'on. F. Waste Disposal: Do not ury or bum waste materials on-site. D not wash waste materials down sewers or into waterways. mply with waste disposal requirements i Section 017419 "Construction Waste Management and ' posal." G. During h mg and installation, clean and protect construction in rogress and adjoining materials already ' place. Apply protective covering where required to ens ro and from damage or de or at Substantial Completion. H. Limiting Exposures: Supervise construction operations to assure that n part of the constryction, completed or in progress, is subject to harmful, dangerous, damaging, or othe ise deleterious exposure during the construction period. 3.8 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. EXECUTION 017300-5 ILD SECTION 017419 WASTE MANAGEMENT AND DISPOSAL PART1-GENERAL 1.1 RELATED DOCUM NTS A. Drawings and general rovisions of the Contract, including General and Supplementary Condi I as and other Division 01 Sped cation Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrativ and procedural requirements for the following: 1. Salvaging nonhazardous molition and construction waste. 2. Recycling nonhazardous d olition and construction waste. 3. Disposing of nonhazardous emolition and construction waste. 1.3 DEFINITIONS A. Construction Waste: Building and site provement mater' s and other solid waste resulting from construction, remodeling, renovation, or re it operations. C struction waste includes packaging. B. Demolition Waste: Building and site imp ement aterials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and s coon waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable t uthor ies having jurisdiction. D. Recycle: Recovery of demolition or nstruction w to for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolit' or construction waste and ubsequent sale or reuse in another facility. F. Salvage and Reuse: R cry of demolition or construction w to and subsequent incorporation into the Work. 1.4 WASTE NAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E IS and requirements in this Section. Plan shall consist of waste identification, and waste reduction wor plan. Distinguish Between demolition and construction waste. Indicate quantities by weight or volume, but use same slits of measure throughout waste management plan. B. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. City Park Cabin Restoration Project CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL Project# 2162230 017419-1 City Park Cabin Restoration Project Project # 2162230 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials efore incorporation into the Work. 2. Salvaged Mate als for Sale: For materials that ill be sold to individuals and organizations, include list of eir names, addresses, and [elephe numbers. 3. Salvaged M rials for Donation: For mate als that will be donated to individuals and organizations, clude list of their names, ad1cs s, and telephone numbers. 4. Recycled Male Is: Include list of local male rs and processors and type of recycled materials "' each will accept. nclude names, addresses, an telephone numbers. U S. Disposed Materia Indicate how and wh a materials will be disposed of. Include name, address, and teleph a number of each landfi and incinerator facility. Handling and Tran rtation Procedures: Include method that will be used for separating recyclable waste inclu ing sizes of contai rs, container labeling, and designated location where .._'!materials separation wil be performed. -PART 2-= PROIDUCTS (Not Used) V PART 3 -EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved wasmanalment plan. Provide handling, containers, storage, signage, transportation, and other items as equired to implement waste management plan during the entire duration of the Contract. 1. Comply with operation, ennination, an removal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 SALVAGING LITI N WASTE A. Salvaged Iteus in the Work: Salvage items or reuse and handle as follows: 1. Cleatems. 2. Storesecure area until installation. 3. Instalitems to comply with installation uirements for new materials and equipment. Provitions, supports, and miscellaneous m terials necessary to make items functional for useiB. Salvaged Itee are not permitted on Project site. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, A. General: Recycle paper and beverage containers used by on-site B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 City Park Cabin Restoration Project Project # 2162230 C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. I spect containers and bins for contamination and remove contaminated terials if found. 2. Stockpi processed materials on-site without intermixing with other material . Place, grade, and shape st kpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile aterials away from construction area. Do not store within drip a of remaining trees. 4. Store corn ents off the ground and protect from the weather. 5. Remove recy able waste from Owner's property and transport to recy ng receiver or processor. 3.4 RECYCLING DEMOLIT N WASTE A. Wood Materials: Sort and ck members according to siz type, and length. Separate lumber, engineered wood products, panel ducts, and treated wood erials. B. Remove and dispose of bolts, nuts, was rs, and other r gh hardware. C. Conduit: Reduce conduit to straight length d s e by type and size. 3.5 RECYCLING CONSTRUCTION WASTE A. Packag/,n 1. ard and Boxes: Bre down packaging in flat sheets. Bundle and store in a dry location. 2. rene Packaging: amte and bag material 3. : As much as Bible, require deliveries usi pallets to remove pallets from Project site. llets that rema' on-site, break down pallets int component wood pieces and gogtply with ments for re cling wood.4. Break wn crates into component wood pie s and comply with requirements foang wooB. Wood ls:1. ut-Offs of Lumber: Grind or chip into small pieces.2. Sawdust: Bag sawdust that does not contain painted or treated d. ;a 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, move waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable toakithorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. CONSTRUCTION WASTE MANAGEMENTAND DISPOSAL 017419-3 City Park Cabin Restoration Project Proiect # 2162230 2. Ret B. Burning: ] C. ... Disposal: u N CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-4 on adjacent surfaces and areas. pose of them. SECTION 033000 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES A. Provision and insr1ation mwork, reinforcing steel, and cast -in-place concrete detailed and described onand hereinafter specified. B. Provision and instalkttion of all related items described on the drawings or hereinafter 1.2 QUALITY ASSURANCE A. Standards and Codes: omply with the provisions of the following Codes, Specifications, ; Standards except as oth rwise indicated. 1. ACI 211.1 - Re mmended Prnc[ice for Selecting Proportions for Normal Weight Concrete. 2. ACI 301 - Speci ation for Structural Concrete for Buildings. 3. ACI 304 - Recom ended Practice for Measuring, Mixing, Transporting, and P ci Concrete. 4. ACI 305 - Recomme ded Practice for Hot Weather Concreting. 5. ACI 306 - Recommen ed Practice for Cold Weather Concreting. 6. ACI 318 - Building Cc a Requirements for Reinforced Concrete. 7. ACI 347 - Recommend Practice for Concrete Formwork. 8. CRSI - Manual of Stand Practice. 9. CRSI - Recommended Mand Lice for Placing Reinforcing Bars. 10. CRSI - Recommended Prac 'ce for Placing Bar Supports, ifications, and for Reinforcing Barices. ations for Cold-DrjKvn Steel Wire for Concrete Fabric f oncrete Reinforcement. Bill teel Bars for Concrete Reinforcement. el, Metal Inserts, and Connections in Curing Concrete Test Specimens in the Field. 19. AS C42 - M od of Obtaining and Concrete. Strength of Cylindrical Concrete w in¢ Drilled Cores and Sawed Beams of 20. ASTM C - Ready -Mixed Concrete. 21. AST C143 - Test for Slump of Portland ement 22. M C150 - Portland Cement. 23 ASTM C 171 - Sheet Materials for Curing ncretc 24. ASTM C172 -Method of Sampling Fresh C crett 25. ASTM C192 - Method of Making and Curing oni Laboratory. 26. ASTM C231 -Test Method for Air Content of e: Pressure Method. 27. ASTM C260 - Air Entraining Admixtures for Con 26. ASTM C309 - Liquid Membrane - Forming Comp 29. ASTM C494 - Chemical Admixtures for Concrete. City Park Cabin Restoration Project Project # 2162230 Test Specimens in the Mixed Concrete by the for Curing Concrete. CAST -IN-PLACE CONCRETE 033000-1 Nomenclature. 11. CRSI - Recommended Practi 12. ASTM A82 - Standard Specifi Reinforcement. 13. ASTM A185 - Welded Steel V 14. ASTM A615 - Deformed and ] 15. AWS D12.1 -Welding Reinfo Reinforced Concrete Construe 16. ASTM C31 - Practice for Mak 17. ASTM C33 - Concrete A i 18. ASTM C39 - Test Met for Specimens. for Reinforcing Barices. ations for Cold-DrjKvn Steel Wire for Concrete Fabric f oncrete Reinforcement. Bill teel Bars for Concrete Reinforcement. el, Metal Inserts, and Connections in Curing Concrete Test Specimens in the Field. 19. AS C42 - M od of Obtaining and Concrete. Strength of Cylindrical Concrete w in¢ Drilled Cores and Sawed Beams of 20. ASTM C - Ready -Mixed Concrete. 21. AST C143 - Test for Slump of Portland ement 22. M C150 - Portland Cement. 23 ASTM C 171 - Sheet Materials for Curing ncretc 24. ASTM C172 -Method of Sampling Fresh C crett 25. ASTM C192 - Method of Making and Curing oni Laboratory. 26. ASTM C231 -Test Method for Air Content of e: Pressure Method. 27. ASTM C260 - Air Entraining Admixtures for Con 26. ASTM C309 - Liquid Membrane - Forming Comp 29. ASTM C494 - Chemical Admixtures for Concrete. City Park Cabin Restoration Project Project # 2162230 Test Specimens in the Mixed Concrete by the for Curing Concrete. CAST -IN-PLACE CONCRETE 033000-1 City Park Cabin Restoration Project Proiect # 2162230 tz �.b t.j.., [\f Lf) C V .::30. ASTM C618 - Coal Fly Ash and Raw or Calcined Natural Poz olan for use in Z: ['i_ S:r' Concrete. o_ t. -31. AASHTO M 182 - Specification for Burlap Cloth made for Jute or Kenaf. c -z B. orkmanship: The Contractor is responsible for nfonn to the specified requirements, including C. ._. _ sts for Concrete Materials -- 1. The Owner will employ a testing laborat accordance with Chapter 17 of the Interr test reports to the Owner's and Contractc Inspector consist of the following as out] n of concrete work which does not tolerances, and finishes. perform quality control tests in gal Building Code (IBC) and to submit :presentatives. Duties of the Special in IBC Table 1704.4: TABLE 1704.4 REQUIRED VE FICATION AND INSPECTION O CONCRETE CONSTRUCTION uz ] U /REFERENCE INSPECTION AND TESTIN\bBC) Z C STANDARD IBC REFERENCE (Continuous and Periodic as Define F w z O U 1. Inspection of reinforcing steel and place ent. -- X ACI 318: 3.5, 7.1-7.7 1913.4 2. Verifying use of required design mix. 19042.2, 1913.2, .1913.3 X ACI 318: Ch. 4,5.2-5.4 3. At the time fresh concrete is sampled to fabricate specimens for strength tests, perfo ASTM C 172 slump and air content tests, and determine X-- ASTM C 31 1913.10 temperature of the concrete. ACI 318: 5.6, 5.8 4. Inspection of concrete and shotcrete placement for proper application tec iques. X ACI 318: 5.9, 5.10 1913.6, 1913.7, 1913.8 5. Inspection for maintenance of sp fied curing temperature and techniques. -- X ACI 318: 5.11-5.13 1913.9 6. Inspect formwork for shape, l ation and dimensions of the concrete ember being X ACI 318: 6.1.1 --- formed. Materials and installed work. Owner's Representative, at ar, to material stockpiles and fac done at the Owner's expense, work, shall be done at the Co D. Concrete Quality Control Testing During 1. An independent testing laboratm and to submit test reports to the i and tested for quality control dm CAST -IN-PLACE CONCRETE 033000.2 require testing and retesting, as directed by the ae during the process of the work. Allow free access s at all times. Tests, not specifically indicated to be ading the retesting of rejected materials and installed ,toy's expense. ill be retained to perform all quality control tests tees Representative. Concrete will be sampled the placement of concrete as follows: 1.3 PART 2 City Park Cabin Restoration Project Project # 2162230 a. Sampling Fresh Concrete: Secure composite samples in accordance with ASTM C172. b. Slump: ASTM C143; one test on concrete taken at point of discharge for each set of compressive strength test specimens. c. Air Cow l: ASTM C231, pressure method; one for each set of compressive strength test specimens. d. Compressive Test Specimen: ASTM C31, one set of four (3 to be broken and 1 spare) standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cured test specimens are required. e. Compressive Strength Tests: ASTM C39; one set for the first 25 cubic yards or fraction thereof, of each concrete class placed in any one y, and one set for each additional 50 cubic yards placed; one speciment at seven days and two specimens tested at 28 days. // 2. Whe the strength of field -cured cylinders is less than 85% of mpanion labors ry-cured cylinders, evaluate curtent operations and p vide corrective proceries for protecting and curing the in-place concrete. 3. The Con actor shall notify the Owner's Representativegirld testing laboratory 48 hours in a vane of each placement of concrete in or that concrete tests may be scheduled. 4. Report test Aults are made. Re r identification nin name of concrete concrete type and compressive siren breaking strength, 5. Additional Tests: results indicate the attained in the stru determine the ade ASTM C42, or b conducted, an concrete is rifiet SUBMITTALS in writing to the Owners Rep ntative on the same day that tests of compressive strength t shall contain the project e and number, date of co ete placement, name of Contractor, upplier and truck n er, name of concrete testing service, ass, location of c trete batch in the structure, design at 28 days, crete mix proportions and materials; compressive an type of b for both seven day tests and 28 day tests. Add Tonal sts of in-place concrete will be required when test specs concrete strengths and other characteristics have not been cture directed by the Owner's Representative. Tests to qu of a concrete shall be by cored cylinders complying with ther me ds as directed. Contractor shall pay for such tests y other addi 'onal testing as may be required, when unacceptable A. Manuf rees Data: For information only, s mit manufacturer's data and instructions for proetary materials and items, including rein roement and accessories, admixtures, patching Sofnpounds, joints systems, and others. Submit shop drawings under provisions of Section133 1. Submit shop drawings for fabrication, ben g, reinforcement. Comply with the CRSI Man1 schedules, stirrup spacing, diagrams of bent b reinforcement. Include special reinforcement r 2. Accompanying the shop drawings, submit steel tensile and bend tests for reinforcing steel. PRODUCTS )0 — Submittal Procedures and placement of concrete of Standard Practice showiiWbar s, and arrangements: of concrete cared at openings through concrete. -� p duceescertificatesofmill-analygis,_ y � 1 CAST -IN-PLACE CONCRETE 011100-3 City Park Cabin Restoration Project Project # 2162230 2.1 FORM A. B. C. D. E. Fors be of wood, plywood, concrete -form -grade hardboard, metal or other acceptable ME, 'al, which will produce smooth, true surfaces. Provi\cmercial dressed on at least two edges and one side of tight fit. Metalll have smooth surfaces free from any pattern, irregularities, dents, and sags. Proviformulation form -coating compounds that will not bond with, stain, nor adveconcrete surfaces, and will not impair subsequent treatments of concrete surfang bond or adhesion, nor impede wetting of surfaces to be cured with water or curind. Form 1. Facto adjfabricated, ustable-length, rem to preve t fond,deflection, and to prevent 2. For cone to that will be exposed, provid after remo al is at least lll inside cc 3. Unless othe ise shown, provide for em inch in dier in concrete surfaces F. Void Forms: Biodegrad le paper su sufficient to support weig of plastic REINFORCING MATERIALS A. Reinforcing bars: 1. ASTM A615 - Grade 60. B. Steel Wire: ASTM A82, plain, Id C. Welded Wire Fabric (WWF):ASTM v le or snapoff metal form ties, designed ling concrete surfaces upon removal. ties so portion remaining within concrete etc. which will not leave holes larger than one ated for moisture resistance, structurally and other superimposed loads. steel. in coiled rolls, plain finish. D. Supports for Reinforceme : Provide wire b\comy supports for reinforcement including bolsters, chairs, spacers, d other devices fong, supporting, and fastening reinforcing bars and welded wire fa 'c in place. All devall be plastic -coated or hot -dipped galvanized steel type, zed and shaped as reWhere slab on grade is poured over anderslab waterproof g membrane, use boltill not damage membrane. 2.3 CONCRETE MATERIAL A. Portland Ceme : ASTM C150, Type 1. 1. Fly h: ASTM C618, Class C. B. Aggregate- Fine and coarse aggregate for cohall corn y 'th ASTM -33 (concrete aggrega 1.Maximum aggregate size: Not largone-fifth of e n west dimension between sides of forms, one-third opth of slabs, n thr fourths of the minimum clear spacing between indreinforcing ba r b dles of bars. 2. Limit flint and chertto 1% maximueight of coarse a ega a in all exposed cast -in-place concrete. CAST -IN-PLACE CONCRETE 033000-4 City Park Cabin Restoration Project Project # 2162230 3. Limit lignite to 0.07% by weight of fine aggregate in all exposed cast -in-place concrete. C. Water: Clean, potable, and free from injurious amount of oil, acid, alkali, organic matter or other Oeter€rious substances. 1. \ Air -entraining: ASTM C260. 2. Water -reducing: ASTM C494, Type A. Water -reducing agents shall be applied at the dosage rates recommended by the manufacturer. Absolutely no chlorides will be 2.4 RELATED A. Curing ands 'ng compound shall be non -membrane forming. The compound shall be MasterKure HD OOWB, produced by MASTER BUILDERS SOLUTIONS, or approved equivalent. ^—[/I B. Concrete repair com und: Mas[erEmaco N 423 RS produced by MAST BUILDERS SOLUTIONS, Sika noTop 615, or approved equivalent. C. Preformed joint filler sh be Deck -O -Foam, produced by WR Mea ws, or approved equivalent. D. Joint sealant compound for sl control joints shall be Master al SLI, produced by MASTER BUILDERS SOLUTIONS, Sik ex -lc SL, or approved a valent. E. Joint sextant compound for interio xpansion joints s 1 be MasterSeal SLI, produced by MASTER BUILDERS SOLUTIO Sikaflex-lc , or approved equivalent. F. Non -shrink grout shall be Masterflow , pro ced by MASTER BUILDERS SOLUTIONS, SikaGrout 328 or approved equivalent. G. Concrete expansion anchors shall be w ge Its anchored by the movable wedge anchor. Full sleeve anchors are not be used. Bol dies sh I be 303 or 304 stainless with 18-8 stainless steel nut and washer. Anchors sh be Simpson edge -all (example part number WA8760OSS for 7/8" x 6" bolt, number will ry by bolt size, I /RedHead Trubolt (example part number is W W3454 for %" x 5'/:" t, number will vary b don bolt size, or approved equal. 2.5 PROPORTIONING AND DES NOF MIXES A. ProportAbSlabs; he laboratory trial batch method using to 'als to be employed on the ' project of concrete required, complying with AC 11. <') . » 1. -day compressive strength of all concrete is 00 psi. Comply With the' r` mp: Reinforced walls and footings .......... 4" max. 2" min.. -on-grade..............................................4" max., 2 in: B. Laboratory Trial Batches: An independent testing facility acceptable to the O r's`V Representative will be employed at the Contractor's expense to select concrete pro rtions, prepare test specimens in accordance with ASTM C192, and conduct strength tests in accordance with ASTM C39, specified in ACI 301. CAST -IN-PLACE CONCRETE 011100-5 City Park Cabin Restoration Project Project # 2162230 C. Submit ' en reports of each proposed mix for each class of concrete at least 15 days prior to start work. Do not begin concrete production until in es have been reviewed. D. A ustment to Concrete Mixes: Mix design adjustment may be requested by the Contractor w n characteristics of materials, conditions, weather, t results, or other circumstances w t. Laboratory test data for revised mix designs d strength results must be submitted and proved before using in the work. No change' contract price will be allowed for these E. Use within the f C 1. 3.5 t 2. 4.5 to 3. 5.5 to ing admixture in exterior c. prescribed rate to result in wing limits. Concrete stru 6.5% for maximum 2" agg �X.S% for maximum 3/4" a; 8. % for maximum 1/2" no F. Water reducing ag may be used approval of the Owne s Represent/a G. Cementitious Materials: Limit Portland cement in cone a as f 1c 1. Fly Ash: 25 Pere t. 2.6 CONCRETE MIXING Vtconcrete. Add air -entraining admixture at the ate at the point of placement having air content and slabs exposed to freezing and thawing: by the mix design organization with the by weight, of cementitious materials other than A. Ready -Mix Concrete: Coy6plywith the requirements of ASTM C94 as herein specified. Addition of water to the,6atch Aill not be permitted. B. During hot weather, ofunder mixing time than spy6ified in C. When the air tempkrature is be 1-1/2 hours to 75/ininutes, and delivery time to)60 minutes. PART EXECUTION 3.1 FORMS ins contributing to rapid setting of concrete, a shorter C94 may be required. 85°F and 90°F, reduce the mixing and delivery time from the air temperature is above 900F, reduce the mixing and A. Design, rect, brace, and maintain form ork to support vertical and lateral loads that might be applied ntil such loads can be suppode by the concrete structure. Construct formwork so toner a members and structures are of c rrect size, shape, alignment, elevation, and position. B. De gn formwork to be readily removable ithout impact, shock, or damage, to cast -in-place trete surfaces and adjacent materials. C. Chamfer exposed comers and edges using d, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines d tight edge joints. D. Accurately place and secure in position, prior to placing concrete, all anchors, bolts, inserts, and other items to be embedded in concrete; including items furnished under other sections of the Specification and for other contractors on the projecL CAST -IN-PLACE CONCRETE 033000-6 I I City Park Cabin Restoration Project Project # 2162230 E. Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from those trades involved. F. Earth cuts shall not be used as forms for vertical surfaces without written approval of the G. Thoro ly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdus , dirt, or other debris just before concrete is placed. Retighten forms after concrete placem t if required to eliminate mortar leaks. 3.2 PREPARATION F FORM SURFACES A. Coat the on tact surfaces of forms with a form -coating compound before reinforcement is placed. B. Thin formcoat g compounds only within thinning agent of type, and in amount, and under conditions of th form -coating compound manufacturer's directions. Do not allow excess form -coating mat 'al to accumulate in the forms or to come into contact with concrete surf, against which fres concrete will be placed. Apply in compliance with manufacturer's / instmc[ions. C. Coat steel forms with nonstaining, rust preventative form oil or otherwise protect ag nst rusting. Rust -stained s I formwork isnot acceptable. 3.3 REMOVAL OF FORMS AND TE ORARY BRACING A. Formwork not supporting con rete, such as sides of wall, beams, and simil parts of the work, may be removed after curing a of less than 50°F for 24 hours after pla ' g, provided that: 1. Concrete is sufficiently ard not to be damaged by form re a] operations. 2. Curing and protection o rations are maintained. B. Formwork supporting weight of con etc, such as beams, sl , etc., shall not be removed until: 1. The concrete has attained 75 a of the minimum -day strength, or 2. 14 days has passed since you g the concre . 3.4 REUSE OF FORMS 3.5 A. Clean and repair surfaces of forms to b,94cAed in the work. Split, frayed, delaminated or otherwise damaged form facing ma al will kot be acceptable. Apply new fonn coating compound material to concrete ntact form sdkfaces as specified for new formwork. B. When forms are extend for successive concr remove fins and la' ce, and tighten forms to i offsets. Don se patched forms for exposed nent, thoroughly clean surfaces, ts. Align and secure joints to avoid surfaces. I to carry out intent of that would reduce bond. Do t allowed without Owner's C; A. Fabricate and place to shapes and dimensions indicated o?,el drawings and Specifications. Clean off rust, ice, or other co not use reinforcing reduced in section. Field bending of bars Representative's permission. CAST -IN-PLACE CONCRETE 011100-7 City Park Cabin Restoration Project Project # 2162230 B. Tagging shall be with metal, linen, or rope fiber tags filled in with machine or waterproof ink. Paper tags shall not be used. 3.6 PLACEMENT OF REINFORCING A. Accurately p cc all reinforcing steel as shown on the drawings. Fasten rigidly so that it cannot be displace during the construction operation. B. The minimu cover of concrete for all reinforcement shal conform to the dimensions shown on the drawin which indicate the clear distance from edge of the reinforcement to the concrete surface Where not otherwise specified or sho by the written dimension, the minimum covers of the concrete over the steel shall as follows: 1. Concrete t against and permanently expos to earth - 3 inches 2. Formed co rete exposed to earth or weathe - 2 inches - 3. Concrete in sand columns not expose to ground or weather - 1-1/2 inches 4. Concrete slab and walls not exposed to ather - 1 inch C. -" Splices shall be lapped as hown on the drawing Those not shown or called out shall have a -: minimum lap as follows: ... - 1. No. 6 and Smaller ar (plain) lap 52 bar diameters No. 7 thm No. 10 B (plain) lap 63 bar diameters 3. No. 6 and Smaller B (epoxy -co d) lap 62 bar diameters �- 4. No. 7 thin No. 10 Bar epoxy -co ed) lap 75 bar diameters �- D. All reinforcing steel, including w Ided ire mesh, shall be accurately located and held in position by the use of proper rein rci g steel supports, spacers, and accessories in accordance with the drawings and Manual of S dard Practice for Detailing Reinforced Concrete Structures ACI 315. Tie bars secu y at intersections. 3.7 DRILLED AND GROUTED DOWEL T LATION A. Drill hole in existing concrete f size at is 3/4 inch in diameter larger than diameters of dowel bar. Incline the hole in the ncrete s h that the non -shrink grout will be retained in the hole. B. Fill hole with non -shrink ut. C. Immediately place do 1 bar into grout d hole. D. Allow grout to take itial set before di rbing dowel bar. 3.6 CONCRETE A. Preplacement Inspection: Before placi g concrete, inspect and complete the formwork installation, reinforcing steel, and item to be embedded or cast in. Notify other crafts to permit the installation of their work, perate with other trades in setting such work, as required. Thoroughly wet wood forms mmediately before placing concrete, as required where form coatings are not used. B. General: Comply with ACI 304, and herein specified. 1. Deposit concrete continuousl or in layers of such thickness that no concrete will be placed on concrete which h hardened sufficiently to cause the formation of seams or CAST -IN-PLACE CONCRETE 033000-8 3.9 City Park Cabin Restoration Project Proiect # 2162230 planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 2. Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Control rate of placement so as not to exceed structural capacity of forms. 3. Consolidate placed concrete by mechanical vibrating equipment supplemented by and -spading, rodding, or tamping. Use equipment and procedures for consolidation concrete in accordance with the recommended practices of ACI 309, to suit the type 0 oncrete and project conditions. 4. Do of use vibrators to transport concrete inside of fors. Insert and withdraw vib ors vertically at uniformly spaced locations not farther than the isible effect s v r i the machine. Place vibrators to rapidly penetrate th placed layer of concret and a[ leas t uncret�tsix inches into the preceding layer. Do not in rt vibrators into lower la rs of concrete that have begun to set. At each insertion rmit the duration of vibration the time necessary to consolidate the concrete and mplete embedment of reinforce ent and other embedded items without causing s egation of the mix. 5. Deposit and nsolidate concrete slabs in a continuous ope ion, within the limits of construction j ' ts, until the placing of a panel or section' completed. 6. Consolidate con rete during placing operations so that ncrete is thoroughly worked around reinforce en[ and other embedded items and ' to comers. 7. Bring slab surface the correct level with a strai ledge and strike off. Use bull floats or derbies to s o 3th the surface, leaving i e of humps or hollows. Do not sprinkle water on the antic surface. 8. Maintain reinforcing in he proper position bring concrete placement operations. C. Cold Weather Placing 1. Protect concrete work from hysi damage or reduced strength which could be caused by frost, freezing aetr ns r low temperatures, in compliance with ACI 306 and as herein specified. 2. When air temperature has I to or is expected to fall below 40°F, uniformly heat all water and aggregat for fixing as required to obtain a concrete mixture temperature of not I than 50°F, d not more than 80°F at point of placement. 3. Do not use froze aterials or mat ials containing ice or snow. Do not place concrete on en subgrade or on s bgrade containing frozen materials. 4. Do not us alcium chloride, salt, an other materials containing antifreeze agents or chemi accelerators, unless otherwis accepted in writing by the Owner's D. _Llet Weather Placing 1. When hot weather conditions exist thatwo Id seriously impair the quality and strength of concrete, place concrete in compliance h ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain ncrete temperature at time of placement below 90°F. Mixing water may be chilled, or hopped ice may be used to cenVRl�the concrete temperature, provided the water equi ent of the ice is calculated to thetotal amount of mixing water. 3. Cover reinforcing steel with water -soaked burlap f it be too hot, so that the steel temperature will not exceed the ambient air t perature immediately before : embedment in concrete. 4. Do not use retarding admixtures unless otherwise a pled in mix designs. PLACING CONCRETE BY PUMPING CAST -IN-PLACE CONCRETE 011100-9 City Park Cabin Restoration Project Proiect # 2162230 3.11 3.12 A. Cast -in-place concrete at the Contractor's option may be placed by pumping in accordance with ACI 304. B. Design Mix 1. Submit seJSlump arate design mix for pumping concrete. 2.ne aggregate gradation and water and cement content are more critical and t from the regular concrete mix. 3.may be increased by one inch for individual batches at point of discharge. C. Puent and Placement 1. convey through aluminum or aluminu)nt oy pipes. 2.s of slump in pumping equipment shaexceed two inches. 3.rtar used for lubricating the pumpingpment shall be discarded. 4.d air tests shall betaken at both poif delivery to pump equipment and at f 'scharge from the line. `- 5. Concrete linders shall betaken at the poin 1 FINISHING FORMED SURF CE! t' A. Rough -Formed Finish: holes and defects repaired •specified limits on formed - 1 Apply to concrete discharge from the line. t concrete texture Ynparted by form -facing material with tie patched. Removt fins and other projections that exceed not expo#d to public view. B. Smooth -Formed Finish: As -ca concrete xture imparted by form -facing material, arranged in an orderly and symmetrical m er with minimum of seams. Repair and patch tie holes and defects. Remove fins and other p jeeti ns that exceed specified limits on formed -surface irregularities. 1. Apply to concrete sAps ed to public view and to be covered with a coating or covering material ato concrete. C. Related Unformed Surfaces:alls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, oth and finish with a texture matching adjacent formed surfaces. Continue fieatment of formed surfaces uniformly across adjacent unformed surfaces,ise indicated. D. Maintain surface flatness ith maximum ationof 1/8 -inch in 10 feet. CURING FORMED SURFAC A. Protect and cure ex sed surfaces, includin surfaces from which forms have been removed less than 60 hours fter concrete has been ph ced for at least 4 calendar days after concrete is placed/RING, B. Coverth paper or plastic film that is tough, pliable and moisture proof, or the surfacvered with burlap or sand pt continuously wet. FINISHING, CD SEALING OF INTERI R FLOOR SLABS A. Finishing 1. Finish concrete floor/surfaces in ac 2. Uniformly spread, screed, and float 3. Steel trowel surfaces which will be CAST -IN-PLACE CONCRETE 033000-10 with ACI 301. I City Park Cabin Restoration Project Project # 2162230 4. Maintain surface flatness with maximum varlationof 1/8 -inch in 10 feet. 5. Slope finish surface to drains as indicated on plans. B. Curing and Seali 1. Place ring and sealing compound. 3.13 CONCRETE SURFACIj REPAIRS A. Surface defects,ncluding tie holes and honeycomb, unless otherwise specified by the contract documents, shall be repaired immediately after form removal. B. All honeycomb anV other defective concrete shall be removed down to sound concrete with edges perpendiculakto the surface or slightly undercut. No featheredges will be permitted. The area to be patchV and an area of at least six inches wide surrounding it shall bed pend to prevent absorption f water from the patching mortar. A bonding grout shall be preared using a mix of approxiVately one part cement to one part fine sand passing No. 30 —1-sh sieve, mixed to the consistend of thick cream, and then well brushed into the surface. C. The patching mixture sh be made of the same materials and of approximate) he same proportions as used for the ncrete, except that the coarse aggregate shall b mitted and the mortar shall consist of not re than one part cement to 2-1/2 parts sand b damp loose volume. White Portland c nt shall be substituted for a part of the Portland cement on exposed concrete in order top duce a color matching the color of surtounding concrete, as determined by a trial patch. Q tity of mixing water shall be no ore than necessary for handling and placing. Patching ortar shall be mixed in adv and allowed to stand with frequent manipulation with a [ro 1, without addition of wa ,until i[ has reached the stiffest consistency that will permit platin D. After surface water has evaporated m the area t patched, the bond coat shall be well brushed into the surface. When the bo d coat ins to lose the water sheen, the premixed patching mortar shall be applied. The hall be thoroughly consolidated into place and struck off so as to leave the patch slightl igher than the surrounding surface. To permit initial shrinkage, it shall be left undisturbed r a least one hour before being finally finished. The patched area shall be kept damp f seven ys. Metal tools shall not be used in finishing a patch in a formed wall which , be expose E. After being cleaned an oroughly dampened, ie holes shall be filled solid with patch`' 1 mortar. _...., F. ConcirctSslarb surfaces that contain defects which ap ce, shall be repaired by a method approv all be replaced. 3.14 PATCHING EXISTING CONCRETE A. B. C. Clean surfaces to be patched of all loose particles, oils, required. Predampen surfaces before application of patching sely affect durability, strength, or the Owner's Representative or;tP.ey Mix, apply, finish, and cure patching compound in strict instructions. etc., and roughen surfaces as with the manufacturer's CONCRETE 011100-11 City Park Cabin Restoration Project Project # 2162230 CAST -IN-PLACE CONCRETE 033000-12 I l r - CAST -IN-PLACE CONCRETE 033000-12 I SECTION 040140 MAINTENANCE INTENANCE OF STONE ASSEMBLIES PART1-GENERAL 1.1 RELATED DOC ENTS A. Drawings and gene al provisions of the Contract, including General and Supplementary onditions and Division 01 Specifi tion Sections, apply to this Section. 1.2 SUMMARY A. Section includes mainte ce of stone assemblies consisting of stone restorationd cleaning as follows: 1. Rebuilding stone m sonry. 2. Repointing joints. 3. Installation of new s e masonry. 4. Preliminary cleaning, i luding removing plant /this 5. Cleaning exposed stone urfaces. B. Related Sections: 1. Section 012300 "Alternates." Iternate I for wo2. Section 013591 "Historic Trea ent Procedures 1.3 DA NS A. Vressure Spray: Under 100 ps' 0 kPa). B. Lore Spray: 100 to 400 ps' 690 to 2 0 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). „> C. Mssure Spray: 40 o 800 psi (2750 to 510 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). --> D. Hire Spray: to 1200 psi (5510 to 825 kPa); 4 to 6 gpm (0.25 to 0.4 L/s). E. Stnol ASTM C 119.F. Fag: Setting of stone with the natural beddin planes (strata) vertical and parallel to the wall plthan horizontal or "naturally bedded, " which Ids bedding planes together by gravity. INFORMATIONAL SUBMITTALS \ A. Qualification Data: For restoration specialists. 1. References of projects completed by masonry restorer to section and ability to comply with Preservation Briefs ref City Park Cabin Restoration Project Project # 2162230 knowledge of requirements in this MAINTENANCE OF STONE ASSEMBLIES 040140-1 City Park Cabin Restoration Project Project # 2162230 1.5 QUALITY ASSURANCE I A. Restoration Specialist Qualifications: Engage an experienced stone restoration and cleaning firm to perform work of this Section. Firm shall have completed work similar in material, design, and extent to that indicate j for this Project with a record of successful in-service performance installing rubble stone masonry. 1. RestoraXon Worker Qualifications: Persons who are experienced in restoration work of types they will be omting and have documented experience in meeting the intent and quality of work as specified t The Secretary of the Interior's S dards for Masonry Restoration. Specifically Preseryation riefs 1, 2 and 6. B. Source Limitations: tain each type of material for ne restoration (stone, cement, sand and lime, etc.) from one source wi each resource able to provid materials of consistent quality in appearance and - physical properties to existing conditions. C. Cleaning Program: Prepar a written cleaning p gram that describes cleaning process in detail, including materials, methods, d equipment to be ed, protection of surrounding materials, and control of runoff during operations. i 1. If materials and methods ther than tho a indicated are proposed for any phase of restoration work, add to the Quality- trol Prog m a written description of such materials and methods, - including evidence of succes fu use comparable projects, and demonstrations to show their effectiveness for this Project wor is ability to use such materials and methods properly. D. Cleaning and Repair Appearance S d: Cleaned and repaired surfaces are to have a uniform appearance as viewed from 50 feet (15 m away by Architect. E. Mockups: Prepare mockups to demotl�tralle aesthetic effects and set quality standards for materials and execution and installation. / \ Stone installation: Prepare ample arkas for each type of stone indicated to have work performed. If not otherwise indicat9d, size ea mockup not smaller than 2 adjacent whole units or approximately one concr a pier. Erec sample area over a newly completed comer concrete pier foundation, to dem,n)llaw quality omaterials, workmanship. Include the following as a minimum: a. Approved k -up may remain p of the work. 2. Cleaning: Cle tone as follows: a. Test c aners and methods on samp s of adjacent materials for possible adverse reactions. Do t use cleaners and methods kn wn to have deleterious effect. b. Al w a waiting period of not less 3 - 4 days after completion of sample cleaning to p it a study of samples for negativ reactions. 3. Approval of mockups does not constitute proval of deviations from the Contract Documents contained in mockups unless Architect speci cally approves such deviations in writing. MAINTENANCE OF STONE ASSEMBLIES 040140-2 City Park Cabin Restoration Project Proiect # 2162230 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver stone to Project site in suitable packs or on pallets or heavy-duty crates which will keep stone protected off of ground and protection from weather until installed. B. Deliver other materials to roject site in manufacturers original and unopened containers or stored inside protective and secure con ner or site trailer. C. Store cementitious material on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that h ve become damp. // D. Store hydrated lime in manufa rens original and unopened containers. Discard lime if containgks have been damaged or have been o d for more than two days. // E. Store lime putty covered with OvateVcxistin containers. F. Store sand where grading and ored characteristics can be maintained d contamination avoided. 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed witi only when existin d forecasted weather conditions permit stone resmration and clek be perform according to manufacturers' written instructions and specified requiremB. Complete work only when air tembetw 4 and 90 deg F (4 and 32 deg C) and is predicted to remain so for at least 7 days aften of th ork unless otherwise indicated. C. Hot -Weather Requirements: Protect mortar mt poin' g when temperature and humidity conditions produce excessive evaporation of water mortar and tchinNFdeg materials. Provide artificial shade and wind breaks and use cooled material required to mevaporation. Do not apply mortar to substrates with temperatures of 90 g F (32 deg C) and aess otherwise indicated. D. Clean stone surfaces onl hen air temperature is 40 dC) and above and is predicted to remain so for al 1 ys after completion of cleaning. 1.8 A. Coordinate stone restoration and cleaning with other work at Project se. Plan and execute the Work accordingly. 1.9 SEQUENCING AND SCHEDULING A. Order replacement materials at earliest possible date to avoid delaying completion o -Work. j t.J B. Perforin stone restoration work in the following sequence: .. 1. Remove plant growth. 2. Clean stone surfaces. 3. Rake out mortar from joints surrounding stone to be replaced and from joints adjacent to stone repairs along joints. MAINTENANCE OF STONE ASSEMBLIES 040140-3 City Park Cabin Restoration Project Project # 2162230 4. Repair stonework, including replacing existing stone with salvaged or new stone. 5. Rake out mortar from joints to be repointed. 6. Point mortarjoints. 7. After repairs and repointing have been completed and cured, perform a final cleaning to remove residues from this work. PART 2 -PRODUCTS 2.1 Ll STONE MATERIALS A. Stone: Provide natural building ne of variety, color, match existing stone: \ e 1.... B. 2.2 1. For existing stone that exhibitrange of cwloi ��.., provide stone that proportional matches that color, texture, grain, veining, fim h, size, or shi 2. Subject to compliance with requ nibble stone used in original consb 3. Architect can direct contractor to approximately 13 miles from site stone is S20/ton. Salvaged Stone: Obtain salvaged stone fn MORTAR MATERIALS A. Portland Cement: ASTM C 150, hype I or exposed mortar. / 1. Mortar Materials 60641 Phone: grain, veining, finish, size, and shape to bxture, grain, veining, finishes, sizes, or shapes, ige rather than stone that matches an individual within that range. e stone from local quarry, which best matches 08 rubble stone for use in this project. Stone is stored a close match to stone used on the fireplace. Cost for work. Clean off residual mortar. gray, tinted where required for color matching of U.S. Heritage up, Inc., 3516 North Kostner Ave., Chicago, IL 5-2100 Fax: 773-286-1852. Email: info(ausheritage.com; 2. Pro/cementtaining not more than 6AS3. SubSection 01600 -Product ReqB. Hydrated LC 207, Type S. C. Factory-Prutty: ASTM C 1489. D. Mortar San144 unless otherwise indicated. 1. Color: Provide natural sand of color necessary to 2. For pointing mortar, provide sand with rounded e 3. Match size, texture, and gradation of existing in sands if necessary to achieve suitable match. E. Mortar Pigments: Natural and synthetic iron oxides, with a record of satisfactory performance in masonry MAINTENANCE OF STONE ASSEMBLIES 040140-4 percent total alkali when tested according to required mortar color. sand as closely as possible. Blend several for mortar mixes. Use only pigments 11 1 I 2.3 2.4 W1 City Park Cabin Restoration Project Protect # 2162230 F. Water: Potable. MANUFACTURED A. Cementitious Crack Filler: fAn ultrafine superplasticized grout that can be injected into cracks, is suitable for application to wet or cracks, exhibits low shrinkage, and develops high bond strength to all types of stone. 1. Products: Subject [ compliance with requirements, provide one of the following available products that may be i corporated into the Work include, but are not limited to, the following: a. Cathedral Stone roducts Inc.; Jahn Injection Grout. / b. Con roto Co on; Terra Cotta Finish. C. Edison Coatin s a; Pump -X 53 -Series. CLEANING MATERIALS A. Water: Potable. B. Job -Mixed Detergent Solution: Sc tion prepared by ' 'ng 2 cups (0.5 L) of tetrasodium polyphosphate, 1/2 cup (125 mL) of lau detergent, and 2 quarts (20 L) of hot water for every 5 gal. (20 L) of solution required. C. Job -Mixed Mold, Mildew, and Algae Re over: lution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 5 quarts (5 L) 5 p cent sodium hypochlorite (bleach), and 15 quarts (15 L) of hot water for every 5 gal. (20 L) of u ' n required. ACCESSORY MATERIALS A. Sealant Materials: 1. Provide manufac is standard chemically cu 'ng, elastomeric sealant(s) of base polymer and characteristics ' icated below that comply with plicable requirements in Section 0792bb "Joint Sealants." Single -component, nonsag urethane sealant. 2. Colors: Provide colors of exposed sealants to match lors of stonework adjoining installed sealant unless otherwise indicated. 3. Ground -Mortar Aggregate: Custom crushed and ground 'ming mortar sand or existing mortar retrieved from joints. Grind to a particle size that matche the adjacent mortar aggregate and color. Remove all fines passing the 100 sieve. B. Joint -Sealant Backing: 1. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell mitterial with a surface skin, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Masking Tape: Nonstaining, nonabsorbent material, compatible with pointing mortar, joint primers, sealants, and surfaces adjacent to joints; that will easily come off entirely, including adhesive. MAINTENANCE OF STONE ASSEMBLIES 040140-5 City Park Cabin Restoration Project Project # 2162230 D. Miscellaneous Products: Select materials and methods of use based on the following, subject to approval of a mockup: 1. Previou ffectiveness in performing the work involved. 2. Little sibiliry of damaging exposed surfaces. 3. Consiste cy of each application. 4. Uniformi of the resulting overall appearance. 5. Do not use liroducts or tools that could do the liollowina: a. RemoA, alter, or in any way harm surfaces, 'ncluding surrounding sur t b: Leave a r idue on surfaces. -2.6 .MORTAR MIXES A. .Preparing Lime Putty: Slake icklime and ° manufacturer's written instructi0 s. 1> B. Measurement and Mixing: Meas ceme equivalent weight. Do not measure sho i batch mixer. 1. Mixing Pointing Mortar: ThA any water. Then mix again will retain its form when pre30 minutes. Add remaining mortar within one hour of fin C. Colored Mortar: Produce mortar proportions without Architect's a6 1. Mortar Pigments: Wher' mortar of 1:10 by weigh present condition or future preservation of existing not in contract. lime putty according to appendix to ASTM C 5 and ious materials and sand in a dry condition by volume or use known measure. Mix materials in a clean, mechanical mix cementitious materials and sand together before adding only, enough water to produce a damp, unworkable mix that a ball. Maintain mortar in this dampened condition for 15 to small portions until mortar reaches desired consistency. Use ; do not retemper or use partially hardened material. D. Do not use admixtures in m unless otherwisE. Mortar Proportions: Mix ortar materials in the 1. Pointing Mortar r Stone: 1 part gray po a. Add m pigments to produce n PART3-EXECUTION 3.1 PROTECTION by using specified ingredients. Do not alter specified are indicated, do not exceed a pigment -to -cement ratio A. Protect persons, motor vehicles, surrounding surfaces surrounding buildings from harm resulting from stone MAINTENANCE OF STONE ASSEMBLIES 040140-6 proportions: cement, 6 parts lime, and 12 parts sand. colors required. being restored, building site, plants, and work. 3.2 City Park Cabin Restoration Project Protect # 2162230 1. Erect temporary protective covers over walkways and at points of pedestrian and vehicular entrance and exit that must remain in service during course of restoration and cleaning wor . B. Comply with chemical-cle er manufacturer's written instructions for protecting building d other surfaces against damage fro exposure to its products. Prevent chemical cleaning solutions m coming into contact with people,. mor vehicles, landscaping, buildings, and other surfaces that co d be harmed by such contact. 7 I. Cover adjacent surfaces\wins aterials that are proven to resist chemical c aners used unless chemical cleaners beingill not damage adjacent surfaces. Use mate ' s that contain only waterproof, UV-resistanives. Apply masking agents to comply wi anufacturer's written instructions. Do not apid masking agent to painted or porous s aces. When no longer needed, promptly removing to prevent adhesive staining. 2. Keep wall wet below are be cleaned to prevent streaking from off. 3. Do not clean stone duris of sufficient force to spread c ing solution's to unprotected surfaces. 4. Neutralize and collect alacid wastes for disposal o wner's property. 5. Dispose of runoff fromg rations by legal me and in a manner that prevents soil erosion, undermining of an foundations, dama to landscaping, and water penetration into building interiors. C. Prevent mortar from staining face of surroundiA$ stone at}d other surfaces. 1. Cover sills, ledges, and projections to pro ct in mortar droppings. 2. Keep wall area wet below rebuilding and ming work to discourage mortar from adhering. 3. Immediately remove/emovcentir6 tact w' posed stone and other surfaces. 4. Clean mortar splatterjdin at en of each day. STONE REMOVAL AND NT A. As discovered following drk, remove ston that has deteriorated or is damaged beyond repair. Carefully demolishentire units from 3 int to joint, without damaging surrounding stone, in a manner that permnt with full-size uni . B. Support and protect re ing stonework that surrounds re mov area. Maintain flashing, reinforcement and adjoining co tion in an undamaged condition unless s me removal disturbs adjacent work to remain, re i s and document position andjnstallation me d and reinstall as new,stone is set in.,..:� C. Notify ASC ect of unforeseen detrimental conditions including voids, cks, bulges, and loose units in J existing ne or unit masonry backup, rotted wood, rusted metal, and o deteriorated items. ,I D. Remove in an undamaged condition as many whole stone units as possible. •� I. Remove mortar, loose particles, and soil from stone by cleaning with and chisels, brtiskes, and water. 2. Remove sealants by cutting close to stone with utility knife and cleaning w solvents. 3. Store stone for reuse. Store off ground, on skids, and protected from weathe . 4. Deliver cleaned stone not required for reuse to Owner unless otherwise indicat 5. For salvaged stone, once debris from stone has been removed, use of medium an or high pressure power wash is allowed to clean stone. Start with lowest pressure that will accomplish task and only move to higher pressures if required. Once dry, stone may be used in wall patching or cladding of foundation piers. MAINTENANCE OF STONE ASSEMBLIES 040140-7 City Park Cabin Restoration Project Project # 2162230 E. Clean stone surrounding removal areas by removing mortar, dust, and loose particles in preparation for replacement. F. Replace removed Amaged stone with other removed stone and salvaged stone in good quality, where possible, or with flew stone matching existing stone, including size. G. Before setting,aspect to verify that each stone has been set �n final position with natural bedding planes matching other urrounding stone. H. Install replacem t stone into coursing pattern of existing tone. If sizing is required, use a mason's hammer and chise to shape stone as needed. Finish edges blend with appearance of edges of existing stones. 1. Maintain joi\idthr replacement stone to mate existingjoints. 1. Set replacement stompletely filled bed, hea and collar joints. Butter vertical joints for full width"before settinunits in full bed of mo unless otherwise indicated. Replace existing anchors if found, ow similar anchors as nee ed. 1. Tool exposed mortarj ' 2. When mortar is sufficie pointing of joints. 3.3 CRACK INJECTION (For use in repaired areas t match joints of surrounding existing stonework. hard to support nits, remove shims and other devices interfering with A. General: Comply with cementitious B. Drill 1/4 -inch- (6 -mm-) diameter inji cracks, T&M basis, Not in base bid) manufacturer's written instructions. as follows: 1. Transverse Cracks Less Than 3/ \proces (9 mm) Wide: Drill holes through center of crack at 12 to 18 inches (300 to 500 mm) o.c. 2. For Cracks More Than 3/8 inc (9 Wide: Replace stone unit or mortarjoint. 3. Drill holes 2/rts. (50 mm) eep.ere possible drill holes in mortar joints. C. Clean out drill holeracks ith coed air and water. Remove dirt and organic matter, loose material, sealants, ad era repair ls. D. Place plastic injectits i drilled hold eal face of cracks between injection ports with clay or other nonstaining, rl lugging mal. eave openings at upper ends of cracks for air release. E. Inject cementitiousdler through psequ tially, beginning at one end of area and working to opposite end; wherle, begin a[ londo injection area and work upward. Inject filler until it extrudes from adjacrts. After port en in ed, plug with clay or other suitable material and begin injecting filleacent port, repeproces until all ports have been injected. F. Clean cementitiousller from face ne befor it sets by scrubbing with water. G. After cementitious crack filler has set, reminjection rts, plugging material, and excess filler. Patch injection holes and surface of cracks as spd in "Stone atching" Article. MAINTENANCE OF STONE ASSEMBLIES 040140-8 City Park Cabin Restoration Project Proiect # 2162230 3.4 CLEANING STONE, GENERAL A. Proceed with cleaning in an orderly manner; work from top to bottom and from one end of each elevation to the other. Ensure that dirty residues and rinse water will not wash over cleaned, dry surfaces. B. Use only those cleaning methods indicated for each stone material and location. 1. Do of use wire brushes or brushes that are not resistant to chemical cleaner being used. Do not use lastio-bristle brushes if natural -fiber brushes will resist chemical cleaner being used. 2. Use ray equipment that provides controlled application at volume anpressure indicated, measur at spray tip. Adjust pressure and volume to ensure that cleaning ods do not damage stone. a. E\itsessure gages.3. For watn, use fan -shaped spray tip that disperses ater at an angle of 25 to 50 degrees. 4. For low -ray application, use fan -shaped spray p that disperses water at an angle of at lea C. Perform each cleaning method in ted in a manner that res is in uniform coverage of all surfaces, including corners, moldings, and inVapplyater ro ces an even effect without streaking or damaging stone surfaces. D. Water Application Methods: 1. Water -Spray Applications: Ucated, hold spray nozzle at leas[ 6 inches (150 mm) from surface of stone horizontal back and forth sweeping motion, overlapping previous strokes tverage. 3.5 PRELIMINARY CLEANING A. Removing Plant Growth: Compl ly remove visible plan moss, and shrub growth from stone surfaces. Carefully remove plants, cre ,and vegetation by cutt� at roots and allowing to dry as long as possible before removal. Re ve loose soil or debris from op joints to whatever depth they occur. 3.6 CLEANING STONE ORK A. Cold -Water Was . Use cold water applied by low-pressure spray. B. D/eenaning: \ ' '. one with cold water applied by very -low-pressure spray.2stonewith detergentsolution usingmedium-soft brushes until soil is thoroughly dislodges( be removed by rinsing. Use small brushes to remove soil from mortar joints and crtvices_ -- Dip brush in solution often to ensure that adequate fresh detergent is used and that stone surface remains wet. i d 3. Rinse with cold water applied by low-pressure spray to remove detergent solution and soil. C. Mold, Mildew, and Algae Removal: 1. Wet stone with cold water applied by very -low-pressure spray. MAINTENANCE OF STONE ASSEMBLIES 040140-9 City Park Cabin Restoration Project Project # 2162230 2. Apply mold, mildew, and algae remover by brush. 3. Scrub stone with medium -soft brushes until mold, mildew, and algae are thoroughly dislodged and can be removed by rinsing. Use small brushes for mortar joints and crevices. Dip brush in mold, mildew, and algae remover often to ensure that adequate fresh cleaner is used and that stone surface remains wet. 4. Rinse with cold water applied by low-pressure spray to remove solution and deleterious material. 3.7 REPOINTING ST NEWORK A. Rake out and repoint J 'nts to the following extent: 1. Joints where mo is missing or where they contain les. 2. Cracked joints whe cracks can be penetrated at leas 1/4 inch (6 mm) by a knife blade 0.027 inch (0.7 mm) thick. 3.. Joints where they soon hollow when tapped by in l object. 4. Joints where they are coo back 1/4 inch (6 mm) r more from surface. 5. -Joints where they are det iorated to point tha mortar can be easily removed by hand, without ' tools. r6. i Joints where they have been lied with subs ces other than mortar. B. �..:Do not -rake out and repoint joints whe not requir d. C. Rake out joints as follows, according to ocedu demonstrated in approved mockup: 1. Remove mortar from joints to dep of int width plus 1/8 inch (3 mm), but not less than 1/2 inch (13 mm) or not less than that requir expose sound, unweathered mortar. 2. Remove mortar from stone surfaces ithin raked -out joints to provide reveals with square backs and to expose stone for contact wi inting mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of stone un' or iden joints. Replace or patch damaged stone units as directed by Architect. a. Cut out mortar by h d with chi el and resilient mallet. Do not use power-operated grinders without Arc tect's written pto based on approved quality -control program. D. Notify Architect of unforeseen etrimental Condit as including voids in mortar joints, crocks, loose stone, rotted wood, rusted meta and other de[eriorat d items. E. Pointing with Mortar: 1. Rinse joint surf with water to remove dust d mortar particles. Time rinsing application so, at time of point g, joint surfaces are damp b t free of standing water. If rinse water dries, dampen joints aces before pointing. 2. Apply pointin mortar first to areas where exis ing mortar was removed to depths greater than surrounding as. Apply in layers not greater than 3/8 inch (9 mm) until a uniform depth is formed. F lly compact each layer thoroughly d allow it to become thumbprint hard before applying ext layer. 3. After low areas have been filled to same dep as remaining joints, point all joints by placing mortar in layers not greater than 3/8 inch (9 m . Fully compact each layer and allow to become thumbprint hard before applying next layer, ere existing stone has worn or rounded edges, slightly recess finished mortar surface below, fa a of stone to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto a posed stone surfaces or to featheredge the mortar. MAINTENANCE OF STONE ASSEMBLIES 040140-10 3.8 3.9 City Park Cabin Restoration Project Project # 2162230 4. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge ofjoint by brushing. 5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays. a. A ptable curing methods include covering with wet burlap and plastic sheeting, periodic ban misting, and periodic mist spraying using system of pipes, mist heads, and timers. b. Adj st curing methods to ensure that pointing mortar is damp throughout its depth without erod g surface mortar. FINAL CLEANING A. After mortar has fully matter; use wood scrag 1. Do not use metal sci 2. Do not use acidic or B. Wash adjacent woodwork and Oj C. Clean mortar and debris from top thoroughly clean exposed stone surfaces of ex0ess mortar and foreign ylon or -fiber brushes, and clean water, spray a lied at low pressure. or brushes. ne cleaners. er nonstone surfaces. Use detergentXnd soft brushes or cloths D. Sweep and rake adjacent pavement Ad grounds to remove ortar and debris. Where necessary, pressure wash pavement surfaces to remove m r, dust, dirt, an stains. FIELD QUALITY CONTROL A. Architect's Project Representatives: Architect's responsibilities at the si completed. Allow Architect's P ec portion of the Work complet END OF will assign Project representatives to help carry out observing progress and quality of portion of the Work ives to site, as needed, to observe progress and quality of 040140 MAINTENANCE OF STONE ASSEMBLIES 040140-11 ,.A MAINTENANCE OF STONE ASSEMBLIES 040140-11 PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general proN Division 01 Specification S 1.2 SUMMARY A. Section Includes: 1.3 1.4 SECTION 061000 ROUGH CARPENTRY of the Contract, including General and apply to this Section. 1. Framing with rough sawn or reel 'med dimension lumber. 2. Installation of salvaged or reclaim board lumber sheathing. 3. Installation of salvaged or reclaim board lumber trim. 4. Restoration of Historic Landmark authentic appearan specified material, authentic tools, an techniques. B. Related Requirements: Conditions and provided, or if not provided, 1. Section 012200 "Unit Prices" for replace at of I her as described in this section. 2. Section 012300 "Alternates." Alternate 3 f wo which relates to this section. 3. Section 017300 "Execution" for cutting and hing procedures required under recommendations of this section. 4. Section 061323 "Log Structure Restorati n" or extent of sawn lumber coordination with log structure. 5. Section 071900 "Water Repellent" for eatment logs. 6. Section 080152 "Historic Treatme of Wood indows" lumber for replacement of windo parts. 7. Section 313116 "Termite Con " for site applicatio of bora UNIT PRICES A. Work of this Section is acted by unit prices specified in Section 1. Unit prices ly to authorized work based on visual accept framing d' overed to be in unusable condition or for replan 2. Unit pr s apply to additions to and deletions from Work as for requirements of using reclaimed te treatment to wood framing. ° _.. t :i 2200"Unit Prices." in and need for rough savvwilumber me of damaged units. autho 'zed by Change Orders. A. Safety: All methods of construction shall conform to the requirements of the State a Department of Labor and all OSHA standards. City Park Cabin Restoration Project ROUGH CARPENTRY Project # 2162230 061000-1 City Park Cabin Restoration Project Project # 2162230 B. Codes and Standards: Comply with provisions of the American Association for State and Local History: Log Structures Preservation and Problem Solving code, specifications and the latest adopted edition of State of Iowa Building Code. 1.5 DEFINITIONS 1.6 1.7 1.8 A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: LuNber of 2 inches nominal (38 mm actual) nominal (114 mm actual) irNcast dimension. C. Reclaimed Lumber: Sawn hpa characteristics and dimensions 1 i, appropriate for project. D. ` Architectural Conservationist: A structures and specifically expel restoration of wood or logs to orig ACTION SUBMITTALS Is reclaimed from historic older lumber found within greater but less than 5 inches res which mimics surface sawn or during specific time period as ;ional qualified in t e field of historic preservation of log in the formulatio and uses of epoxy compounds for the :arance. 11 7 A. :. Samples: Not less than nominal width of c `expected appearance to match existing mater choose to approve reclaimed lumber on-site to INFORMATIONAL SUBMITTALS A. Material Certificates: 1. For preservative -treatment pro nets; st treatment of wood products. 2. Provide certification of date d location storage and treatment pro ares for repl; B. Reclaimed Lumber Sample 1. Provide samples or xamples of reclaimed I reused. Consult h architect on availability to match existi members being replaced. QUALITY xr type by 24 inches (600 mm) long, showing ding surface texture, sawn marks. Architect may to existing materials. MSDS sheets and instructions for proper field reclaimed lumber was obtained as well as data on xr chosen to match existing lumber that will be species, lumber grade and sizes that are available A. Provide documentation that framing contractor has friinimurn 5 years or five recent projects experience in salvaging and reassembly of historic wood frar#ed structures. Individuals shall be well versed in following Secretary of Interior's Standards for Hist ric Preservation of items being restored. I. Provide one skilled professional who shall Pe present at all time during execution of this portion of the work and who shall personally direct a# work performed under this section. ROUGH CARPENTRY 061000-2 City Park Cabin Restoration Project Project # 2162230 2. Retain a qualified Architectural Conservationist familiar with the formulation of epoxy compounds used in stabilizing and patching of lumber slated to be restored, to perform or oversee such functions as shown on the Drawings or as specified herein. B. Safety: All methods of construction pi I conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. / C. Existing Conditions: 1. Job conditions shall be sury yed by the Contractor prior to commencing work. 2. Patching and connections to xisting facilities shall be made in aceordan ' ith the obvious intent of Contract Documents. An discrepancies with existing conditions an work shown in contract documents shall be brought o the attention of the Architect and 0Xhcr. Claims for additional work from failure to examine ubstrates and notify architect or O will not be allowed without prior approval. 1.9 SEQUENCING AND SCHEDULING A. Properly coordinate the work of this sectipn with all other B. Do not start the work of this section Ail the wy& of all other trades has been completed unless otherwise approved by the Architect. Referlince Ayernates for priorities of work. C. Before starting any operation included structure to move from its originalposit)J specification, to allow plumb and trueyll;� 10 DELIVERY, STORAGE, WD HANDLING work of this section which are expected to cause the blish a reference plane, as described in part three of this id repositioning, as specified herein. A. Stack lumber flat >9 `sticking" between each ar weather by co ng with waterproof sheeting, s u: stacks WidAtilder coverings. B. Keep replacement material dry at all time. Protect al surfaces. Deliver material to the job site, store in a si ground surface. C. Use extreme care in off loading lumber material to pre D. When applying preservative treatments, epoxies and protection as necessary. to provide air circulation. Protect lumber from y anchored. Provide for air circulation around 1 inst exposure to weather and contact with damp area out of the way of traffic, and shore up off \ 'l damage, splitting or breaking.. compounds, use eye, skin and breathing 1. Mixing epoxy consolidant compounds: Vigorously mi epc instructions, or if not available, with electric drill title( itt 2. Mixing patching compounds: Vigorously mix compon instructions pre -mix as much as possible following maruk to facilitate transportability, or if manufacturer's instructs blending has been achieved then again for the same amount 3. Store epoxies in compound or in component according available shelf life information. eies in accordance with manufacturer's a propeller shaped mixing blade. in accordance with the manufacturer's tcturer's guidelines as to compatibility ns are not available, until throughout manufacturer's instructions and ROUGH CARPENTRY 061000-3 City Park Cabin Restoration Project Project # 2162230 PART2-PRODUCTS 2.1 WOOD PRODUCTS, G RAL A. Lumber: Provide lumber of ual or greater quality that can be d ermined from existing forming. 1. Select lumber of similar 'ze and with similar saw marks r surface treatments. 2. Where nominal sizes are i dicated, provide actual sizes f existing members. 3. Project preference is to of a reclaimed lumber to gro est extent possible where size, appearance and species appropriate for lacement of damaged 1 mber pieces required to rebuild floors, roofs and trim pieces. Bi t'i Maximum Moisture Content of Lumbe • 19 percent. C. If required, local suppliers of period cc t sawn tum r salvaged from local buildings; I Chris Sellner. 319-325-7609, cjselln r(a)ho ail.com. -2.2 WOOD -PRESERVATIVE A.Preservative Treatment shall be for lumber a fo ows: 1. Preservative Chemicals: Acceptab to au orities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to ceive a s 'ned or natural finish, use chemical formulations that do not require incising, contai colorants, bl through, or otherwise adversely affect finishes. B. Application: 1. Treat all floor joists, sill lates, thresholds and xposed trim or ends of framing with preservative treatment. 2. Utilize epoxy on all I mber which is deemed s ageable for non -load bearing applications and is used for aooearance nlv. 2.3 WOOD REPAIR MA RIALS A. Wood Consoli Ready -[o -use product designed to pen te, consolidate, and strengthen soft fibers of wood materials at have deteriorated due to weatheringdecay and designed specifically to enhance the bond of wood -patching compound to existing wood. 1. Products: Subject to compliance with requirements, roducts that may be incorporated into the Work include, but are not limited to, the following: a. Abatron.lnc.; LiquidWood. b. ConSery Epoxy LLC; Flexible Epoxy Consolidant 100. C. Wood Care Systems; ROTFIX. ROUGH CARPENTRY 061000-4 2.4 2.5 City Park Cabin Restoration Project Project # 2162230 B. Wood -Patching Compound: Two-part epoxy -resin wood -patching compound; knife -grade formulation as recommended by manufacturer for type of wood repair indicated, tooling time required for the detail of work, and site conditions. Compound shall be designed for filling voids in damaged wood materials that have deteriorated due to weathering and decay. Compound shall be capable of filling deep holes and spreading to feather edge,/ Products: Subjtct to compliance with requirements, provide one of the following available products that maj be incorporated into the Work include, but are not limited to, the following: a. Abatron I c.; LiquidWood with WoodEpox. b. Advanced Ikeriair Technology. Inc.; Primatrate with Flex -Tec HV. C. ConSery E LLC; Flexible Epoxy Consolidant 100 with Flexible Epoxy Patc 200. d. Pol meric S tems Inc.; QuickWood. e. West S stem c.; West System. f. Wood Care S terns ROTFIX with SCULPWOOD. DIMENSION LUMBER FRA G A. Joists, Rafters, and Other Framin Sawn (not sanded) lumber matching ecies as can be determined, matching texture, aged color and ap roximate dimensions found in turn r that has been removed and is in need of replacement. B. Exposed Framing: Provide material d -selected for unif ity of appearance and freedom from characteristics, on exposed surfaces and dges, that woul mpair finish appearance, including decay, honeycomb, knot -holes, shake, splits, torn g in, and wan . MISCELLANEOUS LUMBER A. General: Provide miscellaneous lura indicate and lumber for support or attachment of other construction, including the following: 1. Blocking and Nailers 2. Boards forreplace: of sheathing on both walls d roofs. B. For blocking and n ' rs used for attachment of other cons ion, select and cut lumber to. eliminate knots and other ects that will interfere with attachment of oth work. C. For bo eathing, utilize boards that match the thickness and wt th of adjacent materials. Cut boards to e ' mate defects which will compromise structural integrity or fast er holding capability. Cibsed and -, y housed knots are acceptable. 2.6 MIXES A. Epoxies: Provide epoxy fillers, consolidants, and patching compound \mixess�'eciied­ Section 061323 "Log Structure Restoration" 2.7 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. ROUGH CARPENTRY 061000-5 City Park Cabin Restoration Project Project # 2162230 1. At all rough carpentry, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. 2. Provide stainless steel fasteners meeting ASTM F879 — 15, for attachment of all rough and trim carpentry exposed directly to weather or within 18 inchesa)' ground. B. Power -Driven Fastenfrs: NES NER-272 and ASTM F1667. I C. Wood Screws: ASME $18.6.1. D. Lag Bolts: ASMEB18.2.1'(,1SMEB18.2.3.8M). E. Bolts: Steel bolts complying ith ASTM A 307, Grade/A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) h nuts and, where indigined, flat washers. 1, Material: Stainless steel wi bolts and Alloy Group I or 2 (ASTM F 7 M and A t MISCELLANEOUS MATERIALS • j A. ' Flexible Flashing: Composite, self-adhesive, �" ' compound, bonded to a high-density polyeth e thickness of not less than 0.025 inch (0.6 in B. Water -Repellent Preservative: NM butyl carbamate, combined with an PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to rec rough carpentry to other c similar supports to comply B. Framing Standard: Coi Construction," unless tructural 7c othe11 C. Do not splice s bomplying with ASTM F 593 and ASTM F 594, F 836M, Grade Al or A4). '.ng product consisting of a pliable, rubberized -asphalt film, or spunbonded polyolefin to produce an overall epted formulation containing 3-iodo-2-propynyl chloropyrlfos as its active ingredient. levels and lines, with mer uction; scribe and cope as requirements for attaching i with AF&PA's WCD 1, indicated. between supports unless plumb, true to line, cut, and fitted. Fit I for accurate fit. Locate blocking and for Conventional Wood Frame D. Sort and select lumbef so that natural characteristics will not interfer with installation or with fastening other materials to lu ber. Do not use materials with defects that int ere with function of member or pieces that are too small to use with minimum number ofjoints or opti um joint arrangement. E. Comply with A WPA M4 for applying field treatment to cut surfaces of 1. Use inorganic boron for items that are continuously protected fron 2. Use copper naphthenate for items not continuously protected from F. Securely attach rough carpentry work to substrate by anchoring and fa with the following: ROUGH CARPENTRY 061000-6 lumber. I water. water. as indicated, complying 3.2 3.3 3.4 City Park Cabin Restoration Project Project # 2162230 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 2. Table 11602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two -Family Dwellings. G. Use steel common nails u otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite ide will be exposed to view or will receive finish materials. Make tight connections between me hers. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unl ss otherwise indicated. ff H. For exposed work, arrang fasteners in straight rows parallel with edges of members, wit)t fasteners evenly spaced, and with adj nt rows staggered. A. III C. 1. Comply with fastener 2. Use finishing nails at t holes with wood filler. 3. Use common nails in countersink nail heads. FLOOR JOIST FRAMING IN; General: Install floor joists with c 1/2 inches (38 mm) of bearing on follows: 1. Where supported on wood 2. Where framed into wood indicated. matching existing where applicable. I trim unless otherwise indicated. Countersink na' heads and fill framing otherwise indicated. Drive nails/snug but do not TION `edge up and support ends of e h member with not less than t- i( or to match existing foun conditions. Attach floor joists as Frame openings with headers and trimmers Provide solid blocking between joists log limit exposure to exterior view. / CEILING JOIST AND toe nailing. members, using wood ledgers as indicated or, if not A. Rafters: Notch to fitoxferior wall plates or top of logs directly across frupr6ach other and toe -nail to each other existing conditions match framing as found. Set blocking back from face of exterior wall to toe nail. Where rafters abut at ridge, place .lar to original framing. 1. ode additional anchors or brace as determined by d 2. Where rafter is bird's mouthed into top of log or top where unobtrusive. B. Provide special framing for eaves, overhangs, similar conditions PROTECTION framing to maintain roof slope integrity. te, utilize galvanized tic -down anchors; 1"'y A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. ROUGH CARPENTRY 061000-7 City Park Cabin Restoration Project Project # 2162230 B. Protect rough c: that moisture a solution by spra,. ROUGH CARPENTRY 061000-8 becomes sufficiently wet treatment. Apply borate SECTION 061323 LOG STRUCTURE RESTORATION PART1-GENERAL 1.1 RELATED DOC NTS A. Drawings and gene I provisions of the Contract, including General and Supplementary Cot{ditions and Division 01 Specific ion Sections, apply to this Section. // 1.2 SUMMARY A. Section Includes: All mate I, Itt, equipment and related services necessary for restoration of log structures as described halo shown on the Drawings and as specified herein. B. Products installed but not fumis ed under this section: 1. Rough sawn reclaimed floo framing as part of sill log installation. 2. Rough sawn reclaimed roof fters as part of cabin leveling and t of walls. C. Related Sections: 1. Section 012200 "Unit Prices" foYatment f prices f pricing of replacement of logs. 2. Section 012300 "Alternates." Alwork der this section. 3. Section 017300 "Execution' for pate g procedures required under recommendations of this section. 4. Section 061000 "Rough Carpeension lumber items associated with log structure restoration. 5. Section 071900 "Water Repellenent of logs.6. Section 313116 "Termite Contrment of soil and lower portions of wood for repelling and killing termites. 1.3 UNIT PRICES A. Work of this Section is acted by unit prices specified'n 1.4 1. Unit prices y1ply to authorized work based on v once chin ' g and other demolition is complete. 2. Unit p ' es apply to additions to and deletions from Section 012200 "Unit Prices." }tsual acceptance and need for log replacement \J✓\0rk as authorized by Change Orders.' A. Timbers: Lumber of 5 inches nominal (114 mm actual) or greater %Iewst dimension. B. Poles: Round wood members, called either "poles" or "logs" in thenced standards. C. Inspection agencies, and the abbreviations used to reference them, include the following: City Park Cabin Restoration Project LOG STRUCTURE RESTORATION Project # 2162230 061323-1 City Park Cabin Restoration Project Project # 2162230 15 1.6 1.7 1. NeLMA -Northeastern Lumber Manufacturers Association. 2. NHLA - National Hardwood Lumber Association. 3. NL National Lumber Grades Authority. 4. SPI Southern Pine Inspection Bureau. 5. WC IB - West Coast Lumber Inspection Bureau. 6. W - Western Wood Products Association. I D. Power Washinopray pressures 1. Very Low- assure Spmy: Under 100 psi (1Vs 2. Low -Pi pray: 100 to 400 psi (690 to 4 to 6 gpm (0.25 to 0.4 L/s). i 3. Medium -Press a Spray: 400 to 800 psi (27kPa); 4 to 6 gpm (0.25 to 0.4 L/s). 4. High -Pressure S Y. 800 [01200 psi (551a); 4 to 6 gpm (0.25 to 0.4 L/s). ACTION SUBMITTALS A. ` Product Data: Submit full info ation for the Arciew, on all material proposed for use in the work of this section, before proc 'ng this materipurchase nor install any material until this material has been approved by the hitectforuseject. For preservative -treatment treatment of wood products. B. Samples: Not less than 12 inches (300 variation to be expected in appearance, choose to approve reclaimed lumber on-si INFORMATIONAL SUBMITTALS A. Material Certificates: 1. For preservative-trea treatment of wood pr( 2. Provide certification i storage and treatment QUALITY products; MSDS sheets and instructions for proper field wide by 24 inches (600 mm) long, showing the range of uding surface texture, of wood products. Architect may compare to existing materials. and location MSDS sheets and instructions for proper field reclaimed timber was obtained as well as data on [logs. A. Architectural Conse ationist: A professional qualifie in the field of historic preservation of log structures ands fically experienced in the formul#on and uses of epoxy compounds for the restoration of wood or logs to original appearance. Provid documentation that restoration specialist has minimum 5 years or five recent projects experience in salt' ing and reassembly of historic wood framed structures. Individuals shall be well versed in following Jcretary of Interior's Standards for Historic Preservation of items being restored. 1. Provide one skilled professional who shall be present a all time during execution of this portion of the work and who shall personally direct all work perfoirned under this section. 2. Retain a qualified Architectural Conservationist familiar with the formulation of epoxy compounds used in stabilizing and patching of logs slated to be so restored, to perform or oversee such functions as shown on the Drawings or as specified herein. LOG STRUCTURE RESTORATION 061323-2 1.8 1.9 City Park Cabin Restoration Proiect # B. Safety: All methods of construction shall conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. C. Existing Conditions: 1. Job conditions sh I be surveyed by the Contractor prior to commencing work. 2. Patching and con ctions to existing facilities shall be made in accordance with the obvious intent of Contract Doc ents. Any discrepancies with existing conditions and work shown in contract documents shall brought to the attention of the Architect and Owner. Claims for additional work from failure examine substrates and notify architect or Owner will not be allowed without prior approval. D. Codes and Standards: Comp with provisions of the following codes, specifications and s ds except where more stringent are sho or specified herein. 1. American Ass ciation for State and Local History: Log Structures reservation and Problem Solvin . 2. State of Iowa Bu ding Code as adopted, latest edition. SEQUENCING AND SCHEDUL A. Properly coordinate the work of this ion with all other trades. B. Do not start the work of this section ntil the work of all oth trades has been completed unless otherwise approved by the Architect. Re nce Alternates for p ' 'ties of work. C. Before starting any operation included in the work of is section which are expected to cause the structure to move from its original position, stablish a ference plane, as described in part three of this specification, to allow plumb and true levelin d sitioning, as specified herein. DELIVERY, STORAGE, AND A. Schedule delivery of timbers to avoWextended on-s1p storage and to avoid delaying the Work B. Store materials under cov5p4nd protected from weathe and contact with damp or wet surfaces. ;Provide for air circulation with' d around stacks and under to rary coverings. ,I C. Handle logs log -tongs, hand ropes or slings. Do not us pry -bars which will leave score marks. Use extrem a in off loading of log material to prevent damage, plitting or breaking. When applying preservative treatments, epoxies and patching mpounds, use eye, skin and breathing I protection as necessary. 1. Mixing epoxy consolidant compounds: Vigorously mix epoxies ' accordance with manufacturer's instructions, or if not available, with electric drill fitted with a pro Iler shaped mixing blade. 2. Mixing patching compounds: Vigorously mix components in acco ce with the manufacturer's instructions pre -mix as much as possible following manufacturer's g 'delines as to compatibility to facilitate transportability, or if manufacturer's instructions are not available, until throughout blending has been achieved then again for the same amount of time. 3. Store epoxies in compound or in component according to the manufacturers instructions and available shelf life information. LOG STRUCTURE RESTORATION 061323-3 City Park Cabin Restoration Project Project# 2162230 PART2-PRODUCTS 2.1 TIMBER A. Provide timbers of equal or 1. Select timber of sim� 2. Where nominal si ms 2.2 ater quality that can be determined from size and with similar hewn marks or sur : indicated, provide actual sizes of exis logs. c treatments. members. B. "Softwood" Timber Species an Grade: Balsam fir, Douglas fir -1 h, Douglas fir -larch (North), eastern .. hemlock tamarack (North), he -fir, southern pine, western h lock, or western hemlock (North); NeLMA, NLGA, SPIB, WCLIB, WWPA. I . Do not use Spruce, Cottonw d, resistance to decay. 2. Seasoning: Unless otherwise ap logs cut after first frost to reduce and true position, out of direct occasionally rotated one quarter take place before installation. Basswood, Aspen, roved by the Arcytect, use only optimum quality replacement g, and insect infestation, and cured, in straight off the ground for adequate ventilation, and n of one (1) year to allow major shrinkage to or any other species known for low a C. "Hardwood" Timber Species and Grade: ` ix assumed species. Contractor may substitute H existing species is confirmed to be Hickory. D. Debarking: (only if reclaimed logs are not av lab down to sapwood with debarking spuds, knil prior to installation to diminish checking. E. Moisture Content: Provide timber with 0 percent ROUND WOOD POLES A. Round Wood Poles: Clean -p inner bark removed and with B. Species: as indicated under' C. Local supply for sawn so( 2.3 PRESERVATIVE wood poles cc and limbs cut timbers: Callacci A. Site applied waterborne preservative. oak" Northern red oak, Red oak, or White oak, if aged appearance matches existing timbers or if I Hand debark replacement logs outer and inner bark or similar tool. Preferable debark seasoned logs just moisture content at time of delivery to site. with ASTM D 3200; with at least 80 percent of h the surface. 207 Scott Ct., Iowa City, 319-354-7000. 1. Timber that is not in contact with the ground and is continuously protected from liquid water may be treated with inorganic boron (SBX) according to AWPA C31. 2. Treatment with CCA shall include post-treatment fixation process. B. End Sealer: Supplier's, transparent, colorless wood sealer that is effective in retarding the transmission of moisture at cross -grain cuts and is compatible with indicated finish. LOG STRUCTURE RESTORATION 061323-4 City Park Cabin Restoration Project Proiect # 2162230 C. Use process that includes water-repellent treatment. D. After treatment, redry timber to 19 percent in mum moisture content. 2.4 TIMBER CONNECTORS A. Provide bolts, 3/4 inch (19 mm) unl otherwise indicated, complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); ovide nuts complying with ASTM A 563 (ASTM A 563M); and, where indicated, provide flat washers. 2.5 EPDXIES AND PA ING MA RIALS A. Epoxies, general: Provid epox compounds specially formulated by an expert ced Architectural Conservationist to solidify d y d matter in wood and logs in a single mass or patch cavities left by such decay, where indicated, w ch properties include, but are not limited to, se,described below: 1. Unfinished wood: Pro ide a xies which, after curing, will n significantly change the natural color of unfinished w ex for a slight shine or dark mg which will be expected to tone down after about a y of exposu the weather. B. Epoxy consolidant: Prov' a and use one or in of, but t limited to, the following mixes, similar, or equals mixes designed t solidify decayed matter. 1. Formula No. . Strong consolidant, very r' i material, use when a more flexible material is not required. Material Brand Part by Part by Comme al Designation Name Weight Volume a) Part Low viscosity epo Dow DER332 100 6 b) P B Flexibilizing ine cure Jefferson Jeffami a D230 55 4 2. F ula No. 2: S ng consolidant, fairly rigid material. ate' Brand Part by Part by, merci Designation Name Weight Volumb a) P A Low viscosity epoxy Dow DER332 100 i' 1 b) art B Flexibilizing amine cure Jefferson Jeffamine D230 75 - 1"-'" Formula No. 3: Semi -flexible consolidant. - Material Brand Part by Part by Commercial Designation Name Weight Volume LOG STRUCTURE RESTORATION 061323-5 City Park Cabin Restoration Project Project # 2162230 2.6 a) Part A Low viscosity epoxy Dow DER332 100 - b) Part B Flexibilizing amine cure Jefferson Jeffamine D230 120 - C. Epoxy Patching mp3 nd: Provide and use one or more of, but limited to the following mixes or equals mixes des- ed to patch and fill cavities left by decay: 1. Formula No. l: emi-rigid patching compound, use when more flexibl material is not required. Material Brand Part by Part by _ Commercial Desig tion Name Weight Volume t a) Part A epoxy Dow DER332 100 - _ i. b) Part B Polysulfide her amine cure Thiokiol LP -3 96 - c) Part C Phenolic Thixot ing silica Union Carbide O 0930 36 - 2. Formula No. 2: Semi-rigid p ching compound, use w en more flexible material is not required: , - Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A epoxy ow DER332 10o - b) Part B Polysulfide rubber aurin cure Thiokiol LP -3 96 - c) Part C Wood Flour 100 mesh White Pine 18 - 3. Formula No. 3: Semi -flexible pat tng mpound: Material rand Part by Part by Commercial Designation ame Weight Volume a) Part A epoxy Dow DER741 400 - b) Part B amine cure w DEH 58 48 - c) Part C Thixotro mg Silica sile M5 27 - A. Daubing materis: Provide daubing mixture similar to o iginal, of if not known, provide a mixture which has been us successfully for similar work. If none the above are applicable, provide a mixture recomm2ix by the American Association for State an Local History which will most closely match the exidaubing, but are not limited to, the following: I. No. 1: One (1) part portland cement, two (2) p masonry cement, three (3) parts sawdust, four (4) parts fibered plaster. 2. Mix No. 2: One (1) part lime, four (4) parts sand. 3. Mix No. 3: One (1) part portland cement, four (4) pari to eight (8) parts lime, seven (7) to (10) parts sand. LOGSTRUCTURE RESTORATION 061323-6 City Park Cabin Restoration Project Project # 2162230 4. Mix No. 4: One (1) part portland cement, three (3) parts lime, five (5) parts sand. 5. Mix No. 5: One (1) part portland cement, one (1) part lime, three (3) parts sand. 6. Mix No. 6: One (1) part mortar cement, two (2) parts lime, three (3) parts sand. 7. Mix No. 7: Six (6) part lay, two (2) parts wood ashes, one (1) part salt. 8. Mix No. 8: Four ( parts wood chips, two (2) parts lime, eight (8) parts sand. 9. Mix No. 9: One q arter (1/4) part cement, one (1) part lime, four (4) parts sand, one eighth (1/8) part dry color hog 'stles or excelsior. 10. Mix No. 10: One 1) part Portland cement, four (4) parts lime, twelve (12) parts fine white sand, approximately .OS sof animal hair per hundred lbs ofmortar. 11. Mix No. 11: One ( part white cement, five (5) to eight (8) parts lime or lime putty, seven (7) to ten (10) parts sand. 12. Mix No. 12: Six (6) arts sand, four (4) parts lime, one (I) part cement. B. Provide other materials, not sAecifically described but required for a complete and proper installation, selected by the Contractor subj to the approval of the Architect. 2.7 FABRICATION A. Camber: Fabricate horizontal mem rs and inclined members with a slope of less than , with natural convex bow (crown) up, to provide c ber. B. Shop fabricate members by cutting an restoring exposed surfaces to match e . ting surfaces. Finish exposed surfaces to remove surfacing m s not in accordance with existing to C. Predrill for fasteners and assembly of units. D. Preservative -treat members. Fabricate (cut, 1, surface, and s ) before treatment to greatest extent possible. Where fabrication must be done after atment, app a field -treatment preservative to comply with AWPA M4. 1. Use inorganic boron (SBX) treatment fo embers not in contact with the ground and continuously protected from liquid water. 2. Use copper naphthenate treatment for ember in contact with the ground or not continuously protected from liquid water. E. Coat crosscuts with end sealer. 1 Y PART 3 - EXECUTION 3.1 EXAMIN ON: A xamine the areas and conditions under which work of this section will be perfo . Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsa ctory conditions are corrected. 3.2 PREPARATION A. Hewing: Hardwood logs, use square logs as part of the work of this section, hewed with one of, but not limited to, the following methods: LOG STRUCTURE RESTORATION 061323-7 Park Cabin Restoration Project :ct # 2162230 Method No. I: When th work of this section requires that original cons ction techniques are to be used to return a histo c landmark to authentic appearance or a structife of historic importance to original appearance, usk the following method, using adze or broadax a. Place the log on smalle lol one side, put this side fa 'n b. Snap a line on the log to i vertical position. Watch f c. Scorehack the log across th with an axe. d. Cut away sections between e. Duplicate distinctive tool n and hold it securely with log -dogs. If og has a curvature on up. bush a straight line for cutting. Ho the chalk -line up or in a bark pieces which may deflect lin . grain every three to five inches ' parallel cuts of equal depth ngs, making the log flat, as closely as possible. 2. ` "Method No. 2: When the work of is section allows �•� - structure to functional level, use a following n I techniques. _ F, i 3.3 an adze or a broadaxe. d construction techniques to restore using both authentic and modem :a. Square logs at the sawmill or with chain saw Od hew down the outer one quarter (1/4) to one half (1/2) inch of the pre sawn 1 on site ilifing adze or broadaxe. •b. Duplicate distinctive tool marks as cl sely as 0ossible. B.' Notching: Prepare notches in replacement logs to rests firmly on the notch area. 1. Notch Construction: a. Measure slightly less than 7theeter b. With dividers in a vertical be t below as template. c. Scribe the contour on both ssa increase line visibility. d. Cut out and form the notchaw, e. Adjust as necessary for oti INSTALLATION original type, insuring that the weight of the log log to be notched. mce on the log using the contour of the log over the scribed line with a pencil to axe, or with a combination of these. A. General: Install timbers to fit gs being replaced. Provide emporary bracing to maintain lines and levels until permanent supporti members are in place. B. Log removal and replacemen . 1. Before jacking up cture to remove damage log to be ve 'fy reference plane or points have been established and t structure can be rechecked after the wo is completed. 2. Jacking up stm e: Select a method of jacking which wi not dent, scare, or damage logs and will not create afety hazards, but will allow enough clearan to remove and replace damaged log and allow jack to remain in its extended position during the mire replacement operation or long enough to place spacers or supports to hold the load. Selected ethods also will: a. Allow the structure to be lifted from outside if the s cture's floors which cannot be removed. b. Allow the load to be distributed so that the notches do not reak. Provide wedges or other similar material to help distribute the load as necessary. LOG STRUCTURE RESTORATION 061323-8 c. Provide for d. Provide sul section. City Park Cabin Restoration Proiect #: can handle the loads. ial and equipment to safely raise the structure to enable the work of C. Methods of jacking: At con ctor option subject to the approval of the Architect, select a m od sufficiently adequate to acco plish this operation as specified herein. Any damages sustain othe structure due to using inappro'ate methods, material or equipment shall be repaired by the Con tr r at no additional cost to the owner. Q 3.4 E. F Cutting: Avoid cutting logs Replacing a sill log setting. 1. Isolate the sill log to be rerVoved from the rest of the structure by digging ay at the earth around it or separating it from the foundation below. Cut it free from joists, g' ers, floor boards, or any other member that is allachAd to it. Remove the weight of th/logsa by jacking. 2. Provide temporary supports or joists to remain.3. Remove log whole or cu[ an remove in segments as indicatgs. 4. Slide the prepared log into co ect relative position. Replacing a wall log: Replace damag d wall log as: I. Splices: Where the replacemen of entire k shown on the drawings and as s ifit logs in place with half -lap joint as etai 2. Replacing a wall log by sliding o of as those with square or half -lap c withdraw it laterally. Locate jac as log in position and work it int it so g 3. Replacing the log by segm ting the Jack the wall up enou to take [he Replace crown end i was possible to 6 not indicated, replaced portions of the log as Unless otherwise indicated, splice -in sections of % notch: In structures with non -interlocking notches such tes, jack the structure just enough to free the log and not to interfere the placement of the new log. Place new G. Crown ends. Repla wn ends by incorpon cZdddle ze epoxy to consolidate w1a H. Fing and restoring exposed cV' cuts or splice joints to ats. : Cut off the section of the notch that locks in the log. ht off the log, remove it and replace it with new log. it off into the notch or replace if not. 1. Finish exposedsurfaces to create surfacing adjacent members. 2. Coat crosscuts with end sealer. notch and portion of log. It is desired to maintain s to match specified surfacing. Use templates to mating surfaces as tight fitting as possible with rxF, and to provide a finish equivalent toexisting a. Use inorganic boron (SBX) treatment for men continuously protected from liquid water. b. Use copper naphthenate treatment for members in protected from liquid water. COMPOUND APPLICATION A. Epoxy Compounds: '" I not in contact with ;the ground and r ct with the ground ornot continuously LOG STRUCTURE RESTORATION 061323-9 City Park Cabin Restoration Project Pro3ect # 2162230 1. Wood consolidation: In additi to applying epoxy mixes, specially to ulated to soldify decayed matter, in accordance withhe manufacturer's recommended appli tion procedures, apply as follows: a. When possible pour co pound along wood grain or if not po ible drill 1/8" to 1/4" holes to act as reservoirs, stagg d and across wood grain to expo the maximum amount of end grain with the minimum number of holes. Slant holes to maximum exposure. Repeatedly pour epoxy compound int holes as resin is absorbed until ey remain full. b. Avoid trapping air by only tarting application at one en of each member to be so treated. C. Plug pre-existing holes to p vent leakage with clay of ilar material as needed. B. Wood patching: In addition to applying xy mixes, speci ly formulated to fill cavities left by such decay matter, in accordance with the m ufacturer's r mended application procedures, apply as follows: I. Substrate: Use formulations without 'mer on can solid wood. Remove weathered surfaces or prime with penetrating consolidant fore plying patching compound. Consolidate overly porous wood before patching. Application of patching compound: At w iquid binder to penetrate into wood, slightly overfill cavity and sand excess after curing. C. Wood Preservatives: 1. Treat woods before consolidation d pat ing only with solvent based fungicides without added water repellents. 2. Do not use water repellent w presery ives which would interfere with the application of epoxies until after these are app ed. 3.5 ADJUSTING A. Repair damaged surfaces and f)Aishes after subsequent timber replaceme B. Plumb and level structure( Relevel or reposition restoration work is likely 0 cause structure to move C. Reference plane: Estayish a reference plane to ve repositioned using, buynot necessarily limited to, one erection. Replace timbers damaged as a result of settlement has caused structural problem or if a its original position. original level as the building is re -leveled or ie following: Method No 1: Use this method when relativ y little movement has taken place, such as replaceme of log sills. a. D ' e a nail into a wall log about three feet ab a work area. b. Die a stable point on a stake driven into the and for the duration of the project. c. Using a straight board or a level, measure th vertical distance between the nail and the selected point. !. d. Measure the above distance again when the restoration work is completed. e. Level structure to the same measurement as originally recorded in step c. 2. Method No. 2: Use this method in structures requiring extensive log replacement or if the structure is being moved intact or disassembled. LOG STRUCTURE RESTORATION 061323-10 City Park Cabin Restoration Project Project # 2162230 a. Create a horizontal refe plane by establishing level reference points at corner of the structure. b. On either the outside r the inside of the establish a series of reference points that are level with each other and at fall within the same horizontal reference plane. c. In a structure with o interior walls, using line -level, run intersecting strings diagonally across the inside of the s cture. After work is completed return the structure to original position. d. If the structure as no interior walls take measurements on the outside of the building by driving a nail i to each corner and running a level string around the structure. Re the structure to tha position after work is completed. END OF SECTION 061323 j LOG STRUCTURE RESTORATION 061323-11 SECTION 071900 WATER REPELLENTS AND PRESERVATIVES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general povisions of the Contract, including General and Supplementary Conditions and Division 01 SpecificatioA Sections, apply to this Section. 1.2 SUMMARY A. Section includes penetrating water-repellent preservative treatments for the following rtical and horizontal surfaces: 1. Wood trim exposed to wea er. B. Related Sections: 1. Section 061000 "Rough Carpen " for requirements for penetra ' sealers for exterior trim. 2. 080152 "Historic Treatment of od Windows" for treatme of wood members used to repair wood windows. 1.3 PERFORMANCE REQUIREMENTS A. General Performance: Water repellents shall performance requirements indicated without failure due to defective manufacture, fabrication, or ins tion. 1. Water Repellents: Comply wi perfo ance requirements specified, as determined on manufacturer's standard substrat semblies r resenting those indicated for this Project. 1.4 INFORMATIONAL SUBMI ALS A. Product Certificates: Fo ach type of water repellent, from anufacturer. B. Warranty: Special arranty specified in this Section. 1.5 QUALI ASSURANCE A. plicator Qualifications: An employer of workers trained and approv to apply wood treatments. 1.6 PROJECT CONDITIONS A. Limitations: Proceed with application only when the following existing and forecasted weather and substrate conditions permit water repellents to be applied according to manufacturers' written instructions - and warranty requirements: City Park Cabin Restoration Project WOOD TREATMENTS Project # 2162230 %71900-1 City Park Cabin Restoration Project Project # 2162230 1. Ambient temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg C) and will remain so for 24 hours. 2. Substrate is not frozen and substrate -surface temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg Q. 3. Rain or snow is not predicted within 24 hours. 4. Not less than 24 hours have passed since surfaces were last wet. / 1.7 WARRANTY / A. Special Warranty: Manufa materials that fail to protect — specified warranty period. -•, 1. - '"Warranty Period: Fic RART2.PRODUCTS standard form in which s to limits specified in " date of Substantial L 1.2..1 PENETRATING WATER REPELLENTS A. Proprietary -Blend, Penetrating Water Repel nt: (silanes or siloxanes), polymers, stearates, or o s 1. Products: Subject to compliance with re into the Work include, but are not limite a. Thompson's Water Seal; Tran ares b. Rust-Oleum; Wolman Rain at. C. Lovitt's; P -Wood. d. Other products approved r use for 2.2 PENETRATING WOOD PRESER ATIVE A. Borate based, (disodium additives. 1. Products: Sul into the Work tetrahydrate) r agrees to repair or replace Requirements" Article within consisting of one or several different resins compounds or products of components. rements, available products that may be incorporated the following: wood preservative. ompliance with requirem but are not limited to, the a. Nisus Co ration; Bora-Care. b. Rustoleu ; Woodlife CopperCoat C. Sashco nc.: Penctreat d. Other troducts approved for use for surface PART 3 -EXECUTION 3.1 EXAMINATION treatment and protection of natural wood. preservative with insecticide and fungicide available products that may be incorporated and protection of natural wood.. A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements and conditions affecting performance of the Work. WOOD TREATMENTS 071900-2 17 City Park Cabin Restoration Project Proiect # 2162230 1. Verify that surfaces are clean and dry according to water-repellent manufacturer's requirements. Check moisture content in representative locations by method recommended by manufacturer. 2. Inspect for previously applied treatments that may inhibit penetration or performance of treatments. 3. Verify surfaces are clean and dust and dirt free, prior to applying treatment. 4. Verify that required repairs are complete, cured, and dry before applying treatment. Proceed with installation only after unsatisfactory conditions have been corrected 3.2 PREPARATION 3.3 A. B. C. D. E. Cleaning: Before application of trea Is performance of product according to in of Protect adjoining work. Cover live veg ati Apply treatments prior to completing dau ii Seal all surfaces of trim and sawn lumber Coordination with Sealant Joints: Do not treatment have been installed and cured. clean substrate of substances that could impair penetration or cturer's written instructions. 1. Treatment work may precede sealant been tested and verified using sub: required. APPLICATION A. Apply a heavy -saturation coating spray with a fan -type spray no uniform, overlapping strok saturation. Comply wi anufa indicated. process. prior to installation. until sealants for joinXadjacent to surfaces receiving f'sealant adhesion and compatibility have and sealant materials identical to those o urfaces i4dicated for treatment, using 15 psi- (103 kPa-) pressure or brush to a point of saturation. Apply coating in dual passes of Remove exces material; do not allow material to puddle beyond cturer's written instructions for application procedure unless otherwise B. Apply a nd saturation coating, repeating fi ins[ ons for limitations on drying time betwee ts. Consult manufacturer's technical represent conditions. 3.4 FIELD QUALITY CONTROL A. Coverage Test: In the presence of Architect, he uniform product application. A change in surface t application. Comply with manufacturer's written coats and after rainstorm wetting of surfaces between ive if written instructions are not applicable to Project 1. Notify Architect 5 days in advance of the dates 2. Reapply water repellent until coverage test indi wit a dry, treated surface to verify complete and will indicate incomplete application. ^� --J) nd times when surfaces will be tested. ttes complete coverage. WOOD TREATMENTS 011100-3 City Park Cabin Restoration Project Project # 2162230 3.5 CLEANING A. , Immedia'-'-- -'--- '-- work ofa e B. . Comply WOOD TREATMENTS 071900-4 rk progresses. Correct damage to SECTION 073129 WOOD SHINGLES AND SHAKES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general prov ions of the Contract, including General and Supplementary Conditions and Division 01 Specification S tions, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood roof shingles. 2. Wood wall shingles. 3. Underlayment. B. Related Sections: 1. Section 061000 "RoughCarpentry" f wood board sheathing. 1.3 DEFINITIONS A. CSSB: Cedar Shake & Shingle Bureau. B. Roofing Terminology: See ASTM D 1079 and loss in NRCA's "The NRCA Roofing and Waterproofing Manual" for definitions of terms re a to roo£mg work in this Section. 1.4 ACTION SUBMITTALS A. Product Data: For each type of pi B. Samples for Verificat�ull Fo e I. Wood Shingl size. �Kct indicated. following products, of 1.5 INFO TIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Warranties: Sample of special warranties. to verify material selected.'' 1 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For wood shingles to include in maintenance manuals. City Park Cabin Restoration Project Project # 2162230 WOOD SHINGLES AND SHAKES 073129-1 City Park Cabin Restoration Project Proiect # 2162230 1.7 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for c storage and identified with labels describing contents. / 1. Wood Shingles: 50 sq. ft. (4.6 sq. m), in unbroken bundles. 1.8 QUALITY ASSURANCE A. Installer Qualifications: A qu ified installer who i/efrom d iliate member of CSSB. B. Grading Agency Qualifications: An independent tespecting agency recognized by authorities having jurisdiction as qualified to abet wood shakeance with referenced grading rules. C. Source Limitations: Obtain wood s es from singm single manufacturer. D. Fire -Resistance Characteristics: Whe indicated,od shakes and related roofing materials identical to those of assemblies tested fire resisst method below by UL or another testing and inspecting agency acceptable to aut r markings of applicable testing agency. 1. Exterior Fire -Test Exposure: Cie application and roof slopes indicated. E. Mockups: Build mockups to verify selecti r effects and set quality standards for mate aL 1. Build mockups for wood shake jurisdiction. Identify products with appropriate UL 790 or ASTM E 108 with ASTM D 2898, for under sample submittals and to demonstrate aesthetic a. Size: 48 inches (120 mm) long by 4 inches (1200 mm) wide. 2. Approval of mockups do s not constitute ap roval of deviations from the Contract Documents contained in mockups ess Architect specifi lly approves such deviations in writing. 3. Approved mockups in become part of the co pleted Work if undisturbed at time of Substantial Completion. F. Preinstallation Conference• Conduct conference at Proi t site. 1.9 DELIVERY, STORA , AND HANDLING A. Store underlayment Its on end, on pallets or other raised 1. Handle, ore, and place roofing materials in a ma to roof eck or structural supporting members. B. Protect unused underlayment from weather, sunlight, and work is not in progress. WOOD SHINGLES AND SHAKES 073129-2 ces. Do not double stack rolls. to avoid significant or permanent damage when left overnight or when roofing City Park Cabin Restoration Project Proiect # 2162230 1.10 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit wood shakes and related work to be performed according to manufacturer's written instructions and warranty requirements. 1. Install self -adhering shee underlayment within the range of ambient and substrate temperatures recommended by manuf4ccturer. 1.11 WARRANTY A. Special Warranty: CSSB's sl in materials within specified in leaks. 1. Materials -Only Warranty Per B. Special Project Warranty: Roofing by roofing Installer, covering Work components of wood shake roofing period: form in which CSSB agrees to repair or replace w od shakes that fail ry period. Material failures include manufactur' g defects that result 1. Warranty Period: Five years from PART2-PRODUCTS 2.1 2.2 ROOF SHINGLES 20 years for shakes from date is Warranty, on warranty Section, in which roofrnPP s in materials or worka'(a� Completion. Completion. at end of this Section, signed Iler agrees to repair or replace within the following warranty A. Certified Wood: Provide shin s produced f� wood obtained from forests certified by an FSC - accredited certification body comply with FS STD -01-001, "FSC Principles and Criteria for Forest Stewardship." L-11 C. Cedar Roof Shakes: edium Split and re -sawn west red cedar shakes. 1. Grad' Standards: CSSB's"Grading Rules for el 2. e: No. 1, with starter courses 3. Size: 16, 18 or 24 inches (610 mm) long; 0.6250 in Ridge Site -fabricated units of same thickness as roof alternately overlapped, and nailed. 1. Grade: No. 1. 2. Length: 18 inches (455 mm). WALL SHINGLES Red Cedar Shakes." (18 mm) thick at butt. A. Cedar Wall Shingles: Smooth -sawn western red cedar shingles. 7 inches (180 mm) wide; beveled, ' i lr 1. Grading Standards: CSSB's "Grading Rules for Certigrade Red Cedar Shingles." 10 2. Grade: No. 1. WOOD SHINGLES AND SHAKES 073129-3 City Park Cabin Restoration Project Proiect # 2162230 3. Size: [16 inches (405 mm) long; 0.40 inch (10 nun) thick at the butt. 4. Undercourse Shingle Grade: No. 2. 5. Undercourse Shingle Size: 16 inches (405 mm) long; 0.40 inch (10 mm) thick at butt. B. Cedar Wall Shingle Finish: Unfinished. 2.3 UNDERLAYMENT •r Felt Underlayment: ASTM 226 Type I, asphalt -saturated organic Br ' Fe1TIn[erlayment: ASTM D 2 asphalt -saturated organic felt. / 2.4 ' ACCESSORIES A. Asphalt Roofing Cement: ASTM D 45'6, Type Il, B. Roofing Nails: ASTM F 1667, aluminum wire nails, syfirp pointed, and of sufficient length to penetrate a minimum of 3/4 inch (19 mm) into rheXordiccaps. 1. Use shingle -type nails for wood s 2. Use box -type nails for wood shak 3. Where nails are in contact with mse nails made from same metal as flashing. C. Felt Underlayment[ and Interlayment Na, stainless-steel, wire nails; with 1 -inch- (25 -mm-) minimum diameter, low -profile capped h D. Wood Lath Strip: Western red cedar, cle minimum of 1-1/2 inches (38 mm) wide. 2.5 METAL FLASHING AND TRIM A. General: Comply with require�ts in Section 07620q "Sheet Metal Flashing and Trim." Comply with requirements for flashings and requirements of the edar Shake and Shingle Bureau's installation manuals. 1. Sheet Metal: B. Fabricate sheetmetal 'ng and trim to comply dimensions, metal, an other characteristics of the i Manual." 1. Step Flashin : Fabricate with a head lap of 3 inches (127 mm) both horizontally and vert applicable) PART 3 -EXECUTION 3.1 EXAMINATION recommendations that apply to design, SMACNA's "Architectural Sheet Metal (75 mm) and a minimum extension of 5 (to next highest stone coursing where A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. WOOD SHINGLES AND SHAKES 073129-4 3.2 3.3 3.4 City Park Cabin Restoration Project 1. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored and that provision has been made for flashings and penetrations through wood roofing. B. Proceed with installation only after unsatisfactory conditions have been corrected. UNDERLAYMENTINSTALLA A. General: Comply with products and applications B. Double -Layer Felt Underlayment: I 19 -inch- (485 -mm-) wide starter co Install succeeding courses lapping p minimum of 6 inches (152 mm). S1 mm). Fasten with felt underlayment manufacturer's written installation instructions applicatjle to more stringent requirements apply. 7 I on roof deck parallel with and starting at the eav Install a at eaves and completely cover with full -width se nd course. us courses 19 inches (485 mm) in shingle fa hi .Lap ends a I end laps between succeeding courses at leas 2 inches (1830 1. Apply a continuous layer of asphalt surface to be concealed by succeedin c 2. Install felt underlayment on roof shea edges over self -adhering sheet underla water. 3. Terminate felt underlayment vertical, 4 other roof projections. METAL FLASHING INSTALLATION g cement over starter course 54 on felt underlayment ses as each felt course is ins led. not covered by self-adhe ' g sheet underlayment. Lap nt not less than 3 inc s (75 mm) in direction to shed (100 mm) ajKinst sidewalls, curbs, chimneys, and A. General: Install metal flashings and other sheet eta to comply recommendations for wood roofing in NRCA's "The NBCA Roofing and Watery mg ual", and Cedar Shake and Shingle Bureau's details. B. Apron Flashings: Extend lower fla over and beyond e h side of downslope wood roofing and up the vertical surface. , C. Step Flashings: Install w' a head lap of 3 inches (75 mm)*d extend both horizontally and vertically. Install with lower edg f flashing just upslope of, and conceed by, butt of overlying. shingle or shake. Fasten to roof d only. Bend fleshings into stone chimne mortar joints. Seal masonry joint with urethane sealanm color to match mortar. D. Backer Flashings: Install against the roof -penetrating element,\extending concealed flange beneath upslope wood roofing and beyond each side. \ ROOF -SHAKE INSTALLATION A. General: Install wood-shakee roofing according to manufacturer's written instructions and to recommendations in CSSB's "New Roof Construction Manual" and NRCA's "The NRCA Roofing and Waterproofing Manual." B. Install drainage mat perpendicular to roof slope in parallel courses, butting edges and ends to form a continuous layer, and fasten to roof deck. WOOD SHINGLES AND SHAKES 073129-5 Park Cabin Restoration Project ect # 2162230 C. Install first course of wood shakes directly over starter course and in continuous straight-line courses across roof deck. Install second and succeeding courses of shakes in continuous straight-line courses across roof deck. Extend 1-1/2 inches (38 mm) over first sheathing board and rake edge trim. 1. Offset joints between shingles in succeeding courses a minimum off -1/2 inches (38 mm). Limit alignment of vertical joints in every third course to no exceed 10 ent of joints. 2. Space shakes a minimum of 1/4 inch (6 mm) and a maximum of /8 inch (10 mm) apart. 1 3. Fasten ea h shake with two nails spaced 3/4 to 1 inch (19 to 2 mm) from edge of shake and 1-1/2 to 2 inc es (38 to 50 mm) above butt line of sucoeedirfg arse. Drive fasteners flush with top surface shakes without crushing wood. 4. Maintain eather exposure of 7-1/2 inches (190 m f 24 -inch- (610 -mm-) long shingles. D(: , Ridge Units: Ins units over wood shakes trimme a apex. Maintain same exposure dimension of units as roof -shake a posure. Lap units at ridges to water away from direction of prevailing winds. Alternate overlaps o nits and fasten with cone roofing nails of sufficient length to penetrate all layers of shakes and in sheathing. 1. Install concealed\trip of felt nails. WOOD SHINGLES AND SHAKES 0731296 over apex shingles and fasten with felt underlayment City Park Cabin Restoration Project PART 4 - WARRANTY 4.1 ROOFING INSTALLER'S WARRANTY A. WHEREAS of , herein called the 'Roofing Installer," has performed roofing and associated work ("work") on the following project: 1. Owner:. \ 2. Address: . 3. Building Namefrype: . 4. Address:. 5. Area of Work: . 6. Acceptance Date: . 7. Warranty Period: . 8. Expiration Date: <. B. AND WHEREAS Roofing Installer contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work agai t leaks and faulty or de fe ve materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereb warrants, subjec to terms and conditions herein set forth, that during Warranty Period he will, at his own st and expe se, make or cause to be made such repairs to or replacements of said work as are necessary correct f ]ty and defective work and as are necessary to maintain said work in a watertight condition. D. This Warranty is made subject to the following terms\fd conditions 1. Specifically excluded from this Warranty d ages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed exceedi 80 mph; C. Fire; d. Failure of roofing system bstrate, including eking, settlement, excessive deflection,. deterioration, and decom sition; - e. Faulty construction of d substrate if provided b others. _ f. Vapor condensation o ttom of roofing; and g. Activity on roofing others, including construction ntractors, maintenance personnel, other persons, and no a, whether authorized or unaut rued by Owner. 2. When work has been aged by any of the foregoing causes, anty shall be null and void until such damage h been repaired by Roofing Installer and until t and of thereof have been paid by Owner r by another responsible party so designated. 3. Roofing Installer ' responsible for damage to work covered by this Warra but is not liable for consequential ages to building or building contents resulting from leaks or is or defects of work. 4. During Wa ty Period, if Owner allows alteration of work by anyone other than Roofing Installer, in uding cutting, patching, and maintenance in connection with penetrations, attachment of other w/'rk, and positioning of anything on roof, this Warranty shall become null and void on date of id alterations, but only to the extent said alterations affect work covered by this Warrant�l/. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become ull and void unless Roofing Installer, before starting said work, shall have notified WOOD SHINGLES AND SHAKES 073129-7 City Park Cabin Restoration Project Project # 2162230 Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this W ty shall become null and void on date of said change, but only to the extent said change affects rk covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of obsery , known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity f Roofing Installer to inspect work and to ex a evidence of such leaks, defects, or deteriorati 7. This rranty is recognized to be the only warran of Roofing Installer on said work and shall not one a to restrict or cut off Owner from othe remedies and resources lawfully available to Owner in es of roofing failure. Specifically, s Warranty shall not operate to relieve Roofing Installer of onsibility for performance of riginal work according to requirements of the Contract Doc ts, regardless of whether ntract was a contract directly with Owner or a subcontract with ees General Contractor. E. IN WITNESS THEREOF, thl7nt has 20 .1. Authorized Signature: 2. Name: 3. Title: END WOOD SHINGLES AND SHAKES 073129-8 duly executed this 073129 day of , PART1-GENERAL 1.1 RELATED DOCUMEN A. Drawings and general pr Division 01 Specification SECTION 079200 JOINT SEALANTS of the Contract, including General and Supplementary Conditions and y apply to this Section. 1.2 SUMMARY A. Section Includes: I. Urethane joint sealants. B. Related Sections: 1. Section 040140 "Maintenance o 2. Section 061232 "Log Structure I cabin framing. 3. Section 073129 "Wood Shingles 1.3 PRECONSTRUCTION TESTING A. Preconstruction Compatibility and Adhesion 1. Use manufacturer's standard test m Assemblies" for maso Joint fi1 lets. tion" for sealant jot at penetrations of log walls and log takes" for seal joints at shingle flashings. J ie whether priming and other specific joint preparation techniques are requi to obtain rapid, optimum adhesion of joint sealants td joint substrates. 2. Schedule sufficient time for t ting and analyzin results to prevent delaying the Work. 3. For materials failing tests obtain joint -sealant ufacturer's written instructions for corrective measures including use specially formulated pri ers. B. Precwnstruction Field -A sion Testing: Before installing ealants, joint substrates as foll s: 1. Locate t Joints where indicated on Project or,if not ind ted, 2. Cond field tests for each application indicated below: Each kind of sealant and joint substrate indicated. 3. Notify Architect five days in advance of dates and times when to a. Test Method: Test joint sealants according to Method A, Pull Tab, in Appendix XI in ASTM C 1193 or ASTM C 1521. field test their adhesion to Project as directed by Architect. will be erected. pplied Sealant Joint Hand A, Tail Procedure, in City Park Cabin Restoration Project JOINT SEALANTS Project # 2162230 079200-1 City Park Cabin Restoration Project Proiect # 2162230 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 4. For sealants that fail adhesively, retest until satisfactory esion is obtained. 5. Evaluation of Preconstruction Field -Adhesion -Test Re alts: Sealants not evidencing adhesive �_ failure from testis in absence of other indications of oncompliance with requirements, will be i considered satisf tory. Do not use sealants that fail t adhere to joint substrates during testing. c 1.4 ��. ACTION SUBMITTALS A' . Product Data: For each joint ealant product ii f r B. Joint -Sealant Schedule: Includ he following y ` 1. Joint -sealant application, jo 114 location, 2. Joint -sealant manufacturer product 3. Joint -sealant color, confirm se ction W 1.5 INFORMATIONAL SUBMITTALS A. Sealant, Waterproofing, and Reston specified to be validated by SWRI's 4 B. Field -Adhesion Test Reports: For ea 1.6 QUALITY ASSURANCE A. Source Limitations: Obtain eac ind ofjoint s B. Mockups: Install sealant iockups of assn receive joint sealants specifi to this Section. Section. Mockups will be usp for adhesion test 1.7 PROJECT CONDIT A. Do not proceed with 1. When ambie manufactur 2. When join s 3. Where j t indicate . 4. Wher contra JOINT SEALANTS 079200-2 Architect/Owner in field. :itute (SWRI) Validation Certificate: For each sealant lidation Program. application tested. from single source from single manufacturer. s specified in other Sections that are indicated to materials and installation methods specified in this in lation of joint sealants and the following conditions: and substrate temperature cond tions are outside limits permitted by joint -sealant or are below 40 deg F (5 deg C). ubstrates are wet. widths are less than those allowei inants capable of interfering with by joint -sealant manufacturer for applications f0lesion have not yet been removed from joint PART2-PRODUCTS 2.1 MATERIALS, GENER A. Compatibility: Provide another and with joint : sealant manufacturer, b: 2.2 2.3 URETHANE JOINT A. Single -Component, Use NT. 1. Products: Subject to i into the Work include, City Park Cabin Restoration Project Project # 2162230 sealants, backings, and other related materials that are compatible with one rtes under conditions of service and application, as demonstrated by joint - a testing and field experience. Urethane Joint Sealant: ASTM C 920, Type S, a. BAsr Building S ste b. Bostik, Inc.; Cheirku C. Pacific Pol mers I e d. Pecora Corporation; e. Polymeric Systems, f Schnee -Morehead, In, g. Sika Corporation, Coy h. Tremco Incorporated; i. Other manufacturer's JOINT SEALANT BACKING ace with requirements, available not limited to, the following: is; Sonolastic NPI. / k 900. dional. Inc.; Elasto-Thane 0 Type II. tatrol I -XL. Plexiprene 1000. pPr•++Athane SM710 A. General: Provide sealant backings o ateri sealants, primers, and other joi fillers; dq manufacturer based on field exp ence and lab B. Cylindrical Sealant Back' s: ASTM C 1330, size and density to ntrol sealant depth ai performance. NS, Class 25, for that may be incorporated roducts vision; Sikaflex - la. eeti class and grade listed. a F Iu that are nonstaining; are compatible with joint substrates, d are approved for applications indicated by sealant d(atory testing. C (closed -cell material with a surface skin) and of ierwise contribute to producing optimum sealant C. Bond -Br er Tape: Polyethylene tape or other plasti tape recommended by sealant manufacturer for mg sealant from adhering to rigid, inflexible join dler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.4 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer w re required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint- alant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. JOINT SEALANTS 079200-3 City Park Cabin Restoration Project Project # 2162230 C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent tojoints. c 1, PART 3 - EXECUTION 3.2 EXAMINATION C A.r Examine joints indicated ti requirements for joint config performance. B. Proceed with installation only PREPARATION receive joint sealants, ith Installer present, for compliance with ttion, installation toter ces, and other conditions affecting joint -sealant have been corrected. A. Surface Cleaning of Joints: Clean out jXagen mediately before installing joint sealants to comply with joint -sealant manufacturer's written instrand the following requirements: I. Remove all foreign material frsubstrates that could interfere with adhesion of joint sealant, including dust, paints (epermanent, protective coatings tested and approved for sealant adhesion and compatibsealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, rface dirt, and frost. 2. Remove laitance and form-releasfrom concrete. B. Joint Priming: Prime joint substrates here reco ended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -subs to tests or dor experience. Apply primer to comply with joint - sealant manufacturer's written inst ions. Confi primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoinin surfaces. C. Masking Tape: Use masking to where required to revent contact of sealant or primer with adjoining surfaces that otherwise would permanently stained damaged by such contact or by cleaning methods required to remove sealant sme . Remove tape imm lately after tooling without disturbingjoint seal. 3.3 A. B. C. INSTALLATION OF General: Comply with applications indicated, ty Sealant Installation as applicable to mai SEALANTS t -sealant manufacturer's wri more stringent requirements ad: Comply with recomme applications, and conditions Install sealant backings of kind indicated to support sealants di produce cross-s6ctional shapes and depths of installed sealants sealant movement capability. installation instructions for products and in ASTM C 1193 for use of joint sealants 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet them with dry materials. JOINT SEALANTS 0792004 application and at position required to ive to joint widths that allow optimum sealant application and replace 3.4 City Park Cabin Restoration Project Protect # 2162230 D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs ofjoints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesso to each joint configuration. 3. Produce uniform, cros-sectional shapes and depths relative to joint widths that allow optimum sealant movement caplibility. F. Tooling of Non sag Sealants: mediately after sealant application and before skinning or curing begins, tool sealants according to regm ements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eminate air pockets; and to ensure contact and a esion of sealant with sides ofjoint. 1. Remove excess sealant fro surfaces adjacent to joints. 2. Use tooling agents that are proved in writing by sealant marm turer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile p Figure 8A in ASTM C 1193, nless otherwise indicated. 4. Provide flush joint profile where'ndicated per Figure 8B in TM C 1193. 5. Provide recessed joint configura on of recess depth an t locations indicated per Figure 8C in ASTM C 1193. a. Use masking tape to protects faces adjace to recessed tooled joints. FIELD QUALITY CONTROL A. Field -Adhesion Testing: Field test joint -seal to hesion to joint substrates as follows5 7 1. Extent of Testing: Test comple and cure sealant joints as follows: a. Perform 1 test for each kind of seal t and joint substrate. 2. Test Method: Tea 'oint sealants according to ethod A, Field -Applied Sealant Joint Hand Pull Tab, in Appendi 1 in ASTM C 1193 or Meth A, Tail Procedure, in ASTM C 1521. a. F ,joints with dissimilar substrates, veri adhesion to each substrate separately; extend cut along one side, verifying adhesion to op site side. Repeat procedure for opposite side. 3. / Inspect tested joints and report on the following: a. Whether sealants filled joint cavities and are free o voids. b. Whether sealant dimensions and configurations cora with specified requirements. C. Whether sealants in joints connected to pulled-ou rtion failed to adhere to joint substrates or tore cohesively. Include data on pull dt ante used to test each kind of product and joint substrate. Compare these results to dete 'ne if adhesion passes sealant manufacturer's field -adhesion hand -pull test criteria. 4. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. JOINT SEALANTS 079200-5 City Park Cabin Restoration Project Project # 2162230 B, Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will b considered satisfactory. Remove sealants that fail to adh a to joint substrates during testing n to c m 3 y with other requirements. Retest failed application until test results prove sealants comply with dicated requirements. 3.5 CLEANING A Clean off excess ealant or sealant smears adjacent t joints as the Work progresses by methods and with >_ cleaning materials pproved in writing by manufact rs of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants durin and damage resulting from cons)(U( damage at time of Substanti ( cut out and remove damaged areas are indistinguishable from 3.7 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: 1. Joint Locations: after curing nod from contact with contaminating substances and from tion operatiqlas or other causes so sealants are without deterioration or lompletion. If, despite such protection, damage or deterioration occurs, r deteriorjfted joint sealants immediately so installations with repaired a. Joints where ste roof flasbink is set into stone masonry. b. Joints in concr9fe cold joints akd sawn joints. C. Joints around)knetrating items f roof shakes. d. Joints in rou#h opening gaps be cen windows and wall framing. END OF SECTION 079200 JOINT SEALANTS 079200-6 SECTION 080152 HISTORIC TREATMENT OF WOOD WINDOWS PART 1 -GENERAL 1.1 RELATED DOC UME S A. Drawings and gene provisions of the Contract, including General and Supplementary Conditions and Division 01 Specific ion Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood window repai 2. Reglazing. 3. Window hardware reps , refinishing, and replacement. B. Related Section: 1. Section 012200 "Unit Prices for submittal of prices for pricing of rept ement of lumber required in rehabilitation of windows. 2. Section 012300 "Alternates." ternate 4 for work under this sect 3. Section 017300 "Execution" for utting and patching procedur required under recommendations of this section. 4. Section 071900 "Wood Treatmen " for treating or re firing wood used for recondit fining or rebuilding windows. 1.3 DEFINITIONS ` A. General: See Section 013591 "Historic Treat t Procedures" for other definitions. B. Wood Window Component Terminol As i entified in AWPs "Architectural Woodwork Quality Standards." Wood window compo is for histori treatment work include the following classifications: 1. Frame Components: cad, jamb, and sill. 2. Sash Componen Stile and rails, parting bead, tor 3. Exterior Tri . xterior casing, brick mould, and 4. Interior in: Casing, stool, and apron. C. Glazing: Includes glass, glazing points, glazing tapes, glazi D. Window: Includes window frame, sash, and louvers unless and muntins. cap. sealants, and glazing compounds. ie�vise indicated by the context. 1.4 ACTION SUBMITTALS \ A. Product Data: For each type of product indicated. Include recom nt Include test data substantiating that products comply with requirements. City Park Cabin Restoration Project Project # 2162230 for application and use. HISTORIC TREATMENT OF WOOD WINDOWS 080152-1 City Park Cabin Restoration Project Proiect 4 2162230 B. Shop Drawings: For repair and replacement of historic wood windows and components. Show location and extent of replacement work, with enlarged details of replacement parts indicating materials, profiles, joinery, reinforcing, and method of splicing into or attaching to existing wood window, accessory items, and finishes. Include field -verified dimensions and the following: 1. Full-size shapes and profiles with complete dimensions for new wood window components and i their jointing, showing relation of existing to new comport ts. 2. Templates and directions for installing hardware and anch ges. 3, Compon rot t numbers d corresponding window locatio in the building on annotated plans and elev., s. 4. Provisio for sea lantjoints and flashing as required for ocation. 1.5 INFORMATIONAL UBMITTALS A. Qualification Data: For ualified historic treatment s alist, documenting 5 years or 5 recent projects of successful restoration o 'storic wood windows. B. Historic Treatment Program: §pbmit before work 1.6 QUALITY ASSURANCE A. Historic Treatment Specialist historic wood window specialist. B. Historic Treatment Program: Preparewri en plan for historic treatment of wood windows, including each phase or process, protection of surr u ing materials during operations, and control of spills during on-site repair and other processes. Descriye, in detail, materials, methods, and equipment to be used for each phase of work. Show complian with indicated methods and procedures related to historic treatment of wood windows specified in i and other Sections. C. Mockups: Build mockups to demon rate athetic effects and set quality standards for materials and execution and for fabrication and ins llation. repare mockups so they are inconspicuous or reversible. 1. Wood Window Repair: repairs of wood window 2. Approval of mockups d contained in mockups u 3. Approved mockups m Completion. D. AWI Quality Standard: m Quality Standards" for co strucl 'roare one entitf window unit to serve as mockup to demonstrate sample r9bm includi frame, sash, glazing, and hardware. es not constitute approval of deviations from the Contract Documents less Architect spec tally approves such deviations in writing. become part of thelpompleted Work if undisturbed at time of Substantial with applicable finishes, grades E. Preinstallation Conferey%: Conduct conference 1. Review metbgfds and procedures related to limited to, tht following: a. Co struction Schedule: Verify availabil f ilities needed to make progress and avoid b./Materials, material application, sequencing, HISTORIC TREATEMENT OF WOOD WINDOWS 080152-2 rents in AWI's "Architectural Woodwork windows, and other requirements. site. of wood windows including, but not of materials, personnel, equipment, and and required clearances. City Park Cabin Restoration Project Project # 2162230 1.7 PROJECT CONDITIONS A. Weather Limitations: P eed with historic treatment of wood windows only when existing and forecasted weather conditi ns are within the environmental limits set by each manufacturer's written instructions and specified uirements. B. Concealed and undocumen d historic items, relics, and similar objects encountered during historic treatment remain Owner's pro erty. Carefully dismantle and salvage each item r object. C. Perform historic treatment of w od windows in the following sequence: 1. Stamp each window f e with permanent opening-identificat n number in inconspicuous location. 2. Tag existing window sash storm windows, shutters, and, covered blinds with opening - identification numbers and move for on-site or off-site op repair. Indicate on tags the locations on window of these mponents such as top sas , bottom sash, left shutter, and right shutter. 3. Allow installation of tempor Section 015000 "Temporary Facili 4. Remove window, dismantle harc numbers. 5. In the shop, stamp each sash, identification number in inconspic 6. Sort units by condition, separating 7. Clean surfaces. 8. General Wood -Repair Sequence: rtection and sec ty at window openings according to and Controls." e, and tag ware with window opening -identification `r`m' wind and louver unit with permanent opening- Vocati and remove site -applied tags. th need extensive repair. a. Remove any surface co tin to wood. b. Rack Games slightly; inj adhesive to mortise and tenon joints. C. If thicker than original ass is requi rout muntins to required rebate size. d. Repair wood by cc Iidation, mem r replacement, partial member replacement, and patch ng. e. Sand, prime, fill, and again, and primes aces again for refinishing with clear sealer. 9. Repair, refinish, an eplace hardware if required. einstall essential operating hardware. 10. Reinstall units. 11. Install glazing - 12. Install rem ' ng hardware and weather stripping. PART2-PRODUC 2.1 RE AGEMENT WOOD MATERIALS �. A. Wood: Clear fine-grained lumber, kiln dried to a moisture content of to 12 percent at time of fabrication; free of visible finger joints, blue stain, knots, pitch pockets, and ace checks larger than 1/32 inch (0.8 mm) deep by 2 inches (51 mm) wide. 1. Species: Match species of each existing type of wood product. 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber to suit needs of replacing members. B. Frame Heads and Jambs, sills, sash components and Exterior Trim: HISTORIC TREATEMENT OF WOOD WINDOWS 080152-3 City Park Cabin Restoration Project Project # 2162230 1. Species: Match species of each existing type of wood product. 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber tolsuit needs of replacing members. 2.2 WOOD REPAIR RIALS A. Wood Consolidant: eady-to-use product designed to pe curate, consolidate, and strengthen soft fibers of wood materials that ave deteriorated due to weatherin and decay and designed specifically to enhance the bond of wood -pat ing compound to existing wood. 1, Products: Subje t to compliance with requi ents, products that may be incorporated into the Work include, but not limited to, the follo mg: a. Abatron. Inc., LiquidWood. b. ConSery E x LLC; Flexible Epo Consolidant 100. C. Wood Care S s ms; ROTFIX. B. Wood -Patching Compound: T -part epoxy -r in wood -patching compound; knife -grade formulation as recommended by manufacturer r type of w d repair indicated, tooling time required for the detail of work, and site conditions. Com nd shall designed for filling voids in damaged wood materials that have deteriorated due to weatheri and d y. Compound shall be capable of filling deep holes and spreading to feather edge. 1. Products: Subject to comp] with requirements, provide one of the following available products that may be incorpora into the Work include, but are not limited to, the following: a. Abatron. Inc.; Liquid W d with WoodEpox. b. Advanced Re air Tec o Inc.; Primatrate with Flex -Tec HV. C. ConSery E x LLC Fle 'ble Epoxy Consolidant 100 with Flexible Epoxy Patch 200. d. Pol meric S stems nc.; Q ick Wood. e. West System Inc.; Pest Sy em. f. Wood Care S ste s• ROTF with SCULPWOOD. 2.3 GLAZING MATERIALS A. Glass: Uncoated clear flog( -glass units, 1/8" B. Glazing Systems: 1. Single Glass its: Primer as recorn glazing putty qr glazing compound and A. General: Prov* complete sets of window hardm and accessoriq indicated for each window or to smoothly o te, tightly close, and securely lock ventilator we ght and dimensions. thickness. by glazing material manufacturer, with oil-based points. nsist*ng of sash balances, hinges, pulls, latches, for proper operation. Window hardware shall windows and be sized to accommodate sash or B. Replacement Window Hardware: Replace existing damaged or missing window hardware with new hardware manufactured by one of the following: HISTORIC TREATEMENT OF WOOD WINDOWS 0801524 I 2.5 C. 19 A. I] City Park Cabin Restoration Project Project # 2162230 1. Manufacturers: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Ball and Ball. b. Blaine Window Hardware Inc. C. Bronze Craft Corporation (The). d. Custom Trades International, Inc. C. Parrett Manufacturing Inc. f. Phelps Cor�any. Material and Design: 1. Material: Nonmagne 'c stainless steel. 2. Design: Match existin ardware to greatest extent possible. 3. Replacement Window H\e. existing window hardware o e fol ing types: a. Projected windowb. Window lock. c. Window pin. Window Hardware Finishes: HMA A156.1 f se material and finish requirements indicated by the following: BHMA 630: Satin stainless steel, MISCELLANEOUS MATERIALS Borate Preservative Treatment: Inorg rate -based o' as the primary ingredient; manufactWfor preserving damage by decay fungi and wood -bo insects; complying metal. , with disodium octaborate tetrahydrate ered and decayed wood from further AWPA P5; containing no boric acid. 1. Manufacturers: Subj compliance with require ents, available manufacturers. offering products that may bei rated into the Work include, tare not limited to, the following: i a. Abatron I 7 b. Nisus C ration. C. Wood S stems. Cleaning Mater' -� I. D nt Solution: Solution prepared by mixing 2 cups (0.5 L) of tetr�gal.. polyphosphate, up (125 mL) of laundry detergent that contains no ammonia, 5 q) of 5JI)ercent dium. hypochlorite bleach, and 15 quarts (15 L) of warm water for each0 L) of solution / 2. Mildewcide: Provide commercial proprietary mildewcide or a solution prepared by mixing 1/3 cup (80 mL) of household detergent that contains no ammonia, 1 quart (1 L) of 5 percent sodium hypochlorite bleach, and 3 quarts (3 L) of warm water. C. Adhesives: Wood adhesives for exterior exposure, with minimum 15- to 45 -minute cure at 70 deg F (21 deg C), in gunnable and liquid formulations as recommended by adhesive manufacturer for each type of repair. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-5 City Park Cabin Restoration Project Project # 2162230 D. i Fasteners: Fasteners of same basic metal as fastened metal unless otherwise indicated. Use metals that are noncorrosive and compatible with each material joined. C'. 1. Match existing fasteners in material and type of fastener unless otherwise indicated. l.i. 2.. Use concealed fasteners for interconnecting wood components. 3. Use concealed fasteners for attaching items to other work unless exposed fasteners are the existing fastening meth d. 4. For expose fasteners, use machine screws of head profit to match that found in existing -`- .construction 5. Finish expos fasteners to match finish of metal fastened on ss otherwise indicated. 2.6 WOOD WINDOW A. Unfinished Replacement Wi dows: Provide exposed exterior/and interior wood surfaces of replacement windows unfinished; smooth, lled, and suitablyZpreparedon-site priming and finishing. PART3-EXECUTION 3.1 PREPARATION A. Protect adjacent materials from damage b historf wood windows. B. Clean existing wood windows of mildew, debris by scrubbing with bristle brush or mildewcide. After cleaning, rinse thorough C. Condition replacement wood members areas before installing. 3.2 HISTORIC TREATMENT moss, plant material, loose paint, grease, dirt, and other ;e and detergent solution. Scrub mildewed areas with h fresh water. Allow to dry before repairing or painting. windows to prevailing conditions at installation A. General: Have historic treatme t of wood windo directed and performed by a qualified historic treatment specialist. Ensure tha istoric treatment sp-alist's field supervisors are present when historic treatment of wood windows ins and during its pro\sible. treating historic items, disturb them as minimally as possible and as f lows: 1. Follow the historic U atment sequence in "Sequed Scheduling" Article. 2. Apply each product ccording [o manufacturer's structions unless otherwise indicated. 3. Stabilize and reps' wood windows to reestablisral integrity and weather resistance while maintaining the a isting form of each item. 4. Stop the pro ss of deterioration by removings and applying borate preservative treatment befo repair. 5. Repair items' place where possible and retain riginal material as possible. 6. Replace or r produce historic items where indicaeduled. 7. Make his is treatment of materials reversible wssible. 8. Install t porary protective measures to proteindow work that is indicated to be comple d later. B. Mechanical Abrasion: Where mechanical abrasion is needed for the work, use only the gentlest mechanical methods, such as scraping and natural -fiber bristle brushing that will not abrade wood HISTORIC TREATEMENT OF WOOD WINDOWS 080152-6 City Park Cabin Restoration Project Project # 2162230 substrate, reducing clarity of detail. Do not use abrasive methods such as sanding, wire brushing, or power tools except as indicated as part ofytEfifstoric treatment program and as approved by Architect. C. Repair and Refinish Existing Hardv finish samples. D. Repair Wood Windows: Match exi possible to perform repairs. 1. Unless otherwise indicated, otherwise reinforcing wood original wood. 2. Where indicated, repair wood Dismantle window hardware; repair and refinish it to match materials and features, retaining as much original material as E. Replace Wood Window Units: Where i original wood or with new wood matching duplicate replacements. wood windows by consolidating, patching, splicing, or v wood matching existing wood or with salvaged, sound,, 1. Do not use substitute materials unless a 2. Compatible substitute materials may be F. Protection of Openings: Where sash or w temporary enclosures so that openings are by limited replacement matching existing material. , duplicate and replace units with salvaged, Ound, wood. Use surviving prototy/Itant ms for rise indicated. c indicated for removal, coves with ght during repair period. G. Identify removed windows, sash, and members with numbering syste corresponding to window locations to ensure reinstallation in same location Key windows, s ,and members to Drawings showing location of each removed unit. Permanent stamp units i location that will be concealed after reins>ngsystem 3.3 GLAZIN A. Remove nd damaged glass and glazing ateri Is from openings and prepare surfaces for reglazing. B. Remove eass and glazing as indi ed on drawings i the Historic Wood Window Schedule and prepare sur reglazing. 1 C. Remove glazing from nings and prepare surfaces for glazing. D. Reinstall g ng system as specified.E. Install nematch existing in all aspects whenever possible. ut 3.4 WOOD WINDOW PATCH -TYPE REPAIR A. General: Patch wood members that are damaged and exhibit depressions, holes,ok$imilar voids, and that have limited rotted or decayed wood. 1. Remove sash from windows before performing patch -type repairs at meeting or sliding surfaces unless otherwise indicated. Reglan units prior to reinstallation. 2. Verify that surfaces are sufficiently clean and free of paint residue prior to patching. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-7 City Park Cabin Restoration Project Project # 2162230 - 3. Treat wood members with wood consolidant prior to application of patching compound. Coat ,wood surfaces by brushing, applying multiple coats until wood is saturated and refuses to absorb i - more. Allow treatment to harden before filling void with patching compound. 4. Remove rotted or decayed wood down to sound wood. B. Apply borate preservative treatment to accessible surfaces either before applying wood consolidant or after removing rotted or decayed wood. Apply treatment liberally by brush to joints, edges, and ends; top, sides, and bo m. C. Apply wood -patch g compound to fill depressions, nicks, c cks, and other voids created by removed or missing wood. 1. Prime patch are with application of wood consolid t or manufacturer's recommended primer. 2. Mix only as mu patching compound as can applied according to manufacturers written instructions. 3. Apply patching com and in layers as recomme ed by manufacturer until the void is completely filled. 4. Finish patch surface t match contour of a acent wood member. Sand patching compound smooth and flush, match g contour of existi wood member. 5. Clean spilled compound m adjacent mate als immediately. 3.5 WOOD WINDOW MEMBER -REP ACEME REPAIR A. General: Replace parts of or entire wood indow members at locations indicated on Drawings as indicated in the Historic Wood Windo Sc ule and where damage is too extensive to patch. 1. Remove sash and louvers from ndows before performing member -replacement repairs unless otherwise indicated. 2. Verify that surfaces are sufficie ly lean and free of pain[ residue prior to repair. 3. Remove broken, rotted, and de ayed ood down to sound wood. 4. Custom fabricate new wood repla missing wood; either replace entire wood member or splice new wood part into ex' ting me her. Fabricate replacement members according to AW] Section 1000 into tents for P ium Grade. 5. Secure new wood usin finger joints multiple dowels with adhesive and nailing to ensure maximum structural in rity at each sp ce. Use only concealed fasteners. Fill nail holes and patch surface to match utrounding wood. B. Apply borate preservative eatment to accessible s rfaces after replacements are made. Apply treatment liberally by brush to join , edges, and ends; top, sid , and bottom. C. Repair remaining dep ssions, holes, or similar voids ith patch -type repairs. D. Clean spilled mate als from adjacent surfaces immedia ly. E. Glazing: Reg units prior to reinstallation. 1. Mill new and existing glazed members to accommo ate new glass thickness. 2. Provide replacement glazing stops coordinated with lazing system indicated. 3. Provide glazing stops to match contour of sash frame F. Reinstall units removed for repair into original openings. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-8 City Park Cabin Restoration Project Project # 2162230 3.6 ADJUSTMENT A. Adjust existing and replacement operating sash, screens, hardware, weather stripping, and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. Lubricate hardware and moving parts. 3.7 CLEANING AND PROTECTION A. Protect window surfaces from contact with contaminating substances resulting from construction operations. Monitor window surfaces adjacent to and below exterior concrete and masonry during construction for presence of dirl, scum, alkaline deposits, stains, or other contaminants. If contaminating substances contact window surfaces, remove contaminants immediately according to glass manufacturers written recommendations. B. Clean exposed surfaces immediately after historic treatment of wood windows. Avoid damage to coatings and finishes. Remove excess sealants, glazing and patching materials, dirt, and other substances. C. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. END OF SECTION 080152.93 HISTORIC TREATEMENT OF WOOD WINDOWS 080152-9 SECTION 312316.16 STRUCTURAL EXCAVATION FOR MINOR STRUCTURES PART 1 -GENERAL 1.1 SECTION INCLUDES A. Provide labor, materials equipment, and supervision necessary to complete the following: 1. Excavate for s cture and remove subsoil from site. 2. Cap off and seal 'scontinued utility services and remove portions of lines within excavated areas. 3. Shore and brace ex avations as required. 4. Place and compact Pact Is to rough grade elevations. 5. Dewater excavations. 1.2 SITE COMPACTION TESTING A. The Owner will employ a testing the International Building Code ( Representatives. Duties of the Sp atory to perform quality control tests in s and to submit test reports to the Owner's Inspector consist of the following as null with Chapter 17 of in IBC Table 1704.7: TABLE 1704.7 RE UIRED VERIF ATION AND INSPEION OF SOILS CONTINUOUS PERIODICALLY VERIFICATION AND INSPECTION ASK DURING TASK DURING TASK LISTED LISTED Verify materials below shallow foundations are adequ achieve the design bearing capacity. X Verify excavations are extended to proper depth hav reached proper material. X Perform classification and testing of corn ted fill materia . X Verify use of proper materials, densit and lift thicknesses duringplacement and compaction corn acted fill. X _ Prior to placement of compact fill, observe subgrade and veri that site has been prepared 1 . X B. If, during pro s of work, tests indicated that compacted m rial remove defe ve work, replace and retest at no cost to Owner. C. Ensure mpacted fills are tested before proceeding with place r 1.3 SUBMITT S A. Submit to testing agency minimum ten -pound (4.5kg) samples of c samples to appointed testing laboratory, packed tightly in container B. If recent test results are available for fill materials to be used, disre test results to the testing laboratory. Such test results are to clearly hardness, compatibility, and suitability for proposed usage. City Park Cabin Restoration Project Project # 2162230 do not meet specified requirements, a _• of surface materials. 1 h type of fill material to be tilsed. Provide o prevent contamination.. , samples submission and submit such n cate types of materials and composition, 'RUCT L EXCAVATION FORM R STRUCTURES 312316.16-1 City Park Cabin Restoration Project Project # 2162230 1.4 PROTECTION L. A. Iowa One Call shall notified for utility locates 48 hours prior/digging. All locates shall be "Joint Locates." B. protect trees, shru and lawns, areas to receive planting, rocking, and other features remaining as part of final landscapi C. Protect benchmark and existing structures, roads, sh and vehicular or foo traffic. D: Protect excavations b shoring, bracing, sheet piling, C cave-ins or loose dirt in falling into excavations. E. Underpin adjacent struct re(s) which may be damag! chases. F. Notify Owners Representa 'vc Representative provides not to G. Grade around excavations to 1.5 SITE CONDITIONS A. Rock Excavation - Not anticip PART2PRODUCTS 2.1 FILL MATERIALS A. Subsoil: Excavated or off-site three inches (75mm) in size, as B. Fill Under Lands/speci only if conforminPART3EXECUTION 3.1 PREPARATION AND LA. Establish extent oB. Set required lines of unexpected ation to resum, paving, and curbs against damage from equipment or other methods, as required to prevent by excavation work, including service lines and pipe conditions and discontinue work in area until Owners runoff into excavated areas. m¢t ials free from roots, broken concrete, broken asphalt, rocks larger than i bm ding debris. Free in alkali, salt, and petroleum products. Use subsoil excavated from site by area anA elevation; designate and identify datum elevation. C. Maintain bench s, monuments, and oth referenced points. 3.2 UTILITIES A. Before start'g excavation, establish location d extent of underground utilities occurring in work area. B. Notify uti companies to remove and relocat lines that are in the way of excavation. C. Maintain, reroute, or extend as required, existing tility lines to remain which pass through work area. D. Pay costs for this work, except those covered by u 'lity companies. E. Protect utility services uncovered by excavation. F. Remove abandoned utility service lines from areas of excavation; cap, plug, or seal such lines and identify at grade. STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.16-2 City Park Cabin Restoration Project Proiect # 2162230 G. It is the Contractor's responsibility to accurately locate and record abandoned and active utility lines, rerouted or extended, on Project Record Documents. 3.3 EXCAVATION A. Exc subsoil in accordance with lines and levels required for construction of the work, including space for forms atn o permit inspection. B. Do addition excavation only by written authorization of Owner's Representativ . C. Machine slope anks. D. Hand trim excav tions and leave frm from loose or organic matter. E. When complete, v ify soil bearing cactties, depths, and dimens' ns. Contractor shall contact the Testing Agency not less th two (2) business ds prior to when subbas 3s ready for testing. F. Correct unauthorized xcavation as directed, at no cost to the wrier. G. Fill over excavated ar under structure bearing surfaces ith backfill as specified for foundations. H. Excavations are not to i terfere with normal 45 degree aring splay of any foundation. I. Remove excavated mate a] from site. J. Removal of boulders or b led rock in excess of cubic yard (.4m3) may be authorized as an extra; other work is deemed to be withi the scope of this s ion. K. Do not disturb soil within line of existin trees or shrubs that are to remain. L. If necessary to excavate throu h roots, pe rm work by hand and cut roots with a sharp ax. 3.4 BACKFILLING A. Contractor shall contact the Test g gency not less than two (2) business days prior to backfilling for testing. B. Do not backfill over existing sub a surfaces that are porous, wet, or spongy. C. Compact existing subgrade an ces if densities are not equivalent to that required for backfill materials. D. Cut out soft areas of existin ubgrad Backfill with sand and compact to required density. E. Backfill areas to grades, c mourn, level and elevations. F. Backfill systematically d as early as pos ible to allow maximum time for natural settlement and compaction. G. Backfill shall not be laced adjacent to cone to structures until the concrete has achieved at ]east 75% of its design strength. H. Place and corn a t fill materials in continuous la ers not exceeding six inches (150mm) loose depth. Useia method so as n to disturb or damage foundation. 1 I. Maintain opt um moisture content of backfill maten s to attain required compaction density. J. Backfill si u]taneous]y on each side of foundation walls to equalize soil pressures. K. Wheret porary unbalanced pressures are liable to develop on walls before floor slabs are placed, erect necessa shoring to counteract imbalance. 3.5 FILL TYPES COMPACTION STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.16-3 Park Cabin Restoration Project ect # 2162230 A. Exterior side of foundation walls: Subsoil fill to top of subgrade elevation. Compact to 98% of maximum Standard Proctor Density per ASTM D698 at frequency of one test per 100 square yards. 1 i t B. Stabilizing b course under concrete slabs within buildin area: > 1,- Four riches (100mm) of gravel fill topped with o inches (50mm) of sand fill to underside of slabs. Com t to 98% of maximum Standard Procter ensi[y per ASTM D698 at frequency of one [es[ per 100s yards. C Fill under lands d areas: 1. Under Ian scaped and lawn areas from 12" 300mm) below finished surface elevation to 30" (750mm) below fini ed surface elevation, compac uitable excavated material to 90% of maximum Standard Proctor Den ity. Compact fill below 30" from surface to 95% of maximum Standard Proctor Density. 2. Within the to 12" (300mm) of landsc ed and lawn areas, the backfill shall be soil equivalent to the stockpiled tops il. The surface shall left rounded neatly 24" (50-100mm) above the finished surface. 3. Test Frequency: o e test per every 00 square yards. 3.6 WASTE EXCAVATION A. Excess material, waste or ansa able m erials shall be removed from the site and legally disposed of by the Contractor at no additional cost o the wner. There shall he no disposal of such materials on the project site. ND OF SECTION STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.164 SECTION 313116 TERMITE CONTROL PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general rovisions of the Contract, including General and Division Ol Specificati n Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Soil and wood tre ment with termiticide. B. Related Sections: 1. Section 012100 "Allo an 2. Section 061000 "Rough 3. Section 071900 "Wood Ti 1.3 ALLOWANCES A. Work of this Section is affected by allowance for earthwork and site it 1.4 SUBMITTALS A. Product Data: For each type of ter 1. Include the EPA -Register Conditions and for work required und/thesection will utilize allowance. any" for wood preserreatment by pressure process. lents" for wood p ative and insecticide preventive treatments. in soil application will be paid out of part of the product. forlprmiticide products. B. Qualification Data: For qualif d Installer. C. Product Certificates: For ite control products, m manufacturer. D. Soil Treatment Appli ion Report: After application termiticide is completed, submit report for Owner's. records and includ a following: 1. Date d time of application. 2. isture content of soil before application. 3. Termiticide brand name and manufacturer. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes used, and rates of application. 6. Areas of application. 01 7. Water source for application. E. Wood Treatment Application Report: After application of termiticide is completed, submit report for Owner's records and include the following: 1. Date and time of application. 2. Termiticide brand name and manufacturer. City Park Cabin Restoration Project TERMITE CONTROL Project# 2162230 313116-1 City Park Cabin Restoration Project Proiect # 2162230 3. Quantity of undiluted termiticide used. 4. Dilutions, methods, volumes used, and rates of application. 5. Areas of application. 'F. Warranties: S ple of special warranties. 1.5 'QUALITY ASSURANC A. Installer Qualificati s: A specialist who is licensed accordi to regulations of authorities having jurisdiction to apply termite cont 1 treatment and products injurisdictio where Project is located. ;t B. Regulatory Requiremen : Formulate and apply termitici s according to the EPA -Registered Label. 1.6 PROJECT CONDITIONS A. Environmental Limitations: o ensure penetration, not treat soil that is water saturated or frozen. Do not treat soil while precipitation i occurring. Comply ith requirements of the EPA -Registered Label and requirements of authorities ha 'ng jurisdiction. B. Coordinate soil treatment appli ion with excam ting, filling, grading, and concreting operations. Treat soil under footings, grade beams, and and -sup ed slabs before construction. C. Apply wood treatment after framin sheathi g, and exterior weather protection is completed. 1.7 WARRANTY A. Soil Treatment Special Warranty: M u cturer's standard form, signed by Applicator and Contractor, certifying that termite control work, co isting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranea ite activity or damage is discovered during warranty period, re -treat soil and repair or replace damage ca d y termite infestation. 1. Warranty Period: Five ye fro date of Substantial Completion. B. Wood Treatment Special Wart : Manu cturer's standard form, signed by Applicator and Contractor, certifying that termite control w rk, consis g of applied wood termiticide treatment, will prevent infestation of subterranean termites. If subt raneantermi damage is discovered during warranty period, repair or replace damage caused by termite in station and t replacement wood. 1. Warranty period: 0 years from date f Substantial Completion. 1.8 MAINTENANCE SERVICE A. Continuing Service: B ginning at Substantial C mpletion, provide 12 months' continuing service including monitoring, inspectio ,and re -treatment for oceu nces of termite activity. Provide a standard continuing service agreement. [e services, obligations, co ditions, terms for agreement period, and terms for future renewal options. PART2-PRODUCTS 2.1 SOIL TREATMENT A. Termiticide: rovide an EPA -Registered termiticide, mplying with requirements of authorities having jurisdiction, in an aqueous solution formulated to preve t termite infestation. Provide quantity required for application at the label volume and rate for the maxim terniticide concentration allowed for each specific use, according to product's EPA -Registered Label. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: TERMITE CONTROL 313116-2 1 City Park Cabin Restoration Project Project # 2162230 a. BASF Co ration, Agricultural Products; Termidor. b. Bayer nvironmental Science; Premise 75. C. FMC orpomtion, Agricultural Products Group; Prevail. d. Syng ta; Demon TC. C. Other anufacturers meeting performance of above Supp 'ers and approved by architect in advan 2. Service Life of tment: Soil treatment termiticide that is ective for not less than five years against infestatio of subterranean termites. 2.2 WOOD TREATMENT A. Borate: Provide anEPA-R is[ered borate termiticide, co ying with requirements of authorities having jurisdiction, in an aqueous ution for spray application d a gel solution for pressure injection, formulated to prevent termite infestation in ood. Provide quantity r aired for application at the Zabel volume and rate for the maximum diffusible borat concentration allow for each specific use, according to produces EPA - Registered Label. 1. Products: Subject to pliance wit equirements, available products that may be incorporated into the Work include, but not limit to, the following: a. Nisus Corp.; Bo -C b. NovaGuard Tech ogies, Inc.; Armor -Guard. C. Other manufa re meeting performance of above suppliers and approved by architect in advance. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrat ,areas, and conditions, with Applicator present, for compliance with requirements for moisture conte of soil per termiticide lab I requirements, interfaces with earthwork, slab and foundationwork, landscaping tility installation, and other ditions affecting performance of termite control. , B. Proceed ith application only after unsatisfa or conditions have been corrected. 3.2 PREPARAT N ...: , ..1 A. eneraI. Comply with the most stringent requ' mens of authorities having jurisdiction and wird manufacturer's written instructions for preparetio before beginning application of termite control,[rea[ment. Remove all extraneous sources of wood cellulose nd other edible materials such as wood debris; tree stumps and roots, stakes, formwork, and construction wast wood from soil within and around foundations. B. Soil Treatment Preparation: Remove foreign matter kd impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, e, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides ay be applied before placing compacted fill under slabs if recommended in writing by termiticide manufactur 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. TERMITE CONTROL 313116-3 City Park Cabin Restoration Proj Project # 2162230 / 3.3i APPLICATION, GENE L A. General: Comply ith the most stringent requirements of a critics having jurisdiction and with manufacturer's EP -Registered Label for products. 3.4r. APPLYING SOIL TREA NT A. Application: Mix soi treatment termiticide solution to uniform consistency. Provide quantity required for application at the Labe volume and rate for the maxim m specified concentration of termiticide, according to manufacturer's EPA -R istered Label, to the followi so that a continuous horizontal and vertical termiticidal barrier or treated zone i established around and on r building construction. Distribute treatment evenly. 1. Slabs -on -Grade: Underground supporte slab construction, including footings, building slabs, and attached slabs as overall treatment. t soil materials before concrete footings and slabs are placed. 2. Foundations: Adj nt soil, includi soil along the entire inside perimeter of foundation walls; along both sides of interior artition wall , around plumbing pipes and electric conduit penetrating the slab; around interior collum footers, pi rs, and chimney bases; and along the entire outside perimeter, from grade to bottom of foo 'ng. Avo' soil washout around footings. 3. Crawlspaces: Soil unde and jacent to foundations as previously indicated. Treat adjacent areas including around entrant pl form, porches, and equipment bases. Apply overall treatment only where attached concrete p orm and porches are on fill or ground. B. Avoid disturbance of treated soil application. Keep off treated areas until completely dry. C. Protect termiticide solution, disp rsed treated soils and fills, from being diluted until ground -supported slabs are installed. Use waterproof .er a ording to EPA -Registered Label instructions. D. Post warning signs in areas o applicatio . E. Reapply soil treatment sol ion to areas di turbed by subsequent excavation, grading, landscaping, or other construction activities fol wing applicatio . 3.5 APPLYING WOOD TREA T A. Application: Mix w d treatment solution to uniform consistency. Provide quantity required for application at the label volume d rate for the maximum ified concentration of borate, according to manufacturer's EPA -Registered L 1, so that wood framing, s cathing, siding, and structural members subject to infestation receive treatment 1. Frami g and Sheathing: Apply termitic a solution by spray to bare wood for complete coverage. 2. W d Members More Than 4Inches (10 mm) Thick: Inject termiticide gel solution under pressure in holes of size and spacing required by anufacturer for treatment. 3. xterior Uncoated Wood Trim and Siding: pply termiticide solution to bare wood. After 48 hours, apply a seal coat of water repellant or wood eatment as specified in 071900 "Wood Treatments". END OF SECTI N TERMITE CONTROL 313116-4 11 CITYOFIC-CITYCLERK 2017 APR 12 PH4:06 CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY PARK CABIN RESTORATION PROJECT IOWA CITY, IOWA April 18, 2017 BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on June 13, 2017 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK CABIN RESTORATION PROJECT in strict accordance with the Project Manual and the Drawings dated April 18, 2017, including Addenda numbered and inclusive, prepared by Shive-Hattery, Inc., for the amounts of : BASE BID: Roof Repairs Alternate No. 1: Foundation Work: Add the Sum of: Dollars Dollars Alternate No. 2: Log Rehabilitation and Restoration: Add the Sum of: Dollars FP -1 of 3 v FORM OF PROPOSALCY CITY PARK CABIN RESTORATION PROJECT v Q CITY OF IOWA CITY LL r - o BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on June 13, 2017 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK CABIN RESTORATION PROJECT in strict accordance with the Project Manual and the Drawings dated April 18, 2017, including Addenda numbered and inclusive, prepared by Shive-Hattery, Inc., for the amounts of : BASE BID: Roof Repairs Alternate No. 1: Foundation Work: Add the Sum of: Dollars Dollars Alternate No. 2: Log Rehabilitation and Restoration: Add the Sum of: Dollars FP -1 of 3 �LO oa J 4 V a V � i DL u- Q C'- 20. �4 " N C-1 Alternate No. 3: Floor Rehabilitation and Restoration: Add the Sum of: Dollars ($ ) Alternate No. 4: Window and Door Repairs: Add the Sum of: Dollars ($ ) Total amount with all alternates: Dollars ($ ) Unit Price No. 1: Log replacement- debarked, round softwood logs Dollars ($ ) Per Board Ft. Unit Price No. 2: Log replacement- debarked, hewn square hardwood timbers Dollars ($ ) Per Board Ft. Unit Price No. 1: Log replacement- Sawn Lumber Replacement Dollars Per Board Ft. The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. FP -2 of 3 The undersigned bidder states that this proposal is made in conformity with the Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before August 31, 2018. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 of 3 V N Bidder Status Form To be completed by all bidders w o Part A Please answer "Yes" or "No" for each of the following: a; ❑ Yes ❑ No My company is authorized to transact business in Iowa. C1 (To help you determine if your company is authorized, please review the worksheet on the r age). ❑ Yes ❑ No My company has an office to transact business in Iowa. LCC ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and a -la ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first reg8gor bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: / / to / / Address: City, State, Zip: Dates: /—/—to / / Address: City, State, Zip: Dates: / / to / ! Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes' to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Firm Name: Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-6001 02-14 ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 02-14 BSF-2 of 2 N4 rX Worksheet: Authorization to Transact Business w J Q V � This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of th�}jAt�ibwing describes your business, you are authorized to transact business in Iowa. CX V d Cc LL ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. 14 f— o V N ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 02-14 BSF-2 of 2 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as Lo 0 Q, d N rl provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20 (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power -of -Attorney BB -1 of 1 CITV0FIC-CiryCLERK 2017 APR 12 PP4:OG SEALS 8 SIGNATURES I hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and �,,,�rrur,„•• responsible charge. I am a duly Registered Architect under the laws of p`` FE$$/ '•• the State of Iowa. W�� • •••••• ••,• % 9 Alan L. Wieskamp, AIA Q; ALAN L. '• 9 �e WIESKAMP 5461 fib,•• Signature ' ••''. �* •;6W •�' , Registration expires June 30, 2017, Iowa Reg No. 5461 '"4nnn�•"'• Pages or sheets covered by this seal: ALL PAGES END OF SECTION SEALS AND SIGNATURES 0001 07-4 22330 ' Q •�a `i Naga 99os i' 4MAM231W 64? - :ate SPECIFICATIONS TABLE OF CONTENTS TITLE PAGE CERTIFICATIONS SPECIFICATIONS TABLE OF CONTENTS...................................................... NOTICE OF PUBLIC HEARING NOTICE TO BIDDERS....................................................................................... NOTE TO BIDDERS.......................................................................................... INSTRUCTION TO BIDDERS............................................................................ FORMOF PROPOSAL...................................................................................... 0 :o►bl FORM OF AGREEMENT................................................................................... PERFORMANCE AND PAYMENT BOND ......................................................... CITY10FIC-CITYCLERK 2017 APR 12 Fw4:07 Page Number TC -1 NPH -1 NTB-1 NB -1 IB -1 thru pg.7 FP -1 BB -1 AGA PB -1 CONTRACT COMPLIANCE PROGRAM (ANTI -DISCRIMINATION REQUIREMENTS)................................................... CC -1 thru pg.8 WAGE THEFT......................................................................................................... WT -1 thru pg.2 GENERALCONDITIONS........................................................................................ GC -1 SUPPLEMENTARY CONDITIONS......................................................................... SC -1 thru pg.17 BIDDER STATUS FORM (2 PAGES)..................................................................... BSF-1 ATTACHMENTS: FORM OF PROPOSAL BID BOND BIDDER STATUS FORM 011100 SUMMARY 012100 ALLOWANCES 01 2200 UNIT PRICES 012300 ALTERNATES 01 2500 SUBSTITUTION PROCEDURES 01 2500.A SUBSTITUTION REQUEST 01 2600 CONTRACT MODIFICATION PROCEDURES 01 3100 PROJECT MANAGEMENT AND COORDINATION 01 3233 PHOTOGRAPHIC DOCUMENTATION 01 3300 SUBMITTAL PROCEDURES TC -1 l� COVER SHEET A101 oc m A201 CABIN 1 ELEVATIONS vqz 01 3591 HISTORIC TREATMENT PROCEDURES o- °- 014000 QUALITY REQUIREMENTS !Z 01 5000 TEMPORARY FACILITIES AND CONTROLS a 01 5639 TEMPORARY TREE AND PLANT PROTECTION LL ¢ 01 6000 PRODUCT REQUIREMENTS 01 7300 EXECUTION N 01 7419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL DIVISION 3 - CONCRETE 033000 CAST -IN-PLACE CONCRETE DIVISION 4 - MASONRY 040140 MAINTENANCE OF STONE ASSEMBLIES DIVISION 6 -WOOD, PLASTICS AND COMPOSITES 061000 ROUGH CARPENTRY 061323 LOG STRUCTURE RESTORATION DIVISION 7 - THERMAL AND MOISTURE PROTECTION 071900 WATER REPELLENTS AND PRESERVATIVES 073129 WOOD SHINGLES AND SHAKES 079200 JOINT SEALANTS DIVISION 8 -OPENINGS 080152 HISTORIC TREATMENT OF WOOD WINDOWS DIVISION 31 - EARTH WORK 312316.16 STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 313116 TERMITE CONTROL ATTACHMENTS: FORM OF PROPOSAL BIDDER STATUS FORM ATTACHMENT: PLANS G000 COVER SHEET A101 FLOOR & FOUNDATIONS PLANS A201 CABIN 1 ELEVATIONS A202 CABIN 2 ELEVATIONS A500 DETAILS TC -2 NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY PARK CABIN RESTORATION PROJECT IN THE CITY OF IOWA CITY. IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the City Park Cabin Restoration Project in said City at 7 p.m. on the 2ntl day of May, 2017, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Coun- cil of the City of Iowa City, Iowa and as provided by law. JULIE VOPARIL, DEPUTY CITY CLERK 5'.WECLwe = Wk' p m Fetl m Mamge mlV m*=" Pv Ca1N1 Re "Im Pm WTm rnds end GO d0avnddsWeOd Jme MINM WC PMNCMWRESTORT W PROJECT for 0118 X1 T.dm 04117 NPH -1 CITYOFIC-CITYCLERK 2017 APR 12 PM4:07 NOTICE TO BIDDERS CIT47FIC-CUM FRK CITY PARK CABIN RESTORATION PROJECT 201"APR j.? nH41:0-1 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 13'' day of June, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20'" day of June, 2017, or at a special meeting called for that purpose. Bidders may visit the public site, to have access to the interiors of the structure, please schedule in advance access with the project architectural consultant, Alan Wieskamp, at Shive-Hattery, Inc., 319-356-3040 or by email at: awieskamp(a)shive- hattery.com The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both individually listed on the National Register of Historic Places. The restoration work will include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Substantial Completion date August 31, 2018; Final completion date October 1, 2018. Liquidated Damages: none The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-354-5950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A $50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $25.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Julie Voparil, DEPUTY CITY CLERK S:WEM"biament Bulldin0e and Fatililles WaaOemnRaroleast ny PaM Cabin Reatonaion Pa acLFmnt ends end Lia d.ra.ntARaWE June 201TWo0m to bidders for CITY PARK CABIN RESTORATION PROJECT. rebid Juno 2017A. NTB-1 CITYfiFPC-wiTYCi_ FI 2017 PPR _try FM4:0 7 NOTE TO BIDDERS The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond and Bidder Status Form Envelope 2: Form of Proposal NB -1 CAP MFIX-CATftCLERK 2017 APR 12 F'^,.4;07 INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Documents by addition, deflection, clarifications or correction. B. A bid is a complete and properly signed proposal to do the work or designated portion thereof for the sums stipulated therein, submitted in accordance with the bidding documents. C. The base bid is the sum stated in the bid for which the Bidder offers to perform the work described in the bidding documents as the Base, to which work may be added, or from which work may be deducted for sums stated in alternate bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. US wm 2.3 The bidder has visited the site, has become familiar with local conditions under which the v Q work is to be performed, and has correlated the bidders personal observations with the N requirements of the contract documents. 2 5- 2.4 The bid is based upon the materials, equipment and systems required by the bidding rte„ documents without exception. V N ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Techniqraphics, a division of Raaids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B. Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at Owner's reproduction cost, plus handling charge. These reports and drawings are not part of the contract documents, but the "technical data' contained therein upon which the bidder may rely as identified and established above, are incorporated therein by reference. 3.2 Interpretation or Correction of Bidding Documents A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. CITYQEIC-CITYCLERK 2417 APR 12 PH4:07 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by any proposed substitution. Refer to AIA Substitutions form for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection wherever bidding documents are on file for that purpose. C. No addenda will be issued later than four (4) days prior to the date for receipt of bids, except for any one or more of the following reasons: 1. An addendum withdrawing the request for bids. 2. An addendum which includes postponement of the date for receipt of bids. 3. An addendum issued after receipt of bids and prior to execution of the contract. D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". ILM F. Where two or more bids for designated portions of the work have been requested, _ Zthe bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. Li G. Each copy of the bid shall include the legal name of the bidder and a statement c.< that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B. Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney. C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. 4.3 Bidder Status Form A. Bidder Status form shall be submitted with the bid, in a separate envelope. 4.4 Submission of Bids A. All copies of the bid, the bid security and other documents required to be submitted with the bid shall be enclosed in sealed opaque envelopes as instructed in Section NB — Note to Bidders. All envelopes shall be addressed to the party receiving the bids ("City Clerk, City of Iowa City"), and shall be identified with the project name, the bidder's name and address, and the envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. C1TV0F1C-CITVCLERxK 1. Location: Office of City Clerk, City Hall, 410 East WashinglUAA996 12 PM4:0 7 Iowa City, Iowa 52240 2. Time and Date: Before 3:00 p.m. on Tuesday, June 13, 2017. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.5 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. C. Withdrawn bids may be resubmitted up to the time designated for the receipt of bids provided that they are then fully in conformance with these Instructions to Bidders. D. Bid security shall be in an amount sufficient for the bid as modified or resubmitted. ARTICLE 5 — CONSIDERATION OF BIDS 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. M f r 5.3 Acceptance of Bid (Award) M 1!•- Q A. It is the intent of the Owner to award a contract to the lowest responsive rte -responsible bidder provided the bid has been submitted in accordance with the ^i requirements of the bidding documents, and does not exceed the funds CL available. The Owner will have the right to waive informalities or irregularities in cr¢ a bid received, and to accept the bid which, in his judgment, is in his own best ti interest. B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. C. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to furnish and perform the work described in the bidding documents. D. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. D. The Owner may accept the adjusted bid price or may disqualify the bidder. In the event of either withdrawal or disqualification, bid security will not be forfeited. 11i ARTICLE 7 — PERFORMANCE BOND AND LABOR & MATERIAL PAyMtftj BbJ461TV'CLERK 2017 APR 12 Pw4:07 7.1 Bond Requirements A. The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. 7.2 The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 — PRE-BID CONFERENCE 8.1 Conference A. The project is on public land and bidders may visit the site, to have access to the interiors of the structure, please schedule in advance access with the project architectural consultant, Alan Wieskamp, at Shive-Hattery, Inc., 319-356- 3040 or by email at: awieskamp@shive-hattery.com 8.2 Parking A. Limited metered parking is available neighboring the site. SAREC1Gwemment Buildings and Facilities ManagemenitProjects\City Park Cabin Restoration Project\Front ends and bid documentsXRebid June 20171IB - Instructions to Bidders- City Park Cabin Restoration Project. rabid June 2017.doe FORM OF PROPOSAL CITY0FIC CITYCLERC CITY PARK CABIN RESTORATION PROJECT 2017 APR 12 PM4:07 CITY OF IOWA CITY BIDDERS PLEASE NOTE: 1. PLEASE DO NOT USE THE FORM OF PROPOSAL INCLUDED IN THE BOUND VOLUME OF THE PROJECT MANUAL. SEPARATE COPIES OF THIS PROPOSAL ARE CONTAINED WITHIN THE BACK COVER OF THIS DOCUMENT. Name of Bidder: Address of Bidder: BIDS RECEIVED BEFORE: 3:00 PM local time on June 13, 2017 TO: City Clerk City of Iowa City City Hall 410 East Washington Street Iowa City, Iowa 52240 In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to furnish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY PARK CABIN RESTORATION PROJECT in strict accordance with the Project Manual and the Drawings dated April 18, 2017, including Addenda numbered and inclusive, prepared by Shive-Hattery, Inc., for the amounts of : BASE BID: Roof Repairs Alternate No. 1: Foundation Work: Add the Sum of: Dollars Dollars Alternate No. 2: Log Rehabilitation and Restoration: Add the Sum of: Dollars FP -1 of 3 N Alternate No. 3: Floor Rehabilitation and Restoration: Add the Sum of: Alternate No. 4: Window and Door Repairs: Add the Sum of: Total amount with all alternates: Dollars ($ ) Dollars Dollars ($ ) Unit Price No. 1: Log replacement- debarked, round softwood logs Dollars ($ ) Per Board Ft. Unit Price No. 2: Log replacement- debarked, hewn square hardwood timbers Dollars Per Board Ft. Unit Price No. 1: Log replacement- Sawn Lumber Replacement Dollars Per Board Ft. The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. FP -2 of 3 The undersigned bidder states that this proposal is made in Documents and agrees that, in the event of any discrepancies conditions of this proposal and the Contract Documents prepared more specific shall prevail. CITYOFIC-CITYCLERK 2017 APR 12 PM4:07 conformity with the Contract or differences between any by the City of Iowa City, the In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days following the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before August 31, 2018. Firm: Signature: Printed Name: Title: Address: Phone: Contact: FP -3 of 3 CITYOFIC-CITYCLERK 2417 APR 12 PM4:07 o�e as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated Project. NOW, THEREFORE, (a) If said Bid shall be rejected, or in the alternate, for (b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified, and the Principal shall then furnish a bond for the Principal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this day of A.D., 20_ (Seal) Witness Principal By (Title) (Seal) Surety By Witness (Attorney-in-fact) Attach Power-of-Attomey BB -1 of 1 FORM OF AGREEMENT CITYCFIC-CITYCLERK 2017 RPR 12 Pw4:07 THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 4th day of April, 2017, for the City Park Cabin Restoration ('Project'), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; L Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit AG -1 of 2 heLO Ly 0 vL'L � cv Ce O& a c5 a LL cx �C'q v prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: and no/100 Dollars ($ .00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is and final completion date 7. CONTRACT DATE 20' day of June, 2017. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER XX -XXX]. City (Signature) (Printed name) Mayor ATTEST: (Printed name) City Clerk Contractor (Signature) (Printed name) (Company OfficialTitle) ATTEST: (Printed name) (Company Official Title) Approved By: AG -2 of 2 City Attorney's Office PERFORMANCE AND PAYMENT BOND CITYOFIC-CITYCLERK a2017 RPR 12 pm4:08 (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner. in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, Contractor has, as of (date) entered into a written Agreement with Owner for the City Park Cabin Restoration Project; and WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Shive-Hatterv. Inc, which Agreement is by reference made a part hereof, and the agreed- upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determination by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the PB -1 of 2 Lu balance of the Contract Price, but not exceeding the amount set forth in the rj a X first paragraph hereof. The term "balance of the Contract Price," as used in a- cv ca this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. � ra C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontractors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 20 SIGNED AND SEALED THIS IN THE PRESENCE OF: Witness Witness PB -2 of 2 (Principal) (Title) (Surety) (Title) (Street) (City, State, Zip) (Phone) 2017 APR 12 P4:00 Contract Compliance Program CITYOFIC-CITYCLECK 20 17 AF[R 12 PA: 08 SECTION [-GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. 2. All City contractors, vendors, and consultants with contracts of $25,000 or more (or less) if required by another governmental agency) must abide by the requirements of the City's Contract Compliance Program. Emergency contracts may be exempt from this provision at the discretion of the City. Regardless of the value of the contract, all contractors, vendors, and consultants are subject to the City's Human Rights Ordinance, which is codified at Article 2 of the City Code. 3. Contracting departments are responsible for assuring that City contractors, vendors, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible foranswering questions about contractor, consultant and vendor compliance during the course of the contract with the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist in nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1. CC -I of 8 CL 6 Lw mut SECTION II -ASSURANCE OF COMPLIANCE �-N ci ' The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity rj oo_ Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS a SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. r� O With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows (For the purposes of these minimum requirements, "contractor"- shall include consultants and vendors.) The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated during employment without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note: Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the regulations (see generally 29 U.S.C.§ 1608 et sec. and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity policy statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ---- Phone number Address 5. The undersigned agrees to display, in conspicuous places at the work site, all posters required by federal and state law for the duration of the contract. NOTE: The City can provide assistance in obtaining the necessary posters. CC -2 of 8 CITYGFIC-CITYCLERK 2017 APR 12 px4:08 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) thatyou are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Phone Number Signature Title Print Name CC -3 of 8 Date ss SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES .t I. COMPANY POLICY &etermine your company's policy regarding equal employment opportunities. Document the policy and [post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy Citatement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page p o s t i n g s, employee handbooks, and advertising. 2. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Your staff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done by identifying yourself on all recruitment advertising as "an equal opportunity employer'. (b) Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recruitment will only perpetuate the current composition of your workforce. Send recruitment sources a letter annually which reaffirms your commitment to equal employment opportunity and requests their assistance in helping you reach diverse applicant pools. (c) Analyze and review your company's recruitment procedures to identify and eliminate discriminatory barriers. (d) Select and train persons involved in the employment process to use objective standards and to support equal employment opportunity goals. (e) Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (f) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for?' Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews ca ref uIIy. Prepare i nte ry i ew questions in advance to a s s u re t h at they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 of 8 CITYCFIC-CITYCLERK 2017 RPR 12 PM4:08 I r Ilf matt All tz= _ MAN CITY OF IOWA CITY Attached for your information is a copy of Section 2 — 3 — 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction with your performance under a contract with the City. CC -5 of 8 CL Cr Lu Co Jv 'SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY all employees of This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , ra ce, religion, sex, or sexual orientation. The anti -discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities for employment. The Equal Employment Opportunity Officerfor-------------- is: Name: Address: -------------- Telephone Number: ------- NOTE: This is a SAMPLE ONLY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -6 of 8 CITYSFIC-CITYCLERK 2017 APR 12 PM4:08 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person orto discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. Itshall be unlawful for any labor organization to refuse to admit to membership, apprenticeship or training an applicant, to expel any member, orto otherwise discriminate against any applicant for membership, apprenticeship ortraining or any member inthe privileges, rights or benefits of such membership, apprenticeship ortraining because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) D. Employment policies relating to pregnancy and childbirth shall be governed by the following: 1. A written or unwritten employment policy or practice which excludes from employment applicants or employees because of the employee's pregnancy is a prima facie violation of this title. 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, childbirth and recovery therefrom are, for all job related purposes, temporary disabilities and shall be treated as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee a test for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares through the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: 1. Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 of 8 Inc.to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide m occupational qualification. (Ord. 94-3647, 11-8-1994) _d Q 5. N 2. An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment V c shall not discriminate among the disabled or elderly on the basis of age, color, creed, cx disability, gender identity, marital status, national origin, race, religion, sex or sexual ILL C orientation. (Ord. 95-3697, 11-7- 1995) r- o U N 1. The employment of individuals forworkwithin the home ofthe employer ifthe employer or members of the family reside therein during such employment. 2. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 3. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 4. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of disability in those certain instances where presence of disability is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12-16-2003) 6. Any employer who regularly employs less than four (4) individuals. For purposes of this section, individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- 4312, 8-11-2008) CC -8 of 8 CCITYOFIC-CITYCLERK CITY OF IOWA CITY 2017 APR 12 PM4:Q8 WAGE THEFT POLICY It is the policy of the City of Iowa City, as expressed by City Council Resolution No. 15-364 adopted on November 10, 2015, not to enter into certain contracts with, or provide discretionary economic development assistance to, any person or entity (including an owner of more than 25% of the entity) who has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, for a period of five (5) years from the date of the last conviction, entry of plea, administrative finding or admission of guilt. (hereinafter "Wage Theft Policy") Application. The Wage Theft Policy applies to the following: a. Contracts in excess of $25,000 for goods, services or public improvements. b. Contracts for discretionary economic development assistance. "Discretionary" economic development assistance shall mean any economic development assistance provided by the City of Iowa City that is not required by law. II. Exceptions. The Wage Theft Policy does not apply to emergency purchases of goods and services, emergency construction or public improvement work, sole source contracts excepted by the City's purchasing manual, cooperative/piggyback purchasing or contracts with other governmental entities. III. Affidavit. The contracting entity must complete the attached affidavit showing compliance with the Wage Theft Policy and provide it to the Contracting Department prior to the execution of the contract. Contract provision: Any contract to which this policy is applicable will include the following contract provision: If the City becomes aware that a person or entity (including an owner of more than 25% of the entity) has admitted guilt or liability or been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages, within the five (5) year period prior to the award or at any time after the award, such violation shall constitute a default under the contract. IV. Waivers. If a person or entity is ineligible to contract with the City as a result of the Wage Theft Policy it may submit a request in writing indicating that one or more of the following actions have been taken: a. There has been a bona fide change in ownership or control of the ineligible person or entity; b. Disciplinary action has been taken against the individual(s) responsible for the acts giving rise to the violation(s); c. Remedial action has been taken to prevent a recurrence of the acts giving rise to the disqualification or default; or d. Other factors that the person or entity believes are relevant. The City Manager or Designee shall review the documentation submitted, make any inquiries deemed necessary, request additional documentation if warranted and determine whether a reduction in the ineligibility period or waiver is warranted. Should the City Manager or Designee determine that a reduction or waiver of the ineligibility period is warranted the City Manager or Designee shall make such recommendation to the City Council. The City Council will make a final decision as to whether to grant a reduction or waiver. V T-1 of 2 Ci m— N L7 t� V ct. L 0 H STATE OF rm c, WAGE THEFT AFFIDAVIT ) ss: COUNTY ) upon being duly sworn, state as follows: 1. 1 am the [position] of ["contracting entity"] and have the authority to execute this affidavit on behalf of said contracting entity and any person or entity with an ownership interest in said contracting entity of more than 25%. 2. Neither [contracting entity] nor any person or entity with an ownership interest of more than 25% of said contracting entity has been adjudicated guilty or liable in any judicial or administrative proceeding of committing a repeated or willful violation of the Iowa Wage Payment Collection law, the Iowa Minimum Wage Act, the Federal Fair Labor Standards Act or any comparable state statute or local ordinance, which governs the payment of wages in the last 5 years. This instrument was acknowledged before me by Signature on , 20_ Notary Public in and for the State of \Arr_7 of 0 CITYOFIC-CITYCLERK 2017 APR 12 pm4:08 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. GC -1 CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 -GENERAL 1.1 INTRODUCTION CITYOFIC-CITYCLERK 2017 APR 12 pm4:O8 A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strike eut and additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. E. Delete all references to mediation and arbitration in their entirety. 1.2 ARTICLE 1 - GENERAL PROVISIONS A. Add the following paragraph 1.1.1.1 Contract Documents to read as follows: 1.1.1.1 Any reference within the Contract Documents of the Agreement between Owner and Contractor should be substituted with of the Form of Agreement between Owner and Contractor (hereinafter the Agreement). The Form of Agreement is listed as AG in the project manual. B. Change paragraph 1.1.3 to read as follows: 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials which any part of the Contract Documents require him to provide. C. Add the following paragraph 1.2.4: 1.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2 -OWNER A. Change paragraph 2.4 to read as follows: 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after .eseipt-e# written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the reasonable entire LU cost of correcting such deficiencies, including Owner's expenses and compensation for the 5-5- w Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys' fees and expenses made necessary by such default, neglect, or failure. c Gh ..,..i,.., by the n_.•ce. and amounts charged to the G9RtFRGtA ;yare both sbjeGt to ^F aI of the ArGhiteGt If payments then or thereafter due the r Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a N release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A. Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractor's review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner or Architect for damage resulting from errors, inconsistencies or omissions in the Contract Documents unless the Contractor recognized such error, inconsistency or omission and knowingly failed to report it to the Architect. If the Contractor performs any construction activity 'nAGWi^g it invelves involving a recognized error, inconsistency or omission in the Contract Documents without such notice to the Architect, the Contractor shall assume apprepriate responsibility for such performance and shall bear an appropriate amount of the attributable all costs for correction. The Contractor shall perform no portion of the Work at any time without Contract Documents or, where required, approved Shop Drawings, Product Data or Samples for such portion of the Work. B. Change paragraph 3.3.2 to read as follows: 3.3.2 The Contractor shall be responsible to the Owner for acts and omissions of the Contractor's employees, Subcontractors, Sub -subcontractors, vendors, materialmen and suppliers and their agents and employees, and other persons performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the Contractor. SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 CITYOFIC-CITYCLERK 2017 APR 12 Pw4:00 E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 0160 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor., .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. .5 will adhere to the contract schedule F. Change paragraphs 3.5 to read as follows: 3.5 The Contractor warrants to the Owner and Architect that materials and equipment furnished under the Contract will be of good quality and new unless the Contract Documents require or permit otherwise. The Contractor further warrants that the Work will conform with the requirements of the Contract Documents and will be free from defect, exGeet te- these inherent the quality of the Wprk the Cnntrant Don ,„e.,ts requiFe 9F peFFnit. Work, materials or equipment not conforming to these requirements may be considered defective. The Contractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall seraPly perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work. Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full apprepdate responsibility for such Work and shall bear the costs attributable to the reFmst,•^^t'^o^ and expenses of correcting or replacing such Work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if etheF ^^t disputes the Ar^``'t^^''^ dote-Fmin^t'^^ ef J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and one sepy a all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. Change paragraph 3.13 to read as follows: 3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, statutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the Contract Documents and shall not unreasonably encumber the site with materials or equipment. The Contractor acknowledges that the property on which the Project and Work are located may be occupied and in use by the Owner during the execution of the Work. The Contractor shall perform and coordinate its work in such a manner that the portions of the property occupied and in use will not be encumbered or the use interfered with or interrupted. L. Change paragraph 3.17 to read as follows: 3.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However, if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages, losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property , but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 may be liable, gardless er _ hethcr Ar not c..ch claim less c. a .,, ..au d-' ems.. ......... ..damage, ..�:..,.... paFt by a paFty '^•'eM^'E'ed hereunder- Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1• CITYOFIC-CITYCLERK 2017 APR 12 PM4:09 N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1 lNIF_131 I:01 1 =K ! s_V Til : I 10 =101 A. Change paragraph 4.1.2 to read as follows: 4.1.2 Duties, responsibilities and limitations of authority of the Architect as set forth in the Contract Documents shall not be restricted, modified or extended without written consent of the Owner-,4eairasier and Architect. Consent shall not be unreasonably withheld. B. Change paragraph 4.2.1 to read as follows: 4.2.1 The Architect will provide administration of the Contract as described in the Contract Documents and will be the Owner's representative as provided herein during construction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents. C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 4.2.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and sekify recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.5.2 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, Subcontractors, material and equipment suppliers, their agents or employees, or other persons SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 c performing portions of the Work. L, .. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: " c 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. T"�"�s c- V.. r— Pxhibit tp hp in rated in the Contract rinn e.dc w 4" 4.2.11 The Architect will interpret and make recommendations to the Owner regarding decide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. If no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations clegis.o.inns of the Architect will be consistent with the intent of and reasonably inferable from the Contract Documents and will be in writing or in the form of drawings. When making such interpretations and recommendations desisieas, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations dPn;cJn ,; rendered in good faith. 1.6 ARTICLE 5 -SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: 5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those persons, firms, companies or other parties to whom it proposes/intends to enter into a subcontract regarding this project as required on the Bid Form and the Agreement. 1. If no minority business enterprises (MBE) are utilized, the CONTRACTOR shall furnish documentation of all efforts to recruit MBE's. B. Change paragraph 5.3 to read as follows: 5.3 By appropriate agreement, written where legally required for validity, the Contractor shall require each Subcontractor, to the extent of the Work to be performed by the Subcontractor, to be bound to the Contractor by terms of the Contract Documents, and to assume toward the Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors for any breach of said warranties. SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS CITYOFIC-CITYCLERK A. Delete paragraph 6.1.4 in its entirety. 2017 RPR 12 Pm4'09 B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wre"ofully causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: B. Add paragraph 7.2.2 as follows: 7.2.2 A Change Order is conclusively presumed to include all adjustments in Contract Time and Contract Sum necessary to complete the change to the Work and related parts of the Work. C. Add paragraph 7.2.3 as follows: 7.2.3 In all Change Orders or Construction Change Directives, the allowance for Overhead and profit to be included in the total cost to the Owner shall not exceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (155/o) of the cost. .2 For the Contractor, for Work performed by his Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8 -TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer his men to such points and execute such portion of his work as may be required to SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 cs2, r`, t.I , enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: a� 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the 7 Owner, or by changes ordered in the Work, or by labor disputes, fire, uRusual delay^^ delivp^^s rd unavoidable casualties or other causes beyond the Contractor's control, of by delay authGrizoa c delay, then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: S 1. Upon failure of the Contractor to achieve "Final Completion" of the Work in compliance with requirements of the Contract Documents: The Contractorshall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Final Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided forin the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the amount of liquidated damages shall commence on the date the Owner notifies the Contractor of this intent. 3. Liquidated damages assessed in accordance with these provisions are exclusive of other monetary damages to which the Owner may be entitled as a direct result of the Contractor's failure to achieve final completion of the Work in accordance with requirements of the Contract Documents. These liquidated damages are not intended to be exclusive of Owner's right to terminate this Contract based on Contractors' failure to comply with the terms and provisions of the Contract. 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Final Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. CITY[PFIC-CI7YCLERK B. Change paragraph 9.4.1 to read as follows: 2017 APR 12 PM4:09 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this effect. C. Add paragraph 9.4.2.1: 9.4.2.1 The Architect's determination as to the issuance of or withholding of or the amount of payment reflected on Certificates of Payment shall subject the Architect to no liability whatsoever to the Owner, Contractor, Surety, or any other person. D. Change paragraph 9.6.1 to read as follows: 9.6.1 The Owner shall make partial payments to the Contractor within 30 days after the Owner has received a Certificate for Payment from the Architect. To insure proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment ... the manRer and within the time pre,;ded .^ the (;e^tr^^t n..^ ..,e^t^ ^^d shall ^ etify the Ar^h'te.d E. Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial Completion, shall establish responsibilities of the Owner and contractor for security, maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. `^'arra^t'^^ required by the G^^tr.,^t ..rtie^ thereet ^less ,.thy^.; ^ pFe.; ded in the rediti^^te of c bstaRtial GE)Mpl8tiGA. F. Add paragraph 9.10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 r submitted to the Owner prior to the start of construction and supplemented as necessary LL, throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and ! ` State laws regarding hazardous chemicals and right-to-know. B. Change paragraph 10.2.4 to read as follows: r- 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the work is performed. 1.12 ARTICLE 11 - INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11.1.2 The insurance required by Subparagraph 11. 1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence er claims -made basis and shall be maintained without interruption from the date of commencement of the Work until the date of final payment and termination of any coverage required to be maintained after final payment, and, with respect to the contractor's completed operations coverage, until the expiration of the period for correction of Work or for such other period for maintenance of completed operations coverage as specified in the Contract Documents. C. Change paragraph 11.1.3 to read as follows: 11.1.3 Certificates of Insurance acceptable to the Owner shall be filed with the Owner prior to commencement of the Work and thereafter upon renewal or replacement of each required policy of insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.1.2. Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11.1.4 in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 Tvpe of Coverage Comprehensive General Liability Bodily Injury & Property Damage* Automobile Liability Bodily Injury & Property Damage Excess Liability Employer's Liability Each Accident Each Employee Policy Limit Professional Liability (if applicable) Each Occurrence Aggregate $1,000,000 $2,000,000 Combined Single Limit $1,000,000 $1,000,000 $1,000,000CITVOFIC-CITVCLERK 2017 APR 12 PmA:09 $500,000 $500,000 $500,000 $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. Property Damage liability insurance must provide explosion, collapse and underground coverage. Comprehensive General Liability using Insurance Services Office CG0001 or equivalent shall include Contractual, Premises & Operations, Products & Completed Operations, Independent Contractors, Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per Project) endorsement. Automobile Liability shall include all owned, non -owned and hired autos and also coverage for Contractual Liability. Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Tthe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. (See attached). 11. 1.5 The City requires that the Contractor's Insurance carrier be A rated or better by A.M. Best. In addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or SUPPLEMENTARY CONDITIONS DOCUMENT SC -11 wco limitations not common to the type of coverage being provided, such exclusions or .,J c limitations shall be noted on the Certificate of Insurance and copies of such shall be } a attached thereto. N H c' 11.1.9 The Contractor shall include the City as additional insured on all policies except b ¢ workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except p worker's compensation and professional liability. Such additional insured c� endorsement(s) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with repect to all required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental Immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. If Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A. if the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. B. If Contractor's insurance is canceled or is allowed to lapse during said period, Contractor shall be required to obtain replacement insurance coverage to fulfill its obligation hereunder. C. If, during said period, Contractor voluntarily changes insurance carriers or is required to obtain replacement coverage from another carrier, Contractor shall either (1) purchase "tail" coverage from its first carrier effective for a minimum of two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or 'prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case maybe. 11.1.12 In the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, or in the event that Contractor incurs liability losses, either due to activities under this Contract or due to other activities not under this Contract but covered by the same insurance, and SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 E. such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 In the event that any of the policies or insurance coverage identified on Contractor's Certificate of Insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: CITY®FIC-CITYCLERK 2017 RPR 12 PX4:09 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the Work at the Site in the amount of the full replacement cost thereof (subject to such deductible amounts as may be provided in the Supplementary Conditions or required by Laws and Regulations). This insurance shall: .1 include the interests of OWNER, CONTRACTOR, Subcontractors, Owner's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, and the officers, directors, partners, employees, agents, and other consultants and subcontractors of each and any of them, each of whom is deemed to have an insurable interest and shall be listed as an additional insured; .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and .7 be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 shall specifically cover such insured objects or additional property insurance as may be Lu c required by Laws and Regulations which will include the interests of OWNER, } d CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is V Ce deemed to have an insurable interest and shall be listed as an insured or additional insured. to ti p 11.3.3A11 the policies of insurance (and the certificates or other evidence thereof) g ev required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver the required Bonds to the Owner prior to the signing of the Agreement. .1 The Performance, Labor and Material Bond shall be executed in conformity with the American Institute of Architect's Document A-312 (1984 Edition), with coverage provided by a surety having a financial rating from A.M. Best of A, VII or higher. .2 Whenever the Contractor shall be and is declared by the Owner to be in default under the Contract, the Surety and Contractor are each responsible to make full payment to the Owner for any and all additional services of the Architect as defined in the Owner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default or defaults or perform the work. SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act, (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (f) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS CITYAEIC-CITYCLERK 2017 APR 12 Pm4:09 A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa of the Plane ..,here the PFGjeGt :n ieGatted a _n f that Z the ^.tics have seleGtPd nrbitrgfin as the m 14. d of binding dispute rel 4'en the Federal Arbitration Art shall o n Sentian 15.4 B. Change paragraph 13.3.1 to read as follows: 13.3.1 Written notice shall be deemed to have been duly served if delivered in person to the individual, to a member of the firm or entity or to an officer of the corporation for which it was intended, or if delivered atrr sent by registered or certified mail to the last business address known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testing laboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall bear all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 13.7 E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 m layoff or termination; rates of pay or other forms of compensation; and selection for LUQ training, including apprenticeship. The contractor agrees to post in conspicuous places, p cx,: available to employees and applicants for employment, notices setting forth the policies nl of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or ¢ advertisements for employees placed by them or on their behalf, state that all qualified N applicants will receive consideration for employment without regard to race, religion, =" color, sex, age, disability or national origin or otherwise as may be required by local or vN state ordinance F. Add the following Section 13.9: 13.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -1. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. Add the following paragraph 14.2.1.5: .5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.2.4 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be certified by the Initial Decision Maker, upon application, and this obligation for payment shall survive termination of the Contract. The Contractor shall bear all testing, engineering, accounting, and legal expenses made necessary as a result of termination of the Contract. 1.15 ARTICLE 15- CLAIMS AND DISPUTES A. Change paragraphs 15.1.1 through 15.1.3 to read as follows: 15.1.1 Definition. A Claim is a demand or assertion by one of the parties seeking, as a matter of right, payment of money, or other similar relief with respect to the administration terms of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims. Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later. An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. unless submitted in a t;mely 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 I payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 15.2.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, if the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The apprGval n, rejeGtion of a Clam by the initial de shall___oma rhP Fn..,hP F.,.. and binding OR the paFties but s6ibjeGt tG mediation and, if the paFties fail to resolve thelF disputes thrnnnh Fnediatieri, to binding dispute rnl♦io arbitratiGn- C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. D. Delete Section 15.3 MEDIATION in its entirety. CITVOFIC-CITYCLERK 2017 APR 12 Pm4:09 E. Delete Section 15.4 ARBITRATION in its entirety. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 idder Status Form To be completed by all bidders Part A Please answer "Yes" or "No" for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑ Yes ❑ No My company has an office to transact business in Iowa. ❑ Yes ❑ No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑ Yes ❑ No My company has been conducting business in Iowa for at least 3 years prior to the first request for bids on this project. ❑ Yes ❑ No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would qualify as a resident bidder in Iowa. If you answered "Yes" for each question above, your company qualifies as a resident bidder. Please complete Parts B and D of this form. If you answered "No" to one or more questions above, your company is a nonresident bidder. Please complete Parts C and D of this form. CITVDFIC-CITVC4 ERR To be completed by resident bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: —/—/—to / / Address: City, State, Zip: Dates: / / to / / Address: City, State, Zip: Dates: / ! to / / Address: You may attach additional sheet(s) if needed. City, State, Zip: To be completed by non-resident bidders Part C 1. Name of home state or foreign country reported to the Iowa Secretary of State: 2. Does your company's home state or foreign country offer preferences to bidders who are residents? ❑ Yes ❑ No 3. If you answered "Yes" to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my bid. Date: You must submit the completed form to the governmental body requesting bids per 875 Iowa Administrative Code Chapter 156. This form has been approved by the Iowa Labor Commissioner. 309-0001 02-14 wc? Worksheet: Authorization to Transact Business CO is worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following tjd&cribes your business, you are authorized to transact business in Iowa. ❑¢ Q ,Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. �Q Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners orjoint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. 309-6001 02-14 BSF-2 of 2 SECTION 011000 SUMMARY PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: CITYOFIC-CITYCEERK 1. Project information. 2017 APR 12 Pw4:09 2. Work covered by Contract Documents. 3. Selected construction scope. 4. Access to site. 5. Work restrictions. 6. Specification and drawing conventions. B. Related Requirements: Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: Restoration and rehabilitation of historic log cabins. Project Location: Upper City Park, Iowa City, Iowa, 52240. B. Owner: City of Iowa City Owner's Representative: Kumi Morris, Facilities Manager, City of Iowa City. C. Architect: Alan Wieskamp, Shive-Hattery, Inc. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: Restoration and rehabilitation of existing historic log cabins sited within upper City Park. Restoration work consists of removal of damaged roofing materials and reconstruction of roofs in entirety using salvaged lumber from existing cabins and reclaimed lumber. Temporary support or jacking and moving the cabins to install new concrete foundation systems to stabilize and re -level cabin structures. Removal of rotted logs, lumber and boards and the stabilization of existing units which are deemed salvageable for continued use. Repair and stabilization of existing wood windows and doors for continued use. City Park Cabin Restoration Project SUMMARY Project # 2162230 011100-1 City Park Cabin Restoration Project am „ dCO Project # 2162230 Lu m -� } a. Base Bid: All work associated with roofs, and allowances shall be included in base bid. h-• N V b. All other work will be selected in order of priority listed in Section "Alternates" for ? ¢ restoration work shown in documents. LL r 2. Contractor shall familiarize themselves with the Allowances, Unit Prices and Alternate sections of N the specifications for limits of work and how project will be awarded. B. Type of Contract: 1. Project will be constructed under a single prime contract. a. General Contractor shall employ or contract with workers who have documented experience in historic restoration work for products and craftsmanship required by other sections of these contract documents. 1.5 SELECTED CONSTRUCTION SCOPE A. The Work shall be conducted per direction from Owner's selected alternates, with each alternate coordinated to minimize adversely affecting the work of other alternates. 1. Upon notification from owner on the alternates that are selected based on available budget and the alternate's priority, contractor is responsible for setting a schedule and sequence which will allow the work to progress without prolonged downtime between required scopes of work to complete each alternate. 2. Before commencing Work of each alternate, submit an updated copy of Contractor's construction schedule showing the sequence, commencement and anticipated completion dates for the work of each alternate. 3. Note to Bidders: Alternates are sequentially listed based on priority. Alternates will be accepted in the order listed. Foundations and levelling the cabins are highest priority prior to roof repairs being completed. Rehabilitation of the log walls are second. Repairs to the floor framing and floor boards are third, and repairs to the windows and doors are fourth. 1.6 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Limits: Limit site disturbance, including earthwork and clearing of vegetation, to 30 feet (9.2 m) beyond building perimeter; stay outside of 10 feet (3 m) beyond existing trees; with a preference to stay within 25 feet (7.6 m) of adjacent parking and paved areas. 2. Driveways, Walkways: Keep driveways and walkways serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. SUMMARY 011100-2 City Park Cabin Restoration Project Proiect # 2162230 C. Condition of Existing Building: Protect portions of existing building exposed by construction operations in a weathertight cover throughout construction period. Remove materials in entirety if materials are to be re -used. Store materials in weathertight cover for eventual re -installation. 1.7 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On -Site Work Hours: No limitation of work hours on-site. CIi''t0FIC-CIXYCL+. RK C. Nonsmoking site: Smoking is not permitted within park buildings. There are adja T72kjt'n%A1?ti6V1:09 where smoking and trash receptacles are available. D. Employee Screening: Comply with Owner's requirements for background screening for sex offender status of Contractor personnel working on Project site. Maintain list of approved screened personnel with Owner's representative. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations published as part of the U.S. National CAD Standard. 3. Keynoting: Work required and associated materials and products required to complete that work, are identified by reference keynotes found in the drawings. 4. Conflicts: When notes on drawings may be in conflict with the language of the specifications, the specifications shall govern. SUMMARY 011100-3 City Park Cabin Restoration Project Vit.' Crj Project # 2162230 LLAJ P7 � PART 2 - PRODUCTS (Not Used) � ra � PART 3 -EXECUTION (Not Used) LJ - SUMMARY 011100-4 END OF SECTION 011000 SECTION 012100 ALLOWANCES PART 1 GENERAL CITY8FIC-CITYCLERN, 2017 PPR 12 Pm 1:09 1.1 SUMMARY A. This Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when additional information is available for evaluation. If necessary, additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Lump -sum allowances. 2. Unit -cost allowances. 3. Contingency allowances. 1.2 SELECTION AND PURCHASE A. At the earliest practical date after award of the Contract, advise Architect of the date when final selection and purchase of each product or system described by an allowance must be completed to avoid delaying the Work. B. At Architect's request, obtain proposals for each allowance for use in making final selections. Include recommendations that are relevant to performing the Work. 1.3 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.4 LUMP -SUM AND UNIT -COST ALLOWANCES A. Allowance shall include cost to Contractor of specific products and materials ordered by Owner under allowance and shall include taxes, freight, and delivery to Project site. B. Contractor's costs for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials ordered by Owner under allowance shall be included as part of the Contract Sum and not part of the allowance. 1.5 CONTINGENCY ALLOWANCES A. Use the contingency allowance only as directed by Architect for Owner's purposes and only by Change Orders that indicate amounts to be charged to the allowance. City Park Cabin Restoration Project ALLOWANCES Project# 2162230 012100-1 4 City Park Cabin Restoration Project a, 7,Project # 2162230 Ltd B. Change Orders authorizing use of funds from the contingency allowance will include Contractor's related costs and reasonable overhead and profit margins. LY rJ M C. At Project closeout, credit unused amounts remaining in the contingency allowance to Owner by Change } r— Order. C'4 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Include Cost of $5,000 for Site regrading around base of cabins to ensure storm water run-off drains away from base of cabins and that soil is a minimum of 8 inches away from all sill logs. Owner may choose to complete all or portions of this work in conjunction with contractor's requirement to restore portions of site used for staging and parking of vehicles. B. Contingency Allowance: $5,000, to be used towards unit pricing for uncovered damage of logs, dimensioned lumber or trim not disclosed in documents. END OF SECTION 012100 ALLOWANCES 012100-2 SECTION 012200 UNIT PRICES PART1-GENERAL 1.1 RELATED DOCUMENTS CFTY0FIC-CF1 YO -T- ` 2017 APR 12 pr+4,09 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for unit prices. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for procedures for submitting and handling Change Orders. 1.3 DEFINITIONS A. Unit price is an amount incorporated in the Agreement, applicable during the duration of the Work as a price per unit of measurement for materials, equipment, or services, or a portion of the Work, added to or deducted from the Contract Sum by appropriate modification, if the scope of Work or estimated quantities of Work required by the Contract Documents are increased or decreased. 1.4 PROCEDURES A. Unit prices include all necessary material, plus cost for delivery, installation, insurance, overhead, and profit. B. Measurement and Payment: See individual Specification Sections for work that requires establishment of unit prices. Methods of measurement and payment for unit prices are specified in those Sections. C. Owner reserves the right to reject Contractor's measurement of work -in-place that involves use of established unit prices and to have this work measured, at Owner's expense, by an independent surveyor acceptable to Contractor. D. List of Unit Prices: A schedule of unit prices is included in Part 3. Specification Sections referenced in the schedule contain requirements for materials described under each unit price. City Park Cabin Restoration Project UNIT PRICES Project # 2162230 012200-1 yV C7 W City Park Cabin Restoration Project Project # 2162230 G PART 2 - PRODUCTS (Not Used) C3 a. LL r,-- PART 3 -EXECUTION = � h V 3.1 SCHEDULE OF UNIT PRICES A. Unit Price 1: Log replacement — debarked, round softwood logs 1. Description: Log section required to replace damaged, rotten or unsalvageable log discovered as part of repair work. Section 061323 "Log Structure Restoration." 2. Unit of Measurement: Board foot of lumber contained within log required to patch or replace damaged material. B. Unit Price 2: Log replacement — debarked, hewn square hardwood timbers 1. Description: Log section required to replace damaged, rotten or unsalvageable log discovered as part of repair work. Section 061323 "Log Structure Restoration." 2. Unit of Measurement: Board foot of lumber contained within log required to patch or replace damaged material. C. Unit Price No. 3: Sawn Lumber replacement. 1. Description: Sawn lumber to replace damaged, rotten or unsalvageable lumber discovered as part of repair work, according to Section 061063 "Exterior Rough Carpentry." 2. Unit of Measurement: Board Foot of lumber contained within section of lumber required to patch or replace damaged material. END OF SECTION 012200 UNIT PRICE3S 012200-2 SECTION 012300 ALTERNATES PART 1- GENERAL 1.1 RELATED DOCUMENTS CITYWIC-CITYCLER 2017 OPR 12 Pm4:10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 1.4 A. Section includes administrative and procedural requirements for alternates. DEFINITIONS A. Alternate: An amount proposed by bidders and stated on the Bid Form for certain work defined in the bidding requirements that may be added to or deducted from the base bid amount if Owner decides to accept a corresponding change either in the amount of construction to be completed or in the products, materials, equipment, systems, or installation methods described in the Contract Documents. 1. Alternates described in this Section are part of the Work only if enumerated in the Agreement. 2. The cost or credit for each alternate is the net addition to or deduction from the Contract Sum to incorporate alternate into the Work. No other adjustments are made to the Contract Sum. PROCEDURES A. Coordination: Revise or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. B. Notification: Immediately following award of the Contract, notify each party involved, in writing, of the status of each alternate. Indicate if alternates have been accepted, rejected, or deferred for later consideration. Include a complete description of negotiated revisions to alternates. C. Execute accepted alternates under the same conditions as other work of the Contract. D. Schedule: A schedule of alternates is included at the end of this Section. Specification Sections referenced in schedule contain requirements for materials necessary to achieve the work described under each alternate. City Park Cabin Restoration Project ALTERANTES Project # 2162230 012300-1 U � City Park Cabin Restoration Project Project # 2162230 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 SCHEDULE OF ALTERNATES A. Alternate No. 1: Foundation Work Work: Support log cabin wall structures. Remove existing masonry pier supports. Install reinforced pier foundations as detailed. Clad concrete piers with stone where indicated. Level and support existing log cabin sill logs onto new foundations. B. Alternate No. 2: Log Rehabilitation and Restoration Work: Remove rotten and/or damaged logs. Cut -in patches of new log within existing logs which are salvageable. Remove rotten portions of logs which are still viable by repairing splits, pock- marks, checks or soft spots with epoxy consolidants or epoxy repair mixes. Work under this alternate should include new chinking of all joints. C. Alternate No. 3: Floor Rehabilitation and Restoration Work: Remove existing flooring materials in entirety. Salvage tongue and groove floor boards and floor joist framing to greatest extent possible. Replaced damaged or rotten joist framing. Reinstall existing floor boards and provide new as required to replace damaged or unusable boards, for a complete installation. D. Alternate No. 4: Window and Door Repairs ALTERANTES 012300-2 Work: Remove existing window and door materials in entirety. Retain as much original window material as possible. Replaced damaged, rotten or missing window and door pieces as scheduled. Reinstall repaired windows, square, plumb and level into existing rough openings. END OF SECTION 012300 SECTION 012500 p / SUBSTITUTION PROCEDURES CITY0FIC-CITYCLEW 2171? APR 12 P1O:10 PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use form provided at the end of this section. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. City Park Cabin Restoration Project Project # 2162230 SUBSTITUTION PROCEDURES 012500-1 WCOCity Park Cabin Restoration Project j7 Project # 2162230 a- b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate LL. ¢ contractors that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of N the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Samples, where applicable or requested. C. Certificates and qualification data, where applicable or requested. f. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. g. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. h. Cost information, including a proposal of change, if any, in the Contract Sum. i. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. j. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Construction Change Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. SUBSTITUTION PROCEDURES 012500-2 City Park Cabin Restoration Project Proiect # 2162230 1.6 A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. PART 2 - PRODUCTS CITyG; AC -CITYC ERK 2017 RPR 12 Pm4:10 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Substitution request is fully documented and properly submitted. C. Requested substitution will not adversely affect Contractor's construction schedule. d. Requested substitution is compatible with other portions of the Work. e. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Architect will consider requests for substitution if received within 30 days after commencement of the Work. Requests received after that time may be considered or rejected at discretion of Architect. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost, time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner, and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Substitution request is fully documented and properly submitted. e. Requested substitution will not adversely affect Contractor's construction schedule. f. Requested substitution is compatible with other portions of the Work. SUBSTITUTION PROCEDURES 012500-3 1z N WM Vii City Park Cabin Restoration Project Project # 2162230 F- N *'4 g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. LL CZ i. If requested substitution involves more than one contractor, requested substitution o has been coordinated with other portions of the Work, is uniform and consistent, is V N compatible with other products, and is acceptable to all contractors involved. PART 3 - EXECUTION (Not Used) END OF SECTION 012500 SUBSTITUTION PROCEDURES 012500-4 SECTION 012500.A MATERIAL, PRODUCT OR EQUIPMENT SUBSTITUTION REQUEST CITY0FIC-CITYCLER K 2017 RPR 12 Pm4l:10 PROJECT: City Park Cabin Restoration Project A/E: Shive-Hattery, Inc. 2839 Northgate Drive Iowa City, Iowa 52245 CONTRACTOR: OWNER: City of Iowa City BY: DATE: SPECIFIED MATERIAL, PRODUCT OR EQUIPMENT: Related Specification Sections: Related Drawing Numbers: PROPOSED SUBSTITUTION: REASON FOR PROPOSED SUBSTITUTION: ATTACHED DATA: Attach additional pages, if necessary. 1011161 For Use by the Architect/Engineer: SUBSTITUTION: ❑ Approved ❑ Not Approved ❑ Approved as Noted ❑ Not Approved — Received too Late -32 END OF SECTION 012500 City Park Cabin Restoration Project Project # 2162230 Date: PRODUCT SUBSTITUTION REQUEST 012500.A-1 •k Cabin Restoration Project #2162230 N od a. Ci C^ - C14 N PRODUCT SUBSTITUTION REQUEST 012500.A-2 SECTION 012600 CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 RELATED DOCUMENTS CITYOFIC-CITYCLE17RK 2017 APR 12 PM4:10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements: Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. IfI kyjIIere] we] weF:11-01EMS 10 are10ri0)11N A. Architect will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on AIA Document G710, "Architect's Supplemental Instructions". 1.4 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Architect are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified in Proposal Request after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and City Park Cabin Restoration Project CONTRACT MODIFICATION PROCEDURES Project # 2162230 012600-1 y., City Park Cabin Restoration Project w m Project # 2162230 c"] r `z finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. r a ate. e. Quotation Form: Use forms acceptable to Architect. L� } .r-+ B. Contractor -Initiated Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Architect. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Architect. 1.5 ADMINISTRATIVE C14ANGE ORDERS A. Unit -Price Adjustment: See Section 012200 "Unit Prices" for administrative procedures for preparation of Change Order Proposal for adjusting the Contract Sum to reflect measured scope of unit -price work. 1.6 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.7 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Architect may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. CONTRACT MODIFICATION PROCEDURES 012600-2 City Park Cabin Restoration Project Proiect# 2162230 After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 012600 CITYCFIC-CITYCLERK 2017 APR 12 Pm4; Iii CONTRACT MODIFICATION PROCEDURES 012600-3 CITYOFIC-CITYCLERK 2417 APR 12 FM4: H2 SECTION 013100 PROJECT MANAGEMENT AND COORDINATION PART1-GENERAL 1.1 RELATED DOCUMENTS CITYOFIC-CITYCLERK 2017 APR 12 PO: 10 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: I. General coordination procedures. 2. Requests for Information (RFIs). 3. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 013200 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section 017300 "Execution" for procedures for coordinating general installation and field -engineering services, including establishment of benchmarks and control points. 1.3 DEFINITIONS A. RFI: Request from Owner, Architect, or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Use CSI Form 1.5A. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. B. Key Personnel Names: Within 10 days of starting construction operations, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project City Park Cabin Restoration Project PROJECT MANAGEMENT AND COORDINATION Project # 2162230 013100-1 City Park Cabin Restoration Project Project # 2162230 C UJ J C' um I}- N v� oc �cc o t`' o-� V N I.5 site. Identify individuals and their duties and responsibilities; list addresses and telephone numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Coordination: Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations, included in different Sections that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. C. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: I . Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. PROJECT MANAGEMENT AND COORDINATION 013100-2 UIR City Park Cabin Restoration Project 7. Project closeout activities. E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. Coordinate use of temporary utilities to minimize waste. 1. Salvage materials and equipment involved in performance of, but not actually incorporated into, the Work. See other Sections for disposition of salvaged materials that are designated as Owner's property. CITYOFIC-CITYCLERK 2017 RPR 12 Pm4:10 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. RFI number, numbered sequentially. 6. RFI subject. 7. Specification Section number and title and related paragraphs, as appropriate. 8. Drawing number and detail references, as appropriate. 9. Field dimensions and conditions, as appropriate. 10. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 11. Contractor's signature or stamp. 12. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments on attached sketches. C. RFI Forms: AIA Document G716. 1. Attachments shall be electronic files in Adobe Acrobat PDF format. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven working days for Architect's response for each RFI. RFIs received by Architect after 2:00 p.m. will be considered as received the following working day. PROJECT MANAGEMENT COORDINATION 013100-3 City Park Cabin Restoration Project S� Project # 2162230 t W.4 r`JJ 1. The following Contractor-generated RFIs will be returned without action: � CV C5 a. Requests for approval of submittals. U ¢ b. Requests for approval of substitutions. U- r, C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract j N Documents. e. Requests for adjustments in the Contract Time or the Contract Sum f. Requests for interpretation of Architect's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use AIA. 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Architect's response was received. F. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 2. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. 1.7 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Contractor shall hold meetings every two weeks or as appropriate. 2. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Architect of scheduled meeting dates and times. PROJECT MANAGEMENT AND COORDINATION 013100-4 City Park Cabin Restoration Project Project 4 2162230 3. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 4. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Architect, within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. I. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. CITY0FIC-CITY0 Fr, e. Lines of communications. 2017 APR 12 Pmd:10 f. Procedures for processing field decisions and Change Orders. g. Procedures for RFIs. h. Procedures for testing and inspecting. i. Procedures for processing Applications for Payment. j. Distribution of the Contract Documents. k. Submittal procedures. 1. Use of the premises. M. Responsibility for temporary facilities and controls. n. Construction waste management and recycling. o. Parking availability. p. Office, work, and storage areas. q. Equipment deliveries and priorities. r. First aid. S. Security. t. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Architect of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: PROJECT MANAGEMENT COORDINATION 013100-5 n. Warranty requirements. o. Compatibility of materials. p. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. S. Installation procedures. t. Coordination with other work. U. Required performance results. V. Protection of adjacent work. W. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 10 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Preparation of Contractor's punch list. PROJECT MANAGEMENT AND COORDINATION 013100-6 City Park Cabin Restoration Project Project # 2162230 LJ Q' } a a. Contract Documents. F— N b. Options. ti C. Related RFIs. L ¢ d. Related Change Orders. ® ti e. Purchases. v N f. Deliveries. g. Submittals. h. Review of mockups. i. Possible conflicts. j. Compatibility requirements. k. Time schedules. 1. Weather limitations. in. Manufacturer's written instructions. n. Warranty requirements. o. Compatibility of materials. p. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. S. Installation procedures. t. Coordination with other work. U. Required performance results. V. Protection of adjacent work. W. Protection of construction and personnel. 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner and Architect, but no later than 10 days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Preparation of Contractor's punch list. PROJECT MANAGEMENT AND COORDINATION 013100-6 E. City Park Cabin Restoration Project Proiect # 2162230 e. Procedures for processing Applications for Payment at Substantial Completion and for final payment. f. Submittal procedures. g. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. Progress Meetings: Conduct progress meetings at regular intervals as appropriate for amount of work to be reviewed. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine tr�tcti n behind schedule will be expedited; secure commitments from P�j Q�! B-F�„' do so. Discuss whether schedule revisions are required to ensu raf Nn.Pt�NM:1`" subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Site utilization. 7) Quality and work standards. 8) Status of correction of deficient items. 9) Field observations. 10) Status of RFIs. 11) Status of proposal requests. 12) Pending changes. 13) Status of Change Orders. 14) Pending claims and disputes. 15) Documentation of information for payment requests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. PROJECT MANAGEMENT COORDINATION 013100-7 �11 City Park Cabin Restoration Project pr 5? Project # 2162230 W ..J e7 - a. Schedule Updating: Revise Contractor's construction schedule after each progress v �4 meeting where revisions to the schedule have been made or recognized. Issue Uce revised schedule concurrently with the report of each meeting. LZ! Cr O ti F. Coordination Meetings: Conduct Project coordination meetings at regular intervals appropriate I-0 N for the work required. Project coordination meetings are in addition to specific meetings held for other purposes, such as progress meetings and preinstallation conferences. 1. Attendees: In addition to representatives of Owner and Architect, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meetings shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Review and correct or approve minutes of the previous coordination meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Combined Contractor's Construction Schedule: Review progress since the last coordination meeting. Determine whether each contract is on time, ahead of schedule, or behind schedule, in relation to combined Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 3. Reporting: Record meeting results and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 0 13 100 PROJECT MANAGEMENT AND COORDINATION 013100-8 SECTION 013233 PHOTOGRAPHIC DOCUMENTATION PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. MWEEMERNUT-13TY. 1 A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Periodic construction photographs. 3. Final completion construction photographs. CiTYFFIC_C ,TYCLERK B. Related Requirements: 2017 RPR 12 pg4' 20 1. Section 013300 "Submittal Procedures" for submitting photographic documentation.. 2. Section 017700 "Closeout Procedures" for submitting photographic documentation as project record documents at Project closeout. 1.3 INFORMATIONAL SUBMITTALS A. Digital Photographs: Submit image files within three days of taking photographs. 1. Digital Camera: Minimum sensor resolution of 8 megapixels. 2. Format: Minimum 3200 by 2400 pixels, in unaltered original files, with same aspect ratio as the sensor, uncropped, date and time stamped, in folder named by date of photograph, accompanied by key plan file. 3. Identification: Provide the following information with each image description in file metadata tag: a. Name of Project. b. Date photograph was taken. C. Description of vantage point, indicating location, direction (by compass point), and elevation or story of construction. d. Unique sequential identifier keyed to accompanying key plan. 1.4 USAGE RIGHTS A. Obtain and transfer copyright usage rights from photographer to Owner for unlimited reproduction of photographic documentation. City Park Cabin Restoration Project PHOTOGRAPHIC DOCUMENTATION Project # 2162230 013233-1 X City Park Cabin Restoration Project rz roject # 2162230 J Cr ART 2 - PRODUCTS (NOT USED) V '~ ¢aPAIR T3 -EXECUTION o N M4 V N3.1 CONSTRUCTION PHOTOGRAPHS A. General: Take photographs using the maximum range of depth of field, and that are in focus, to clearly show the Work. Photographs with blurry or out -of -focus areas will not be accepted. 1. Maintain key plan with each set of construction photographs that identifies each photographic location. B. Digital Images: Submit digital images exactly as originally recorded in the digital camera, without alteration, manipulation, editing, or modifications using image -editing software. C. Preconstruction Photographs: Before starting construction, take photographs of Project site, including existing items to remain during construction, from different vantage points, as directed by Architect. 1. Flag construction limits before taking construction photographs. 2. Take photographs to show existing conditions of construction site before starting the Work. 3. Take additional photographs as required to record settlement or cracking of adjacent, pavements, and improvements. D. Periodic Construction Photographs: Take photographs daily, or as appropriate for amount of work completed. Coincide photographs with the cutoff date associated with each Application for Payment. Select vantage points to show status of construction and progress since last photographs were taken. E. Final Completion Construction Photographs: Take color photographs after date of Substantial Completion for submission as project record documents. Architect will inform photographer of desired vantage points. END OF SECTION 013233 PHOTOGRAPHIC DOCUMENTATION 013233-2 SECTION 013300 SUBMITTAL PROCEDURES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. B. Contractor may choose to use paper or electronic format to submit document for review. C. Related Requirements: CITI MFIC—CITYCf Els`. 2ti1iA' 12pm.4:I_m 1. Section 013200 "Construction Progress Documentation" for submitting sche u es and reports, including Contractor's construction schedule. 2. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. Action submittals are those submittals indicated in individual Specification Sections as "action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as "informational submittals." C. File Transfer Protocol (FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device -independent and display resolution -independent fixed -layout document format. City Park Cabin Restoration Project SUBMITTAL PROCEDURES Project # 2162230 013300-1 City Park Cabin Restoration Project 5? Project # 2162230 Lu ...I 4 > cL 1.4 ACTION SUBMITTALS ti A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates y cc required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making VR corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during the fust 60 days of construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the fust complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action; informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect's Digital Data Files: Electronic digital data files of the Contract Drawings will not be provided by Architect for Contractor's use in preparing submittals. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES 013300-2 City Park Cabin Restoration Project Project # 2162230 a. Architect reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow 15 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow 15 days for review of each resubmittal. D. Paper Submittals: Place a permanent label or title block on each submittal item for identification. 1. Indicate name of firm or entity that prepared each submittal on label or title block. 2. Provide a space approximately 3 by 4 inches (75 by 100 mm) on label or beside title block to record Contractor's review and approval markings and action taken by Architect. 3. Include the following information for processing and recording action taken: a. Project name. b. Date. C. Name of Architect. CIT110FIC-CITYCi FRii d. Name of Construction Manager. Lji 7 APS 12 FM:1i e. Name of Contractor. E Name of subcontractor. g. Name of supplier. h. Name of manufacturer. i. Submittal number or other unique identifier, including revision identifier 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.O1.A). j. Number and title of appropriate Specification Section. k. Drawing number and detail references, as appropriate. I. Location(s) where product is to be installed, as appropriate. in. Other necessary identification. 4. Transmittal for Paper Submittals: Assemble each submittal individually and appropriately for transmittal and handling. Transmit each submittal using a transmittal form. Architect will return without review submittals received from sources other than Contractor. a. Transmittal Form for Paper Submittals: Provide locations on form for the following information: SUBMITTAL PROCEDURES 013300-3 City Park Cabin Restoration Project rfroiect # 2162230 c7 z ev 5 ne bg LL p` hs � N 1) Project name. 2) Date. 3) Destination (To:). 4) Source (From:). 5) Name and address of Architect. 6) Name of Contractor. 7) Name of firm or entity that prepared submittal. 8) Names of subcontractor, manufacturer, and supplier. 9) Category and type of submittal. 10) Submittal purpose and description. 11) Specification Section number and title. 12) Specification paragraph number or drawing designation and generic name for each of multiple items. 13) Drawing number and detail references, as appropriate. 14) Indication of full or partial submittal. 15) Transmittal number, numbered consecutively. 16) Submittal and transmittal distribution record. 17) Remarks. 18) Signature of transmitter. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). Provide means for insertion to permanently markings and action taken by Architect. Transmittal Form for Electronic Submittals: containing the following information: record Contractor's review and approval Use electronic form acceptable to Owner, a. Project name. b. Date. C. Name and address of Architect. d. Name of Construction Manager. e. Name of Contractor. f. Name of firm or entity that prepared submittal. g. Names of subcontractor, manufacturer, and supplier. h. Category and type of submittal. i. Submittal purpose and description. j. Specification Section number and title. k. Specification paragraph number or drawing designation and generic name for each of multiple items. SUBMITTAL PROCEDURES 013300-4 City Park Cabin Restoration Project Project # 2162230 1. Drawing number and detail references, as appropriate. in. Location(s) where product is to be installed, as appropriate. n. Related physical samples submitted directly. o. Indication of full or partial submittal. p. Transmittal number, numbered consecutively]. q. Submittal and transmittal distribution record. r. Other necessary identification. S. Remarks. 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: a. Project name. b. Number and title of appropriate Specification Section. F. Options: Identify options requiring selection by Architect. CJTV0F1C-CIT°-jCll;l 2017 APR 12 PM4:I1 G. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Architect on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, and installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. Post paper submittals directly to Architect's address as listed for the Project. SUBMITTAL PROCEDURES 013300-5 City Park Cabin Restoration Project ' Cv Project # 2162230 ffO.' � s }a a. Architect will return copies and retain one copy as Project record document file. rI cs 2. Submit electronic submittals via email as PDF electronic files. cs. p Cr Q r- a. Architect will return annotated file. Annotate and retain one copy of file as an f? N electronic Project record document file. 3. Action Submittals: Submit three paper copies of each submittal unless otherwise indicated. Architect will return two copies. 4. Informational Submittals: Submit two paper copies of each submittal unless otherwise indicated. Architect will not return copies. 5. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. Submit Product Data in the following format options: a. PDF electronic file. b. Three paper copies of Product Data return two copies. unless otherwise indicated. Architect, will C. Shop Drawings: Prepare Project -specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data, unless submittal based on Architect's digital data drawing files is otherwise permitted. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: SUBMITTAL PROCEDURES 013300-6 City Park Cabin Restoration Project Proiect4 2162230 a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches (215 by 280 mm),. 3. Submit Shop Drawings in the following format: a. Two opaque (bond) copies of each submittal. Architect will return one copy. b. Refer to Section 0 13 100 "Project Management and Coordination" for requirements for coordination drawings. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. CITY09FIC-CITYCLERK. d. Number and title of applicable Specification Section. 2417 APR 1'29 PH4:11 e. Specification paragraph number and generic name of each item. 3. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. E. Coordination Drawing Submittals: Comply with requirements specified in Section 0 13 100 "Project Management and Coordination." F. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." G. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900 "Payment Procedures." H. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000 "Quality Requirements." I. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700 "Closeout Procedures." SUBMITTAL PROCEDURES 013300-7 City Park Cabin Restoration Project he S, Project # 2162230 LU r""'jd J. Qualification Data: Prepare written information that demonstrates capabilities and experience a N of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. LL K. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that p ® Installer complies with requirements in the Contract Documents and, where required, is Q N authorized by manufacturer for this specific Project. L. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. M. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. N. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. O. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. P. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. Q. Preconstruction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product, for compliance with performance requirements in the Contract Documents. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. SUBMITTAL PROCEDURES 013300-8 City Park Cabin Restoration Project Proiect# 2162230 3.2 ARCHITECTS ACTION A. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action, as follows: 1. Approved as Submitted 2. Approved as Corrected. 3. Revise and Resubmit. 4. Incomplete -Resubmit. 5. Rejected CITVGFIC-CITYCLERK B. Informational Submittals: Architect will review each submittal and will not r1A?R)X?vRI'4:11 return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Architect. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may be returned by the Architect without action. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300-9 City Park Cabin Restoration Project M Project # 2162230 Lu .J q' V � r- N CJ ®. o r- i— Cr � N SUBMITTAL PROCEDURES 013300-10 SECTION 013591 HISTORIC TREATMENT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS CITYOFIC-CITYCL ERK 2017 RPR 12 PMA: 11 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes general protection and treatment procedures for entire Project and the following specific work: 1. Historic removal and dismantling. 2. Rebuilding, rehabilitation of existing historic materials, restoration of historic structures. B. Related Requirements: 1. Section 040140 "Maintenance of Stone Assemblies" for specific requirements for cleaning and repairing stone. 2. Section 061323 "Log Structure Restoration' for specific requirements for repair of wood log structure. 3. Section 080152.93 "Historic Treatment of Wood Windows" for specific requirements for cleaning and repairing wood windows. 1.3 DEFINITIONS A. Consolidate: To strengthen loose or deteriorated materials in place. B. Dismantle: To disassemble and detach items by hand from existing construction to the limits indicated, using small hand tools and small one -hand power tools, so as to protect nearby historic surfaces; and legally dispose of dismantled items off-site, unless indicated to be salvaged or reinstalled. C. Existing to Remain: Existing items that are not to be removed or dismantled. D. Historic: Spaces, areas, rooms, surfaces, materials, finishes, and overall appearance which are important to the successful preservation, rehabilitation restoration and reconstruction as determined by Architect. E. Match: To blend with adjacent construction and manifest no apparent difference in material type, species, cut, form, detail, color, grain, texture, or finish; as approved by Architect. F. Reconstruct: To remove existing item, replicate damaged or missing components, and reinstall in original position. City Park Cabin Restoration Project HISTORIC TREATMENT PROCEDURES Project# 2162230 013591-1 City Park Cabin Restoration Project mss``' N Project # 2162230 LU .. aQ LL G. Refinish: To remove existing finishes to base material and apply new finish to match original, 1-4 or as otherwise indicated. H. Reinstall: To protect removed or dismantled item, repair and clean it as indicated for reuse, and LL J= reinstall it in original position, or where indicated. r- o U cv I. Remove: Specifically for historic spaces, areas, rooms, and surfaces, the term means to detach an item from existing construction to the limits indicated, using hand tools and hand -operated power equipment, and legally dispose of it off-site, unless indicated to be salvaged or reinstalled. J. Repair: To correct damage and defects, retaining existing materials, features, and finishes while employing as little new material as possible. Includes patching, piecing -in, splicing, consolidating, or otherwise reinforcing or upgrading materials. K. Replace: To remove, duplicate, and reinstall entire item with new material. The original item is the pattern for creating duplicates unless otherwise indicated. L. Replicate: To reproduce in exact detail, materials, and finish unless otherwise indicated. M. Reproduce: To fabricate a new item, accurate in detail to the original, and in either the same or a similar material as the original, unless otherwise indicated. N. Restore: To consolidate, replicate, reproduce, repair, and refinish as required to achieve the indicated results. O. Retain: To keep existing items that are not to be removed or dismantled. Reversible: New construction work, treatments, or processes that can be removed or undone in the future without damaging historic materials unless otherwise indicated. Q. Salvage: To protect removed or dismantled items and deliver them to Owner. R. Stabilize: To provide structural reinforcement of unsafe or deteriorated items while maintaining the essential form as it exists at present; also, to reestablish a weather -resistant enclosure. S. Strip: To remove existing finish down to base material unless otherwise indicated. 1.4 INFORMATIONAL SUBMITTALS A. Qualification Data: For historic treatment specialists as required by other sections of the contract documents. B. Preconstruction Documentation: Show preexisting conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by Contractor's historic treatment operations. C. Historic Treatment Program: Submit before work begins. D. Fire -Prevention Plan: Submit before work begins. HISTORIC TREATMENT PROCEDURES 013591-2 City Park Cabin Restoration Project Project # 2162230 E. Inventory of Salvaged Items: After removal or dismantling work is complete, submit a list of items that have been salvaged. 1.5 QUALITY ASSURANCE CITYCFIC-CITYCLERK 2017 RPR 12 pm4:11 A. Historic Treatment Specialist Qualifications: An experienced firm regularly engaged in historic treatments similar in nature, materials, design, and extent to this work as specified in each section, and that has completed a minimum of five recent projects with a record of successful in-service performance that demonstrate the firm's qualifications to perform this work. 1. Field Supervisor Qualifications: Full-time supervisors experienced in historic treatment work similar in nature, material, design, and extent to that indicated for this Project. Supervisors shall be on Project site during times that historic treatment work is in progress. 2. Worker Qualification: Persons who are experienced in historic treatment work of types they will be performing. B. Historic Removal and Dismantling Specialist Qualifications: A qualified historic treatment specialist. General selective demolition experience is not sufficient experience for historic removal and dismantling work. Work required as part of this contract, require careful disassembly to salvage existing materials for reuse to the greatest extent possible with as little damage as possible. C. Historic Treatment Program: Prepare a written plan for historic treatment for whole Project, including each phase or process and protection of surrounding materials during operations. Describe in detail materials, methods, and equipment to be used for each phase of work. Show compliance with indicated methods and procedures specified in this and other Sections. D. Fire -Prevention Plan: Prepare a written plan for preventing fires during the Work, including placement of fire extinguishers, fire blankets, rag buckets, and other fire -prevention devices during each phase or process. E. Mockups: Prepare mockups of specific historic treatment procedures specified in this Section to demonstrate aesthetic effects and to set quality standards for materials and execution. 1. Typical Removal Work: Remove logs, foundations, slabs as shown on Drawings. 2. Typical Dismantling Work: Dismantle roof and floor framing as shown on Drawings. 3. Typical Restoration Work: Remove, document existing profiles and materials that are salvageable. Provide recommendations and new material used for consolidation and restoration of deteriorated materials. Restore work to subjective approval of all parties involved in project. 4. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. F. Regulatory Requirements: Comply with notification regulations of authorities having jurisdiction before beginning removal and dismantling work. Comply with hauling and disposal regulations of authorities having jurisdiction. G. Standards: Comply with ANSI/ASSE A10.6. HISTORIC TREATMENT PROCEDURES 013591-3 City Park Cabin Restoration Project Q�N Project # 2162230 It. Historic Treatment Preconstruction Conference: Conduct conference at Project site. ca � I. General: Review methods and procedures related to historic treatment including, but not L ¢ limited to, the following: CD r- VN a. Review manufacturer's written instructions for precautions and effects of historic treatment procedures on materials, components, and vegetation. b. Review and finalize historic treatment construction schedule; verify availability of materials, equipment, and facilities needed to make progress and avoid delays. C. Review qualifications of personnel assigned to the work and assign duties. d. Review material application, work sequencing, tolerances, and required clearances. e. Review areas where existing construction is to remain and requires protection. 2. Removal and Dismantling: a. Inspect and discuss condition of construction to be removed or dismantled. b. Review requirements of other work that relies on substrates exposed by removal and dismantling work. 1.6 STORAGE AND PROTECTION OF HISTORIC MATERIALS A. Salvaged Historic Materials: I. Clean only loose debris from salvaged historic items unless more extensive cleaning is indicated. 2. Pack or crate items after cleaning; cushion against damage during handling. Label contents of containers. 3. Store items in a secure area. 4. Protect items from damage during transport and storage. B. Historic Materials for Reinstallation: 1. Repair and clean historic items as indicated and to functional condition for reuse. 2. Pack or crate items after cleaning and repairing; cushion against damage during handling. Label contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment unless otherwise indicated. Provide connections, supports, and miscellaneous materials to make item functional for use indicated. C. Existing Historic Materials to Remain: Protect construction indicated to remain against damage and soiling from construction work. Where permitted by Architect, items may be dismantled and taken to a suitable, protected storage location during construction work and reinstalled in their original locations after historic treatment and construction work in the vicinity is complete. D. Storage and Protection: When taken from their existing locations, catalog and store historic items within a weathertight enclosure where they are protected from wetting by rain, snow, condensation, or ground water, and from freezing temperatures. HISTORIC TREATMENT PROCEDURES 013591-4 City Park Cabin Restoration Project Proiect # 2162230 1. Identify each item with a nonpermanent mark to document its original location. Indicate original locations on plans elevations, sections, or photographs by annotating the identifying marks. 2. Secure stored materials to protect from theft. CITYCEIC-CITYU EK 217 PPR 12 PM4:11 1.7 PROJECT CONDITIONS A. General Size Limitation in Historic Spaces: Materials, products, and equipment used for performing the Work and for transporting debris, materials, and products shall be of sizes that clear available clearances to ensure no damage is done by construction activities. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with removal and dismantling work. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Owner will remove hazardous materials under a separate contract. PART 2 - PRODUCTS - (Not Used) PART 3 -EXECUTION 3.1 HISTORIC REMOVAL AND DISMANTLING SPECIALIST A. Historic Removal and Dismantling Specialist Firms: Subject to compliance with requirements, have historic removal and dismantling performed by a firm specializing in dismantling and documenting of historic materials. 3.2 HISTORIC REMOVAL AND DISMANTLING EQUIPMENT A. Removal Equipment: Use only hand-held tools except as follows or unless otherwise approved by Architect on a case-by-case basis: I . Light jackhammers are allowed subject to Architect's approval. 2. Large air hammers are not permitted. B. Dismantling Equipment: Use manual, hand-held tools, except as follows or otherwise approved by Architect on a case-by-case basis: HISTORIC TREATMENT PROCEDURES 013591-5 City Park Cabin Restoration Project 14 CO Project # 2162230 J Q } LL 1. Hand-held power tools and cutting torches are permitted only as submitted in the historic treatment program. They must be adjustable so as to penetrate or cut only the thickness i of material being removed. ¢ 2. Pry bars more than 18 inches (450 mm) long and hammers weighing more than 2 Ib (0.9 C:) kg) are permitted for dismantling work on a case-by-case basis. cq 3.3 EXAMINATION A. Preparation for Removal and Dismantling: Examine construction to be removed or dismantled to determine best methods to safely and effectively perform removal and dismantling work. Examine adjacent work to determine what protective measures will be necessary. Make explorations, probes, and inquiries as necessary to determine condition of construction to be removed or dismantled and location of utilities and services to remain that may be hidden by construction that is to be removed or dismantled. 1. Verify that affected utilities have been disconnected and capped. 2. Inventory and record the condition of items to be removed and dismantled for reinstallation or salvage. 3. Before removal or dismantling of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 4. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures as a result of removal and dismantling work. B. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. 1. Comply with requirements specified in Section 013233 'Photographic Documentation." C. Perform surveys as the Work progresses to detect hazards resulting from historic treatment procedures. 3.4 PROTECTION, GENERAL A. Comply with temporary barrier requirements in Section 015000 "Temporary Facilities and Controls." B. Ensure that supervisory personnel are on-site and on duty when historic treatment work begins and during its progress. C. Protect persons, motor vehicles, surrounding surfaces of building, building site, plants, and surrounding buildings from harm resulting from historic treatment procedures. 1. Use only proven protection methods, appropriate to each area and surface being protected. 2. Provide barricades, barriers, and temporary directional signage to exclude public from areas where historic treatment work is being performed. HISTORIC TREATMENT PROCEDURES 013591-6 3.5 3.6 City Park Cabin Restoration Project Proiect# 2162230 3. Erect temporary protective covers over walkways and at points of pedestrian and vehicular entrance and exit that must remain in service during course of historic treatment work. 4. Contain dust and debris generated by removal and dismantling work and prevent it from reaching the public or adjacent surfaces. 5. Provide shoring, bracing, and supports as necessary. Do not overload stt3_c irAl=."VCLERv D. Temporary Protection of Historic Materials: 2017 APR 12 PH4:11 1. Protect existing historic materials with temporary protections and construction. Do not deface or remove existing materials. 2. Do not attach temporary protection to historic surfaces except as indicated as part of the historic treatment program and approved by Architect. E. Comply with each product manufacturer's written instructions for protections and precautions. Protect against adverse effects of products and procedures on people and adjacent materials, components, and vegetation. PROTECTION DURING APPLICATION OF CHEMICALS A. Protect motor vehicles, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm or damage resulting from applications of chemical cleaner. B. Cover adjacent surfaces with protective materials that are proven to resist chemicals selected for Project unless chemicals being used will not damage adjacent surfaces as indicated in historic treatment program. Use covering materials and masking agents that are waterproof, UV resistant, and will not stain or leave residue on surfaces to which they are applied. Apply protective materials according to manufacturer's written instructions. Do not apply liquid masking agents or adhesives to painted or porous surfaces. When no longer needed, promptly remove protective materials staining. C. Do not apply chemicals during winds of sufficient force to spread them to unprotected surfaces. D. Neutralize and collect alkaline and acid wastes and legally dispose of off Owner's property. E. Collect and dispose of runoff from chemical operations by legal means and in a manner that prevents soil contamination, soil erosion, undermining of paving and foundations, damage to landscaping, or water penetration into building interior. PROTECTION FROM FIRE A. General: Follow fire -prevention plan and the following. 1. Comply with NFPA 241 requirements unless otherwise indicated. Perform duties entitled "Owner's Responsibility for Fire Protection." 2. Remove and keep area free of combustibles including, rubbish, paper, waste, and chemicals, except to the degree necessary for the immediate work. HISTORIC TREATMENT PROCEDURES 013591-7 City Park Cabin Restoration Project gX � Project # 2162230 LLJ .. � v 5 S a. If combustible material cannot be removed, provide fire blankets to cover such CN materials. i cx L3. Prohibit smoking by all persons within Project work and staging areas except where yo 4 specifically designated for smoking. do V N B. Heat -Generating Equipment and Combustible Materials: Comply with the following procedures while performing work with heat -generating equipment or highly combustible materials, including welding, torch -cutting, soldering, brazing, paint removal with heat, or other operations where open flames or implements utilizing high heat or combustible solvents and chemicals are anticipated: 1. Obtain Owner's approval for operations involving use of open -flame or welding or other high -heat equipment. Use of open -flame equipment is not permitted. Notify Owner at least 48 hours before each occurrence, indicating location of such work. 2. As far as practical, restrict heat -generating equipment to shop areas or outside the building. 3. Do not perform work with heat -generating equipment in or near rooms or in areas where flammable liquids or explosive vapors are present or thought to be present. Use a combustible gas indicator test to ensure that the area is safe. 4. Use fireproof baffles to prevent flames, sparks, hot gases, or other high-temperature material from reaching surrounding combustible material. 5. Prevent the spread of sparks and particles of hot metal through open windows, doors, holes, and cracks in floors, walls, ceilings, roofs, and other openings. 6. Fire Watch: Before working with heat -generating equipment or highly combustible materials, station personnel to serve as a fire watch at each location where such work is performed. Fire -watch personnel shall have the authority to enforce fire safety. Station fire watch according to NFPA 5113, NFPA 241, and as follows. a. Train each fire watch in the proper operation of fire -control equipment and alarms. b. Prohibit fire -watch personnel from other work that would be a distraction from fire -watch duties. C. Cease work with heat -generating equipment whenever fire -watch personnel are not present. d. Have fire watch perform final fire -safety inspection each day beginning no sooner than 30 minutes after conclusion of work at each area of Project site to detect hidden or smoldering fires and to ensure that proper fire -prevention is maintained. C. Fire Extinguishers, Fire Blankets, and Rag Buckets: Maintain fire extinguishers, fire blankets, and rag buckets for disposal of rags with combustible liquids. Maintain each as suitable for the type of fire risk in each work area. Ensure that nearby personnel and the fire watch are trained in fire-extinguisher and blanket operation. 3.7 GENERAL HISTORIC TREATMENT A. Ensure that supervisory personnel are present when historic treatment work begins and during its progress. HISTORIC TREATMENT PROCEDURES 013591-8 00 City Park Cabin Restoration Project ce N Project # 2162230 L� C� � ev a. If combustible material cannot be removed, provide fire blankets to cover such v a materials. LL 3. Prohibit smoking by all persons within Project work and staging areas except where specifically designated for smoking. w. c> cv B. Heat-Generating Equipment and Combustible Materials: Comply with the following procedures while performing work with heat-generating equipment or highly combustible materials, including welding, torch-cutting, soldering, brazing, paint removal with heat, or other operations where open flames or implements utilizing high heat or combustible solvents and chemicals are anticipated: 1. Obtain Owner's approval for operations involving use of open -flame or welding or other high -heat equipment. Use of open -flame equipment is not permitted. Notify Owner at least 48 hours before each occurrence, indicating location of such work. 2. As far as practical, restrict heat -generating equipment to shop areas or outside the building. 3. Do not perform work with heat -generating equipment in or near rooms or in areas where flammable liquids or explosive vapors are present or thought to be present. Use a combustible gas indicator test to ensure that the area is safe. 4. Use fireproof baffles to prevent flames, sparks, hot gases, or other high-temperature material from reaching surrounding combustible material. 5. Prevent the spread of sparks and particles of hot metal through open windows, doors, holes, and cracks in floors, walls, ceilings, roofs, and other openings. 6. Fire Watch: Before working with heat -generating equipment or highly combustible materials, station personnel to serve as a fire watch at each location where such work is performed. Fire -watch personnel shall have the authority to enforce fire safety. Station fire watch according to NFPA 51 B, NFPA 241, and as follows. a. Train each fire watch in the proper operation of fire -control equipment and alarms. b. Prohibit fire -watch personnel from other work that would be a distraction from fire -watch duties. C. Cease work with heat -generating equipment whenever fire -watch personnel are not present. d. Have fire watch perform final fire -safety inspection each day beginning no sooner than 30 minutes after conclusion of work at each area of Project site to detect hidden or smoldering fires and to ensure that proper fire -prevention is maintained. C. Fire Extinguishers, Fire Blankets, and Rag Buckets: Maintain fire extinguishers, fire blankets, and rag buckets for disposal of rags with combustible liquids. Maintain each as suitable for the type of fire risk in each work area. Ensure that nearby personnel and the fire watch are trained in fire-extinguisher and blanket operation. 3.7 GENERAL HISTORIC TREATMENT A. Ensure that supervisory personnel are present when historic treatment work begins and during its progress. HISTORIC TREATMENT PROCEDURES 013591-8 City Park Cabin Restoration Project B. Halt the process of deterioration and stabilize conditions unless otherwise indicated. Perform work as indicated on Drawings. Follow the procedures in subparagraphs below and procedures approved in historic treatment program: 1. Retain as much existing material as possible; repair and consolidate rather than replace. 2. Use additional material or structure to reinforce, strengthen, prop, tie, and support existing material or structure. 3. Use reversible processes wherever possible. 4. Use historically accurate repair and replacement materials and techniques unless otherwise indicated. 5. Record existing work before each procedure (preconstruction) and progress during the work with digital preconstruction documentation photographs. Comply with requirements in Section 013233 "Photographic Documentation." C. Notify Architect of visible changes in the integrity of material or components whether due to environmental causes including biological attack, UV degradation, freezing, or thawing; or due to structural defects including cracks, movement, or distortion. 1. Do not proceed with the work in question until directed by Architect. CITY6FIC-CITYCI_ER t 2017 APR 12 PM4:11 D. Where missing features are indicated to be repaired or replaced, provide features whose designs are based on accurate duplications rather than on conjectural designs, subject to approval of Architect. E. Where Work requires existing features to be removed or dismantled and reinstalled, perform these operations without damage to the material itself, to adjacent materials, or to the substrate. F. Identify new and replacement materials and features with permanent marks hidden in the completed work to distinguish them from original materials. Record a legend of identification marks and the locations of the items on record Drawings. 3.8 HISTORIC REMOVAL AND DISMANTLING A. General: Have removal and dismantling work performed by a qualified historic removal and dismantling specialist. Ensure that historic removal and dismantling specialist's field supervisors are present when removal and dismantling work begins and during its progress. B. Perform work according to the historic treatment program and approved mockup(s). 1. Provide supports or reinforcement for existing construction that becomes temporarily weakened by the work, until the work is completed. 2. Perform cutting by hand or with small power tools wherever possible. Cut holes and slots neatly to size required, with minimum disturbance of adjacent work. 3. Do not operate air compressors inside building, unless approved by Architect in each case. 4. Do not drill or cut columns, beams, joints, girders, structural slabs, or other structural supporting elements, without having Contractor's professional engineer's written approval for each location before such work is begun. 5. Do not use explosives. HISTORIC TREATMENT PROCEDURES 013591-9 City Park Cabin Restoration Project 1:0 Project # 2162230 Fav C. Unacceptable Equipment: Keep equipment that is not permitted for historic removal or dismantling work away from the vicinity where such work is being performed. CL u� D. Removing and Dismantling Items on or near Historic Surfaces: P 1. Use only dismantling tools and procedures acceptable for historic surface being dismantled. Protect historic surface from contact with or damage by tools. 2. Unfasten items to be removed, in the opposite order from which they were installed. 3. Support each item as it becomes loosened to prevent stress and damage to the historic surface. 4. Dismantle anchorages E. Masonry: 1. Remove masonry carefully and erect temporary bracing and supports as needed to prevent collapse of materials being removed. 2. Remove stone in easily managed pieces. 3. During removal, Contractor is responsible for the stability of the structure. Notify Architect of the condition of temporary bracing for wall if work is temporarily stopped during removal. F. Anchorages: 1. Remove anchorages associated with removed items. 2. Dismantle anchorages associated with dismantled items. 3. In non -historic surfaces, patch holes created by anchorage removal according to the requirements for new work. 4. In historic surfaces, patch or repair holes created by anchorage removal according to Section specific to the historic surface being patched. END OF SECTION 013591 HISTORIC TREATMENT PROCEDURES 013591-10 or dismantling or dismantling PARTI- GENERAL 1.2 1.3 SECTION 014000 QUALITY REQUIREMENTS RELATED DOCUMENTS CITYQEIC-CITYCLERK 2017 APR 12 PM9:11 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality -assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality - assurance and -control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for Contractor to provide quality -assurance and -control services required by Architect, Owner or authorities having jurisdiction are not limited by provisions of this Section. 4. Specific test and inspection requirements are not specified in this Section. C. Related Requirements: DEFINITIONS A. Quality -Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction will comply with requirements. B. Mockups: Full-size physical assemblies that are constructed on-site. Mockups are constructed to verify selections made under Sample submittals; to demonstrate aesthetic effects and, where indicated, qualities of materials and execution; to review coordination, testing, or operation; to show interface between dissimilar materials; and to demonstrate compliance with specified installation tolerances. Mockups are not Samples. Unless otherwise indicated, approved mockups establish the standard by which the Work will be judged. 1. Integrated Exterior Mockups: Mockups of the exterior envelope erected separately from the building but on Project site, consisting of multiple products, assemblies, and subassemblies. City Park Cabin Restoration Project QUALITY REQUIREMENTS Project # 2162230 014000-1 City Park Cabin Restoration Project WC,4Project # 2162230 lzy LL C. Preconstruction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work, to verify performance or compliance with specified criteria. L D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. E. Source Quality -Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill, factory, or shop. F. Field Quality -Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub -subcontractor, to perform a particular construction operation, including installation, erection, application, and similar operations. Use of trade -specific terminology in referring to a trade or entity does not require that certain construction activities be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). Experienced: When used with an entity or individual, "experienced" means having successfully completed a minimum of five previous projects similar in nature, size, and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal, to Architect for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate, for the context of requirements. Refer uncertainties to Architect for a decision before proceeding. 1.5 ACTION SUBMITTALS A. Shop Drawings: For integrated exterior mockups, provide plans, sections, and elevations, indicating materials and size of mockup construction. QUALITY REQUIREMENTS 014000-2 1.6 1.7 1.8 City Park Cabin Restoration Project Proiect # 2162230 INFORMATIONAL SUBMITTALS A. Qualification Data: For Contractor's quality -control personnel. B. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. CONTRACTOR'S QUALITY -CONTROL PLAN CITY0FIC-CITYCLERK 2017 APR 12 PM4:11 A. Quality -Control Plan, General: Submit quality -control plan within 10 days of Notice of Award, and not less than five days prior to preconstruction conference. Submit in format acceptable to Architect. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality -assurance and quality -control responsibilities. Coordinate with Contractor's construction schedule. B. Quality -Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality -assurance and quality -control procedures similar in nature and extent to those required for Project. 1. Project quality -control manager may also serve as Project superintendent. 2. Manager shall have documented, five projects of similar type and scope in oversight of work required in the contract documents. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. E. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Architect has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2. Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. QUALITY REQUIREMENTS 014000-3 City Park Cabin Restoration Project B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. QUALITY REQUIREMENTS 014000-4 Project # 2162230 L n LU _ 6. Description of the Work and test and inspection method. N7. Identification of product and Specification Section. v *�+ 'C� 8. Complete test or inspection data. CL. 9. Record of temperature and weather conditions at time of sample taking and testing and LL ¢ inspecting. } +�+ 10. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 11. Name and signature of laboratory inspector. 12. Recommendations on retesting and reinspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and, if not, what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products, and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. 1.9 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. QUALITY REQUIREMENTS 014000-4 City Park Cabin Restoration Project Proiect# 2162230 1. Requirements of authorities having jurisdiction shall supersede requirements for specialists. F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction, that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to NIST's National Voluntary Laboratory Accreditation Program. CITY®FIC-CITYCLERK 2017 APR 12 pm4:12 G. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. H. Mockups: Before installing portions of the Work requiring mockups, build mockups for each form of construction and finish required to comply with the following requirements, using materials indicated for the completed Work: 1. Build mockups in location and of size indicated or, if not indicated, as directed by Architect. 2. Notify Architect seven days in advance of dates and times when mockups will be constructed. 3. Employ supervisory personnel who will oversee mockup construction. Employ workers that will be employed during the construction at Project. 4. Demonstrate the proposed range of aesthetic effects and workmanship. 5. Obtain Architect's approval of mockups before starting work, fabrication, or construction. Integrated Exterior Mockups: Construct integrated exterior mockup. Coordinate installation of materials and products for which mockups are required in individual Specification Sections, along with supporting materials. 1.10 QUALITY CONTROL A. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality -control activities required to verify that the Work complies with requirements, whether specified or not. Unless otherwise indicated, provide quality -control services specified and those required by authorities having jurisdiction. Perform quality -control services required of Contractor by authorities having jurisdiction, whether specified or not. B. Manufacturer's Field Services: Where indicated, engage a factory -authorized service representative to inspect field -assembled components and equipment installation, including service connections. Report results in writing as specified in Section 013300 "Submittal Procedures." QUALITY REQUIREMENTS 014000-5 City Park Cabin Restoration Project U W Project # 2162230 LN va C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical 5. C14 representative to observe and inspect the Work. Manufacturer's technical representative's Y c4 services include participation in preinstallation conferences, examination of substrates and ¢ conditions, verification of materials, observation of Installer activities, inspection of completed LL r- portions of the Work, and submittal of written reports. �o j w D. Retesting/Reinspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality -control services, including retesting and reinspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Architect and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Architect and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate, of each test, inspection, and similar quality -control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Associated Services: Cooperate with agencies performing required tests, inspections, and similar quality -control services, and provide reasonable auxiliary services as requested. Notify agency sufficiently in advance of operations to permit assignment of personnel. Provide the following: 1. Access to the Work. 2. Incidental labor and facilities necessary to facilitate tests and inspections. 3. Adequate quantities of representative samples of materials that require testing and inspecting. Assist agency in obtaining samples. 4. Facilities for storage and field curing of test samples. 5. Delivery of samples to testing agencies. 6. Preliminary design mix proposed for use for material mixes that require control by testing agency. 7. Security and protection for samples and for testing and inspecting equipment at Project site. G. Coordination: Coordinate sequence of activities to accommodate required quality -assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. Schedule times for tests, inspections, obtaining samples, and similar activities. H. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality - control services required by the Contract Documents as a component of Contractor's quality - control plan. Coordinate and submit concurrently with Contractor's construction schedule. Update asthe Work progresses. QUALITY REQUIREMENTS 014000-6 PART 2 - PRODUCTS (Not Used) PART 3 -EXECUTION 3.1 TEST AND INSPECTION LOG City Park Cabin Restoration Project Project # 2162230 �4`GF?C- FT E_r,K 2{ 17 ,I)PR 12 PtA:19 A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Architect. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Architect's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. Provide materials and comply with installation requirements specified in other Specification Sections or matching existing substrates and finishes. Restore patched areas and extend restoration into adjoining areas with durable seams that are as invisible as possible. Comply with the Contract Document requirements for cutting and patching in Section 017300 "Execution." B. Protect construction exposed by or for quality -control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality -control services. END OF SECTION 014000 QUALITY REQUIREMENTS 014000-7 City Park Cabin Restoration Project Ile of Project # 2162230 LJJLN 'a' S� gm h- N y d. LLL y r-1 � N QUALITY REQUIREMENTS 014000-8 PART 1 - GENERAL 1.1 1.2 1.3 1.4 SECTION 015000 TEMPORARY FACILITIES AND CONTROLS CITY(IFIC-CIgYyl Tit:. 2017 APP 12 PPA: 12 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000 "Summary" for work restrictions and limitations on utility interruptions. USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, testing agencies, and authorities having jurisdiction. B. Sewer Service: Contractor shall provide portable restroom facilities for contractor's employees. No restroom facilities are available on site. C. Water Service: Owner will pay water -service use charges for water used by all entities for construction operations. D. Electric Power Service: Owner will pay electric -power -service use charges for electricity used by all entities for construction operations. INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Erosion- and Sedimentation -Control Plan: Show compliance with requirements of EPA Construction General Permit or authorities having jurisdiction, whichever is more stringent. C. Fire -Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire -prevention program. City Park Cabin Restoration Project TEMPORARY FACILITIES AND CONTROLS Project ti 2162230 015000-1 City Park Cabin Restoration Project Project # 2162230 w S. cr .yam. D. Moisture -Protection Plan: Describe procedures and controls for protecting materials and `4 construction from water absorption and damage. U CL i CL 1. Describe delivery, handling, and storage provisions for materials subject to water ®r*- absorption or water damage. N 2. Indicate procedures for discarding water -damaged materials, protocols for mitigating water intrusion into completed Work, and replacing water -damaged Work. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. 1.6 PROJECT CONDITIONS A. Temporary Use of Permanent Facilities: Engage Installer of each permanent service to assume responsibility for operation, maintenance, and protection of each permanent service during its use as a construction facility before Owner's acceptance, regardless of previously assigned responsibilities. PART 2 -PRODUCTS 2.1 MATERIALS A. Orange Construction Fencing: Galvanized -steel, fence posts; minimum 5 feet (1.3 m) high with with galvanized wire strands for fastening orange plastic fencing. 2.2 TEMPORARY FACILITIES A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. TEMPORARY FACILITIES AND CONTROLS 015000-2 City Park Cabin Restoration Project Project # 2162230 PART 3 -EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. CITY01:1- :-CI TYC ERK 3.2 TEMPORARY UTILITY INSTALLATION 2017 APR 12 Pymi:12 A. General: Install temporary service or connect to existing service. Arrange with utility company, Owner, and existing users for time when service can be interrupted, if necessary, to make connections for temporary services. B. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. C. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. D. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. Connect temporary service to Owner's existing power source, as directed by Owner. E. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations, observations, inspections. I. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. F. Telephone Service: Provide temporary telephone service in common -use facilities for use by all construction personnel. Install [one] <Insert number> telephone line(s) for each field office. 1. Provide superintendent with cellular telephone for use. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. TEMPORARY FACILITIES AND CONTROLS 015000-3 City Park Cabin Restoration Project c` Project # 2162230 lY Cv J } d 1. Comply with work restrictions specified in Section 011000 "Summary." 1- N V oc C. Temporary Erosion and Sedimentation Control: Comply with [ requirements of 2003 EPA CL ¢ Construction General Permit or authorities having jurisdiction, whichever is more stringent and] } requirements specified in Section 311000 "Site Clearing." N D. Tree and Plant Protection: Comply with requirements specified in Section 015639 "Temporary Tree and Plant Protection." 3.4 UN E. Site Enclosure Fence: Before construction operations begin, furnish and install site enclosure fence in a manner that will prevent people and animals from easily entering site except by entrance gates. Extent of Fence: As required to enclose entire Project site or portion determined sufficient to accommodate construction operations. MOISTURE AND MOLD CONTROL A. Contractor's Moisture -Protection Plan: Avoid trapping water in finished work. Document visible signs of mold that may appear during construction. B. Exposed Construction Phase: Before installation of weather barriers, when materials are subject to wetting and exposure and to airborne mold spores, protect as follows: 1. Protect porous materials from water damage. 2. Protect stored and installed material from flowing or standing water. 3. Keep porous and organic materials from coming into prolonged contact with concrete. 4. Remove standing water from decks. 5. Keep deck openings covered or dammed. C. Partially Enclosed Construction Phase: After installation of weather barriers but before full enclosure and conditioning of building, when installed materials are still subject to infiltration of moisture and ambient mold spores, protect as follows: A. 1. Do not load or install porous materials or components, or items with high organic content, into partially enclosed building. 2. Keep interior spaces reasonably clean and protected from water damage. 3. Periodically collect and remove waste containing cellulose or other organic matter. 4. Discard or replace water -damaged material. 5. Do not install material that is wet. 6. Discard, replace, or clean stored or installed material that begins to grow mold. 7. Perform work in a sequence that allows any wet materials adequate time to dry before enclosing the material in drywall or other interior finishes. OPERATION, TERMINATION, AND REMOVAL Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. TEMPORARY FACILITIES AND CONTROLS 015000-4 City Park Cabin Restoration Project Proiect # 2162230 B. Maintenance: Maintain facilities in good operating condition until removal. Maintain operation of temporary enclosures. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been 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 temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. 1. Where area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil. Remove materials contaminated with road oil, asphalt and other petrochemical compounds, and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, and sidewalks at temporary entrances, as required by authorities having jurisdiction. 2. At Substantial Completion, repair, renovate, and clean permanent facilities used during construction period. Comply with final cleaning requirements specified in Section 017700 "Closeout Procedures." END OF SECTION 015000 ITYGFIC-MYCL ?E R1 2017 Ai'cs 12 ^H4:12 TEMPORARY FACILITIES AND CONTROLS 015000-5 City Park Cabin Restoration Project r^- Project # 2162230 cyU-1 C? � TEMPORARY FACILITIES AND CONTROLS 015000-6 PART 1 - GENERAL 1.1 1.2 1.3 SECTION 015639 TEMPORARY TREE AND PLANT PROTECTION RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. A. Section includes general protection and pruning of existing trees and plants that are affected by execution of the Work, whether temporary or permanent construction. B. Related Sections: $TTFIC-CI T YC EP K 2017 APR 12 Px4:12 Section 015000 "Temporary Facilities and Controls" for temporary site fencing. DEFINITIONS A. Caliper: Diameter of a trunk measured by a diameter tape or the average of the smallest and largest diameters at 6 inches (150 mm) above the ground for trees up to, and including, 4 -inch (100 -mm) size; and 12 inches (300 mm) above the ground for trees larger than 4 -inch (100 -mm) size. B. Plant -Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction, and indicated on Drawings. C. Tree -Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction, and defined by a circle concentric with each tree with a radius 1.5 times the diameter of the drip line unless otherwise indicated. D. Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.4 QUALITY ASSURANCE A. Tree Service Firm Qualifications: An experienced tree service firm that has successfully completed temporary tree and plant protection work similar to that required for this Project and that will assign an experienced, qualified arborist to Project site during execution of the Work. B. Preinstallation Conference: Conduct conference at Project site. City Park Cabin Restoration Project TEMPORARY TREE AND PLANT PROTECTION Project# 2162230 015639-1 at r-- ce L cw U� car. LL m � r- v Q City Park Cabin Restoration Project Proiect # 2162230 1.5 PROJECT CONDITIONS A. The following practices are prohibited within protection zones: 1. Storage of construction materials, debris, or excavated material. 2. Parking vehicles or equipment. 3. Erection of sheds or structures. 4. Excavation or other digging unless otherwise indicated. 5. Attachment of signs to or wrapping materials around trees or plants unless otherwise indicated. B. Prohibit heat sources, flames, ignition sources, and smoking within or near protection zones and organic mulch. PART2-PRODUCTS 2.1 MATERIALS A. Organic Mulch: Free from deleterious materials and suitable as a top dressing for trees and shrubs, consisting of one of the following: 1. Type: Shredded hardwood. 2. Color: Natural. B. Protection -Zone Fencing: Fencing fixed in position and meeting one of the following requirements. 1. Plywood Protection -Zone Fencing: Plywood framed with four 2 -by -4 -inch (50 -by -100 - mm) rails, with [2 -by -4 -inch (50 -by -100 -mm)] preservative -treated wood posts spaced not more than 6 feet (2.4 m) apart. a. Height: 4 feet (1.2 m)] [6 feet (1.8 m) 2. Plastic Protection -Zone Fencing: Plastic construction fencing constructed of high-density extruded and stretched polyethylene fabric with 2 -inch (50 -mm) maximum opening in pattern and weighing a minimum of 0.4 lb/ft. (0.6 kg/m); remaining flexible from minus 60 to plus 200 deg F (minus 16 to plus 93 deg C); inert to most chemicals and acids; minimum tensile yield strength of 2000 psi (13.8 MPa) and ultimate tensile strength of 2680 psi (18.5 MPa); secured with plastic bands or galvanized -steel or stainless-steel wire ties; and supported by tubular or T-shape galvanized -steel posts spaced not more than 8 feet (2.4 m) apart. a. Height: 4 feet (1.2 m). b. Color: High -visibility orange, nonfading. TEMPORARY TREE AND PLANT PROTECTION 015639-2 City Park Cabin Restoration Project Proiect# 2162230 PART 3 - EXECUTION 3.1 EXAMINATION A. Erosion and Sedimentation Control: Examine the site to verify that temporary erosion- and sedimentation -control measures are in place. Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. B. For the record, prepare written report, endorsed by arborist, listing conditions detrimental to tree and plant protection. 3.2 PREPARATION C17YOFIC -GITYCL A=RK 2017 APP 12 FH4:12 A. Locate and clearly identify trees, shrubs, and other vegetation to remain. Flag blue -vinyl tape around each tree trunk at 54 inches (1372 mm) above the ground. B. Protect tree root systems from damage caused by runoff or spillage of noxious materials while mixing, placing, or storing construction materials. Protect root systems from ponding, eroding, or excessive wetting caused by dewatering operations. C. Tree -Protection Zones: Mulch areas inside tree -protection zones and other areas indicated. Apply 4 -inch (100 -mm) average thickness of organic mulch. Do not place mulch within 6 inches (150 mm) of tree trunks. 3.3 TREE- AND PLANT -PROTECTION ZONES A. Protection -Zone Fencing: Install protection -zone fencing along edges of protection zones before materials or equipment are brought on the site and construction operations begin in a manner that will prevent people and animals from easily entering protected area except by entrance gates. Construct fencing so as not to obstruct safe passage or visibility at vehicle intersections where fencing is located adjacent to pedestrian walkways or in close proximity to street intersections, drives, or other vehicular circulation. B. Maintain protection zones free of weeds and trash. C. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. D. Maintain protection -zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete and equipment has been removed from the site. 1. Do not remove protection -zone fencing, even temporarily, to allow deliveries or equipment access through the protection zone. 2. Temporary access is permitted subject to preapproval in writing by arborist if a root buffer effective against soil compaction is constructed as directed by arborist. Maintain root buffer so long as access is permitted. TEMPORARY TREE AND PLANT PROTECTION 015639-3 City Park Cabin Restoration Project r r'J Pro ect # 2162230 � J 4 } .4 EXCAVATION N• N A. Trenching near Trees: Where trenches are required within protection zones, hand excavate under or around tree roots or tunnel under the roots by drilling, auger boring, or pipe jacking. } Do not cut main lateral tree roots or taproots; cut only smaller roots that interfere with installation of utilities. Cut roots as required for root pruning. to B. Do not allow exposed roots to dry out before placing permanent backfill. Provide temporary earth cover or pack with peat moss and wrap with burlap. Water and maintain in a moist condition. Temporarily support and protect roots from damage until they are permanently relocated and covered with soil. 3.5 ROOT PRUNING A. Prune roots that are affected by temporary and permanent construction. Prune roots as follows: 1. Cut roots manually by digging a trench and cutting exposed roots with sharp pruning instruments; do not break, tear, chop, or slant the cuts. Do not use a backhoe or other equipment that rips, tears, or pulls roots. 2. Temporarily support and protect roots from damage until they are permanently redirected and covered with soil. 3. Cover exposed roots with burlap and water regularly. 4. Backfill as soon as possible. B. Root Pruning at Edge of Protection Zone: Prune roots 12 inches (300 mm) outside of the protection zone, by cleanly cutting all roots to the depth of the required excavation. C. Root Pruning within Protection Zone: Clear and excavate by hand to the depth of the required excavation to minimize damage to root systems. Use narrow -tine spading forks, comb soil to expose roots, and cleanly cut roots as close to excavation as possible. 3.6 REGRADING A. Lowering Grade: Where new finish grade is indicated below existing grade around trees, slope grade beyond the protection zone. Maintain existing grades within the protection zone. B. Lowering Grade within Protection Zone: Where new finish grade is indicated below existing grade around trees, slope grade away from trees as recommended by arborist unless otherwise indicated. Root Pruning: Prune tree roots exposed by lowering the grade. Do not cut main lateral roots or taproots; cut only smaller roots. Cut roots as required for root pruning. 3.7 FIELD QUALITY CONTROL A. Inspections: Engage a qualified arborist to direct plant -protection measures in the vicinity of trees, shrubs, and other vegetation indicated to remain and to prepare inspection reports. TEMPORARY TREE AND PLANT PROTECTION 015639-4 City Park Cabin Restoration Project Proiect # 2162230 B. Soil Aeration: Where directed by Architect, aerate surface soil compacted during construction. Aerate 10 feet (3 m) beyond drip line and no closer than 36 inches (900 mm) to tree trunk. Drill 2 -inch- (50 -mm) diameter holes a minimum of 12 inches (300 mm) deep at 24 inches (600 mm) o.c. Backfill holes with an equal mix of augered soil and sand. ��:BIZ[.YZiI.�\Si),�E.Y11'7,_�/LIL. •\Y. �1.1t1rdLl.`1�11JT/:\IY�77/:\IF. A. Disposal: Remove excess excavated material, displaced trees, trash and debris, and legally dispose of them off Owner's property. END OF SECTION 015639 CIY0FIC—CIlYCa ERK 2017 APR 12 Psi4:12 TEMPORARY TREE AND PLANT PROTECTION 015639-5 City Park Cabin Restoration Project Project # 2162230 TEMPORARY TREE AND PLANT PROTECTION 015639-6 1 1 1 1 1 1 SECTION 016000 PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS TITY0FIC-CITYCLERK' 2017 (1^R 12 N44:12 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products; special warranties; and comparable products. B. Related Requirements: 1. Section 012300 "Alternates" for products selected under an alternate. 2. Section 012500 "Substitution Procedures" for requests for substitutions. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment," "system," and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis -of -Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis -of -design product," including make or model number or other designation, to establish the significant qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1 City Park Cabin Restoration Project Project # 2162230 PRODUCT REQUIREMENTS 016000-1 City Park Cabin Restoration Project � ' � Project # 2162230 � g -v a 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification CZ Section number and title and Drawing numbers and titles. a� 1. Include data to indicate compliance with the requirements specified in "Comparable Products" Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Form of Approval: As specified in Section 013300 "Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis -of -Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures." Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected, even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products, Architect will determine which products shall be used. 1.6 PRODUCT DELIVERY, STORAGE, AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturer's written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project 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. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. PRODUCT REQUIREMENTS 016000-2 City Park Cabin Restoration Project Project # 2162230 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: ' 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weathertight ' enclosure above ground, with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. 5. Comply with product manufacturer's written instructions for temperature, humidity, ventilation, and weather -protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials. Coordinate location with Owner. GITYOFIC _CITYCLE€ K 21017 APR 12 PMS'=12 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1. Manufacturer's Standard Form: Modified to include Project -specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700 "Closeout Procedures." PART2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated, are new at time of installation. PRODUCT REQUIREMENTS 016000-3 "—' r`• City Park Cabin Restoration Project Project # 2162230 " 1. Provide products complete with accessories, trim, finish, fasteners, and other items K needed for a complete installation and indicated use and effect. ' 2. Standard Products: If available, and unless custom products or nonstandard options are AL9CL 'Cl: specified, provide standard products of types that have been produced and used ta.` CZ successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with P requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved," comply with requirements in "Comparable Products" Article to obtain approval for use of an unnamed product. B. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Nonrestricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer, that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis -of -Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics PRODUCT REQUIREMENTS 016000-4 City Park Cabin Restoration Project Proiect # 2162230 that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures" for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. 21317 APR 12 PM4:1.2 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: I. Evidence that the proposed product does not require revisions to the Contract Documents that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability, visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners, if requested. 5. Samples, if requested. 6. Above data must be submitted using form under section 012500.A PART 3 - EXECUTION (Not Used) END OF SECTION 016000 PRODUCT REQUIREMENTS 016000-5 2017APR 12F'r'_°� SECTION 017300 EXECUTION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 1.4 A. Section includes general administrative and procedural requirements governing execution of the Work including, but not limited to, the following: I. Construction layout. 2. Field engineering and surveying. CITY(FIC-CITYCLERK 3. Installation of the Work. 2017 APR 12 PH4:12 4. Cutting and patching. 5. Progress cleaning 6. Protection of installed construction. 7. Correction of the Work. B. Related Requirements: 1. Section 011000 "Summary" for limits on use of Project site. 2. Section 013300 "Submittal Procedures" for submitting surveys. 3. Section 017700 "Closeout Procedures" for submitting final property survey with Project Record Documents, recording of Owner -accepted deviations from indicated lines and levels, and final cleaning. DEFIMTIONS A. Cutting: Removal of in-place construction necessary to permit installation or performance of other work. B. Patching: Fitting and repair work required to restore construction to original conditions after installation of other work. INFORMATIONAL SUBMITTALS A. Cutting and Patching Plan: Submit plan describing procedures at least 10 days prior to the time cutting and patching will be performed. Include the following information: 1. Extent: Describe reason for and extent of each occurrence of cutting and patching. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building appearance and other significant visual elements. 3. Products: List products to be used for patching and firms or entities that will perform patching work. City Park Cabin Restoration Project EXECUTION Project # 2162230 017300-1 City Park Cabin Restoration Project a, Project# 2162230 L5.1 . . m l'4 —; 4. Dates: Indicate when cutting and patching will be performed. 1.5 QUALITY ASSURANCE A. Cutting and Patching: Comply with requirements for and limitations on cutting and patching of construction elements. Structural Elements: When cutting and patching structural elements, notify Architect of locations and details of cutting. Shore, brace, and support structural elements during cutting and patching. Do not cut and patch structural elements in a manner that could change their load -carrying capacity or increase deflection a. Logs to be replaced in part or in full. b. Removal of roof framing. C. Removal of stone pier supports to allow for foundation installations. 2. Other Construction Elements: Do not cut and patch other construction elements or components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 3. Visual Elements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching unless prescribed in documents. Do not cut and patch exposed construction in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Follow secretary of interiors standards for historic preservation in all work. B. Cutting and Patching Conference: Before proceeding, meet at Project 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. C. Manufacturer's Installation Instructions: Obtain and maintain on-site manufacturer's written recommendations and instructions for installation of products and equipment. PART2-PRODUCTS 2.1 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials for patching identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. 1. If identical materials are unavailable or cannot be used, use materials that, when installed, will provide a match acceptable to Architect for the visual and functional performance of in-place materials. EXECUTION 017300-2 F City Park Cabin Restoration Project Project # 2162230 PART 3 -EXECUTION 3.1 EXAMINATION A. Existing Conditions: The existence and location of underground and other utilities and construction indicated as existing are not guaranteed. Before beginning sitework, investigate and verify the existence and location of underground utilities and other construction affecting the Work. B. Examination and Acceptance of Conditions: Before proceeding with each component of the Work, examine substrates, areas, and conditions, with Installer or Applicator present where indicated, for compliance with requirements for installation tolerances and other conditions affecting performance. Record observations. CITY0FIC-CITVCs ERR 3.2 PREPARATION 2017 RPR 12 M: 1-2 A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. B. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section 013100 "Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to lay out the Work, verify layout information shown on Drawings, in relation to the property survey and existing benchmarks. If discrepancies are discovered, notify Architect promptly. B. General: Engage a land surveyor to lay out the Work using accepted surveying practices. 1. Establish benchmarks and control points to set lines and levels as needed to locate each element of Project. 2. Establish limits on use of Project site. 3. Establish dimensions within tolerances indicated. Do not scale Drawings to obtain required dimensions. 4. Inform installers of lines and levels to which they must comply. 5. Check the location, level and plumb, of every major element as the Work progresses. 6. Notify Architect when deviations from required lines and levels exceed allowable tolerances. C. Building Lines and Levels: Locate and lay out control lines and levels for structures, building foundations, and floor levels. Level foundations and piers from two or more locations. 3.4 FIELD ENGINEERING A. Reference Points: Locate existing permanent benchmarks, control points, and similar reference points before beginning the Work. Preserve and protect permanent benchmarks and control points during construction operations. EXECUTION 017300-3 City Park Cabin Restoration Project Project 42162230 �N _J Q C5 � r CN I. Do not change or relocate existing benchmarks or control points without prior written approval of *'+ Architect. Report lost or destroyed permanent benchmarks or control points promptly. Report the V a need to relocate permanent benchmarks or control points to Architect before proceeding. LL 2. Replace lost or destroyed permanent benchmarks and control points promptly. Base replacements } � on the original survey control points. F— Q V N 3.5 INSTALLATION A. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. B. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. C. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions. D. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. E. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.6 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. I. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Temporary Support: Provide temporary support of work to be cut. C. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. D. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete: Cut using a cutting machine, such as an abrasive saw or a diamond -core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Sections where required by cutting and patching operations. 5. Proceed with patching after construction operations requiring cutting are complete. EXECUTION 017300-4 City Park Cabin Restoration Project Proiect # 2162230 E. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar, oils, putty, and similar materials from adjacent finished surfaces. 3.7 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully. 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F (27 deg Q. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally, according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint -use areas where Contractor and o�`tt",tUEK working concurrently. ff 2017 RPR 12 Pm4:13 B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom -clean or vacuum the entire work area, as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended, use cleaning materials that are not hazardous to health or property and that will Dot damage exposed surfaces. E. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. F. Waste Disposal: Do not bury or bum waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 017419 "Construction Waste Management and Disposal." G. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. H. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging, or otherwise deleterious exposure during the construction period. 3.8 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. EXECUTION 017300-5 City Park Cabin Restoration Project Ne LO Project # 2162230 LU C V -J5. Q 5 CV END OF SECTION 017300 LL o r` � eV EXECUTION 017300-6 I SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PARTI-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. CITYGFIC-CITYCLERK 2. Recycling nonhazardous demolition and construction waste. 2017 APR 12 P.0:13 3. Disposing of nonhazardous demolition and construction waste. 1.3 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.4 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, and waste reduction work plan. Distinguish between demolition and construction waste. Indicate quantities by weight or volume, but use same units of measure throughout waste management plan. B. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. City Park Cabin Restoration Project Project # 2162230 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-1 L to City Park Cabin Restoration Project Project # 2162230 CYC LL N _J'T C3 � t.— Ly 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, cy A describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. } ,tea 3. Salvaged Materials for Donation: For materials that will be donated to individuals and Norganizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. 1. Comply with operation, termination, and removal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: Salvage items for reuse and handle as follows: 1. Clean salvaged items. 2. Store items in a secure area until installation. 3. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. B. Salvaged Items for Sale are not permitted on Project site. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Preparation of Waste: Prepare and maintain recyclable waste materials according to recycling or reuse facility requirements. Maintain materials free of dirt, adhesives, solvents, petroleum contamination, and other substances deleterious to the recycling process. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-2 City Park Cabin Restoration Project Project# 2162230 C. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. 3.4 RECYCLING DEMOLITION WASTE A. Wood Materials: Sort and stack members according to size, type, and length. Separate lumber, engineered wood products, panel products, and treated wood materials. B. Remove and dispose of bolts, nuts, washers, and other rough hardware. CITYOFIC-CITYCLERK 2017 APR 12 PH4:13 C. Conduit: Reduce conduit to straight lengths and store by type and size. 3.5 RECYCLING CONSTRUCTION WASTE A. Packaging: 1. Cardboard and Boxes: Break down packaging into flat sheets. Bundle and store in a dry location. 2. Polystyrene Packaging: Separate and bag materials. 3. Pallets: As much as possible, require deliveries using pallets to remove pallets from Project site. For pallets that remain on-site, break down pallets into component wood pieces and comply with requirements for recycling wood. 4. Crates: Break down crates into component wood pieces and comply with requirements for recycling wood. B. Wood Materials: 1. Clean Cut -Offs of Lumber: Grind or chip into small pieces. 2. Clean Sawdust: Bag sawdust that does not contain painted or treated wood. 3.6 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-3 City Park Cabin Restoration Project Project # 2162230 LLJ .J Q 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas C9 '� co CL. B. Burning: Do not bum waste materials. LL +r�-J C. Disposal: Remove waste materials from Owner's property and legally dispose of them. V N END OF SECTION 017419 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 017419-4 SECTION 033000 CAST -IN-PLACE CONCRETE PART1 GENERAL 1.1 SECTION INCLUDES A. Provision and installation of formwork, reinforcing steel, and cast -in-place concrete detailed and described on the drawings and hereinafter specified. B. Provision and installation of all related items described on the drawings or hereinafter 1.2 QUALITY ASSURANCE A. Standards and Codes: Comply with the provisions of the following Codes, Specifications, and Standards except as otherwise indicated. 1. ACI 211.1 - Recommended Practice for Selecting Proportions for Normal Weight Concrete. 2. ACI 301 - Specification for Structural Concrete for Buildings. 3. ACI 304 - Recommended Practice for Measuring, Mixing, Transporting, and Placing Concrete. 4. ACI 305 - Recommended Practice for Hot Weather Concreting. 5. ACI 306 - Recommended Practice for Cold Weather Concreting. 6. ACI 318 - Building Code Requirements for Reinforced Concrete. 7. ACI 347 - Recommended Practice for Concrete Formwork. CITYOFIC-CITYCLERK 8. CRSI - Manual of Standard Practice. 2017 APR 12 PM4:13 9. CRSI - Recommended Practice for Placing Reinforcing Bars. 10. CRSI - Recommended Practice for Placing Bar Supports, Specifications, and Nomenclature. 11. CRSI - Recommended Practice for Reinforcing Bar Splices. 12. ASTM A82 - Standard Specifications for Cold -Drawn Steel Wire for Concrete Reinforcement. 13. ASTM A185 - Welded Steel Wire Fabric for Concrete Reinforcement. 14. ASTM A615 - Deformed and Plain Billet Steel Bars for Concrete Reinforcement. 15. AWS D12.1 - Welding Reinforcing Steel, Metal Inserts, and Connections in Reinforced Concrete Construction. 16. ASTM C31 - Practice for Making and Curing Concrete Test Specimens in the Field. 17. ASTM C33 - Concrete Aggregates. 18. ASTM C39 - Test Method for Compressive Strength of Cylindrical Concrete Specimens. 19. ASTM C42 - Method of Obtaining and Testing Drilled Cores and Sawed Beams of Concrete. 20. ASTM C94 - Ready -Mixed Concrete. 21. ASTM C143 - Test for Slump of Portland Cement Concrete. 22. ASTM C150 - Portland Cement. 23. ASTM C171 - Sheet Materials for Curing Concrete. 24. ASTM C172 - Method of Sampling Fresh Concrete. 25. ASTM C 192 - Method of Making and Curing Concrete Test Specimens in the Laboratory. 26. ASTM C231 - Test Method for Air Content of Freshly Mixed Concrete by the Pressure Method. 27. ASTM C260 - Air Entraining Admixtures for Concrete. 28. ASTM C309 - Liquid Membrane - Forming Compounds for Curing Concrete. 29. ASTM C494 - Chemical Admixtures for Concrete. City Park Cabin Restoration Project CAST -IN-PLACE CONCRETE Project # 2162230 033000-1 City Park Cabin Restoration Project CC Project # 2162230 sy 30. ASTM C618 - Coal Fly Ash and Raw or Calcined Natural Pozzolan for use in C Concrete. p 31. AASHTO M 182 - Specification for Burlap Cloth made for Jute or Kenaf. o B. Workmanship: The Contractor is responsible for correction of concrete work which does not ty conform to the specified requirements, including strength, tolerances, and finishes. C. Tests for Concrete Materials 1. The Owner will employ a testing laboratory to perform quality control tests in accordance with Chapter 17 of the International Building Code (IBC) and to submit test reports to the Owner's and Contractor's Representatives. Duties of the Special Inspector consist of the following as outlined in IBC Table 1704.4: TABLE 1704.4 REQUIRED VERIFICATION AND INSPECTION OF CONCRETE CONSTRUCTION O INSPECTION AND TESTING Z REFERENCE STANDARD IBC REFERENCE (Continuous and Periodic as Defined by IBC) F, Z w O a. U 1. Inspection of reinforcing steel and placement. -- X ACI 318: 3.5, 7.1-7.7 1913.4 2. Verifying use of required design mix. 1904.2.2, 1913.2, X ACI 318: Ch. 4, 5.2-5.4 1913.3 3. At the time fresh concrete is sampled to fabricate specimens for strength tests, perform ASTM C 172 slump and air content tests, and determine the -- ASTM C 31 1913.10 temperature of the concrete. ACI 318: 5.6, 5.8 4. Inspection of concrete and shotcrete 1913.6, 1913.7, placement for proper application techniques. X ACI 318: 5.9, 5.10 _ 1913.8 5. Inspection for maintenance of specified curing temperature and techniques. X ACI 318: 5.11-5.13 1913.9 6. Inspect formwork for shape, location and dimensions of the concrete member being -- X ACI 318: 6. 1.1 --- formed. 2. Materials and installed work may require testing and retesting, as directed by the Owner's Representative, at any time during the process of the work. Allow free access to material stockpiles and facilities at all tunes. Tests, not specifically indicated to be done at the Owner's expense, including the retesting of rejected materials and installed work, shall be done at the Contractor's expense. D. Concrete Quality Control Testing During Construction 1. An independent testing laboratory will be retained to perform all quality control tests and to submit test reports to the Owner's Representative. Concrete will be sampled and tested for quality control during the placement of concrete as follows: CAST -IN-PLACE CONCRETE 033000-2 City Park Cabin Restoration Project Project # 2162230 a. Sampling Fresh Concrete: Secure composite samples in accordance with ASTM C172. b. Slump: ASTM C143; one test on concrete taken at point of discharge for each set of compressive strength test specimens. C. Air Content: ASTM C231, pressure method; one for each set of compressive strength test specimens. d. Compressive Test Specimen: ASTM C31, one set of four (3 to be broken and 1 spare) standard cylinders for each compressive strength test, unless otherwise directed. Mold and store cylinders for laboratory cured test specimens except when field -cured test specimens are required. e. Compressive Strength Tests: ASTM C39; one set for the first 25 cubic yards or fraction thereof, of each concrete class placed in any one day, and one set for each additional 50 cubic yards placed; one specimen tested at seven days and two specimens tested at 28 days. 2. When the strength of field -cured cylinders is less than 85% of companion laboratory -cured cylinders, evaluate current operations and provide corrective procedures for protecting and curing the in-place concrete. 3. The Contractor shall notify the Owner's Representative and testing laboratory 48 hours in advance of each placement of concrete in order that concrete tests may be scheduled. 4. Report test results in writing to the Owner's Representative on the same day that tests are made. Reports of compressive strength tests shall contain the project identification name and number, date of concrete placement, name of Contractor, name of concrete supplier and truck number, name of concrete testing service, concrete type and class, location of concrete batch in the structure, design compressive strength at 28 days, concrete mix proportions and materials; compressive breaking strength, and type of break for both seven day tests and 28 day tests. 5. Additional Tests: Additional tests of in-place concrete will be required when test results indicate the specified concrete strengths and other characteristics have not been attained in the structure, as directed by the Owner's Representative. Tests to determine the adequacy of the concrete shall be by cored cylinders complying with ASTM C42, or by other methods as directed. Contractor shall pay for such tests conducted, and any other additional testing as may be required, wlf$nj"i9iacptaH>e BJiPF concrete is verified. 2017 APR 12 F64;13 i�?�Yif_]�� 11 I/17k9 A. Manufacturer's Data: For information only, submit manufacturer's data and instructions for proprietary materials and items, including reinforcement and accessories, admixtures, patching compounds, joints systems, and others. B. Submit shop drawings under provisions of Section 013300 — Submittal Procedures 1. Submit shop drawings for fabrication, bending, and placement of concrete reinforcement. Comply with the CRSI Manual of Standard Practice showing bar schedules, stirrup spacing, diagrams of bent bars, and arrangements of concrete reinforcement. Include special reinforcement required at openings through concrete. 2. Accompanying the shop drawings, submit steel producer's certificates of mill analysis, tensile and bend tests for reinforcing steel. CAST -IN-PLACE CONCRETE 033000-3 City Park Cabin Restoration Project =,Z Lo Project # 2162230 W C3 z. ;N PART PRODUCTS t=� Q 6 eS 2.1 FORM MATERIALS D_ A. Forms may be of wood, plywood, concrete -form -grade hardboard, metal or other acceptable N material, which will produce smooth, true surfaces. B. Provide lumber dressed on at least two edges and one side of tight fit C. Metal forms shall have smooth surfaces free from any pattern, irregularities, dents, and sags. D. Provide commercial formulation form -coating compounds that will not bond with, stain, nor adversely affect concrete surfaces, and will not impair subsequent treatments of concrete surfaces requiring bond or adhesion, nor impede wetting of surfaces to be cured with water or curing compound. E. Form Ties 1. Factory -fabricated, adjustable -length, removable or snapoff metal form ties, designed to prevent form deflection, and to prevent spalling concrete surfaces upon removal. 2. For concrete that will be exposed, provide ties so portion remaining within concrete after removal is at least 1-1/2" inside concrete. 3. Unless otherwise shown, provide form ties which will not leave holes larger than one inch in diameter in concrete surfaces. F. Void Forms: Biodegradable paper surface, treated for moisture resistance, structurally sufficient to support weight of plastic concrete and other superimposed loads. 2.2 REINFORCING MATERIALS A. Reinforcing bars: 1. ASTM A615 - Grade 60. B. Steel Wire: ASTM A82, plain, cold -drawn, steel. C. Welded Wire Fabric (WWF): ASTM Al 85, in coiled rolls, plain finish. D. Supports for Reinforcement: Provide wire bar -type supports for reinforcement including bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars and welded wire fabric in place. All devices shall be plastic -coated or hot -dipped galvanized steel type, sized and shaped as required. Where slab on grade is poured over underslab waterproofing membrane, use bolters that will not damage membrane. 2.3 CONCRETE MATERIALS A. Portland Cement: ASTM C150, Type 1. 1. Fly Ash: ASTM C618, Class C. B. Aggregate: Fine and coarse aggregate for concrete shall comply with ASTM -33 (concrete aggregate). 1. Maximum aggregate size: Not larger than one-fifth of the narrowest dimension between sides of forms, one-third of the depth of slabs, nor three-fourths of the minimum clear spacing between individual reinforcing bars or bundles of bars. CAST -IN-PLACE CONCRETE 033000-4 City Park Cabin Restoration Project 2. Limit flint and chert to 1% maximum, by weight of coarse aggregate in all exposed cast -in-place concrete. 3. Limit lignite to 0.07% by weight of fine aggregate in all exposed cast -in-place concrete. Water: Clean, potable, and free from injurious amount of oil, acid, alkali, organic matter or other deleterious substances. D. Admixtures 1. Air -entraining: ASTM C260. 2. Water -reducing: ASTM C494, Type A. Water -reducing agents shall be applied at the dosage rates recommended by the manufacturer. Absolutely no chlorides will be permitted. n+ Y0 {{.pg TYCLERK 2.4 RELATED MATERIALS 2017 APR 12 P.A:12 A. Curing and sealing compound shall be non -membrane forming. The compound shall be MasterKure HD 200WB, produced by MASTER BUILDERS SOLUTIONS, or approved equivalent. B. Concrete repair compound: MasterEmaco N 423 RS produced by MASTER BUILDERS SOLUTIONS, Sika MonoTop 615, or approved equivalent. C. Preformed joint filler shall be Deck -O -Foam, produced by WR Meadows, or approved equivalent. D. Joint sealant compound for slab control joints shall be MasterSeal SLI, produced by MASTER BUILDERS SOLUTIONS, Sikaflex-lc SL, or approved equivalent. E. Joint sealant compound for interior expansion joints shall be MasterSeal SLI, produced by MASTER BUILDERS SOLUTIONS, Sikaflex-lc SL, or approved equivalent. F. Non -shrink grout shall be Masterflow 713, produced by MASTER BUILDERS SOLUTIONS, SikaGrout 328 or approved equivalent. G. Concrete expansion anchors shall be wedge bolts anchored by the movable wedge anchor. Full sleeve anchors are not be used. Bolt bodies shall be 303 or 304 stainless with 18-8 stainless steel nut and washer. Anchors shall be Simpson Wedge -all (example part number WAS760OSS for 7/8" x 6" bolt, number will vary by bolt size, ITW/RedHead Trubolt (example part number is W W3454 for 3/4" x 5 %z" bolt, number will vary based on bolt size, or approved equal. 2.5 PROPORTIONING AND DESIGN OF MIXES A. Proportion mixes by the laboratory trial batch method using materials to be employed on the project for each class of concrete required, complying with ACI 211. 1. Required 28 -day compressive strength of all concrete is 4000 psi. Comply with the following: a. Slump: Reinforced walls and footings .......... 4" max., 2" min. b. Slabs-on-grade..............................................4" max., 2" min. B. Laboratory Trial Batches: An independent testing facility acceptable to the Owner's Representative will be employed at the Contractor's expense to select concrete proportions, CAST -IN-PLACE CONCRETE 033000-5 City Park Cabin Restoration Project M Project # 2162230 611. . _l4 � a H prepare test specimens in accordance with ASTM C 192, and conduct strength tests in {' [K accordance with ASTM C39, specified in ACI 301. WCL w ¢ C3 C. Submit written reports of each proposed mix for each class of concrete at least 15 days prior to start of work. Do not begin concrete production until mixes have been reviewed. V D. Adjustment to Concrete Mixes: Mix design adjustments may be requested by the Contractor when characteristics of materials, conditions, weather, test results, or other circumstances warrant. Laboratory test data for revised mix designs and strength results must be submitted and approved before using in the work. No change in contract price will be allowed for these changes. E. Use air -entraining admixture in exterior exposed concrete. Add air -entraining admixture at the manufacturer's prescribed rate to result in concrete at the point of placement having air content within the following limits. Concrete structures and slabs exposed to freezing and thawing: 1. 3.5 to 6.5% for maximum 2" aggregate 2. 4.5 to 7.5% for maximum 3/4" aggregate 3. 5.5 to 8.5% for maximum 1/2" aggregate F. Water reducing agents may be used as determined by the mix design organization with the approval of the Owner's Representative. G. Cementitious Materials: Limit percentage, by weight, of cementitious materials other than Portland cement in concrete as follows: 1. Fly Ash: 25 percent. 2.6 CONCRETE MIXING A. Ready -Mix Concrete: Comply with the requirements of ASTM C94 as herein specified. Addition of water to the batch will not be permitted. B. During hot weather, or under conditions contributing to rapid setting of concrete, a shorter mixing time than specified in ASTM C94 may be required. C. When the air temperature is between 85°F and 90°F, reduce the mixing and delivery time from I-1/2 hours to 75 minutes, and when the air temperature is above 90°F, reduce the mixing and delivery time to 60 minutes. PART EXECUTION 3.1 FORMS A. Design, erect, brace, and maintain formwork to support vertical and lateral loads that might be applied until such loads can be supported by the concrete structure. Construct formwork so concrete members and structures are of correct size, shape, alignment, elevation, and position. B. Design formwork to be readily removable without impact, shock, or damage, to cast -in-place concrete surfaces and adjacent materials. C. Chamfer exposed comers and edges using wood, metal, PVC, or rubber chamfer strips fabricated to produce uniform smooth lines and tight edge joints. CAST -IN-PLACE CONCRETE 033000-6 City Park Cabin Restoration Project D. Accurately place and secure in position, prior to placing concrete, all anchors, bolts, inserts, and other items to be embedded in concrete; including items furnished under other sections of the Specification and for other contractors on the project. E. Provide openings in concrete formwork to accommodate work of other trades. Determine size and location of openings, recesses, and chases from those trades involved. F. Earth cuts shall not be used as forms for vertical surfaces without written approval of the Owner's Representative. G. Thoroughly clean forms and adjacent surfaces to receive concrete. Remove chips, wood, sawdust, dirt, or other debris just before concrete is placed. Retighten forms after concrete placement if required to eliminate mortar leaks. A. Coat the contact surfaces of forms with a form -coating compound before reiA 7rWXieb0&CJTVCLERK placed. 2017 APR 12 PM4:13 B. Thin form -coating compounds only within thinning agent of type, and in amount, and under conditions of the form -coating compound manufacturer's directions. Do not allow excess form -coating material to accumulate in the forms or to come into contact with concrete surfaces against which fresh concrete will be placed. Apply in compliance with manufacturer's instructions. C. Coat steel forms with a non -staining, rust preventative form oil or otherwise protect against rusting. Rust -stained steel formwork is not acceptable. 3.3 REMOVAL OF FORMS AND TEMPORARY BRACING A. Formwork not supporting concrete, such as sides of wall, beams, and similar parts of the work, may be removed after curing at not less than 50°F for 24 hours after placing, provided that: 1. Concrete is sufficiently hard not to be damaged by form removal operations. 2. Curing and protection operations are maintained. B. Formwork supporting weight of concrete, such as beams, slabs, etc., shall not be removed until: 1. The concrete has attained 75% of the minimum 28 -day strength, or 2. 14 days has passed since pouring the concrete. 3.4 REUSE OF FORMS A. Clean and repair surfaces of forms to be reused in the work. Split, frayed, delaminated or otherwise damaged form facing material will not be acceptable. Apply new form coating compound material to concrete contact form surfaces as specified for new formwork. B. When forms are extended for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close joints. Align and secure joints to avoid offsets. Do not use patched forms for exposed concrete surfaces. 3.5 REINFORCING A. Fabricate and place to shapes and dimensions indicated or required to carry out intent of drawings and Specifications. Clean off rust, ice, or other coatings that would reduce bond. Do CAST -IN-PLACE CONCRETE 033000-7 City Park Cabin Restoration Project � N Project # 2162230 w •- .J c C,4not use reinforcing reduced in section. Field bending of bars is not allowed without Owner's Y Representative's permission. CD B. Tagging shall be with metal, linen, or rope fiber tags filled in with machine or waterproof ink. Paper tags shall not be used. V C4 3.6 PLACEMENT OF REINFORCING A. Accurately place all reinforcing steel as shown on the drawings. Fasten rigidly so that it cannot be displaced during the construction operation. B. The minimum cover of concrete for all reinforcement shall conform to the dimensions shown on the drawings, which indicate the clear distance from the edge of the reinforcement to the concrete surface. Where not otherwise specified or shown by the written dimension, the minimum coverage of the concrete over the steel shall be as follows: 1. Concrete cast against and permanently exposed to earth - 3 inches 2. Formed concrete exposed to earth or weather - 2 inches 3. Concrete in beams and columns not exposed to ground or weather - 1-1/2 inches 4. Concrete slabs and walls not exposed to weather - 1 inch C. Splices shall be lapped as shown on the drawing. Those not shown or called out shall have a minimum lap as follows: t. No. 6 and Smaller Bar (plain) lap 52 bar diameters 2. No. 7 thru No. 10 Bar (plain) lap 63 bar diameters 3. No. 6 and Smaller Bar (epoxy -coated) lap 62 bar diameters 4. No. 7 thru No. 10 Bar (epoxy -coated) lap 75 bar diameters D. All reinforcing steel, including welded wive mesh, shall be accurately located and held in position by the use of proper reinforcing steel supports, spacers, and accessories in accordance with the drawings and Manual of Standard Practice for Detailing Reinforced Concrete Structures ACI 315. Tie bars securely at intersections. 3.7 DRILLED AND GROUTED DOWEL INSTALLATION A. Drill hole in existing concrete of size that is 3/4 inch in diameter larger than diameters of dowel bar. Incline the hole in the concrete such that the non -shrink grout will be retained in the hole. B. Fill hole with non -shrink grout. C. Immediately place dowel bar into grouted hole. D. Allow grout to take initial set before disturbing dowel bar. 3.8 CONCRETE PLACEMENT A. Preplacement Inspection: Before placing concrete, inspect and complete the formwork installation, reinforcing steel, and items to be embedded or cast in. Notify other crafts to permit the installation of their work; cooperate with other trades in setting such work, as required. Thoroughly wet wood forms immediately before placing concrete, as required where form coatings are not used. CAST -IN-PLACE CONCRETE 033000-8 City Park Cabin Restoration Project Proiect # 2162230 B. General: Comply with ACI 304, and as herein specified. 1. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which has hardened sufficiently to cause the formation of seams or planes of weakness within the section. If a section cannot be placed continuously, provide construction joints as herein specified. Deposit concrete as nearly as practicable to its final location to avoid segregation due to rehandling or flowing. 2. Deposit concrete in forms in horizontal layers not deeper than 24 inches and in a manner to avoid inclined construction joints. Where placement consists of several layers, place each layer while preceding layer is still plastic to avoid cold joints. Control rate of placement so as not to exceed structural capacity of forms. 3. Consolidate placed concrete by mechanical vibrating equipment supplemented by hand -spading, rodding, or tamping. Use equipment and procedures for consolidation of concrete in accordance with the recommended practices of ACI 309, to suit the type of concrete and project conditions. 4. Do not use vibrators to transport concrete inside of forms. Insert and withdraw vibrators vertically at uniformly spaced locations not farther than the visible effectiveness of the machine. Place vibrators to rapidly penetrate the placed layer of concrete and at least six inches into the preceding layer. Do not insert vibrators into lower layers of concrete that have begun to set. At each insertion limit the duration of vibration to the time necessary to consolidate the concrete and complete embedment of reinforcement and other embedded items without causing segregation of the mix. 5. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is completed. 6. Consolidate concrete during placing operations so that concrete is thoroughly worked around reinforcement and other embedded items and into corners. 7. Bring slab surfaces to the correct level with a straightedge and strike off. Use bull floats or darbies to smooth the surface, leaving it free of humps or hollows. Do not sprinkle water on the plastic surface. 8. Maintain reinforcing in the proper position during concrete placement operations. CZTYUFIC-C1TYC- ERI', C. Cold Weather Placing 2017 APR 32 Pato. 13 1. Protect concrete work from physical damage or reduced strength which could be caused by frost, freezing actions, or low temperatures, in compliance with ACI 306 and as herein specified. 2. When air temperature has fallen to or is expected to fall below 40°F, uniformly heat all water and aggregates before mixing as required to obtain a concrete mixture temperature of not less than 50°F, and not more than 80°F at point of placement. 3. Do not use frozen materials or materials containing ice or snow. Do not place concrete on frozen subgrade or on subgrade containing frozen materials. 4. Do not use calcium chloride, salt, and other materials containing antifreeze agents or chemical accelerators, unless otherwise accepted in writing by the Owner's Representative. D. Hot Weather Placing 1. When hot weather conditions exist that would seriously impair the quality and strength of concrete, place concrete in compliance with ACI 305 and as herein specified. 2. Cool ingredients before mixing to maintain concrete temperature at time of placement below 907. Mixing water may be chilled, or chopped ice may be used to control the concrete temperature, provided the water equivalent of the ice is calculated to the total amount of mixing water. 3. Cover reinforcing steel with water -soaked burlap if it becomes too hot, so that the steel temperature will not exceed the ambient air temperature immediately before embedment in concrete. CAST -IN-PLACE CONCRETE 033000-9 City Park Cabin Restoration Project N Project # 2162230 W •- C.� -E ,N -i 4. Do not use retarding admixtures unless otherwise accepted in mix designs. CL fJ � CC 3.9 PLACING CONCRETE BY PUMPING U. ® r - r A. Cast -in-place concrete at the Contractor's option may be laced b pumping in accordance with N P P Y P Y P P g ACI 304. B. Design Mix 1. Submit separate design mix for pumping concrete. 2. Note fine aggregate gradation and water and cement content are more critical and different from the regular concrete mix. 3. Slump may be increased by one inch for individual batches at point of discharge. C. Pumping Equipment and Placement 1. Do not convey through aluminum or aluminum alloy pipes. 2. The loss of slump in pumping equipment shall not exceed two inches. 3. The mortar used for lubricating the pumping equipment shall be discarded. 4. Slump and air tests shall be taken at both points of delivery to pump equipment and at point of discharge from the line. 5. Concrete cylinders shall be taken at the point of discharge from the line. 3.10 FINISHING FORMED SURFACES A. Rough -Formed Finish: As -cast concrete texture imparted by form -facing material with tie holes and defects repaired and patched. Remove fins and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces not exposed to public view. B. Smooth -Formed Finish: As -cast concrete texture imparted by form -facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repan and patch tie holes and defects. Remove fits and other projections that exceed specified limits on formed -surface irregularities. 1. Apply to concrete surfaces exposed to public view and to be covered with a coating or covering material applied directly to concrete. C. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. D. Maintain surface flatness with maximum variation of 1/8 -inch in 10 feet. 3.11 CURING FORMED SURFACES A. Protect and cure exposed surfaces, including surfaces from which forms have been removed less than 60 hours after concrete has been placed for at least 4 calendar days after concrete is placed. B. Cover surfaces with paper or plastic film that is tough, pliable and moisture proof, or the surface may be covered with burlap or sand kept continuously wet. 3.12 FINISHING, CURING, AND SEALING OF INTERIOR FLOOR SLABS CAST -IN-PLACE CONCRETE 033000-10 City Park Cabin Restoration Project Project # 2162230 A. Finishing 1. Finish concrete floor/surfaces in accordance with ACI 301. 2. Uniformly spread, screed, and float concrete. 3. Steel trowel surfaces which will be exposed. 4. Maintain surface flatness with maximum variation of 1/8 -inch in 10 feet. 5. Slope finish surface to drains as indicated on plans. B. Curing and Sealing CITYCFIC-CITYCLERK 1. Place curing and sealing compound. 2017 APR 1.2 p'M4:13 3.13 CONCRETE SURFACE REPAIRS A. Surface defects, including tie holes and honeycomb, unless otherwise specified by the contract documents, shall be repaired immediately after form removal. B. All honeycomb and other defective concrete shall be removed down to sound concrete with edges perpendicular to the surface or slightly undercut. No featheredges will be permitted. The area to be patched and an area of at least six inches wide surrounding it shall be dampened to prevent absorption of water from the patching mortar. A bonding grout shall be prepared using a mix of approximately one part cement to one part fine sand passing No. 30 mesh sieve, mixed to the consistency of thick cream, and then well brushed into the surface. C. The patching mixture shall be made of the same materials and of approximately the same proportions as used for the concrete, except that the coarse aggregate shall be omitted and the mortar shall consist of not more than one part cement to 2-1/2 parts sand by damp loose volume. White Portland cement shall be substituted for a part of the gray Portland cement on exposed concrete in order to produce a color matching the color of the surrounding concrete, as determined by a trial patch. Quantity of mixing water shall be no more than necessary for handling and placing. Patching mortar shall be mixed in advance and allowed to stand with frequent manipulation with a trowel, without addition of water, until it has reached the stiffest consistency that will permit placing. D. After surface water has evaporated from the area to be patched, the bond coat shall be well brushed into the surface. When the bond coat begins to lose the water sheen, the premixed patching mortar shall be applied. The mortar shall be thoroughly consolidated into place and struck off so as to leave the patch slightly higher than the surrounding surface. To permit initial shrinkage, it shall be left undisturbed for at least one hour before being finally finished. The patched area shall be kept damp for seven days. Metal tools shall not be used in finishing a patch in a formed wall which will be exposed. E. After being cleaned and thoroughly dampened, tie holes shall be filled solid with patching mortar. Concrete slab surfaces that contain defects which adversely affect durability, strength, or appearance, shall be repaired by a method approved by the Owner's Representative or they shall be replaced. 3.14 PATCHING EXISTING CONCRETE A. Clean surfaces to be patched of all loose particles, oils, grease, etc., and roughen surfaces as required. B. Predampen surfaces before application of patching compound. CAST -IN-PLACE CONCRETE 033000-11 City Park Cabin Restoration Project N Project # 2162230 W .. J Q V � C,4 C. Mix, apply, finish, and cure patching compound in strict compliance with the manufacturer's v a' instructions. �¢ LL r— END OF SECTION 033000 } V (V CAST -IN-PLACE CONCRETE 033000-12 SECTION 040140 MAINTENANCE OF STONE ASSEMBLIES PART 1- GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 110900005 Julu . t 1 1.3 1.4 A. Section includes maintenance of stone assemblies consisting of stone restoration and cleaning as follows: 1. Rebuilding stone masonry. 2. Repointingjoints. 3. Installation of new stone masonry. 4. Preliminary cleaning, including removing plant growth. 5. Cleaning exposed stone surfaces. B. Related Sections: 1. Section 012300 "Alternates." Alternate 1 for work under this section. CITYQFIC-CITYCLEF°K2017 APR �� PNd: j.0 2. Section 013591 "Historic Treatment Procedures." DEFINITIONS A. Very Low -Pressure Spray: Under 100 psi (690 kPa). B. Low -Pressure Spray: 100 to 400 psi (690 to 2750 kPa); 4 to 6 gpm (0.25 to 0.4 Us). C. Medium -Pressure Spray: 400 to 800 psi (2750 to 5510 kPa); 4 to 6 gpm (0.25 to 0.4 Us). D. High -Pressure Spray: 800 to 1200 psi (5510 to 8250 kPa); 4 to 6 gpm (0.25 to 0.4 Us). E. Stone Terminology: ASTM C 119. F. Face Bedding: Setting of stone with the natural bedding planes (strata) vertical and parallel to the wall plane rather than horizontal or "naturally bedded," which holds bedding planes together by gravity. INFORMATIONAL SUBMITTALS A. Qualification Data: For restoration specialists. 1. References of projects completed by masonry restorer to show knowledge of requirements in this section and ability to comply with Preservation Briefs referenced. City Park Cabin Restoration Project MAINTENANCE OF STONE ASSEMBLIES Project # 2162230 040140-1 "'to L= CN City Park Cabin Restoration Project Proiect # 2162230 1.5 QUALITY ASSURANCE A. Restoration Specialist Qualifications: Engage an experienced stone restoration and cleaning firm to perform work of this Section. Firm shall have completed work similar in material, design, and extent to that indicated for this Project with a record of successful in-service performance installing rubble stone masonry. Restoration Worker Qualifications: Persons who are experienced in restoration work of types they will be performing and have documented experience in meeting the intent and quality of work as specified in The Secretary of the Interior's Standards for Masonry Restoration. Specifically Preservation Briefs 1, 2 and 6. B. Source Limitations: Obtain each type of material for stone restoration (stone, cement, sand and lime, etc.) from one source with each resource able to provide materials of consistent quality in appearance and physical properties to match existing conditions. C. Cleaning Program: Prepare a written cleaning program that describes cleaning process in detail, including materials, methods, and equipment to be used, protection of surrounding materials, and control of runoff during operations. 1. If materials and methods other than those indicated are proposed for any phase of restoration work, add to the Quality -Control Program a written description of such materials and methods, including evidence of successful use on comparable projects, and demonstrations to show their effectiveness for this Project and worker's ability to use such materials and methods properly. D. Cleaning and Repair Appearance Standard: Cleaned and repaired surfaces are to have a uniform appearance as viewed from 50 feet (15 m) away by Architect. E. Mockups: Prepare mockups to demonstrate aesthetic effects and set quality standards for materials and execution and installation. Stone installation: Prepare sample areas for each type of stone indicated to have work performed. If not otherwise indicated, size each mockup not smaller than 2 adjacent whole units or approximately one concrete pier. Erect sample area over a newly completed comer concrete pier foundation, to demonstrate quality of materials, workmanship. Include the following as a minimum: a. Approved mock-up may remain part of the work. 2. Cleaning: Clean stone as follows: a. Test cleaners and methods on samples of adjacent materials for possible adverse reactions. Do not use cleaners and methods known to have deleterious effect. b. Allow a waiting period of not less than 3 - 4 days after completion of sample cleaning to permit a study of samples for negative reactions. 3. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. MAINTENANCE OF STONE ASSEMBLIES 040140-2 City Park Cabin Restoration Project Project # 2162230 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver stone to Project site in suitable packs or on pallets or heavy-duty crates which will keep stone protected off of ground and protection from weather until installed. B. Deliver other materials to Project site in manufacturer's original and unopened containers or stored inside protective and secure container or site trailer. C. Store cementitious materials on elevated platforms, under cover, and in a dry location. Do not use cementitious materials that have become damp. D. Store hydrated lime in manufacturer's original and unopened containers. Discard lime if containers have been damaged or have been opened for more than two days. E. Store lime putty covered with water in sealed containers. F. Store sand where grading and other required characteristics can be maintained and contamination avoided. CIT' OFIC-CITVCLERK 1.7 PROJECT CONDITIONS 2017 RPR 12 PM4:15 A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit stone restoration and cleaning work to be performed according to manufacturers' written instructions and specified requirements. B. Complete work only when air temperature is between 40 and 90 deg F (4 and 32 deg C) and is predicted to remain so for at least 7 days after completion of the Work unless otherwise indicated. C. Hot -Weather Requirements: Protect mortar joint pointing when temperature and humidity conditions produce excessive evaporation of water from mortar and patching materials. Provide artificial shade and wind breaks and use cooled materials as required to minimize evaporation. Do not apply mortar to substrates with temperatures of 90 deg F (32 deg C) and above unless otherwise indicated. D. Clean stone surfaces only when air temperature is 40 deg F (4 deg C) and above and is predicted to remain so for at least 7 days after completion of cleaning. 1.8 COORDINATION A. Coordinate stone restoration and cleaning with other work at Project site. Plan and execute the Work accordingly. 1.9 SEQUENCING AND SCHEDULING A. Order replacement materials at earliest possible date to avoid delaying completion of the Work. B. Perform stone restoration work in the following sequence: 1. Remove plant growth. 2. Clean stone surfaces. 3. Rake out mortar from joints surrounding stone to be replaced and from joints adjacent to stone repairs along joints. MAINTENANCE OF STONE ASSEMBLIES 040140-3 U-1 City Park Cabin Restoration Project LL1[N Project # 2162230 L' f� T v ' 4. Repair stonework, including replacing existing stone with salvaged or new stone. p 6 5. Rake out mortar from joints to be repointed. Li_ 6. Point mortarjoints. 57. After repairs and repointing have been completed and cured, perform a final cleaning to remove V CN residues from this work. PART2-PRODUCTS 2.1 STONE MATERIALS A. Stone: Provide natural building stone of variety, color, texture, grain, veining, finish, size, and shape to match existing stone: 1. For existing stone that exhibits a range of colors, texture, grain, veining, finishes, sizes, or shapes, provide stone that proportionally matches that range rather than stone that matches an individual color, texture, grain, veining, finish, size, or shape within that range. 2. Subject to compliance with requirements, provide stone from local quarry, which best matches rubble stone used in original construction. 3. Architect can direct contractor to salvaged rubble stone for use in this project. Stone is stored approximately 13 miles from site and is a close match to stone used on the fireplace. Cost for stone is $20/ton. B. Salvaged Stone: Obtain salvaged stone from demolition work. Clean off residual mortar. u �T.>II►:1fa�iiG11Y�I:7/:�7I.y A. Portland Cement: ASTM C 150, Type I or Type II, gray, tinted where required for color matching of exposed mortar. I. Mortar Materials Contact: U.S. Heritage Group, Inc., 3516 North Kostner Ave., Chicago, IL 60641 Phone: 773-286-2100 Fax: 773-286-1852. Email: info@usheritage.com; www.usheritage.com 2. Provide cement containing not more than 0.60 percent total alkali when tested according to ASTM C 114. 3. Substitutions: See Section 01600 - Product Requirements B. Hydrated Lime: ASTM C 207, Type S. C. Factory -Prepared Lime Putty: ASTM C 1489. D. Mortar Sand: ASTM C 144 unless otherwise indicated. 1. Color: Provide natural sand of color necessary to produce required mortar color. 2. For pointing mortar, provide sand with rounded edges. 3. Match size, texture, and gradation of existing mortar sand as closely as possible. Blend several sands if necessary to achieve suitable match. E. Mortar Pigments: Natural and synthetic iron oxides, compounded for mortar mixes. Use only pigments with a record of satisfactory performance in masonry mortars. MAINTENANCE OF STONE ASSEMBLIES 040140-4 I City Park Cabin Restoration Project Proiect# 2162230 F. Water: Potable. 2.3 MANUFACTURED REPAIR MATERIALS A. Cementitious Crack Filler: An ultrafine superplasticized grout that can be injected into cracks, is suitable for application to wet or dry cracks, exhibits low shrinkage, and develops high bond strength to all types of stone. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. Cathedral Stone Products, Inc.; Jahn Injection Grout. b. Conuroco Corporation; Terra Cotta Finish. C. Edison Coatings, Inc.; Pump -X 53 -Series. 2.4 CLEANING MATERIALS CITYRs IC-CITYCLERK 201 t RPR 12 Pmil:15 A. Water: Potable. B. Job -Mixed Detergent Solution: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 1/2 cup (125 mL) of laundry detergent, and 20 quarts (20 L) of hot water for every 5 gal. (20 L) of solution required. C. Job -Mixed Mold, Mildew, and Algae Remover: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 5 quarts (5 L) of 5 percent sodium hypochlorite (bleach), and 15 quarts (15 L) of hot water for every 5 gal. (20 L) of solution required. 2.5 ACCESSORY MATERIALS A. Sealant Materials: 1. Provide manufacturer's standard chemically curing, elastomeric sealant(s) of base polymer and characteristics indicated below that comply with applicable requirements in Section 079200 "Joint Sealants." a. Single -component, nonsag urethane sealant. 2. Colors: Provide colors of exposed sealants to match colors of stonework adjoining installed sealant unless otherwise indicated. 3. Ground -Mortar Aggregate: Custom crushed and ground pointing mortar sand or existing mortar retrieved from joints. Grind to a particle size that matches the adjacent mortar aggregate and color. Remove all fines passing the 100 sieve. B. Joint -Sealant Backing: Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin, and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Masking Tape: Nonstaining, nonabsorbent material, compatible with pointing mortar, joint primers, sealants, and surfaces adjacent to joints; that will easily come off entirely, including adhesive. MAINTENANCE OF STONE ASSEMBLIES 040140-5 City Park Cabin Restoration Project JO Project # 2162230 LU N -.J R7 Ci a- D. Miscellaneous Products: Select materials and methods of use based on the following, subject to approval t' of a mockup: LL43 d L ¢ 1. Previous effectiveness in performing the work involved. p 2. Little possibility of damaging exposed surfaces. j CV 3. Consistency of each application. 4. Uniformity of the resulting overall appearance. 5. Do not use products or tools that could do the following: a. Remove, alter, or in any way harm the present condition or future preservation of existing surfaces, including surrounding surfaces not in contract. b. Leave a residue on surfaces. 2.6 MORTAR MIXES A. Preparing Lime Putty: Slake quicklime and prepare lime putty according to appendix to ASTM C 5 and manufacturer's written instructions. B. Measurement and Mixing: Measure cementitious materials and sand in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. 1. Mixing Pointing Mortar: Thoroughly mix cementitious materials and sand together before adding any water. Then mix again adding only enough water to produce a damp, unworkable mix that will retain its form when pressed into a ball. Maintain mortar in this dampened condition for 15 to 30 minutes. Add remaining water in small portions until mortar reaches desired consistency. Use mortar within one hour of final mixing; do not retemper or use partially hardened material. C. Colored Mortar: Produce mortar of color required by using specified ingredients. Do not alter specified proportions without Architect's approval. Mortar Pigments: Where mortar pigments are indicated, do not exceed a pigment -to -cement ratio of 1:10 by weight. D. Do not use admixtures in mortar unless otherwise indicated. E. Mortar Proportions: Mix mortar materials in the following proportions: Pointing Mortar for Stone: 1 part gray portland cement, 6 parts lime, and 12 parts sand. a. Add mortar pigments to produce mortar colors required. PART 3 -EXECUTION 3.1 PROTECTION A. Protect persons, motor vehicles, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm resulting from stone restoration work. MAINTENANCE OF STONE ASSEMBLIES 040140-6 City Park Cabin Restoration Project Proiect# 2162230 I. Erect temporary protective covers over walkways and at points of pedestrian and vehicular entrance and exit that must remain in service during course of restoration and cleaning work. B. Comply with chemical -cleaner manufacturer's written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent chemical cleaning solutions from coming into contact with people, motor vehicles, landscaping, buildings, and other surfaces that could be harmed by such contact. 1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners used unless chemical cleaners being used will not damage adjacent surfaces. Use materials that contain only waterproof, UV -resistant adhesives. Apply masking agents to comply with manufacturer's written instructions. Do not apply liquid masking agent to painted or porous surfaces. When no longer needed, promptly remove masking to prevent adhesive staining. 2. Keep wall wet below area being cleaned to prevent streaking from runoff. 3. Do not clean stone during winds of sufficient force to spread cleaning solutions to unprotected surfaces. 4. Neutralize and collect alkaline and acid wastes for disposal off Owner's property. 5. Dispose of runoff from cleaning operations by legal means and in a manner that prevents soil erosion, undermining of paving and foundations, damage to landscaping, and water penetration into building interiors. C. Prevent mortar from staining face of surrounding stone and other surfaces. CIYVCFIC-CIYVCLERK I. Cover sills, ledges, and projections to protect from mortar droppings. 2017 APR 12 PM4:15 2. Keep wall area wet below rebuilding and pointing work to discourage mortar from adhering. 3. Immediately remove mortar in contact with exposed stone and other surfaces. 4. Clean mortar splatters from scaffolding at end of each day. 3.2 STONE REMOVAL AND REPLACEMENT A. As discovered following demolition work, remove stone that has deteriorated or is damaged beyond repair. Carefully demolish or remove entire units from joint to joint, without damaging surrounding stone, in a manner that permits replacement with full-size units. B. Support and protect remaining stonework that surrounds removal area. Maintain flashing, reinforcement and adjoining construction in an undamaged condition unless stone removal disturbs adjacent work to remain, remove items and document position and installation method and reinstall as new stone is set in place. C. Notify Architect of unforeseen detrimental conditions including voids, cracks, bulges, and loose units in existing stone or unit masonry backup, rotted wood, rusted metal, and other deteriorated items. D. Remove in an undamaged condition as many whole stone units as possible. 1. Remove mortar, loose particles, and soil from stone by cleaning with hand chisels, brushes, and water. 2. Remove sealants by cutting close to stone with utility knife and cleaning with solvents. 3. Store stone for reuse. Store off ground, on skids, and protected from weather. 4. Deliver cleaned stone not required for reuse to Owner unless otherwise indicated. 5. For salvaged stone, once debris from stone has been removed, use of medium and/or high pressure power wash is allowed to clean stone. Start with lowest pressure that will accomplish task and only move to higher pressures if required. Once dry, stone may be used in wall patching or cladding of foundation piers. MAINTENANCE OF STONE ASSEMBLIES 11L•IIJChbI City Park Cabin Restoration Project Ln Project # 2162230 Lu N _J 4 L3 � } w N E. Clean stone surrounding removal areas by removing mortar, dust, and loose particles in preparation for replacement. 4? d CM r- F. Replace removed damaged stone with other removed stone and salvaged stone in good quality, where p possible, or with new stone matching existing stone, including size. U G. Before setting, inspect to verify that each stone has been set in final position with natural bedding planes matching other surrounding stone. H. Install replacement stone into coursing pattern of existing stone. If sizing is required, use a mason's hammer and chisel to shape stone as needed. Finish edges to blend with appearance of edges of existing stones. Maintain joint width for replacement stone to match existing joints. Set replacement stone with completely filled bed, head, and collar joints. Butter vertical joints for full width before setting and set units in full bed of mortar unless otherwise indicated. Replace existing anchors if found, or utilize new similar anchors as needed. 1. Tool exposed mortar joints in repaired areas to match joints of surrounding existing stonework. 2. When mortar is sufficiently hard to support units, remove shims and other devices interfering with pointing of joints. 3.3 CRACK INJECTION (For use only on discovered cracks, T&M basis, Not in base bid) A. General: Comply with cementitious crack -filler manufacturer's written instructions. B. Drill 1/4 -inch- (6 -mm-) diameter injection holes as follows: 1. Transverse Cracks Less Than 3/8 inch (9 mm) Wide: Drill holes through center of crack at 12 to 18 inches (300 to 500 mm) o.c. 2. For Cracks More Than 3/8 inch (9 mm) Wide: Replace stone unit or mortar joint. 3. Drill holes 2 inches (50 mm) deep. Where possible drill holes in mortar joints. C. Clean out drill holes and cracks with compressed air and water. Remove dirt and organic matter, loose material, sealants, and failed crack repair materials. D. Place plastic injection ports in drilled holes and seal face of cracks between injection ports with clay or other nonstaining, removable plugging material. Leave openings at upper ends of cracks for air release. E. Inject cementitious crack filler through ports sequentially, beginning at one end of area and working to opposite end; where possible, begin at lower end of injection area and work upward. Inject filler until it extrudes from adjacent ports. After port has been injected, plug with clay or other suitable material and begin injecting filler at adjacent port, repeating process until all ports have been injected. F. Clean cementitious crack filler from face of stone before it sets by scrubbing with water. G. After cementitious crack filler has set, remove injection ports, plugging material, and excess filler. Patch injection holes and surface of cracks as specified in "Stone Patching" Article. MAINTENANCE OF STONE ASSEMBLIES 040140-8 City Park Cabin Restoration Project Project # 2162230 3.4 CLEANING STONE, GENERAL A. Proceed with cleaning in an orderly manner; work from top to bottom and from one end of each elevation to the other. Ensure that dirty residues and rinse water will not wash over cleaned, dry surfaces. B. Use only those cleaning methods indicated for each stone material and location. 1. Do not use wire brushes or brushes that are not resistant to chemical cleaner being used. Do not use plastic -bristle brushes if natural -fiber brushes will resist chemical cleaner being used. 2. Use spray equipment that provides controlled application at volume and pressure indicated, measured at spray tip. Adjust pressure and volume to ensure that cleaning methods do not damage stone. a. Equip units with pressure gages. 3. For water -spray application, use fan -shaped spray tip that disperses water at an angle of 25 to 50 degrees. 4. For low-pressure water -spray application, use fan -shaped spray tip that disperses water at an angle of at least 40 degrees. C. Perform each cleaning method indicated in a manner that results in uniform coverage of all surfaces, including comers, moldings, and interstices, and that produces an even effect without streaking or damaging stone surfaces. D. Water Application Methods: CITYDFIC-CITYCLERK 2017 APR 12 FVA:16 1. Water -Spray Applications: Unless otherwise indicated, hold spray nozzle at feast 6 inches (150 mm) from surface of stone and apply water in horizontal back and forth sweeping motion, overlapping previous strokes to produce uniform coverage. 3.5 PRELIMINARY CLEANING A. Removing Plant Growth: Completely remove visible plant, moss, and shrub growth from stone surfaces. Carefully remove plants, creepers, and vegetation by cutting at roots and allowing to dry as long as possible before removal. Remove loose soil or debris from open joints to whatever depth they occur. 3.6 CLEANING STONEWORK A. Cold -Water Wash: Use cold water applied by low-pressure spray. B. Detergent Cleaning 1. Wet stone with cold water applied by very -low-pressure spray. 2. Scrub stone with detergent solution using medium -soft brushes until soil is thoroughly dislodged and can be removed by rinsing. Use small brushes to remove soil from mortar joints and crevices. Dip brush in solution often to ensure that adequate fresh detergent is used and that stone surface remains wet. 3. Rinse with cold water applied by low-pressure spray to remove detergent solution and soil. C. Mold, Mildew, and Algae Removal: 1. Wet stone with cold water applied by very -low-pressure spray. MAINTENANCE OF STONE ASSEMBLIES 040140-9 City Park Cabin Restoration Project � LO Project # 2162230 LU J 4 V � C14 2. Apply mold, mildew, and algae remover by brush. v pr 3. Scrub stone with medium -soft brushes until mold, mildew, and algae are thoroughly dislodged and can be removed by rinsing. Use small brushes for mortarjoints and crevices. Dip brush in mold, ®N mildew, and algae remover often to ensure that adequate fresh cleaner is used and that stone } '-i surface remains wet. vN 4. Rinse with cold water applied by low-pressure spray to remove solution and deleterious material. 3.7 REPOINTING STONEWORK A. Rake out and repoint joints to the following extent: 1. Joints where mortar is missing or where they contain holes. 2. Cracked joints where cracks can be penetrated at least 1/4 inch (6 mm) by a knife blade 0.027 inch (0.7 mm) thick. 3. Joints where they sound hollow when tapped by metal object. 4. Joints where they are worn back 1/4 inch (6 mm) or more from surface. 5. Joints where they are deteriorated to point that mortar can be easily removed by hand, without tools. 6. Joints where they have been filled with substances other than mortar. B. Do not rake out and repoint joints where not required. C. Rake out joints as follows, according to procedures demonstrated in approved mockup: 1. Remove mortar from joints to depth of joint width plus 1/8 inch (3 mm), but not less than 1/2 inch (13 mm) or not less than that required to expose sound, unweathered mortar. 2. Remove mortar from stone surfaces within raked -out joints to provide reveals with square backs and to expose stone for contact with pointing mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of stone units or widen joints. Replace or patch damaged stone units as directed by Architect. a. Cut out mortar by hand with chisel and resilient mallet. Do not use power -operated grinders without Architect's written approval based on approved quality -control program. D. Notify Architect of unforeseen detrimental conditions including voids in mortar joints, cracks, loose stone, rotted wood, rusted metal, and other deteriorated items. E. Pointing with Mortar: 1. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at time of pointing, joint surfaces are damp but free of standing water. If rinse water dries, dampen joint surfaces before pointing. 2. Apply pointing mortar first to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch (9 mm) until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. 3. After low areas have been filled to same depth as remaining joints, point all joints by placing mortar in layers not greater than 3/8 inch (9 mm). Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing stone has wom or rounded edges, slightly recess finished mortar surface below face of stone to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto exposed stone surfaces or to featheredge the mortar. MAINTENANCE OF STONE ASSEMBLIES 040140-10 City Park Cabin Restoration Project Project # 2162230 4. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge ofjoint by brushing. 5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours, including weekends and holidays. a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. b. Adjust curing methods to ensure that pointing mortar is damp throughout its depth without eroding surface mortar. 3.8 FINAL CLEANING A. After mortar has fully hardened, thoroughly clean exposed stone surfaces of excess mortar and foreign matter; use wood scrapers, stiff -nylon or -fiber brushes, and clean water, spray applied at low pressure. 1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. B. Wash adjacent woodwork and other nonstone surfaces. Use detergent and soft brushes, ��—C���''+�LERK 2017 RPR 12 Pw4:16 C. Clean mortar and debris from top of foundations. D. Sweep and rake adjacent pavement and grounds to remove mortar and debris. Where necessary, pressure wash pavement surfaces to remove mortar, dust, dirt, and stains. 3.9 FIELD QUALITY CONTROL A. Architect's Project Representatives: Architect will assign Project representatives to help carry out Architect's responsibilities at the site, including observing progress and quality of portion of the Work completed. Allow Architect's Project representatives to site, as needed, to observe progress and quality of portion of the Work completed. END OF SECTION 040140 MAINTENANCE OF STONE ASSEMBLIES 040140-11 City Park Cabin Restoration Project N Project # 2162230 L .. �v C.? a } 1- N a ¢ PART 4 - o t" o -r-4 W N U MAINTENANCE OF STONE ASSEMBLIES 040140-12 SECTION 061000 ROUGH CARPENTRY PART1-GENERAL 11f�:�:lw: . •Z•I•luURN 169 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.3 1.4 CiTYQFIC,-CITYCLERK 2017 RPR 12 PM1-16 1. Framing with rough sawn or reclaimed dimension lumber. 2. Installation of salvaged or reclaimed board lumber sheathing. 3. Installation of salvaged or reclaimed board lumber trim. 4. Restoration of Historic Landmark to authentic appearance using provided, or if not provided, specified material, authentic tools, and techniques. B. Related Requirements: 1. Section 012200 "Unit Prices" for replacement of lumber as described in this section. 2. Section 012300 "Alternates." Alternate 3 for work which relates to this section. 3. Section 0 173 00 "Execution" for cutting and patching procedures required under recommendations of this section. 4. Section 061323 "Log Structure Restoration" for extent of sawn lumber coordination with log structure. 5. Section 071900 "Water Repellent" for treatment of logs. 6. Section 080152 "Historic Treatment of Wood Windows" for requirements of using reclaimed lumber for replacement of window parts. 7. Section 313116 "Termite Control' for site application of borate treatment to wood framing. UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work based on visual acceptance and need for rough sawn lumber framing discovered to be in unusable condition or for replacement of damaged units. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. REFERENCES: A. Safety: All methods of construction shall conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. City Park Cabin Restoration Project ROUGH CARPENTRY Project # 2162230 061000-1 City Park Cabin Restoration Project qu Project # 2162230 J'S V � [V B. Codes and Standards: Comply with provisions of the American Association for State and Local V History: Log Structures Preservation and Problem Solving code, specifications and the latest adopted 60- edition of State of Iowa Building Code. LL t` V N 1.5 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) or greater but less than 5 inches nominal (114 mm actual) in least dimension. C. Reclaimed Lumber: Sawn boards reclaimed from historic structures which mimics surface sawn characteristics and dimensions of older lumber found within project or during specific time period as appropriate for project. D. Architectural Conservationist: A professional qualified in the field of historic preservation of log structures and specifically experienced in the formulation and uses of epoxy compounds for the restoration of wood or logs to original appearance. 1.6 ACTION SUBMITTALS A. Samples: Not less than nominal width of each lumber type by 24 inches (600 mm) long, showing expected appearance to match existing materials, including surface texture, sawn marks. Architect may choose to approve reclaimed lumber on-site to compare to existing materials. 1.7 INFORMATIONAL SUBMITTALS A. Material Certificates: 1. For preservative -treatment products; submit MSDS sheets and instructions for proper field treatment of wood products. 2. Provide certification of date and location where reclaimed lumber was obtained as well as data on storage and treatment procedures for replacement lumber. B. Reclaimed Lumber Sample: 1. Provide samples or examples of reclaimed lumber chosen to match existing lumber that will be reused. Consult with architect on availability of species, lumber grade and sizes that are available to match existing members being replaced. 1.8 QUALITY ASSURANCE A. Provide documentation that framing contractor has minimum 5 years or five recent projects experience in salvaging and reassembly of historic wood framed structures. Individuals shall be well versed in following Secretary of Interior's Standards for Historic Preservation of items being restored. 1. Provide one skilled professional who shall be present at all time during execution of this portion of the work and who shall personally direct all work performed under this section. ROUGH CARPENTRY 061000-2 City Park Cabin Restoration Project Proiect# 2162230 2. Retain a qualified Architectural Conservationist familiar with the formulation of epoxy compounds used in stabilizing and patching of lumber slated to be restored, to perform or oversee such functions as shown on the Drawings or as specified herein. B. Safety: All methods of construction shall conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. C. Existing Conditions: 1. Job conditions shall be surveyed by the Contractor prior to commencing work. 2. Patching and connections to existing facilities shall be made in accordance with the obvious intent of Contract Documents. Any discrepancies with existing conditions and work shown in contract documents shall be brought to the attention of the Architect and Owner. Claims for additional work from failure to examine substrates and notify architect or Owner will not be allowed without prior approval. RK 1.9 SEQUENCING AND SCHEDULING 2017 iPR 12 ,4:16 2417 SFR 1i PM4: T6 A. Properly coordinate the work of this section with all other trades. B. Do not start the work of this section until the work of all other trades has been completed unless otherwise approved by the Architect. Reference Alternates for priorities of work. C. Before starting any operation included in the work of this section which are expected to cause the structure to move from its original position, establish a reference plane, as described in part three of this specification, to allow plumb and true leveling and repositioning, as specified herein. 1.10 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with "sticking" between each board to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. B. Keep replacement material dry at all time. Protect against exposure to weather and contact with damp surfaces. Deliver material to the job site, store in a safe area out of the way of traffic, and shore up off ground surface. C. Use extreme care in off loading lumber material to prevent damage, splitting or breaking. D. When applying preservative treatments, epoxies and patching compounds, use eye, skin and breathing protection as necessary. 1. Mixing epoxy consolidant compounds: Vigorously mix epoxies in accordance with manufacturer's instructions, or if not available, with electric drill fitted with a propeller shaped mixing blade. 2. Mixing patching compounds: Vigorously mix components in accordance with the manufacturer's instructions pre -mix as much as possible following manufacturer's guidelines as to compatibility to facilitate transportability, or if manufacturer's instructions are not available, until throughout blending has been achieved then again for the same amount of time. 3. Store epoxies in compound or in component according to the manufacturer's instructions and available shelf life information. ROUGH CARPENTRY 061000-3 City Park Cabin Restoration Project Project # 2162230 LL h CV V '.4 i [x �t PART2-PRODUCTS C7 � 2.1 WOOD PRODUCTS, GENERAL A. Lumber: Provide lumber of equal or greater quality that can be determined from existing framing. 1. Select lumber of similar size and with similar saw marks or surface treatments. 2. Where nominal sizes are indicated, provide actual sizes of existing members. 3. Project preference is to utilize reclaimed lumber to greatest extent possible where size, appearance and species appropriate for replacement of damaged lumber pieces required to rebuild floors, roofs and trim pieces. B. Maximum Moisture Content of Lumber: 19 percent. C. If required, local suppliers of period correct sawn lumber salvaged from local buildings; 1. Chris Sellner: 319-325-7609, cjsellner@hotmail.com. 2.2 WOOD -PRESERVATIVE A. Preservative Treatment shall be for lumber as follows: 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Application: 1. Treat all floor joists, sill plates, thresholds and exposed trim or ends of framing with preservative treatment. 2. Utilize epoxy on all lumber which is deemed salvageable for non -load bearing applications and is used for appearance only. 2.3 WOOD REPAIR MATERIALS A. Wood Consolidant: Ready -to -use product designed to penetrate, consolidate, and strengthen soft fibers of wood materials that have deteriorated due to weathering and decay and designed specifically to enhance the bond of wood -patching compound to existing wood. Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron, Inc.; LiquidWood. b. ConSery Epoxy LLC; Flexible Epoxy Consolidant 100. C. Wood Care Systems; ROTFD{. ROUGH CARPENTRY 061000-4 City Park Cabin Restoration Project B. Wood -Patching Compound: Two-part epoxy -resin wood -patching compound; knife -grade formulation as recommended by manufacturer for type of wood repair indicated, tooling time required for the detail of work, and site conditions. Compound shall be designed for filling voids in damaged wood materials that have deteriorated due to weathering and decay. Compound shall be capable of filling deep holes and spreading to feather edge. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron, Inc.; LiquidWood with WoodEpox. b. Advanced Repair Technology, Inc.; Primatrate with Flex -Tec HV. C. ConSery Epoxy LLC; Flexible Epoxy Consolidant 100 with Flexible Epoxy Patch 200. d. Polymeric Systems, Inc.; QuickWood. C. West System Inc.; West System. CITYQFIC—CITYCLEICK f. Wood Care Systems; ROTFIX with SCULPWOOD. ITY IC—APR IT PML: R 2.4 DIMENSION LUMBER FRAMING A. Joists, Rafters, and Other Framing: Sawn (not sanded) lumber matching species as can be determined, matching texture, aged color and approximate dimensions found in lumber that has been removed and is in need of replacement. B. Exposed Framing: Provide material hand -selected for uniformity of appearance and freedom from characteristics, on exposed surfaces and edges, that would impair finish appearance, including decay, honeycomb, knot -holes, shake, splits, tom grain, and wane. 2.5 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking and Nailers 2. Boards for replacement of sheathing on both walls and roofs. B. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. C. For board sheathing, utilize boards that match the thickness and width of adjacent materials. Cut boards to eliminate defects which will compromise structural integrity or fastener holding capability. Closed and fully housed knots are acceptable. 2.6 MEKES A. Epoxies: Provide epoxy fillers, consolidants, and patching compound mixes as specified in Section 061323 "Log Structure Restoration" 2.7 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. ROUGH CARPENTRY 061000-5 City Park Cabin Restoration Project c Project # 2162230 U C° 1. At all rough carpentry, provide fasteners with hot -dip zinc coating complying with ASTM A 153/A 153M. p 2. Provide stainless steel fasteners meeting ASTM F879 — 15, for attachment of all rough and trim C3 N carpentry exposed directly to weather or within 18 inches of ground. B. Power -Driven Fasteners: NES NER-272 and ASTM F1667. C. Wood Screws: ASMEB18.6.1. D. Lag Bolts: ASME B18.2.1 (ASME B18.2.3.8M). E. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade Al or A4). 2.8 MISCELLANEOUS MATERIALS A. Flexible Flashing: Composite, self-adhesive, flashing product consisting of a pliable, rubberized -asphalt compound, bonded to a high-density polyethylene film, or spunbonded polyolefin to produce an overall thickness of not less than 0.025 inch (0.6 mm). B. Water -Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo-2-propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate blocking and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Do not splice structural members between supports unless otherwise indicated. D. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. E. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative -treated lumber. 1. Use inorganic boron for items that are continuously protected from liquid water. 2. Use copper naphthenate for items not continuously protected from liquid water. F. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: ROUGH CARPENTRY 061000-6 City Park Cabin Restoration Project Project # 2162230 1. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code. 2. Table R602.3(1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two -Family Dwellings. G. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. H. For exposed work, arrange fasteners in straight rows parallel with edges of members, with fasteners evenly spaced, and with adjacent rows staggered. I. Comply with fastener patterns matching existing where applicable. 2. Use finishing nails at exposed trim unless otherwise indicated. Countersink nail heads and fill holes with wood filler. 3. Use common nails in general framing otherwise indicated. Drive nails snug but do not countersink nail heads. 3.2 FLOOR JOIST FRAMING INSTALLATION CITYOFIC-CITYCLERK 2017 APR 12 pm4:16 A. General: Install floor joists with crown edge up and support ends of each member with not less than I- 1/2 inches (38 mm) of bearing on wood or to match existing found conditions. Attach floor joists as follows: 1. Where supported on wood members, by toe nailing. 2. Where framed into wood supporting members, by using wood ledgers as indicated or, if not indicated. B. Frame openings with headers and trimmers where replacing existing conditions match framing as found. C. Provide solid blocking between joists log bearing point. Set blocking back from face of exterior wall to limit exposure to exterior view. 3.3 CEILING JOIST AND RAFTER FRAMING INSTALLATION A. Rafters: Notch to fit exterior wall plates or top of logs and toe nail. Where rafters abut at ridge, place directly across from each other and toe -nail to each other similar to original framing. 1. Provide additional anchors or brace as determined by roof framing to maintain roof slope integrity. 2. Where rafter is bird's mouthed into top of log or top plate, utilize galvanized tie -down anchors, where unobtrusive. B. Provide special framing for eaves, overhangs, similar conditions if any. 3.4 PROTECTION A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron -treated wood becomes wet, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. ROUGH CARPENTRY 061000-7 City Park Cabin Restoration Project Ui Ca Project #2162230 B. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes sufficiently wet �' Gy that moisture content exceeds that specified, apply EPA -registered borate treatment. Apply borate solution by spraying to comply with EPA -registered label. C- END OF SECTION 061000 ROUGH CARPENTRY 061000-8 SECTION 061323 LOG STRUCTURE RESTORATION PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY CITYI)FIC-CITYCLERK 2017 APR 12 PM: 16 A. Section Includes: All material, labor, equipment and related services necessary for the restoration of log structures as described below, shown on the Drawings and as specified herein. B. Products installed but not furnished under this section: 1. Rough sawn reclaimed floor framing as part of sill log installation. 2. Rough sawn reclaimed roof rafters as part of cabin leveling and tie of walls. C. Related Sections: 1. Section 012200 "Unit Prices" for submittal of prices for pricing of replacement of logs. 2. Section 012300 "Alternates." Alternate 2 for work under this section. 3. Section 017300 'Execution" for cutting and patching procedures required under recommendations of this section. ' 4. Section 061000 'Rough Carpentry" for dimension lumber items associated with log structure restoration. 5. Section 071900 "Water Repellent' for treatment of logs. 6. Section 313116 "Termite Control" for treatment of soil and lower portions of wood for repelling and killing termites. 1.3 UNIT PRICES A. Work of this Section is affected by unit prices specified in Section 012200 "Unit Prices." 1. Unit prices apply to authorized work based on visual acceptance and need for log replacement once chinking and other demolition is complete. 2. Unit prices apply to additions to and deletions from Work as authorized by Change Orders. 1.4 DEFINITIONS A. Timbers: Lumber of 5 inches nominal (114 mm actual) or greater in least dimension. B. Poles: Round wood members, called either "poles" or "logs" in the referenced standards. C. Inspection agencies, and the abbreviations used to reference them, include the following City Park Cabin Restoration Project LOG STRUCTURE RESTORATION Project # 2162230 061323-1 City Park Cabin Restoration Project i.e Project # 2162230 W U� a �? 1. NeLMA - Northeastern Lumber Manufacturers Association. G oc 2. NHLA - National Hardwood Lumber Association. 3. NLGA - National Lumber Grades Authority. CD 4. SPIB - Southern Pine Inspection Bureau. } Cy 5. WCLIB - West Coast Lumber Inspection Bureau. tz t•.j 6. W WPA - Western Wood Products Association. D. Power Washing spray pressures 1. Very Low -Pressure Spray: Under 100 psi (690 kPa). 2. Low -Pressure Spray: 100 to 400 psi (690 to 2750 kPa); 4 to 6 gpm (0.25 to 0.4 Ls). 3. Medium -Pressure Spray: 400 to 800 psi (2750 to 5510 kPa); 4 to 6 gpm (0.25 to 0.4 Us). 4. High -Pressure Spray: 800 to 1200 psi (5510 to 8250 kPa); 4 to 6 gpm (0.25 to 0.4 Us). 1.5 ACTION SUBMITTALS A. Product Data: Submit full information for the Architect's review, on all material proposed for use in the work of this section, before procuring this material. Do not purchase nor install any material until this material has been approved by the Architect for use on this project. For preservative -treatment products; submit MSDS sheets and instructions for proper field treatment of wood products. B. Samples: Not less than 12 inches (300 mm) wide by 24 inches (600 mm) long, showing the range of variation to be expected in appearance, including surface texture, of wood products. Architect may choose to approve reclaimed lumber on-site to compare to existing materials. 1.6 INFORMATIONAL SUBMITTALS A. Material Certificates: 1. For preservative -treatment products; submit MSDS sheets and instructions for proper field treatment of wood products. 2. Provide certification of date and location where reclaimed timber was obtained as well as data on storage and treatment procedures for replacement logs. 1.7 QUALITY ASSURANCE A. Architectural Conservationist: A professional qualified in the field of historic preservation of log structures and specifically experienced in the formulation and uses of epoxy compounds for the restoration of wood or logs to original appearance. Provide documentation that restoration specialist has minimum 5 years or five recent projects experience in salvaging and reassembly of historic wood framed structures. Individuals shall be well versed in following Secretary of Interior's Standards for Historic Preservation of items being restored. 1. Provide one skilled professional who shall be present at all time during execution of this portion of the work and who shall personally direct all work performed under this section. 2. Retain a qualified Architectural Conservationist familiar with the formulation of epoxy compounds used in stabilizing and patching of logs slated to be so restored, to perform or oversee such functions as shown on the Drawings or as specified herein. LOG STRUCTURE RESTORATION 061323-2 City Park Cabin Restoration Project Project # 2162230 B. Safety: All methods of construction shall conform to the requirements of the State of Iowa Department of Labor and all OSHA standards. C. Existing Conditions: 1. Job conditions shall be surveyed by the Contractor prior to commencing work. 2. Patching and connections to existing facilities shall be made in accordance with the obvious intent of Contract Documents. Any discrepancies with existing conditions and work shown in contract documents shall be brought to the attention of the Architect and Owner. Claims for additional work from failure to examine substrates and notify architect or Owner will not be allowed without prior approval. D. Codes and Standards: Comply with provisions of the following codes, specifications and standards except where more stringent are shown or specified herein. 1. American Association for State and Local History: Log Structures Preservation and Problem Solving. 2. State of Iowa Building Code as adopted, latest edition. 1.8 SEQUENCING AND SCHEDULING CITY0FIC-CITYCLERK 2017 FSPR 12 r -M4:16 A. Properly coordinate the work of this section with all other trades. B. Do not start the work of this section until the work of all other trades has been completed unless otherwise approved by the Architect. Reference Alternates for priorities of work. C. Before starting any operation included in the work of this section which are expected to cause the structure to move from its original position, establish a reference plane, as described in part three of this specification, to allow plumb and true leveling and repositioning, as specified herein. 1.9 DELIVERY, STORAGE, AND HANDLING A. Schedule delivery of timbers to avoid extended on-site storage and to avoid delaying the Work. B. Store materials under cover and protected from weather and contact with damp or wet surfaces. Provide for air circulation within and around stacks and under temporary coverings. C. Handle logs with log -tongs, hand ropes or slings. Do not use pry -bars which will leave score marks. Use extreme care in off loading of log material to prevent damage, splitting or breaking. D. When applying preservative treatments, epoxies and patching compounds, use eye, skin and breathing protection as necessary. 1. Mixing epoxy consolidant compounds: Vigorously mix epoxies in accordance with manufacturer's instructions, or if not available, with electric drill fitted with a propeller shaped mixing blade. 2. Mixing patching compounds: Vigorously mix components in accordance with the manufacturer's instructions pre -mix as much as possible following manufacturer's guidelines as to compatibility to facilitate transportability, or if manufacturer's instructions are not available, until throughout blending has been achieved then again for the same amount of time. 3. Store epoxies in compound or in component according to the manufacturer's instructions and available shelf life information. LOGSTRUCTURE RESTORATION 061323-3 City Park Cabin Restoration Project m cq Project # 2162230 W N J'V V a } V ti PART2-PRODUCTS � DC � Q p rr� 2.1 TIMBER F}— O raj N A. Provide timbers of equal or greater quality that can be determined from existing logs. 1. Select timber of similar size and with similar hewn marks or surface treatments. 2. Where nominal sizes are indicated, provide actual sizes of existing members. B. "Softwood" Timber Species and Grade: Balsam fir, Douglas fir -larch, Douglas fir -larch (North), eastern hemlock tamarack (North), hem -fir, southern pine, western hemlock, or western hemlock (North); NeLMA, NLGA, SPIB, WCLIB, or WWPA. I. Do not use Spruce, Cottonwood, Basswood, Aspen, Willow, or any other species known for low resistance to decay. 2. Seasoning: Unless otherwise approved by the Architect, use only optimum quality replacement logs cut after fust frost to reduce shrinkage, checking, and insect infestation, and cured, in straight and true position, out of direct sunlight, elevated off the ground for adequate ventilation, and occasionally rotated one quarter tum, for a minimum of one (1) year to allow major shrinkage to take place before installation. C. "Hardwood" Timber Species and Grade: "Mixed oak" Northern red oak, Red oak or White oak, assumed species. Contractor may substitute Hickory if aged appearance matches existing timbers or if existing species is confirmed to be Hickory. D. Debarking: (only if reclaimed logs are not available) Hand debark replacement logs outer and inner bark down to sapwood with debarking spuds, drawknife or similar tool. Preferable debark seasoned logs just prior to installation to diminish checking. E. Moisture Content: Provide timber with 19 percent maximum moisture content at time of delivery to site. 2.2 ROUND WOOD POLES A. Round Wood Poles: Clean -peeled wood poles complying with ASTM D 3200; with at least 80 percent of inner bark removed and with knots and limbs cut flush with the surface. B. Species: as indicated under "softwood" timbers. C. Local supply for sawn softwood timbers: Callacci Construction, 207 Scott Ct., Iowa City, 319-354-7000. 2.3 PRESERVATIVE TREATMENT A. Site applied waterborne preservative. I. Timber that is not in contact with the ground and is continuously protected from liquid water may be treated with inorganic boron (SBX) according to AWPA C31. 2. Treatment with CCA shall include post-treatment fixation process. B. End Sealer: Supplier's, transparent, colorless wood sealer that is effective in retarding the transmission of moisture at cross -grain cuts and is compatible with indicated finish. LOG STRUCTURE RESTORATION 061323-4 City Park Cabin Restoration Project Project # 2162230 C. Use process that includes water-repellent treatment. D. After treatment, redry timber to 19 percent maximum moisture content. 2.4 TIMBER A. Provide bolts, 3/4 inch (19 mm) unless otherwise indicated, complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); provide nuts complying with ASTM A 563 (ASTM A 563M); and, where indicated, provide flat washers. 2.5 EPDXIES AND PATCHING MATERIALS CITYOFIC-CITY CLERK 2017 RPR 12 PA: 16 A. Epoxies, general: Provide epoxy compounds specially formulated by an experienced Architectural Conservationist to solidify decayed matter in wood and logs in a single mass or to patch cavities left by such decay, where indicated, which properties include, but are not limited to, those described below: 1. Unfinished wood: Provide epoxies which, after curing, will not significantly change the natural color of unfinished wood except for a slight shine or darkening which will be expected to tone down after about a year of exposure to the weather. B. Epoxy consolidant: Provide and use one or more of, but not limited to, the following mixes, similar, or equals mixes designed to solidify decayed matter: 1. Formula No. 1: Strong consolidant, very rigid material, use when a more flexible material is not required. Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A Low viscosity epoxy Dow DER332 100 6 b) Part B Flexibilizing amine cure Jefferson Jeffamine D230 55 4 2. Formula No. 2: Strong consolidant, fairly rigid material. Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A Low viscosity epoxy Dow DER332 100 1 b) Part B Flexibilizing amine cure Jefferson Jeffamine D230 75 1 3. Formula No. 3: Semi -flexible consolidant. Material Brand Part by Part by Commercial Designation Name Weight Volume LOGSTRUCTURE RESTORATION 061323-5 City Park Cabin Restoration Project Proiect# 2162230 a) Part A Low viscosity epoxy Dow DER332 100 b) Part B Flexibilizing amine cure Jefferson Jeffamine D230 120 C. Epoxy Patching Compound: Provide and use one or more of, but limited to, the following mixes or equals mixes designed to patch and fill cavities left by decay: 1. Formula No. 1: Semi-rigid patching compound, use when more flexible material is not required. Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A epoxy Dow DER332 100 b) Part B Polysulfide rubber amine cure Thiokiol LP -3 96 c) Part C Phenolic Thixotroping silica Union Carbide BJO 0930 36 2. Formula No. 2: Semi-rigid patching compound, use when more flexible material is not required: Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A epoxy Dow DER332 100 b) Part B Polysulfide rubber amine cure Thiokiol LP -3 96 c) Part C Wood Flour 100 mesh White Pine 18 3. Formula No. 3: Semi -flexible patching compound: Material Brand Part by Part by Commercial Designation Name Weight Volume a) Part A epoxy Dow DER741 400 b) Part B amine cure Dow DEH 58 48 - c) Part C Thixotroping Silica Cabosile M5 27 2.6 MISCELLANEOUS MATERIALS A. Daubing materials: Provide daubing mixture similar to original, of if not known, provide a mixture which has been used successfully for similar work. If none of the above are applicable, provide a mixture recommended by the American Association for State and Local History which will most closely match the existing daubing, but are not limited to, the following: 1. Mix No. 1: One (1) part portland cement, two (2) parts masonry cement, three (3) parts sawdust, four (4) parts fibered plaster. 2. Mix No. 2: One (1) part lime, four (4) parts sand. 3. Mix No. 3: One (1) part portland cement, four (4) part to eight (8) parts lime, seven (7) to (10) parts sand. LOG STRUCTURE RESTORATION 061323-6 City Park Cabin Restoration Project Proiect # 2162230 4. Mix No. 4: One (1) part portland cement, three (3) parts lime, five (5) parts sand. 5. Mix No. 5: One (1) part Portland cement, one (1) part lime, three (3) parts sand. 6. Mix No. 6: One (1) part mortar cement, two (2) parts lime, three (3) parts sand. 7. Mix No. 7: Six (6) parts clay, two (2) parts wood ashes, one (1) part salt. 8. Mix No. 8: Four (4) parts wood chips, two (2) parts lime, eight (8) parts sand. 9. Mix No. 9: One quarter (1/4) part cement, one (1) part lime, four (4) parts sand, one eighth (1/8) part dry color hog bristles or excelsior. 10. Mix No. 10: One (1) part portland cement, four (4) parts lime, twelve (12) parts fine white sand, approximately .05 lbs of animal hair per hundred lbs of mortar. 11. Mix No. 11: One (1) part white cement, five (5) to eight (8) parts lime or lime putty, seven (7) to ten (10) parts sand. 12. Mix No. 12: Six (6) parts sand, four (4) parts lime, one (1) part cement. B. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor subject to the approval of the Architect. CI I NFIC-CITVCLFRK 201? APR 12 Pl"4:16- 2.7 FABRICATION A. Camber: Fabricate horizontal members and inclined members with a slope of less than 1:1, with natural convex bow (crown) up, to provide camber. B. Shop fabricate members by cutting and restoring exposed surfaces to match existing surfaces. Finish exposed surfaces to remove surfacing marks not in accordance with existing logs. C. Predrill for fasteners and assembly of units. D. Preservative -treat members. Fabricate (cut, drill, surface, and sand) before treatment to greatest extent possible. Where fabrication must be done after treatment, apply a field -treatment preservative to comply with AWPA M4. 1. Use inorganic boron (SBX) treatment for members not in contact with the ground and continuously protected from liquid water. 2. Use copper naphthenate treatment for members in contact with the ground or not continuously protected from liquid water. E. Coat crosscuts with end sealer. PART 3 - EXECUTION 3.1 EXAMINATION: A. Examine the areas and conditions under which work of this section will be performed. Correct conditions detrimental to timely and proper completion of the work. Do not proceed until unsatisfactory conditions are corrected. 3.2 PREPARATION A. Hewing: Hardwood logs, use square logs as part of the work of this section, hewed with one of, but not limited to, the following methods: LOG STRUCTURE RESTORATION 061323-7 City Park Cabin Restoration Project [n Project # 2162230 W G�3 � 1. Method No. 1: When the work of this section requires that original construction techniques are to �t Of be used to return a historic landmark to authentic appearance or a structure of historic importance rL to original appearance, use the following method, using adze or broadaxe: CE CO C5 a. Place the log on smaller logs and hold it securely with log -dogs. If log has a curvature on ty [+a one side, put this side facing up. b. Snap a line on the log to establish a straight line for cutting. Hold the chalk -line up or in a vertical position. Watch for bark pieces which may deflect line. c. Scorehack the log across the grain every three to five inches in parallel cuts of equal depth with an axe. d. Cut away sections between scorings, making the log flat, using an adze or a broadaxe. e. Duplicate distinctive tool marks as closely as possible. 2. Method No. 2: When the work of this section allows modified construction techniques to restore structure to functional level, use the following method, using both authentic and modern techniques. a. Square logs at the sawmill or with a chain saw and hew down the outer one quarter (1/4) to one half (1/2) inch of the pre sawn log on site using adze or broadaxe. b. Duplicate distinctive tool marks as closely as possible. B. Notching: Prepare notches in replacement logs to match original type, insuring that the weight of the log rests firmly on the notch area. Notch Construction: a. Measure slightly less than half the diameter of the log to be notched. b. With dividers in a vertical position, scribe the distance on the log using the contour of the log below as template. c. Scribe the contour on both sides. If necessary, go over the scribed line with a pencil to in- crease line visibility. d. Cut out and form the notch with chain saw, hatchet, axe, or with a combination of these. e. Adjust as necessary for a tight fit. 3.3 INSTALLATION A. General: Install timbers to fit logs being replaced. Provide temporary bracing to maintain lines and levels until permanent supporting members are in place. B. Log removal and replacement: 1. Before jacking up structure to remove damage log to be verify reference plane or points have been established and that structure can be rechecked after the work is completed. 2. Jacking up structure: Select a method of jacking which will not dent, scare, or damage logs and will not create safety hazards, but will allow enough clearance to remove and replace damaged log and allow jack to remain in its extended position during the entire replacement operation or long enough to place spacers or supports to hold the load. Selected methods also will: a. Allow the structure to be lifted from outside if the structure's floors which cannot be re- moved. b. Allow the load to be distributed so that the notches do not break. Provide wedges or other similar material to help distribute the load as necessary. LOG STRUCTURE RESTORATION 061323-8 City Park Cabin Restoration Project c. Provide for jacks which can handle the loads. d. Provide sufficient material and equipment to safely raise the structure to enable the work of section. C. Methods of jacking: At contractor option subject to the approval of the Architect, select a method sufficiently adequate to accomplish this operation as specified herein. Any damages sustained the structure due to using inappropriate methods, material or equipment shall be repaired by the Contractor at no additional cost to the owner. D. Cutting: Avoid cutting logs after setting. E. Replacing a sill log: 1. Isolate the sill log to be removed from the rest of the structure by digging away at the earth around it or separating it from the foundation below. Cut it free from joists, girders, floor boards, or any other member that is attached to it. Remove the weight of the logs above by jacking. 2. Provide temporary supports for joists to remain. 3. Remove log whole or cut and remove in segments as indicated in drawings. 4. Slide the prepared log into correct relative position. CITYDFIC_CIYYCLERK F. Replacing a wall log: Replace damaged wall log as: 2017 APR 12 Pw4.16 1. Splices: Where the replacement of entire logs is not indicated, replaced portions of the log as shown on the drawings and as specified herein. Unless otherwise indicated, splice -in sections of logs in place with half -lap joint as detailed. 2. Replacing a wall log by sliding out of the notch: In structures with non -interlocking notches such as those with square or half -lap notches, jack the structure just enough to free the log and withdraw it laterally. Locate jack so as not to interfere the placement of the new log. Place new log in position and work it in to fit snugly. 3. Replacing the log by segmenting the notch: Cut off the section of the notch that locks in the log. Jack the wall up enough to take the weight off the log, remove it and replace it with new log. Replace crown end if it was possible to cut it off into the notch or replace if not. G. Crown ends. Replace crown ends by incorporating notch and portion of log. It is desired to maintain crown ends and utilize epoxy to consolidate whenever possible. H. Fit members by cutting and restoring exposed surfaces to match specified surfacing. Use templates to create saddle and `V' cuts or splice joints to make mating surfaces as tight fitting as possible with adjacent existing units. 1. Finish exposed surfaces to create surfacing marks, and to provide a finish equivalent to existing adjacent members. 2. Coat crosscuts with end sealer. a. Use inorganic boron (SBX) treatment for members not in contact with the ground and continuously protected from liquid water. b. Use copper naphthenate treatment for members in contact with the ground or not continuously protected from liquid water. 3.4 COMPOUND APPLICATION A. Epoxy Compounds: LOG STRUCTURE RESTORATION 061323-9 City Park Cabin Restoration Project h4 m Project # 2162230 W R V z 0. �i 1. Wood consolidation: In addition to applying epoxy mixes, specially formulated to soldify decayed matter, in accordance with the manufacturer's recommended application procedures, apply as fol- lows: e4 a. When possible pour compound along wood grain or if not possible drill 1/8" to 1/4" holes to N act as reservoirs, staggered and across wood grain to expose the maximum amount of end grain with the minimum number of holes. Slant holes for maximum exposure. Repeatedly pour epoxy compound into holes as resin is absorbed until they remain full. b. Avoid trapping air by only starting application at one end of each member to be so treated. c. Plug pre-existing holes to prevent leakage with clay of similar material as needed. B. Wood patching: In addition to applying epoxy mixes, specially formulated to fill cavities left by such decay matter, in accordance with the manufacturer's recommended application procedures, apply as follows: 1. Substrate: Use formulations without primer on clean solid wood. Remove weathered surfaces or prime with penetrating consolidant before applying patching compound. Consolidate overly porous wood before patching. 2. Application of patching compound: Allow liquid binder to penetrate into wood, slightly overfill cavity and sand excess after curing. C. Wood Preservatives: 1. Treat woods before consolidation and patching only with solvent based fungicides without added water repellents. 2. Do not use water repellent wood preservatives which would interfere with the application of epoxies until after these are applied. 3.5 ADJUSTING A. Repair damaged surfaces and finishes after completing erection. Replace timbers damaged as a result of subsequent timber replacements. B. Plumb and level structure: Relevel or reposition if settlement has caused structural problem or if restoration work is likely to cause structure to move from its original position. C. Reference plane: Establish a reference plane to verify original level as the building is re -leveled or repositioned using, but not necessarily limited to, one of the following: 1. Method No. 1: Use this method when relatively little movement has taken place, such as replacement of log sills. a. Drive a nail into a wall log about three feet above work area. b. Locate a stable point on a stake driven into the ground for the duration of the project. c. Using a straight board or a level, measure the vertical distance between the nail and the se- lected point. d. Measure the above distance again when the restoration work is completed. e. Level structure to the same measurement as originally recorded in step c. 2. Method No. 2: Use this method in structures requiring extensive log replacement or if the structure is being moved intact or disassembled. LOG STRUCTURE RESTORATION 061323-10 City Park Cabin Restoration Project Project # 2162230 a. Create a horizontal reference plane by establishing level reference points at corner of the structure. b. On either the outside or the inside of the establish a series of reference points that are level with each other and that fall within the same horizontal reference plane. c. In a structure with no interior walls, using line -level, run intersecting strings diagonally across the inside of the structure. After work is completed return the structure to original position. d. If the structure has no interior walls take measurements on the outside of the building by driv- ing a nail into each corner and running a level string around the structure. Return the struc- ture to that position after work is completed. END OF SECTION 061323 CITYDFIC-CITYCLFRK 2417 RPR 12 mil: 16 LOGSTRUCTURE RESTORATION 061323-11 City Park Cabin Restoration Project le cc Project # 2162230 Lu - Q V � h— CV v R PART 4 - �� g C"' t— Cs m LOG STRUCTURE RESTORATION 061323-12 w� SECTION 071900 WATER REPELLENTS AND PRESERVATIVES PART1-GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY 1.3 1.4 1.5 A. Section includes penetrating water-repellent preservative treatments for the following vertical and horizontal surfaces: 1. Wood trim exposed to weather. CITYOFIC—CITYC' FRK B. Related Sections: 2017 APR 12 PM4:17 1. Section 061000 "Rough Carpentry" for requirements for penetrating sealers for exterior trim. 2. 080152 "Historic Treatment of Wood Windows" for treatment of wood members used to repair wood windows. PERFORMANCE REQUIREMENTS A. General Performance: Water repellents shall meet performance requirements indicated without failure due to defective manufacture, fabrication, or installation. Water Repellents: Comply with performance requirements specified, as determined on manufacturer's standard substrate assemblies representing those indicated for this Project. INFORMATIONAL SUBMITTALS A. Product Certificates: For each type of water repellent, from manufacturer. B. Warranty: Special warranty specified in this Section. QUALITY ASSURANCE A. Applicator Qualifications: An employer of workers trained and approved to apply wood treatments. City Park Cabin Restoration Project WOOD TREATMENTS Project # 2162230 071900-1 City Park Cabin Restoration Project c y Project # 2162230 LIJ N } ? 1.6 PROJECT CONDITIONS � N U A. Limitations: Proceed with application only when the following existing and forecasted weather and b a, substrate conditions permit water repellents to be applied according to manufacturers' written instructions 6L and warranty requirements: } r - v N 1. Ambient temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg C) and will remain so for 24 hours. 2. Substrate is not frozen and substrate -surface temperature is above 40 deg F (4.4 deg C) and below 100 deg F (37.8 deg C). 3. Rain or snow is not predicted within 24 hours. 4. Not less than 24 hours have passed since surfaces were last wet 1.7 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace materials that fail to protect substrates to limits specified in "Performance Requirements" Article within specified warranty period. 1. Warranty Period: Five years from date of Substantial Completion. PART 2 -PRODUCTS 2.1 PENETRATING WATER REPELLENTS A. Proprietary -Blend, Penetrating Water Repellent: Clear, consisting of one or several different resins (silanes or siloxanes), polymers, stearates, or oils plus other compounds or products of components. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Thompson's Water Seal; Transparent wood preservative. b. Rust-Oleum; Wolman Rain Coat. C. Lovitt's; P -Wood. d. Other products approved for use for surface treatment and protection of natural wood. 2.2 PENETRATING WOOD PRESERVATIVE A. Borate based, (disodium octaborate tetrahydrate) wood preservative with insecticide and fungicide additives. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Nisus Corporation; Bora-Care. b. Rustoleum; Woodlife CopperCoat C. Sashco, Inc.: Penetreat d. Other products approved for use for surface treatment and protection of natural wood.. WOOD TREATMENTS 071900-2 City Park Cabin Restoration Project Project # 2162230 PART 3 - EXECUTION 01�*l &HlkgI,yIMZ A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements and conditions affecting performance of the Work. 1. Verify that surfaces are clean and dry according to water-repellent manufacturer's requirements. Check moisture content in representative locations by method recommended by manufacturer. 2. Inspect for previously applied treatments that may inhibit penetration or performance of treatments. 3. Verify surfaces are clean and dust and dirt free, prior to applying treatment. 4. Verify that required repairs are complete, cured, and dry before applying treatment. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Cleaning: Before application of treatments, clean substrate of substances that could impair penetration or performance of product according to manufacturer's written instructions. B. Protect adjoining work. Cover live vegetation. C. Apply treatments prior to completing daubing process. CI E YOFIC—GITVCLERK 2017 RPR 12 PId,4:17 D. Seal all surfaces of trim and sawn lumber surfaces prior to installation. E. Coordination with Sealant Joints: Do not apply until sealants for joints adjacent to surfaces receiving treatment have been installed and cured. 1. Treatment work may precede sealant application only if sealant adhesion and compatibility have been tested and verified using substrate, treatment, and sealant materials identical to those required. 3.3 APPLICATION A. Apply a heavy -saturation coating on surfaces indicated for treatment, using 15 psi- (103 kPa-) pressure spray with a fan -type spray nozzle or brush to the point of saturation. Apply coating in dual passes of uniform, overlapping strokes. Remove excess material; do not allow material to puddle beyond saturation. Comply with manufacturer's written instructions for application procedure unless otherwise indicated. B. Apply a second saturation coating, repeating first application. Comply with manufacturer's written instructions for limitations on drying time between coats and after rainstorm wetting of surfaces between coats. Consult manufacturer's technical representative if written instructions are not applicable to Project conditions. WOOD TREATMENTS 071900-3 City Park Cabin Restoration Project Project # 2162230 WN Q 3.4 FIELD QUALITY CONTROL A. Coverage Test: In the presence of Architect, hose down a dry, treated surface to verify complete and uniform product application. A change in surface color will indicate incomplete application. L Qr`� 1. Notify Architect 5 days in advance of the dates and times when surfaces will be tested. N 2. Reapply water repellent until coverage test indicates complete coverage. V 3.5 CLEANING A. Immediately clean treatment from adjoining surfaces and surfaces as work progresses. Correct damage to work of other trades caused by application. B. Comply with manufacturer's written cleaning instructions. END OF SECTION 071900 WOOD TREATMENTS 071900-4 I SECTION 073129 WOOD SHINGLES AND SHAKES PART 1- GENERAL I 110AT41107Z01611 rlVfl 1 A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Wood roof shingles. 2. Wood wail shingles. GITYQFIC-CITY L ERK 3. Underlayment. 2017 APR 12 PP4:17 B. Related Sections: 1. Section 061000 "Rough Carpentry" for wood board sheathing. 1.3 DEFINITIONS A. CSSB: Cedar Shake & Shingle Bureau. B. Roofing Terminology: See ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual" for definitions of terms related to roofing work in this Section. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Samples for Verification: For the following products, of sizes indicated, to verify material selected. 1. Wood Shingles: Full size. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer. B. Warranties: Sample of special warranties. 1.6 CLOSEOUT SUBMITTALS A. Maintenance Data: For wood shingles to include in maintenance manuals City Park Cabin Restoration Project WOOD SHINGLES AND SHAKES Project # 2162230 073129-1 City Park Cabin Restoration Project St co Project # 2162230 = CV U _J 1.7 1.7 MAINTENANCE MATERIAL SUBMITTALS j A. Furnish extra materials that match products installed and that are packaged with protective covering for �y storage and identified with labels describing contents. 1. Wood Shingles: 50 sq. ft. (4.6 sq. m), in unbroken bundles. 1.8 QUALITY ASSURANCE A. Installer Qualifications: A qualified installer who is an approved affiliate member of CSSB. B. Grading Agency Qualifications: An independent testing and inspecting agency recognized by authorities having jurisdiction as qualified to label wood shakes for compliance with referenced grading rules. C. Source Limitations: Obtain wood shakes from single source from single manufacturer. D. Fire -Resistance Characteristics: Where indicated, provide wood shakes and related roofing materials identical to those of assemblies tested for fire resistance per test method below by UL or another testing and inspecting agency acceptable to authorities having jurisdiction. Identify products with appropriate markings of applicable testing agency. Exterior Fire -Test Exposure: Class C; UL 790 or ASTM E 108 with ASTM D 2898, for application and roof slopes indicated. E. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. Build mockups for wood shakes including accessories. a. Size: 48 inches (1200 mm) long by 48 inches (1200 mm) wide. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. Preinstallation Conference: Conduct conference at Project site. 1.9 DELIVERY, STORAGE, AND HANDLING A. Store underlayment rolls on end, on pallets or other raised surfaces. Do not double stack rolls. Handle, store, and place roofing materials in a manner to avoid significant or permanent damage to roof deck or structural supporting members. B. Protect unused underlayment from weather, sunlight, and moisture when left overnight or when roofing work is not in progress. WOOD SHINGLES AND SHAKES 073129-2 City Park Cabin Restoration Project 1.10 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit wood shakes and related work to be performed according to manufacturer's written instructions and warranty requirements. 1. Install self -adhering sheet underlayment within the range of ambient and substrate temperatures recommended by manufacturer. 1.11 WARRANTY A. Special Warranty: CSSB's standard form in which CSSB agrees to repair or replace wood shakes that fail in materials within specified warranty period. Material failures include manufacturing defects that result in leaks. 1. Materials -Only Warranty Period: 20 years for shakes from date of Substantial Completion B. Special Project Warranty: Roofing Installer's Warranty, on warranty form at end of this Section, signed by roofing Installer, covering Work of this Section, in which roofing Installer agrees to repair or replace components of wood shake roofing that fails in materials or workmanship within the following warranty period: 1. Warranty Period: Five years from date of Substantial Completion. CITYOFIC-CITYCLERK 2017 APR 12 PA:18 PART2-PRODUCTS iA � Zi1639M QI I114"A W A. Certified Wood: Provide shingles produced from wood obtained from forests certified by an FSC - accredited certification body to comply with FSC STD -01-001, "FSC Principles and Criteria for Forest Stewardship." B. Cedar Roof Shakes: Medium Split and re -sawn western red cedar shakes. 1. Grading Standards: CSSB's "Grading Rules for Certigrade Red Cedar Shakes." 2. Grade: No. 1, with starter courses of No. 2. 3. Size: 16, 18 or 24 inches (6 10 mm) long; 0.6250 inch (18 mm) thick at butt. C. Ridge Site -fabricated units of same thickness as roof shakes, 7 inches (180 mm) wide; beveled, alternately overlapped, and nailed. 1. Grade: No. 1. 2. Length: 18 inches (455 mm). 2.2 WALL SHINGLES A. Cedar Wall Shingles: Smooth -sawn western red cedar shingles. 1. Grading Standards: CSSB's "Grading Rules for Centigrade Red Cedar Shingles." 2. Grade: No. 1. WOOD SHINGLES AND SHAKES 073129-3 City Park Cabin Restoration Project he N Project # 2162230 lnt�LLJ.. v ? 3. Size: [16 inches (405 mm) long; 0.40 inch (10 mm) thick at the butt. N 4. Undercourse Shingle Grade: No. 2. t7 5. Undercourse Shingle Size: 16 inches (405 mm) long; 0.40 inch (10 mm) thick at butt. V CL L B. Cedar Wall Shingle Finish: Unfinished. V N 2.3 UNDERLAYMENT MATERIALS A. Felt Underlayment: ASTM D 226 Type I, asphalt -saturated organic felt. B. Felt Interlayment: ASTM D 226 asphalt -saturated organic felt. 2.4 ACCESSORIES A. Asphalt Roofing Cement: ASTM D 4586, Type II, asbestos free. B. Roofing Nails: ASTM F 1667, aluminum wire nails, sharp pointed, and of sufficient length to penetrate a minimum of 3/4 inch (19 mm) into sheathing. 1. Use shingle -type nails for wood shingles. 2. Use box -type nails for wood shakes. 3. Where nails are in contact with metal flashing, use nails made from same metal as flashing. C. Felt Underlayment[ and Interlayment Nails: Aluminum, stainless-steel, wire nails; with 1 -inch- (25 -mm-) minimum diameter, low -profile capped heads or disc caps. D. Wood Lath Strip: Western red cedar, clear heartwood, a minimum of 1-1/2 inches (38 mm) wide. 2.5 METAL FLASHING AND TRIM A. General: Comply with requirements in Section 076200 "Sheet Metal Flashing and Trim." Comply with requirements for flashings under requirements of the Cedar Shake and Shingle Bureau's installation manuals. 1. Sheet Metal: Copper. B. Fabricate sheet metal flashing and trim to comply with recommendations that apply to design, dimensions, metal, and other characteristics of the item in SMACNA's "Architectural Sheet Metal Manual." 1. Step Flashings: Fabricate with a head lap of 3 inches (75 mm) and a minimum extension of 5 inches (127 mm) both horizontally and vertically. (to next highest stone coursing where applicable) PART 3 -EXECUTION k1�7►I\ullJr�[i7�1 A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work. WOOD SHINGLES AND SHAKES 073129-4 3.2 3.3 3.4 City Park Cabin Restoration Project Proiect # 2162230 1. Examine roof sheathing to verify that sheathing joints are supported by framing and blocking and that installation is within flatness tolerances. 2. Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and completely anchored and that provision has been made for flashings and penetrations through wood roofing. B. Proceed with installation only after unsatisfactory conditions have been corrected. UNDERLAYMENT INSTALLATION A. General: Comply with underlayment manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. B. Double -Layer Felt Underlayment: Install on roof deck parallel with and starting at the eaves. Install a 19 -inch- (485 -mm-) wide starter course at eaves and completely cover with full -width second course. Install succeeding courses lapping previous courses 19 inches (485 mm) in shingle fashion. Lap ends a minimum of 6 inches (152 mm). Stagger end laps between succeeding courses at least 72 inches (1830 mm). Fasten with felt underlayment nails. L Apply a continuous layer of asphalt roofing cement over starter course and on felt underlayment surface to be concealed by succeeding courses as each felt course is installed. 2. Install felt underlayment on roof sheathing not covered by self -adhering sheet underlayment. Lap edges over self -adhering sheet underlayment not less than 3 inches (75 mm) in direction to shed water. 3. Terminate felt underlayment vertical, 4 inches (100 mm) against sidewalls, curbs, chimneys, and other roof projections. CITYAFIC-CITYCLERK 2017 APP 12 PO: 18 METAL FLASHING INSTALLATION A. General: Install metal flashings and other sheet metal to comply recommendations for wood roofing in NRCA's "The NRCA Roofing and Waterproofing Manual", and Cedar Shake and Shingle Bureau's details. B. Apron Flashings: Extend lower flange over and beyond each side of downslope wood roofing and up the vertical surface. C. Step Flashings: Install with a head lap of 3 inches (75 mm) and extend both horizontally and vertically. Install with lower edge of flashing just upslope of, and concealed by, butt of overlying shingle or shake. Fasten to roof deck only. Bend flashings into stone chimney mortar joints. Seal masonry joint with urethane sealant in color to match mortar. D. Backer Flashings: Install against the roof -penetrating element, extending concealed flange beneath upslope wood roofing and beyond each side. ROOF -SHAKE INSTALLATION A. General: Install wood-shakee roofing according to manufacturer's written instructions and to recommendations in CSSB's "New Roof Construction Manual" and NRCA's "The NRCA Roofing and Waterproofing Manual." B. Install drainage mat perpendicular to roof slope in parallel courses, butting edges and ends to form a continuous layer, and fasten to roof deck. WOOD SHINGLES ANDSHAKES 073129-5 City Park Cabin Restoration Project 19 CQ Project # 2162230 LM U -. raj a C. Install first course of wood shakes directly over starter course and in continuous straight-line courses ty across roof deck. Install second and succeeding courses of shakes in continuous straight-line courses �j J across roof deck. Extend 1-1/2 inches (38 mm) over first sheathing board and rake edge trim. ce v o-. LL 1. Offset joints between shingles in succeeding courses a minimum of 1-1/2 inches (38 mm). Limit (My '-1 alignment of vertical joints in every third course to not exceed 10 percent of joints. N2. Space shakes a minimum of 1/4 inch (6 mm) and a maximum of 3/8 inch (10 mm) apart. 3. Fasten each shake with two nails spaced 3/4 to 1 inch (19 to 25 mm) from edge of shake and 1-1/2 to 2 inches (38 to 50 mm) above butt line of succeeding course. Drive fasteners flush with top surface of shakes without crushing wood. 4. Maintain weather exposure of 7-1/2 inches (190 mm) for 24 -inch- (610 -mm-) long shingles. D. Ridge Units: Install units over wood shakes trimmed at apex. Maintain same exposure dimension of units as roof -shake exposure. Lap units at ridges to shed water away from direction of prevailing winds. Alternate overlaps of units and fasten with concealed roofing nails of sufficient length to penetrate all layers of shakes and into sheathing. Install concealed strip of felt underlayment over apex shingles and fasten with felt underlayment nails. WOOD SHINGLES AND SHAKES 073129-6 City Park Cabin Restoration Project Proiect# 2162230 PART 4 -WARRANTY 4.1 ROOFING INSTALLER'S WARRANTY A. WHEREAS of 'herein called the "Roofing Installer," has performed roofing and associated work ("work") on the following project: I. Owner: . 2. Address: . 3. Building Name/Type: . 4. Address: . 5. Area of Work: . 6. Acceptance Date:. CINGFIC-CITYCLERK 7. Warranty Period:. 2017 APR 12 PM4:10 8. Expiration Date: <. B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth, that during Warranty Period he will, at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition. D. This Warranty is made subject to the following terms and conditions: Specifically excluded from this Warranty are damages to work and other parts of the building, and to building contents, caused by: a. Lightning; b. Peak gust wind speed exceeding 80 mph; C. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection, deterioration, and decomposition; e. Faulty construction of board substrate if provided by others. f Vapor condensation on bottom of roofing; and g. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of the foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof, this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified WOOD SHINGLES AND SHAKES 073129-7 City Park Cabin Restoration Project Project # 2162230 Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray -cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks, defects, or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this day of 20 1. Authorized Signature: 2. Name: 3. Title: WOOD SHINGLES AND SHAKES 073129-8 END OF SECTION 073129 SECTION 079200 JOINT SEALANTS PART 1- GENERAL 1.3 RELATED DOCUMENTS Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. Section Includes: 1. Urethane joint sealants. B. Related Sections CITYOFIC-CITYCLERK 2017 APR 12 Pm4:18 1. Section 040140 "Maintenance of Stone Assemblies" for masonry joint fillers. 2. Section 061232 "Log Structure Restoration" for sealant joints at penetrations of log walls and log cabin framing. 3. Section 073129 "Wood Shingles and Shakes" for sealantjoints at shingle flashings. PRECONSTRUCTION TESTING A. Preconstmction Compatibility and Adhesion Testing: 1. Use manufacturer's standard test method to determine whether priming and other specific joint preparation techniques are required to obtain rapid, optimum adhesion of joint sealants to joint substrates. 2. Schedule sufficient time for testing and analyzing results to prevent delaying the Work. 3. For materials failing tests, obtain joint -sealant manufacturer's written instructions for corrective measures including use of specially formulated primers. B. Preconstruction Field -Adhesion Testing: Before installing sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or, if not indicated, as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each kind of sealant and joint substrate indicated. 3. Notify Architect five days in advance of dates and times when test joints will be erected. a. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in AppendixXI in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. City Park Cabin Restoration Project JOINT SEALANTS Project# 2162230 079200-1 City Park Cabin Restoration Project he `N Project # 2162230 w .- _J 4 } ? 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; t N extend cut along one side, verifying adhesion to opposite side. Repeat procedure t3 for opposite side. o4. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 0 5. Evaluation of Preconstruction Field -Adhesion -Test Results: Sealants not evidencing adhesive V N failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.4 ACTION SUBMITTALS A. Product Data For each joint -sealant product indicated. B. Joint -Sealant Schedule: Include the following information: 1. Joint -sealant application, joint location, and designation. 2. Joint -sealant manufacturer and product name. 3. Joint -sealant color, confirm selection with Architect/Owner in field. 1.5 INFORMATIONAL SUBMITTALS A. Sealant, Waterproofing, and Restoration Institute (SWRI) Validation Certificate: For each sealant specified to be validated by SWRI's Sealant Validation Program. B. Field -Adhesion Test Reports: For each sealant application tested. 1.6 QUALITY ASSURANCE A. Source Limitations: Obtain each kind of joint sealant from single source from single manufacturer. B. Mockups: Install sealant in mockups of assemblies specified in other Sections that are indicated to receive joint sealants specified in this Section. Use materials and installation methods specified in this Section. Mockups will be used for adhesion testing. 1.7 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint -sealant manufacturer or are below 40 deg F (5 deg C). 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint -sealant manufacturer for applications indicated. 4. Where contaminants capable of interfering with adhesion have not yet been removed from joint substrates. JOINT SEALANTS 079200-2 City Park Cabin Restoration Project Pro.lect# 2162230 PART2-PRODUCTS 2.1 MATERIALS, GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint - sealant manufacturer, based on testing and field experience. 2.2 URETHANE JOINT SEALANTS A. Single -Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. BASF Buildins Svstems: Sonolastic NPI b. Bostik, Inc.; Chem -Calk 900. CITYOFIC—CITYCLERK C. Pacific Polymers International, Inc.; Elasto-Thane 230 Type II. `1a 17 APR 12 PM4: I$ d. Pecora Corporation; Dynatrol I -XL. e. Polymeric Systems, Inc.; Flexiprene 1000. f. Schnee -Morehead. Inc.; Permathane SM7100. g. Sika Corporation, Construction Products Division; Sikaflex - Ia. h. Tremco Incorporated; Vulkem 116. i. Other manufacturer's products meeting class and grade listed. 2.3 JOINT SEALANT BACKING A. General: Provide sealant backings of material that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. B. Cylindrical Sealant Backings: ASTM C 1330, Type C (closed -cell material with a surface skin) and of size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. C. Bond -Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint -filler materials or joint surfaces at back of joint. Provide self-adhesive tape where applicable. 2.4 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint -sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint -sealant -substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. IIIG .YW33.1110" I Ike 079200-3 City Park Cabin Restoration Project C,: Project # 2162230 W sl RZ' o. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent ,C—a tojoints. ros �, LL.C- PART 3 - EXECUTION � � wl N 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint -sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint -sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, water, surface dirt, and frost. 2. Remove laitance and form -release agents from concrete. B. Joint Priming: Prime joint substrates where recommended by joint -sealant manufacturer or as indicated by preconstruction joint -sealant -substrate tests or prior experience. Apply primer to comply with joint - sealant manufacturer's written instructions. Confine primers to areas of joint -sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint -sealant manufacturer's written installation instructions for products and applications indicated, unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. C. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. JOINT SEALANTS 079200-4 City Park Cabin Restoration Project Proiect# 2162230 D. Install bond -breaker tape behind sealants where sealant backings are not used between sealants and backs ofjoints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint profile where indicated per Figure 8B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 8C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. CITYOFIC-CITYCLER{ 3.4 FIELD QUALITY CONTROL 2017 APR 12 PA: 18 A. Field -Adhesion Testing: Field test joint -sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform 1 test for for each kind of sealant and joint substrate. 2. Test Method: Test joint sealants according to Method A, Field -Applied Sealant Joint Hand Pull Tab, in Appendix X l in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. Inspect tested joints and report on the following a. Whether sealants filled joint cavities and are free of voids. b. Whether sealant dimensions and configurations comply with specified requirements. C. Whether sealants in joints connected to pulled -out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field -adhesion hand -pull test criteria. 4. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. JOINT SEALANTS 079200-5 City Park Cabin Restoration Project C" Project # 2162230 L LL B. Evaluation of Field -Adhesion Test Results: Sealants not evidencing adhesive failure from testing or LN noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that V fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. N 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers ofjoint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT -SEALANT SCHEDULE A. Joint -Sealant Application: Exterior joints. Joint Locations a. Joints where step roof flashing is set into stone masonry. b. Joints in concrete cold joints and sawn joints. C. Joints around penetrating items of roof shakes. d. Joints in rough opening gaps between windows and wall framing. END OF SECTION 079200 JOINT SEALANTS 079200-6 SECTION 080152 HISTORIC TREATMENT OF WOOD WINDOWS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1.3 1.4 1. Wood window repair. 2. Reglazing. CITY8FIC—CITYCLERK 3. Window hardware repair, refinishing, and replacement. 2017 APR 12 PM4:18 B. Related Section: 1. Section 012200 "Unit Prices" for submittal of prices for pricing of replacement of lumber required in rehabilitation of windows. 2. Section 012300 "Alternates." Alternate 4 for work under this section. 3. Section 017300 "Execution" for cutting and patching procedures required under recommendations of this section. 4. Section 071900 "Wood Treatments" for treating or repairing wood used for reconditioning or rebuilding windows. DEFINITIONS A. General: See Section 013591 "Historic Treatment Procedures" for other definitions. B. Wood Window Component Terminology: As identified in AWI's "Architectural Woodwork Quality Standards." Wood window components for historic treatment work include the following classifications: 1. Frame Components: Head, jamb, and sill. 2. Sash Components: Stile and rails, parting bead, stop, and muntins. 3. Exterior Trim: Exterior casing, brick mould, and drip cap. 4. Interior Trim: Casing, stool, and apron. C. Glazing: Includes glass, glazing points, glazing tapes, glazing sealants, and glazing compounds. D. Window: Includes window frame, sash, and louvers unless otherwise indicated by the context. ACTION SUBMITTALS A. Product Data: For each type of product indicated. Include recommendations for application and use. Include test data substantiating that products comply with requirements. City Park Cabin Restoration Project Project # 2162230 HISTORIC TREATMENT OF WOOD WINDOWS 080152-1 City Park Cabin Restoration Project ` N Project # 2162230 B. Shop Drawings: For repair and replacement of historic wood windows and components. Show location and extent of replacement work, with enlarged details of replacement parts indicating materials, profiles, joinery, reinforcing, and method of splicing into or attaching to existing wood window, accessory items, is and finishes. Include field -verified dimensions and the following: } 1. Full-size shapes and profiles with complete dimensions for new wood window components and N their jointing, showing relation of existing to new components. 2. Templates and directions for installing hardware and anchorages. 3. Component numbers and corresponding window locations in the building on annotated plans and elevations. 4. Provisions for sealant joints and flashing as required for location. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified historic treatment specialist, documenting 5 years or 5 recent projects of successful restoration of historic wood windows. B. Historic Treatment Program: Submit before work begins. 1.6 QUALITY ASSURANCE A. Historic Treatment Specialist Qualifications: A qualified historic wood window specialist. B. Historic Treatment Program: Prepare a written plan for historic treatment of wood windows, including each phase or process, protection of surrounding materials during operations, and control of spills during on-site repair and other processes. Describe, in detail, materials, methods, and equipment to be used for each phase of work. Show compliance with indicated methods and procedures related to historic treatment of wood windows specified in this and other Sections. C. Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for materials and execution and for fabrication and installation. Prepare mockups so they are inconspicuous or reversible. 1. Wood Window Repair: Prepare one entire window unit to serve as mockup to demonstrate sample repairs of wood window members including frame, sash, glazing, and hardware. 2. Approval of mockups does not constitute approval of deviations from the Contract Documents contained in mockups unless Architect specifically approves such deviations in writing. 3. Approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. D. AWI Quality Standard: Comply with applicable requirements in AWI's "Architectural Woodwork Quality Standards" for construction, finishes, grades of wood windows, and other requirements. E. Preinstallation Conference: Conduct conference at Project site. Review methods and procedures related to historic treatment of wood windows including, but not limited to, the following: a. Construction Schedule: Verify availability of materials, personnel, equipment, and facilities needed to make progress and avoid delays. b. Materials, material application, sequencing, tolerances, and required clearances. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-2 City Park Cabin Restoration Project Project # 2162230 1.7 PROJECT CONDITIONS A. Weather Limitations: Proceed with historic treatment of wood windows only when existing and forecasted weather conditions are within the environmental limits set by each manufacturer's written instructions and specified requirements. B. Concealed and undocumented historic items, relics, and similar objects encountered during historic treatment remain Owner's property. Carefully dismantle and salvage each item or object. C. Perform historic treatment of wood windows in the following sequence: I. Stamp each window frame with permanent opening -identification number in inconspicuous location. 2. Tag existing window sash, storm windows, shutters, and, louvered blinds with opening - identification numbers and remove for on-site or off-site shop repair. Indicate on tags the locations on window of these components such as top sash, bottom sash, left shutter, and right shutter. 3. Allow installation of temporary protection and security at window openings according to Section 015000 "Temporary Facilities and Controls." 4. Remove window, dismantle hardware, and tag hardware with window opening -identification numbers. 5. In the shop, stamp each sash, storm window, and louver unit with permanent opening - identification number in inconspicuous location and remove site -applied tags. 6. Sort units by condition, separating those that need extensive repair. crT'iFrc-Ci14C� ERK 7. Clean surfaces. 8. General Wood -Repair Sequence: 2417 APR 12 PMA:10 a. Remove any surface coatings to bare wood. b. Rack frames slightly; inject adhesive into mortise and tenon joints. C. If thicker than original glass is required, rout muntins to required rebate size. d. Repair wood by consolidation, member replacement, partial member replacement, and patching. e. Sand, prime, fill, sand again, and prime surfaces again for refinishing with clear sealer. 9. Repair, refinish, and replace hardware if required. Reinstall essential operating hardware. 10. Reinstall units. 11. Install glazing 12. Install remaining hardware and weather stripping. PART2-PRODUCTS 2.1 REPLACEMENT WOOD MATERIALS A. Wood: Clear fine-grained lumber; kiln dried to a moisture content of 6 to 12 percent at time of fabrication; free of visible finger joints, blue stain, knots, pitch pockets, and surface checks larger than 1/32 inch (0.8 mm) deep by 2 inches (51 mm) wide. 1. Species: Match species of each existing type of wood product. 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber to suit needs of replacing members. B. Frame Heads and Jambs, sills, sash components and Exterior Trim: HISTORIC TREATEMENT OF WOOD WINDOWS 080152-3 City Park Cabin Restoration Project Project# 2162230 S w 1. Species: Match species of each existing type of wood product. K" 2. Utilize salvaged lumber or reclaimed wood whenever possible. Select lumber that is free of defects listed above. Rip, crosscut and rout lumber to suit needs of replacing members. M. 2.2 WOOD REPAIR MATERIALS CJ A. Wood Consolidant: Ready -to -use product designed to penetrate, consolidate, and strengthen soft fibers of wood materials that have deteriorated due to weathering and decay and designed specifically to enhance the bond of wood -patching compound to existing wood. Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron. Inc.; LiquidWood. b. ConSery Epoxy LLC; Flexible Epoxy Consolidant 100. C. Wood Care Systems; ROTFIX. B. Wood -Patching Compound: Two-part epoxy -resin wood -patching compound; knife -grade formulation as recommended by manufacturer for type of wood repair indicated, tooling time required for the detail of work, and site conditions. Compound shall be designed for filling voids in damaged wood materials that have deteriorated due to weathering and decay. Compound shall be capable of filling deep holes and spreading to feather edge. Products: Subject to compliance with requirements, provide one of the following available products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron. Inc.; LiquidWood with WoodEpox. b.Advanced Repair Technology, Inc.; Primatrate with Flex -Tec HV. C. ConSery Epoxy LLC; Flexible Epoxy Consolidant 100 with Flexible Epoxy Patch 200. d. Polymeric Systems. Inc.; QuickWood. e. West System Inc.; West System. f. Wood Care Systems; ROTFD{ with SCULPWOOD. 2.3 GLAZING MATERIALS A. Glass: Uncoated clear float -glass units, 1/8" nominal thickness. B. Glazing Systems: Single Glass Units: Primer as recommended by glazing material manufacturer, with oil-based glazing putty or glazing compound and glazing points. 2.4 WINDOW HARDWARE A. General: Provide complete sets of window hardware consisting of sash balances, hinges, pulls, latches, and accessories indicated for each window or required for proper operation. Window hardware shall smoothly operate, tightly close, and securely lock wood windows and be sized to accommodate sash or ventilator weight and dimensions. B. Replacement Window Hardware: Replace existing damaged or missing window hardware with new hardware manufactured by one of the following: HISTORIC TREATEMENT OF WOOD WINDOWS 080152-4 City Park Cabin Restoration Project Project # 2162230 Manufacturers: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, the following: a. Ball and Ball. b. Blaine Window Hardware Inc. C. Bronze Craft Corporation (The). d. Custom Trades International, Inc. e. Parrett Manufacturing. Inc.oI1i6FF8Q;_�r8TT4s�.E.'�{ f. Phelps Company. 2417 APR 12 PN4;13 C. Material and Design: 1. Material: Nonmagnetic stainless steel. 2. Design: Match existing hardware to greatest extent possible. 3. Replacement Window Hardware: Match existing window hardware of the following types: a. Projected window hinge. b. Window lock. C. Window pin. D. Window Hardware Finishes: Comply with BHMA A156.18 for base material and finish requirements indicated by the following: 1. BHMA 630: Satin stainless steel, stainless-steel base metal. 2.5 MISCELLANEOUS MATERIALS A. Borate Preservative Treatment: Inorganic, borate -based solution, with disodium octaborate tetrahydrate as the primary ingredient; manufactured for preserving weathered and decayed wood from further damage by decay fungi and wood -boring insects; complying with AWPA P5; containing no boric acid. 1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. Abatron.Inc. b. Nisus Corporation. C. Wood Care Systems. B. Cleaning Materials: 1. Detergent Solution: Solution prepared by mixing 2 cups (0.5 L) of tetrasodium polyphosphate, 1/2 cup (125 mL) of laundry detergent that contains no ammonia, 5 quarts (5 L) of 5 percent sodium hypochlorite bleach, and 15 quarts (15 L) of warm water for each 5 gal. (20 L) of solution required. 2. Mildewcide: Provide commercial proprietary mildewcide or a solution prepared by mixing 1/3 cup (80 mL) of household detergent that contains no ammonia, 1 quart (1 L) of 5 percent sodium hypochlorite bleach, and 3 quarts (3 L) of warm water. C. Adhesives: Wood adhesives for exterior exposure, with minimum 15- to 45 -minute cure at 70 deg F (21 deg C), in gunnable and liquid formulations as recommended by adhesive manufacturer for each type of repair. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-5 City Park Cabin Restoration Project Project # 2162230 c e c•: UJ . . D. Fasteners: Fasteners of same basic metal as fastened metal unless otherwise indicated. Use metals that are noncorrosive and compatible with each material joined. 1. Match existing fasteners in material and type of fastener unless otherwise indicated. 2. Use concealed fasteners for interconnecting wood components. Li - 3. Use concealed fasteners for attaching items to other work unless exposed fasteners are the existing fastening method. 0 ell 4. For exposed fasteners, use machine screws of head profile to match that found in existing construction. 5. Finish exposed fasteners to match finish of metal fastened unless otherwise indicated 2.6 WOOD WINDOW FINISHES A. Unfinished Replacement Windows: Provide exposed exterior and interior wood surfaces of replacement windows unfinished; smooth, filled, and suitably prepared for on-site priming and finishing. PART 3 - EXECUTION 3.1 PREPARATION A. Protect adjacent materials from damage by historic treatment of wood windows. B. Clean existing wood windows of mildew, algae, moss, plant material, loose paint, grease, dirt, and other debris by scrubbing with bristle brush or sponge and detergent solution. Scrub mildewed areas with mildewcide. After cleaning, rinse thoroughly with fresh water. Allow to dry before repairing or painting. C. Condition replacement wood members and replacement windows to prevailing conditions at installation areas before installing. 3.2 HISTORIC TREATMENT PROCEDURES, GENERAL A. General: Have historic treatment of wood windows directed and performed by a qualified historic treatment specialist. Ensure that historic treatment specialist's field supervisors are present when historic treatment of wood windows begins and during its progress. In treating historic items, disturb them as minimally as possible and as follows: 1. Follow the historic treatment sequence in "Sequencing and Scheduling" Article. 2. Apply each product according to manufacturer's written instructions unless otherwise indicated. 3. Stabilize and repair wood windows to reestablish structural integrity and weather resistance while maintaining the existing form of each item. 4. Stop the progress of deterioration by removing coatings and applying borate preservative treatment before repair. 5. Repair items in place where possible and retain as much original material as possible. 6. Replace or reproduce historic items where indicated or scheduled. 7. Make historic treatment of materials reversible whenever possible. 8. Install temporary protective measures to protect wood window work that is indicated to be completed later. B. Mechanical Abrasion: Where mechanical abrasion is needed for the work, use only the gentlest mechanical methods, such as scraping and natural -fiber bristle brushing that will not abrade wood HISTORIC TREATEMENT OF WOOD WINDOWS 080152-6 City Park Cabin Restoration Project Proiect # 2162230 substrate, reducing clarity of detail. Do not use abrasive methods such as sanding, wire brushing, or power tools except as indicated as part of the historic treatment program and as approved by Architect. C. Repair and Refinish Existing Hardware: Dismantle window hardware; repair and refinish it to match finish samples. D. Repair Wood Windows: Match existing materials and features, retaining as much original material as possible to perform repairs. I. Unless otherwise indicated, repair wood windows by consolidating, patching, splicing, or otherwise reinforcing wood with new wood matching existing wood or with salvaged, sound, original wood. 2. Where indicated, repair wood windows by limited replacement matching existing material. E. Replace Wood Window Units: Where indicated, duplicate and replace units with salvaged, sound, original wood or with new wood matching existing wood. Use surviving prototypes to create patterns for duplicate replacements. CITY0FIC-CITYCLERK 1. Do not use substitute materials unless otherwise indicated. 2017 APR 12 pm4; Ill 2. Compatible substitute materials may be used. Protection of Openings: Where sash or windows are indicated for removal, cover resultant openings with temporary enclosures so that openings are weathertight during repair period. G. Identify removed windows, sash, and members with numbering system corresponding to window locations to ensure reinstallation in same location. Key windows, sash, and members to Drawings showing location of each removed unit. Permanently stamp units in a location that will be concealed after reinstallation. 3.3 GLAZING A. Remove cracked and damaged glass and glazing materials from openings and prepare surfaces for reglazing. B. Remove existing glass and glazing as indicated on drawings in the Historic Wood Window Schedule and prepare surfaces for reglazing. C. Remove glass and glazing from openings and prepare surfaces for reglazing. D. Reinstall glass using glazing system as specified. E. Install new glass to match existing in all aspects whenever possible. 3.4 WOOD WINDOW PATCH -TYPE REPAIR A. General: Patch wood members that are damaged and exhibit depressions, holes, or similar voids, and that have limited rotted or decayed wood. 1. Remove sash from windows before performing patch -type repairs at meeting or sliding surfaces unless otherwise indicated. Reglaze units prior to reinstallation. 2. Verify that surfaces are sufficiently clean and free of paint residue prior to patching. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-7 City Park Cabin Restoration Project Ne N Project # 2162230 �4 y a 3. Treat wood members with wood consolidant prior to application of patching compound. Coat �-i wood surfaces by brushing, applying multiple coats until wood is saturated and refuses to absorb �? more. Allow treatment to harden before filling void with patching compound. 4. Remove rotted or decayed wood down to sound wood. Cr LL B. Apply borate preservative treatment to accessible surfaces either before applying wood consolidant or Vt�v after removing rotted or decayed wood. Apply treatment liberally by brush to joints, edges, and ends; top, sides, and bottom. C. Apply wood -patching compound to fill depressions, nicks, cracks, and other voids created by removed or missing wood. 1. Prime patch area with application of wood consolidant or manufacturer's recommended primer. 2. Mix only as much patching compound as can be applied according to manufacturer's written instructions. 3. Apply patching compound in layers as recommended by manufacturer until the void is completely filled. 4. Finish patch surface to match contour of adjacent wood member. Sand patching compound smooth and flush, matching contour of existing wood member. 5. Clean spilled compound from adjacent materials immediately. 3.5 WOOD WINDOW MEMBER -REPLACEMENT REPAIR A. General: Replace parts of or entire wood window members at locations indicated on Drawings as indicated in the Historic Wood Window Schedule and where damage is too extensive to patch. 1. Remove sash and louvers from windows before performing member -replacement repairs unless otherwise indicated. 2. Verify that surfaces are sufficiently clean and free of paint residue prior to repair. 3. Remove broken, rotted, and decayed wood down to sound wood. 4. Custom fabricate new wood to replace missing wood; either replace entire wood member or splice new wood part into existing member. Fabricate replacement members according to AWI Section 1000 requirements for Premium Grade. 5. Secure new wood using finger joints or multiple dowels with adhesive and nailing to ensure maximum structural integrity at each splice. Use only concealed fasteners. Fill nail holes and patch surface to match surrounding wood. B. Apply borate preservative treatment to accessible surfaces after replacements are made. Apply treatment liberally by brush to joints, edges, and ends; top, sides, and bottom. C. Repair remaining depressions, holes, or similar voids with patch -type repairs. D. Clean spilled materials from adjacent surfaces immediately. E. Glazing: Reglaze units prior to reinstallation. 1. Mill new and existing glazed members to accommodate new glass thickness. 2. Provide replacement glazing stops coordinated with glazing system indicated. 3. Provide glazing stops to match contour of sash frames. F. Reinstall units removed for repair into original openings. HISTORIC TREATEMENT OF WOOD WINDOWS 080152-8 City Park Cabin Restoration Project 3.6 ADJUSTMENT A. Adjust existing and replacement operating sash, screens, hardware, weather stripping, and accessories for a tight fit at contact points and weather stripping for smooth operation and weathertight closure. Lubricate hardware and moving parts. 3.7 CLEANING AND PROTECTION A. Protect window surfaces from contact with contaminating substances resulting from construction operations. Monitor window surfaces adjacent to and below exterior concrete and masonry during construction for presence of dirt, scum, alkaline deposits, stains, or other contaminants. If contaminating substances contact window surfaces, remove contaminants immediately according to glass manufacturer's written recommendations. B. Clean exposed surfaces immediately after historic treatment of wood windows. Avoid damage to coatings and finishes. Remove excess sealants, glazing and patching materials, dirt, and other substances. C. Remove and replace glass that has been broken, chipped, cracked, abraded, or damaged during construction period. END OF SECTION 080152 2417 RPR 12 pm4:19 HISTORIC TREATEMENT OF WOOD WINDOWS 080152-9 City Park Cabin Restoration Project Proiect # 2162230 IZ:Pild ZT MdU LT OZ NRB -13A3-131-1 ED HISTORIC TREATEMENT OF WOOD WINDOWS 080152-10 SECTION 312316.16 STRUCTURAL EXCAVATION FOR MINOR STRUCTURES PART 1 -GENERAL 1.1 SECTION INCLUDES 1.2 1.3 A. Provide labor, materials, equipment, and supervision necessary to complete the following: 1. Excavate for structure and remove subsoil from site. 2. Cap off and seal discontinued utility services and remove portions of lines within excavated areas. 3. Shore and brace excavations as required. 4. Place and compact fills to rough grade elevations. 5. Dewater excavations. SITE COMPACTION TESTING CITY0FIC-CITYCLERK 2017 RPR 12 PM4:19 A. The Owner will employ a testing laboratory to perform quality control tests in accordance with Chapter 17 of the International Building Code (IBC) and to submit test reports to the Owner's and Contractor's Representatives. Duties of the Special Inspector consist of the following as outlined in IBC Table 1704.7: TABLE 1704.7 REQUIRED VERIFICATION AND INSPECTION OF SOILS CONTINUOUS PERIODICALLY VERIFICATION AND INSPECTION TASK DURING TASK DURING TASK LISTED LISTED Verify materials below shallow foundations are adequate to X achieve the design bearing capacity. Verify excavations are extended to proper depth and have reached X proper material. Perform classification and testing of compacted fill materials. X Verify use of proper materials, densities and lift thicknesses X _ duringplacement and compaction of compacted fill. Prior to placement of compacted fill, observe subgrade and verify that site has been prepared properly. X B. If, during progress of work, tests indicated that compacted materials do not meet specified requirements, remove defective work, replace and retest at no cost to Owner. C. Ensure compacted fills are tested before proceeding with placement of surface materials. SUBMITTALS A. Submit to testing agency minimum ten -pound (4.5kg) samples of each type of fill material to be used. Provide samples to appointed testing laboratory, packed tightly in containers to prevent contamination. B. If recent test results are available for fill materials to be used, disregard samples submission and submit such test results to the testing laboratory. Such test results are to clearly indicate types of materials and composition, hardness, compatibility, and suitability for proposed usage. City Park Cabin Restoration Project STRUCTURAL EXCAVATION FOR MINOR STRUCTURES Project# 2162230 312316.16-1 City Park Cabin Restoration Project v Project # 2162230 r3 n u"i G w 1.5 PROTECTION A. Iowa One Call shall be notified for utility locates 48 hours prior to digging. All locates shall be "Joint Locates." B. Protect trees, shrubs and lawns, areas to receive planting, rock outcropping, and other features remaining as part of final landscaping. C. Protect benchmarks and existing structures, roads, sidewalks, paving, and curbs against damage from equipment and vehicular or foot traffic. D. Protect excavations by shoring, bracing, sheet piling, underpinning, or other methods, as required to prevent cave-ins or loose dirt from falling into excavations. E. Underpin adjacent structure(s) which may be damaged by excavation work, including service lines and pipe chases. F. Notify Owner's Representative of unexpected subsurface conditions and discontinue work in area until Owner's Representative provides notification to resume work. G. Grade around excavations to prevent surface water runoff into excavated areas. SITE CONDITIONS A. Rock Excavation - Not anticipated. PART2PRODUCTS 2.1 FILL MATERIALS A. Subsoil: Excavated or off-site materials free from roots, broken concrete, broken asphalt, rocks larger than three inches (75mm) in size, and building debris. B. Fill Under Landscaped Areas: Free from alkali, salt, and petroleum products. Use subsoil excavated from site only if conforming to specified requirements. PART 3 EXECUTION 3.1 PREPARATION AND LAYOUT A. Establish extent of excavation by area and elevation; designate and identify datum elevation. B. Set required lines and levels. C. Maintain benchmarks, monuments, and other referenced points. 3.2 UTILITIES A. Before starting excavation, establish location and extent of underground utilities occurring in work area. B. Notify utility companies to remove and relocate lines that are in the way of excavation. C. Maintain, reroute, or extend as required, existing utility lines to remain which pass through work area. D. Pay costs for this work, except those covered by utility companies. E. Protect utility services uncovered by excavation. F. Remove abandoned utility service lines from areas of excavation; cap, plug, or seal such lines and identify at' grade. STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.16-2 City Park Cabin Restoration Project Project # 2162230 G. It is the Contractor's responsibility to accurately locate and record abandoned and active utility lines, rerouted or extended, on Project Record Documents. 3.3 EXCAVATION A. Excavate subsoil in accordance with lines and levels required for construction of the work, including space for forms and to permit inspection. B. Do additional excavation only by written authorization of Owner's Representative. CITYOFIC-CITYCLER 2017 APR 12 PA:19 C. Machine slope banks. D. Hand trim excavations and leave free from loose or organic matter. E. When complete, verify soil bearing capacities, depths, and dimensions. Contractor shall contact the Testing Agency not less than two (2) business days prior to when subbase is ready for testing. F. Correct unauthorized excavation as directed, at no cost to the Owner. G. Fill over excavated areas under structure bearing surfaces with backfill as specified for foundations. H. Excavations are not to interfere with normal 45 degree bearing splay of any foundation. I. Remove excavated material from site. J. Removal of boulders or buried rock in excess of 1/2 cubic yard (Am') may be authorized as an extra; other work is deemed to be within the scope of this section. K. Do not disturb soil within drip line of existing trees or shrubs that are to remain. L. If necessary to excavate through roots, perform work by hand and cut roots with a sharp ax. 3.4 BACKFILLING A. Contractor shall contact the Testing Agency not less than two (2) business days prior to backfilling for testing. B. Do not backfill over existing subgrade surfaces that are porous, wet, or spongy. C. Compact existing subgrade surfaces if densities are not equivalent to that required for backfill materials. D. Cut out soft areas of existing subgrade. Backfill with sand and compact to required density. E. Backfill areas to grades, contours, levels, and elevations. F. Backfill systematically and as early as possible to allow maximum time for natural settlement and compaction. G. Backfill shall not be placed adjacent to concrete structures until the concrete has achieved at least 75% of its design strength. H. Place and compact fill materials in continuous layers not exceeding six inches (150mm) loose depth. Use a method so as not to disturb or damage foundation. Maintain optimum moisture content of backfill materials to attain required compaction density. Backfill simultaneously on each side of foundation walls to equalize soil pressures. K. Where temporary unbalanced pressures are liable to develop on walls before floor slabs are placed, erect necessary shoring to counteract imbalance. 3.5 FILL TYPES AND COMPACTION STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.16-3 City Park Cabin Restoration Project 54,- Project # 2162230 w �^ LLA. Exterior side of foundation walls: Subsoil fill to top of subgrade elevation. Compact to 98% of maximum p} h Standard Proctor Density per ASTM D698 at frequency of one test per 100 square yards. J pe t - B. Stabilizing base course under concrete slabs within building area: 1. Four inches (100mm) of gravel 511 topped with two inches (50mm) of sand fill to underside of slabs. Compact to 98% of maximum Standard Procter Density per ASTM D698 at frequency of one test per 100 square yards. C. Fill under landscaped areas: 1. Under landscaped and lawn areas from 12" (300mm) below finished surface elevation to 30" (750mm) below finished surface elevation, compact suitable excavated material to 90% of maximum Standard Proctor Density. Compact fill below 30" from surface to 95% of maximum Standard Proctor Density. 2. Within the top 12" (300mm) of landscaped and lawn areas, the backfill shall be soil equivalent to the stockpiled topsoil. The surface shall be left rounded neatly 24" (50-100mm) above the finished surface. 3. Test Frequency: one test per every 500 square yards. 3.6 WASTE EXCAVATION A. Excess material, waste or unsuitable materials shall be removed from the site and legally disposed of by the Contractor at no additional cost to the Owner. There shall be no disposal of such materials on the project site. END OF SECTION STRUCTURAL EXCAVATION FOR MINOR STRUCTURES 312316.16-4 SECTION 313116 TERMITE CONTROL PART] -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: CITYOFIC—CITYCL ERK 1. Soil and wood treatment with termiticide. 2017 RPR 12 PM4:19 B. Related Sections: 1. Section 0 12 100 "Allowances" for work required under this section will utilize allowance. 2. Section 061000 "Rough Carpentry" for wood preservative treatment by pressure process. 3. Section 071900 "Wood Treatments" for wood preservative and insecticide preventive treatments. 1.3 ALLOWANCES A. Work of this Section is affected by allowances. Termiticide in soil application will be paid out of part of the allowance for earthwork and site improvements. 1.4 SUBMITTALS A. Product Data: For each type of termite control product. 1. Include the EPA -Registered Label for termiticide products. B. Qualification Data: For qualified Installer. C. Product Certificates: For termite control products, from manufacturer. D. Soil Treatment Application Report: After application of termiticide is completed, submit report for Owner's records and include the following: 1. Date and time of application. 2. Moisture content of soil before application. 3. Termiticide brand name and manufacturer. 4. Quantity of undiluted termiticide used. 5. Dilutions, methods, volumes used, and rates of application. 6. Areas of application. 7. Water source for application. E. Wood Treatment Application Report: After application of termiticide is completed, submit report for Owner's records and include the following: 1. Date and time of application. 2. Termiticide brand name and manufacturer. City Park Cabin Restoration Project TERMITE CONTROL Project # 2162230 313116-1 City Park Cabin Restoration Project Project # 2162230 ea a —' 3. Quantity of undiluted termiticide used. rx Q 4. Dilutions, methods, volumes used, and rates of application. CD L.. C 5. Areas of application. C7 p. F. Warranties: Sample of special warranties. 1.5 QUALITY ASSURANCE A. Installer Qualifications: A specialist who is licensed according to regulations of authorities having jurisdiction to apply termite control treatment and products in jurisdiction where Project is located. B. Regulatory Requirements: Formulate and apply termiticides according to the EPA -Registered Label. 1.6 PROJECT CONDITIONS A. Environmental Limitations: To ensure penetration, do not treat soil that is water saturated or frozen. Do not treat soil while precipitation is occurring. Comply with requirements of the EPA -Registered Label and requirements of authorities having jurisdiction. B. Coordinate soil treatment application with excavating, filling, grading, and concreting operations. Treat soil under footings, grade beams, and ground -supported slabs before construction. C. Apply wood treatment after framing, sheathing, and exterior weather protection is completed. 1.7 WARRANTY A. Soil Treatment Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor, certifying that termite control work, consisting of applied soil termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite activity or damage is discovered during warranty period, re -treat soil and repair or replace damage caused by termite infestation. Warranty Period: Five years from date of Substantial Completion. B. Wood Treatment Special Warranty: Manufacturer's standard form, signed by Applicator and Contractor, certifying that termite control work, consisting of applied wood termiticide treatment, will prevent infestation of subterranean termites. If subterranean termite damage is discovered during warranty period, repair or replace damage caused by termite infestation and treat replacement wood. Warranty Period: 10 years from date of Substantial Completion. 1.8 MAINTENANCE SERVICE A. Continuing Service: Beginning at Substantial Completion, provide 12 months' continuing service including monitoring, inspection, and re -treatment for occurrences of termite activity. Provide a standard continuing service agreement. State services, obligations, conditions, terms for agreement period, and terms for future renewal options. PART2-PRODUCTS 2.1 SOIL TREATMENT A. Termiticide: Provide an EPA -Registered termiticide, complying with requirements of authorities having jurisdiction, in an aqueous solution formulated to prevent termite infestation. Provide quantity required for application at the label volume and rate for the maximum termiticide concentration allowed for each specific use, according to product's EPA -Registered Label. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: TERMITE CONTROL 313116-2 City Park Cabin Restoration Project Proiect # 2162230 a. BASF Corporation, Agricultural Products; Termidor. b. Bayer Environmental Science; Premise 75. C. FMC Corporation, Agricultural Products Group; Prevail. d. Syngenta; Demon TC. C. Other manufacturers meeting performance of above suppliers and approved by architect in advance. 2. Service Life of Treatment: Soil treatment termiticide that is effective for not less than five years against infestation of subterranean termites. 2.2 WOOD TREATMENT CITYBFIC-CITTYCLERK A. Borate: Provide an EPA -Registered borate termiticide, complying with requirements of a`uthcrittiicsTiavi gl� jurisdiction, in an aqueous solution for spray application and a gel solution for pressure injection, formulated to prevent termite infestation in wood. Provide quantity required for application at the label volume and rate for the maximum diffusible borate concentration allowed for each specific use, according to product's EPA - Registered Label. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a. Nisus Corp.; Bora-Care. b. NovaGuard Technologies, Inc.; Armor -Guard. C. Other manufacturers meeting performance of above suppliers and approved by architect in advance. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for moisture content of soil per termiticide label requirements, interfaces with earthwork, slab and foundation work, landscaping, utility installation, and other conditions affecting performance of termite control. B. Proceed with application only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's written instructions for preparation before beginning application of termite control treatment. Remove all extraneous sources of wood cellulose and other edible materials such as wood debris, tree stumps and roots, stakes, formwork, and construction waste wood from soil within and around foundations. B. Soil Treatment Preparation: Remove foreign matter and impermeable soil materials that could decrease treatment effectiveness on areas to be treated. Loosen, rake, and level soil to be treated except previously compacted areas under slabs and footings. Termiticides may be applied before placing compacted fill under slabs if recommended in writing by termiticide manufacturer. 1. Fit filling hose connected to water source at the site with a backflow preventer, complying with requirements of authorities having jurisdiction. TERMITE CONTROL 313116-3 City Park Cabin Restoration Project Project # 2162230 3.3 APPLICATION, GENERAL A. General: Comply with the most stringent requirements of authorities having jurisdiction and with manufacturer's EPA -Registered Label for products. 3.4 APPLYING SOIL TREATMENT A. Application: Mix soil treatment termiticide solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of termiticide, according to manufacturer's EPA -Registered Label, to the following so that a continuous horizontal and vertical termiticidal barrier or treated zone is established around and under building construction. Distribute treatment evenly. I. Slabs -on -Grade: Underground supported slab construction, including footings, building slabs, and attached slabs as an overall treatment. Treat soil materials before concrete footings and slabs are placed. 2. Foundations: Adjacent soil, including soil along the entire inside perimeter of foundation walls; along both sides of interior partition walls; around plumbing pipes and electric conduit penetrating the slab; around interior column footers, piers, and chimney bases; and along the entire outside perimeter, from grade to bottom of footing. Avoid soil washout around footings. 3. Crawlspaces: Soil under and adjacent to foundations as previously indicated. Treat adjacent areas including around entrance platform, porches, and equipment bases. Apply overall treatment only where attached concrete platform and porches are on fill or ground. B. Avoid disturbance of treated soil after application. Keep off treated areas until completely dry. C. Protect termiticide solution, dispersed in treated soils and fills, from being diluted until ground -supported slabs are installed. Use waterproof barrier according to EPA -Registered Label instructions. D. Post warning signs in areas of application. E. Reapply soil treatment solution to areas disturbed by subsequent excavation, grading, landscaping, or other construction activities following application. 3.5 APPLYING WOOD TREATMENT A. Application: Mix wood treatment solution to a uniform consistency. Provide quantity required for application at the label volume and rate for the maximum specified concentration of borate, according to manufacturer's EPA -Registered Label, so that wood framing, sheathing, siding, and structural members subject to infestation receive treatment. 1. Framing and Sheathing: Apply termiticide solution by spray to bare wood for complete coverage. 2. Wood Members More Than 4 Inches (100 mm) Thick: Inject termiticide gel solution under pressure into holes of size and spacing required by manufacturer for treatment. 3. Exterior Uncoated Wood Trim and Siding: Apply termiticide solution to bare wood. After 48 hours, apply a seal coat of water repellant or wood treatment as specified in 071900 "Wood Treatments". END OF SECTION UG:tMd U 8db LI0Z A3 TERMITE CONTROL 313116-4 Se- U) Prepared by: Kumi Morris, Parks & Recreation, 410 E. Washington St., Iowa City, IA 52240, (3'19)356-5082 RESOLUTION NO. 17-119 RESOLUTION SETTING A PUBLIC HEARING ON MAY 2, 2017 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY PARK CABIN RESTORATION PROJECT, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in the Parks and Recreation Department City Park Cabin Restoration CIP account #R4187. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 2nd day of May, 2017, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. 3. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 18th day of April 20 17 ATTEST: V �_�_Qts CITYLERK gn'G M OR Approved by ,�f"�c cJL9 tf -1 D/ - I �-- City Attorney's Office S:1REC\Government Buildings and Facilities ManagementlProjecls\City Park Cabin Restoration ProjectTronl ends and bld docurnenWRebld June 20171Set Public Hearing Project Resolution- City Park Cabin Restoration Project 0418 2017.doc 4117 Resolution No. 17-119 Page 2 It was moved by sotchway and seconded by Dickens the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: ABSTAIN: x Botchway x Cole x Dickens x Mims x Taylor x Thomas x Throgmorton Pchema PRESS -CITIZEN MEDIA PART OF TH E USA TODAY NETWORK AFFIDAVIT OF PUBLICATION State of Iowa County of Johnson, ss.: The undersigned, being first duly sworn on oath, states that the Iowa City Press Citizen, a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Iowa City, Iowa, the publisher of Iowa City Press Citizen newspaper of general circulation printed and published in the City of Iowa City, Johnson County, Iowa, and that an advertisement, a printed copy of which is attached as Exhibit "A" and made part of this affidavit, was printed and published in Iowa City Press Citizen on the following dates: Ad No. Start Date: Run Dates: Cost: 0002061322 4/24/17 04/24/17 $32.09 Copy of Advertisement Exhibit "A" Subscribed a d orn tIly me by said affiant this 26th day of Aoril. 2017 CO, 'PubIlicinacl for State of Iowa =pa st ANDREA yOUG!5T9N COMMISSION NO. 7,39,56 Zi, COMMISSION EXPIRES IOWA 1(...Q„ Cx_ '7,111 — NOTICE OF PUBLIC HEARING ON PLANSSPECIFICATIONS, FORM O� CONTRACT AND ESTIMATED COST FOR CITY PARK CABIN RESTORATION PROJECT IN THE CITY OF IOWA CITY IOWA 0 ALL T -;O AkVERS OF is hereby icil of the will con on am of c p.m. on , said ME as ntract and estimated cost are on file in the office of the City i in City Hall in Iowa City, and may be inspected by nterested persons. y interested persons may ar at said meeting of the City [Cil for thepurpose of malting tions to and comments ming said plans fications. contract or the cosi This notice is'given by order of theCit Council of the City of Iowa CYty, Iowa and as provided by law. JULIE VOPARIIL,MDEEPUTY CITY Q �, a t-�' T t Prepared by: Kum! Morris, Parks & Recreation, 220 S. Gilbert Street, Iowa City, IA 52240 (319) 356-5082 RESOLUTION NO. 17-145 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF AGREEMENT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CABIN PROJECT, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO POST NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, the City Engineer or designee intends to post notice of the project on the website owned and maintained by the City of Iowa City; and WHEREAS, funds for this project are available in the Parks and Recreation City Park Cabin Restoration CIP account #R4187. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to post notice as required in Section 26.3, not less than 13 days and not more than 45 days before the date of the bid letting, which may be satisfied by timely posting notice on the Construction Update Network, operated by the Master Builder of Iowa, and the Iowa League of Cities website. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 3:00 p.m. on the 13"' day of June, 2017. At that time, the bids will be opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meetinwq, to be held at the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 20 day of June, 2017, or at a special meeting called for that purpose. Passed and approved this 2nd day of May, 2017. / M OR \ ` Approved by ATTEST: V rF -a r - � / CITY CLERK City Attorney's Office s:1REClCpv eN BAdins eM Fs Rim Ae meNprcj sCq Pe Ce nResbr GnbM doavmMelRe Jura 201N=Iu nle Appnve Prom&5p ror CRY PARK CABIN RESTOWON PROJECT 0.5032017. m Id.&c Resolution No. Page 2 It was moved by Botchwav and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: x x x x x x ABSENT: M ABSTAIN: Botchway Cole Dickens Mims Taylor Thomas Throgmorton the Q 0", �. IOWA LEAGUE 4fCITIES CERTIFICATE The Iowa League of Cities an entity organized under the laws of Iowa as an instrumentality of its member cities, with its principal place of business in Des Moines, Polk County, Iowa, does hereby certify that I am now and was at the time hereinafter mentioned, the duly qualified and acting Executive Director of the Iowa League of Cities, and that as such Executive Director of the League and by full authority from the Executive Board, I have caused a NOTICE TO BIDDERS Notice to Bidders - City Park Cabin Restoration Project Classified ID: 103253 A printed copy of which is attached and made part of this certificate, provided on 05/03/2017 to be posted on the Iowa League of Cities' intemet site on the following date: May , 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. 5/3/2017 Alan Kemp, Executive Director Post 5/3 NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the 13"' day of June, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20"' day of June, 2017, or at a special meeting called for that purpose. Bidders may visit the public site, to have access to the interiors of the structure, please schedule in advance access with the project architectural consultant, Alan Wieskamp, at Shive-Hattery, Inc., 319-356-3040 or by email at: awieskamo(aDshive- hatterv.com The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both individually listed on the National Register of Historic Places. The restoration work will include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Substantial Completion date August 31, 2018; Final completion date October 1, 2018. Liquidated Damages: none The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-3545950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 50.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 125.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the For of Proposal the names of persons, firs, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the For of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Julie Voparil, DEPUTY CITY CLERK Julie Voparil From: Cindy Adams <CAdams@mbionline.com> Sent: Thursday, May 04, 2017 4:03 PM To: Julie Voparil Subject: Certificate for Notice to Bidders Attachments: 5.4.17 Notice To Bidders.pdf Certificate The undersigned, being first duly sworn on oath, states that The Construction Update Plan Room Network ("CU Network") is a corporation duly organized and existing under the laws of the State of Iowa, with its principal place of business in Des Moines, Polk County, Iowa. The undersigned also states that he is now and was at the time hereinafter mentioned, the duly qualified and acting President / CEO of the CU Network, and that as such President / CEO of the CU Network and by full authority from the Executive Board, he caused a NOTICE TO BIDDERS Iowa City - Davenport Brick Street Reconstruction Iowa City - Riverfront Crossing Park, Phase 1 Iowa City - Burlington Clinton Street Intersection Improvements Iowa City - City Park Cabin Restoration A printed copy of which is attached and made part of this certificate, to be posted in the Construction Update Network Plan Room, a relevant contractor plan room service with statewide circulation and a relevant contractor lead generating service with statewide circulation, on the following date(s): Mav 4. 2017 I certify under penalty of perjury and pursuant to the laws of the State of Iowa that the preceding is true and correct. May 4, 2017 1< •" Date President/CEO of The Construction Update Plan Room Network Cindy Adams — Project Information Specialist Master Builders of Iowa 221 Park Street Des Moines, Iowa 50309 Phone: 515-288-7339 Fax: 515-288-8718 (e) mbiplanroom-dsm@mbionline.com www.mbionline.com Project Information Follow us on Social Medial 0 raw w o0 Fa[ebook RECEIVE® MAY 0 3 2017 Post 513 NOTICE TO BIDDERS CITY PARK CABIN RESTORATION PROJECT Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, until 3:00 P.M. on the le day of June, 2017. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 20 day of June, 2017, or at a special meeting called for that purpose. Bidders may visit the public site, to have access to the interiors of the structure, please schedule in advance access with the project architectural consultant, Alan Wieskamp, at Shive-Hattery, Inc., 319-356-3040 or by email at: awieskamp(abshive- hattertacom The Project will involve the following: The project will involve structural and architectural restoration work for two log cabins in upper City Park on 200 East Park Road. The cabins are both Individually listed on the National Register of Historic Places. The restoration work will include but not be limited to wood shake shingle roof replacement, structural and concrete foundation stabilization, carpentry for wood floors, windows and doors and log replacement and repair. The work is to follow strict historic guidelines within the plans and project manual. All work is to be done in strict compliance with the plans and specifications prepared by Shive-Hattery Architecture and Engineering, of Iowa City, Iowa, which have heretofore been approved by the City Council, and are on Nle for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety In the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bands will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or Indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and after Its completion and formal acceptance by the City Council. The following limitations shall apply to this Project: Working Days: Schedule as indicated on phasing plan in bid document. Substantial Completion date August 31, 2018; Final completion date October 1, 2018. Liquidated Damages: none The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone: 319-3545950 Fax:319-354-8973 Toll -Free 800-779- 0093 by bona fide bidders. A 150.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable 12.5.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes, The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. Julie Voparil, DEPUTY CITY CLERK Prepared by: Kumi Morris, Parks & Recreation, 220 S. Gilbert Street, Iowa City, IA 52240 (319) 356-5082 RESOLUTION NO. 17-220 Resolution awarding contract and authorizing the mayor to sign and the city clerk to attest a contract for construction of the Citv Park Cabin Restoration Project. Whereas, North Construction LLC of Muscatine, Iowa has submitted the lowest responsible bid of $256,900 for construction of the above-named project; and WHEREAS, the bid includes the base bid and Alternates #1 through #4; and WHEREAS, funds for this project are available in the Parks and Recreation City Park Cabin Restoration CIP account #R4187; and WHEREAS, the City Engineer and City Manager are authorized to execute change orders according to the City's Purchasing Policy as they may become necessary in the construction of the above-named project. Now, therefore, be it resolved by the City Council of the City of Iowa City, Iowa, that: The contract for the construction of the above-named project for the base bid plus Alternates #1 through #4 is hereby awarded to North Construction LLC, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign the contract for construction of the above-named project and the Contractor's Bond, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. Passed and approved this 20th day of June / _,20 17 G, Ma or Atter City Clerk, 1-Zle-0 It was moved by Dickens and seconded by adopted, and upon roll call there were: AYES: X X X X X X NAYS: Approved by c -«-q City Attorney's Office Thomas ABSENT: X Botchway the Resolution be Cole Dickens Mims Taylor Thomas Throgmorton I FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and North Construction of Muscatine, Iowa ("Contractor'). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 18th day of April, 2017, for the City Park Cabin Restoration ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incor- porated herein by reference: a. Addenda Number 1- b. "General Conditions of the Contract for Construction" AIA DOC A201- 2007, as amended; o C. Plans; c d. Specifications and Supplementary Conditions;— r– e. Notice to Bidders; o2� _x f. Note to Bidders; ' ca ra g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects, i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In AG -1 of 2 ^Lr 1K 4 e as`cdY r ` n^ .tt� i�-J� r•,. ` 6 s, t p� a'�;t+5s� r y i %+Yfy: il4• !� t^}. � r i:- f , 'iv i �, a ,. y :�:a wM 1.;.^Z'jn. ♦ � f 9 r �Y Is �.-�' k). z � S�x� p_ y:•%,vyR� � � �� ��k F '�"ZAM y� to 4�isFe-'. 4t r`L�' ..:'R^ � 3 �: n _ t yam- d�:y4f} Cr4 �1 .: y � t1. •r r i. a � � `. . �r1� �j �yH c ":' � � • �� �� t�C_t a s14:. S r t; � .. V TIF ,�;4+kr S �1'n v t '1•.G ' rt•` � �y`h �C �f ' j �� S�'�} i K � `'. �'.� 9A!( n'zx � % 9a t .ta .y-r�S .. • —��� :". x s e{t,%. '"ti. t . :� ;6rs } �, .r � � . q 3 j�p ' �'•�k $+ �`" 'i y' _ ',t . lo, r,lr r sU � ';m . i •mow Y" `n i`� 4 r? t '. . ,�, .-u �. i ,y , Y {f f d; . [i. ..� ^` ni yjf44 1; Y7 vy X z'E 1 " '�+•r , F " _ •qtr �'�J, +' Ie -J '' z- •-, 4 � ,�i. !'may + ,w��p, LL,�•4 � 7 , Al e'frIt# l` Kq" �y�1, � f '" i } a.1- Y,^IV#� �3r' �, . � •,r ".n �.G � :'F , "S • � , 7 '„�;. ' �I �} 1+,Ah�_ 1 .. �.. �n�e k'. �'" _Y.� y� A 't +5';{'.�"cv kT' r � }z` •1p'" ",y eN � i . fC� :'�'t,w : �r y'L r�'+t � . � � z , i . t z � yi•� d+ ! 1! y ^av�"+a- 'yr '�� '" ,{st S.t "' �.. ,.e 7 ,p�f -S - } `r '� 7+ p k; s' 4. +,� r. ° ' Y' ✓;f�Fr r�dT.m�a' � m � � +e: ; '�,� � 1-?+� A ,�'�,�.r-ey�, M .fir e ,. v w �.� f t 1.S �1• ` I K V ` �{ ...t Ql' t"l(� '`'., �. � p ")2 T e�/ '�' ( Y M ii �a 1—+'.J+ 4w It �:' t- "kr°� WX } 7' a. _.,. 4.:7`x..+'i...'•"W•ir.Lcb ��but�.'� I a4.�'.a.�, . u .;.tu.��c3•a�h.� Saat'r. �iG'-t.:+:JA-'.rw C ( gnature) the event of a discrepancy or inconsistency, the more specific provision shall prevail. 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are as follows in "Attachment A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. The Project base bid submitted by form of proposal is in the amount of: Two hundred fifty-six thousand nine hundred and no/100 Dollars ($256,900.00). 5. No Alternates included as part of this agreement. 6. Substantial Completion date is August 31, 2018 final completion date October 1, 2018. N 7. CONTRACT DATE 20'" day of June, 2017. [DATE BASO ON?JRMAL :Vin COUNCIL MEETING AWARDING CONTRACT BY RESOLUTI(*:QUNAER 4W. 220,. n1 w� Contr r x '4' �,;� (Printed name) Mayor ATTEST: r \ )�eI(ie- k 1�f%kAkiK (Printed name) --- C - C. City Clerk I 3 AG -2 of 2 (Printed name) C.2�r (Comi)anv Official Title ATTEST: (Printed name) _furc% 191!"! r (Company Official Title) Approved By: City Attorney's Office 44 s R t47 � �t ��`'�'-Atif" .h `,'Y i aM1 Y•y . •. �'# .{.i'�fA �i++j -`r�c�1 'p..�`�' }��'d'"�' y' rA' y 4n. f,: l :'^ L't�•. 44' -.q- �rla OV •f r a 3 - .4f"Crrd'ri{.X ♦,:. r'( f _� #.�T �-'� ar '}�i¢+o r � e Yr,• l a� •�� � t , ja far 1 � '~ ,�•{. �� .i �. r �A ���. �y .� •``�`g " yt_1i ; F �T T,°� � .��i •. f,-0 B•YC �1 y� "A �. �"S _ 51'�q .::��� P" t �7'q �-Y �t t �`. �,.:( Y - a} r i`h� 'Jf"'� > r ! .i.§' 3 �.a,�F •�%:'4 ��' ; -tr �v1 i 't y.�� 4 '..' 1'f �yt� ♦ �'1' Wk d YfI/ �r � �"� J'-.4 / 'o Ay< %- � w+ � q �, � r y •h'!PP`,� � If A. t4.� E� _ !d. 's : a: e f 'l Y, � M: q{efpty✓Y �' ,�� \'F - �, : _ < � " -}.P i • �. '�' • ti 4L ?{ai.;, t, ka •.','. -'i a �'fP .. �R�t y'Ce"'; �',`"l�•fa.�.ge•^ r. "^: 1�y OF fill a ft; as ,.� f ig<,-,t nt ii.. :�A• ._ v tin ..e'.rr .ryr.�.'.�v- F ��771Ya• Yt.sw-i i�' star r� 4 e+ 'A'?M-afwLw,�- y 2 S f s ::-n� Ya- y y._•.,Q iib .i � Fr S r � � •� tea::-. �1 • t trP ..Y� L$rk'+'� w: Y r - ] gi �'. f• c� }. +`` 'Sayi !'pa, 3; .1�� .< t- - '�'' {Ic �'�`fEr'x ,' ti,�._ •. �C .t + f y�:�. a �. t r `�f . r�•S'tM � iMKrfA'.+x..+ � � :. "x•'.43 i, �t� . � '4vt fJx �•a; ��� ° Tf- < ,! (i _ � -yam; �,. i ENGINEER'S REPORT May 13, 2020 City Clerk Iowa City, Iowa Re: City Park Cabin Restoration Project Parks and Recreation CIP #R4187 Dear City Clerk: ZSli O 111 A CITYF IOWA CITY 410 East Washington Street Iowa City, Iowa 52240-1826 (319) 356-5000 (319) 3S6-5009 FAX www.lcgov.org I hereby certify that the City Park Cabin Restoration Project has been completed by North Construction LLC of Muscatine, Iowa in substantial accordance with the plans and specifications prepared by Shive-Hattery of Cedar Rapids, Iowa. The project was bid as a lump sum contract and the final contract price is $287,067.93. There were four change orders for the project described below: 1. Log Replacement — Debarked, Hewn Square Hardwood Timbers — $12,837.60 additional 1,783 board feet of lumber replacement was identified beyond the known log replacement shown in the contract documents. 2. Log Replacement — Debarked, Round Softwood Logs — $9,812.25 additional 1,869 board feet of lumber replacement was identified beyond the known log replacement shown in the contract documents. 3. Log Replacement - Sawn Lumber Replacement — $5,230.08 additional thirty-six (36) 2'x12" floor joists in Cabin 2 was necessary. 4. Custom Floor Joist Replacement of four (4) hewn log floor joists $2,288.00 TOTAL $30,167.93 I recommend that the above -referenced improvements be accepted by the City of lowa City. Sincerely, iii Jason Havel, P.E. a o CD City Engineer