Loading...
PROJECT MANUAL/PARKING GARAGE RPR/MUSEUM PLACE GARAGE PROJECT MANUAL Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA November 30, 2019 RBA Project No. 2019036 Salem IFB No. 20-30-280 Prepared by: RUSSO • BARR ASSOC‘IA TES 55 Sixth Road, Suite 6 Woburn, MA tel: 781-273-1537 www.russobarr.com Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 DIVISION 09 - FINISHES SECTION 09 90 00 PAINTING 09 90 00-1 to 09 90 00-9 DIVISION 10 THROUGH DIVISION 25 - NOT USED DIVISION 26 - ELECTRICAL SECTION 26 00 01 TEMPORARY ELECTRICAL DISCONNECTS 26 00 01-1 to 26 00 01-3 DIVISION 27 THROUGH DIVISION 32 - NOT USED DRAWINGS TITLE SHEET T1 MEMBRANE COMPOSITIONS, SITE PLAN, SCOPE OF WORK & GENERAL NOTES SHEET T2 GARAGE FIRST FLOOR LEVEL PLAN Al GARAGE DETAILS A2 LINE STRIPING PLAN A3 END OF TABLE OF CONTENTS TOC - 2 Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 Attention is directed to the Massachusetts Prevailing Wage Rates to be paid as determined by the Department of Labor Standards under the provisions of Massachusetts General Laws, Chapter 149, §§26 —27, a copy of which is included in the Contract Documents, and will be made a part of the Contract. Bids shall be received by the Awarding Authority at the address listed above, no later than the times and dates specified below, at which times and place, they will be publicly opened and forthwith read aloud. Any bid received after the time and date specified will not be considered. Bidding procedures and award of the Contract and Subcontracts shall be in accordance with the provisions of Chapter 30, Section 39M as amended and Chapter 149, Sections 44A through 44L inclusive, of the General Laws of the Commonwealth of Massachusetts, including all current amendments; and the guidelines established by the Deputy Commissioner of the Commonwealth of Massachusetts Division of Capital Assets Management (DCAMM), dated June 30, 1981. Each General Bidder must be certified by DCAMM for Waterproofing for the dollar amount equal to or greater than their bid for this project. Each General Bidder must submit all of the following documents and forms to be considered responsive to this Invitation to Bid. Failure to submit all required documents and forms may invalidate the Bid. 1. Form for General Bid (filled out and signed). 2. A copy of the Bidder's DCAMM Certificate of Eligibility. 3. A copy of the Bidder's DCAMM Update Statement. 4. City of Salem Tax Certification Form (filled out and signed). 5. City of Salem Certificate of Non-Collusion (filled out and signed). 6. Affidavit of Compliance & Vote of Corporation 7. Contractor's Certification 8. Affidavit of OSHA Compliance 9. Bid Bond or check (certified or bank)for 5% of bid amount. A pre-bid conference will be held at 9:00 AM, local legal time, on January 7, 2020 at the Museum Place Garage located at 1 New Liberty Street, Salem, MA. All bidders are invited to attend. The Awarding Authority is exempt from sales and federal excise tax to the extent permitted under law. Bidders should not include such taxes in figuring or in references to any bid. Commonwealth of Massachusetts General Laws Section 149, Sections 44A through 44L and Chapter 30, Sections 39F through 39P, are incorporated herein by reference. Any inconsistency between the Invitation to Bid, Instruction to Bidders, Bid Forms, Conditions of the Contract, and any other Contract Documents and these statutes, or any other applicable 00 11 16 -2 INVITATION TO BID - Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA - RBA Project No. 2019036 "An Equal Opportunity Employer" 00 11 16 -4 INVITATION TO BID Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 aware of that information when it certified the contractor. In determining who is the lowest responsible and eligible bidder, the Awarding Authority may consider the bidder's past performance on projects undertaken or completed within the past five years. E. A bidder may not be awarded a contract which, when the annualized value thereof is added to the annualized cost to complete all other currently held contracts, would exceed the bidder's DCAMM aggregate rating limit. The • Awarding Authority will use the information provided in the Update Statement to compute the amount of work the bidder has underway. If the bidder provides the Awarding Authority with evidence that its outstanding annualized balance of contracts (plus the annualized value of its bid for this project) will be within its aggregate rating limit by the start date of the project for which it is low bidder, the Awarding Authority may, at its discretion, make the contract award. • F. Should the low bidder be determined not to be eligible, the Awarding Authority shall review the next low bidder's eligibility, in accordance with these Instructions and applicable law, until a bidder is determined to be eligible for contract award. G. The contract shall not be awarded to any bidder whose submitted background information, when investigated and verified by the Awarding Authority, raises significant question as to its ability to successfully complete the project due to problems with its competence and responsibility. 4.00 INTERPRETATION OF DOCUMENTS: NOTIFICATION OF ERRORS A. Interpretation of the provisions of the Contract Documents will be made by the Awarding Authority upon written request of any general bidder, provided that such request is received by January 10, 2020 5:00 PM, and that the Architect considers such interpretation to be of sufficient importance. Oral or telephone interpretations will not generally be made, and if made, shall be strictly informal and not legally valid or binding. AWARDING AUTHORITY: City of Salem 93 Washington Street, 2nd Floor Salem, MA 01970 Tel: (978) 619-5695 Email: twatkins@Salem.com Contact: Thomas Watkins Purchasing Agent B. Architect's interpretations shall be in the form of Addenda to the Contract Documents. C. Bidders are urged to communicate all errors and discrepancies found in the Contract Documents to the Architect. Telephone calls pointing out any such errors or discrepancies will be taken by the Architect, but only for the purpose of receiving the information in order that it may be properly processed, and not for interpretation or clarification. 00 21 13-2 INSTRUCTION TO BIDDERS • Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 indicate and convey a clear understanding of all terms and reasonably • foreseeable conditions applicable to the Work, and how such terms and conditions may affect the cost, schedule, progress, performance and furnishing of the work. E. Any failure of a Bidder to take the actions described and acknowledged in the Bidding Documents will not relieve the Bidder of responsibility for estimating properly the difficulty, cost of, and schedule for successfully performing and furnishing the Work, or for proceeding to successfully perform and furnish the Work without an increase in Contract Price or Contract Time. 6.00 PRE-BID CONFERENCE A. Pre-bid conference will be held at location and time stipulated in the INVITATION TO BID. 7.00 MODIFICATION AND WITHDRAWAL OF BIDS A. Modifications or withdrawals of General Bids and Sub-bids will be permitted after submission of such bids provided clearly written, readily understandable instructions for same are received by the Awarding Authority in writing prior to the time established for opening of such bids. No General Bid or Sub-bids may be withdrawn after that time, except as otherwise provided herein or by law. 8.00 ADDENDA A. Addenda may be required during the bidding period to modify, clarify, or interpret the Contract Documents. It is intended, but not guaranteed, that such Addenda shall be mailed or faxed by the Awarding Authority to all persons or parties to whom Contract Documents have been issued (Bidders of Record). Failure to receive such Addenda shall in no way relieve any bidder from the execution of its provisions. All bidders are cautioned to verify the number of Addenda that have been issued and to secure any needed copies from the Awarding Authority before submitting a bid. B. Bidders shall acknowledge each and every Addendum in the spaces provided on the Bid Form. Failure of a bidder to acknowledge each and every Addendum in the space provided on the Bid Form may cause rejection of the bid. 9.00 FORM FOR BIDS A. The Awarding Authority will make available to every person applying therefore, a Form for General Bid and a Form for Sub-bid. Each bona fide General Bidder and Sub-bidder will be furnished forms for his/her proposal upon request. Such forms will be made available at the Architect's office during the regular office hours throughout the bidding period. Bids must be submitted on the forms provided by Architect or on forms included in the bid documents of the Project Manual. B. All blank spaces provided on the bid forms shall be filled in with ink or typewritten. Where space is provided, sums shall be expressed in both words 00 21 13 -4 INSTRUCTION TO BIDDERS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 upon the faithful performance by the principal of the agreements contained in the bid. The amount of such bid deposit shall be five percent of the value of the bid. B. All bid deposits of general bidders, except those of the three lowest responsible and eligible general bidders, shall be returned within five days, Saturdays, Sundays and legal holidays excluded, after the opening of the general bids. The bid deposits of the three lowest responsible and eligible general bidders shall be returned upon the execution and delivery of the general contract or, if no award is made, upon the expiration of the time prescribed in G.L. ch. 149, section forty- four A for making an award; except that, if any general bidder who fails to perform his agreement to execute a contract and furnish a performance bond and also a labor and materials or payment bond as stated in his bid, his bid deposit shall become and be the property of the City of Salem as liquidated damages; provided that the amount of the bid deposit which becomes the property of the City of Salem shall not, in any event, exceed the difference between his bid price and the bid price of the next lowest responsible and eligible bidder; and provided further that, in case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other similar unforeseen • circumstances affecting the general bidder, his bid deposit shall be returned to him. C. All bids deposits of sub-bidders, except (a) those of the sub-bidders named in the general bids of the three lowest responsible and eligible general bidders and (b) those of the three lowest responsible and eligible sub-bidders for each trade, shall be returned within five days, Saturdays, Sundays and legal holidays excluded, after opening of the general bids. The bid deposits of sub-bidders not returned pursuant to the preceding sentence shall be returned within 5 days, Saturdays, Sundays and legal holidays excluded, after the execution of the general contract; except that, if a selected sub-bidder fails to perform his agreement to execute a sub-contract with the general bidder selected as the general contractor, contingent upon the execution of the general contract, and furnish a performance and payment bond as stated in his sub-bid, the bid deposit of that sub-bidder shall become and be the property of the City of Salem; provided that the amount of the bid deposit which becomes the property of the City of Salem shall not, in any event, exceed the difference between his sub-bid price and the sub-bid price of the next lowest responsible and eligible sub-bidder; and provided further that, in case of death, disability, bona fide clerical or mechanical error of a substantial nature, or other unforeseen circumstances affecting any such sub-bidder, his bid deposit shall be returned to him. D. In addition to the provisions for the return of bid deposits above, upon receipt of a bid bond in an amount not less than the amount of the required bid deposit, the awarding authority shall return any bid deposit of a bidder forthwith after public opening of bids. The bid bond shall be in an amount and in the form provided above. 13.00 PERFORMANCE AND PAYMENT BONDS A. The Performance and Payment Bonds required of the General Contractor shall each be in the amount of 100% of the respective Contract Sum or subcontract 00 21 13 - 6 INSTRUCTION TO BIDDERS • Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA • RBA Project No. 2019036 compliance with certain laws of the Commonwealth relating to corporations, and evidence of authority for execution of the contract, and (iii) performance and payment bonds as stated herein and in the bid form. In addition, prior to commencement of work the selected contractor must furnish to the Awarding Authority certificates evidencing required insurance coverage in accordance with the Contract Documents. 16.00 COMMENCEMENT AND COMPLETION OF WORK A. The successful bidder, upon execution of the Contract, shall commence and complete the work in accordance with the requirements stipulated in the AGREEMENT BETWEEN OWNER AND CONTRACTOR. 17.00 LIQUIDATED DAMAGES A. Liquidated damages for failure to complete the Work within the time limit specified in the Contract will be assessed to the Contractor. Liquidated damages will be in the amount of$1,000.00 per calendar day. 18.00 UNIT PRICES A. Bidders' attention is directed to the fact that certain sections of the Specifications contain unit prices which will be applicable to the designated items of work. 19.00 BUILDING PERMITS A. The Application Fee for the Building Permit, as well as all other municipal permits, licenses and inspection fees, shall be waived by the City of Salem. Obtaining permits, licenses and inspections remains the responsibility of the General Contractor and various trades performing the work after the award of the Contract. 20.00. CORI-RELATED STANDARDS OF THE CITY OF SALEM A. The City of Salem employ CORI-related policies, practices and standards that are fair to all persons involved and seeks to do business with vendors that have substantially similar policies, practices and standards. The City of Salem will do business only with vendors who, when required by law to perform CORI checks, employ CORI-related policies, practices, and standards that are consistent with policies of the City of Salem. Attached under the "CONTRACT & ASSOCIATED DOCUMENTS" section of the specifications is the CORI form that the City of Salem will accept for Massachusetts residents (this is all they are required to do) and the same form is to be used for Out of State individuals as part of their two-part process. This is done at no cost and needs to be filled out and done in person in the City of Salem with a valid Driver's License with them to verify in person that individual is who they say they are. Also, part of the attachment, is the second process for those proposed workers who reside in any state Outside of Massachusetts as they must go through the 00 21 13 - 8 INSTRUCTION TO BIDDERS i i i I I Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 14. The Contractor is to give proper authorities notice relating to the work, obtain official permits when required and pay all proper fees for same. 15. All materials used shall be of the very best quality of their respective kinds and all of the work performed shall be executed in the most skillful and workman like manner and both materials used and work performed shall, in every respect meet the complete satisfaction of the Purchasing Agent or his authorized agent. The bidder to whom a contract is awarded guarantees to the City of Salem all equipment, materials and/or workmanship for a period of (1) one year after final inspection and acceptance and shall replace promptly any defective equipment, materials, and/or workmanship required without additional cost to the City. 16. The premises shall be kept clean and free from debris. Upon completion of the work, all rubbish and surplus materials then remaining in or about the building or grounds shall be removed promptly, leaving the premises in perfect and proper condition. 17. The Contractor shall be responsible for all materials delivered in connection with this work, and shall pay all charges for cartage, scaffolds, planking and erecting material, and replace all materials and apparatus which may become damaged or stolen before the final acceptance of the work. 18. The City of Salem reserves the right to reject any and all bids, wholly or in part. 19. If Bid is withdrawn after time and date specified, the bidder shall forfeit deposit on bid as liquidated damages. 20. The Contractor will not be permitted to either assign or underlet the contract, nor assign either legally or equitably any monies hereunder, or its claim thereto without the previous written consent of the City Treasurer and of the Purchasing Agent of the City. 21. If this bid shall be accepted by the City, and the bidder shall fail to contract as aforesaid and to give Bonds in the amount as specified in the section 3, within ten (10) days, (not including Saturday, Sunday or a Legal Holiday) from the date of the mailing of a Contract from the City to him according to the address given herewith, the City may by option determine that the bidder has abandoned the contract and thereupon the proposal and acceptance shall be null and void and the bid security accompanying this proposal shall become the property of the City as liquidated damages. 22. All bids are to be submitted on the Forms contained in the bid package provided by the City. 23. If in the judgment of the Purchasing Agent any property is needlessly damaged by an act or omission of the contractor or his employees, servants, or agents, the amount of such damages shall be determined by the Purchasing Agent of the City of Salem and such amount shall be deducted from any money due the contractor or may be recovered from said contractor in actions at law. 24. It is agreed that deliveries and/or completion are subject to strikes, lockouts, accidents and Acts of God. 25. The Contractor shall, before commencing the work, provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws 00 21 13A-2 INSTRUCTION TO BIDDERS -APPENDIX Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 payroll report for each employee; and that he/she will comply fully with all laws and regulations applicable to awards made subject to section 44A. END OF SECTION 00 21 13A- 4 INSTRUCTION TO BIDDERS -APPENDIX Parking Garage Repair Project Museum Place Garage 1 Church Street Salem, MA RBA Project No. 2019036 C. The proposed Contract Price is: dollars D. UNIT PRICES 1. Should unit price work be required or should the quantities of certain classes be increased or decreased from those on which the Contract Price is based, not by the undersigned's request but by the order of approval of the Owner or Owner's representative, the undersigned agrees the following unit prices will be the basis of payment or credit for such addition, increase or decrease in the work. Unit • Prices given shall represent the exact net amount per unit to be added to the Price inclusive of General Conditions (in the case of additions or increases) or to be refunded to the Owner (in the case of decreases). The Owner shall have the right to reject any or all proposed Unit Prices at any time prior to signing the Agreement for performance of the work. The maximum difference between add and deduct unit prices shall be twenty percent (20%). a. Random demolition and repair of damaged concrete topping slab areas as determined by the Engineer following sounding by the Contractor. The Contractor shall include in the Bid his price for random removal and repair of 500 SF of damaged concrete topping. Reference Section 02 05 00 for Demolition and Section 03 30 00 for Concrete Repair. Unit Price shall include the entire work for the demolition and repair. ADD: $ /SF DEDUCT: $ /SF E. Bidders are advised to examine the work area before submitting a bid. By submitting a bid, the Bidder covenants and agrees that he has carefully examined the drawings, specifications, associated bid documents, and addenda and/or bulletins, if any, and visited the site, that he relies on no hearsay, and that from his own investigation he has satisfied himself as to the nature and location of the work, the general and local conditions, and all matters which may in any way affect the work or its performance, and that as a result of such examination and investigation, he fully understands the intent and purpose of the documents and conditions of bidding and that he will not make any claim for, and waives any right to, damages because of any misinterpretations or misunderstanding of the bid documents and the conditions of bidding. F. CONSTRUCTION SCHEDULE: A contract is expected to be promptly awarded to the lowest responsible and eligible bidder. The construction phase is expected to commence on or before March 1, 2020 (weather permitting) and be completed by June 15, 2020. The work hours shall be as follows: Monday through Friday 7:00 am to 4:00 pm 00 41 13 -2 FORM FOR GENERAL BID Parking Garage Repair Project Museum Place Garage 1 Church Street Salem, MA RBA Project No. 2019036 NOTE: If the bidder is a corporation, indicate state of incorporation; if a Partnership, give full names and addresses of all partners; and if an individual, give residential address if different from business address. 1. If a Corporation: Incorporated in what state: President: • Treasurer: Secretary: 2. If a Partnership: Name of Partner: Residence: Name of Partner: Residence: Name of Partner: Residence: 3. If an Individual: Name of Partner: Residence: 4. If an Individual doing business under a firm name: Name of Firm: Name of Individual: Business Address: Residence: 5. Other form of business organization: 00 41 13-4 FORM FOR GENERAL BID Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 CITY OF SALEM — OFFICE OF THE PURCHASING AGENT SALEM CITY HALL, 93 WASHINGTON STREET, 2ND FLOOR SALEM, MASSACHUSETTS 01970 TAX CERTIFICATION CHAPTER 233 (SECTIONS 35 and 36) of the ACTS AND RESOLVES OF 1983, enacted the Revenue Enforcement and Protection Program effective July 1, 1983. One aspect of the law requires providers of goods and/or services to attest under the penalty of perjury, that he/she is in compliance with the laws of The Commonwealth of Massachusetts relating to taxes. To comply with this requirement. YOU MUST SIGN THE FORM BELOW AND RETURN IT WITH YOUR BID OFFER. ANY PERSON FAILING TO SIGN THE ATTESTATION CLAUSE SHALL NOT BE ALLOWED TO OBTAIN, RENEW OR EXTEND A LICENSE, PERMIT OR CONTRACT. PURSUANT TO MASSACHUSETTS GENERAL LAWS, CHAPTER 62C, SECTION 49A, I CERTIFY UNDER THE PENALTIES OF PERJURY THAT I, TO THE BEST OF MY KNOWLEDGE AND BELIEF, HAVE FILED ALL STATE TAX RETURNS AND PAID ALL STATE TAXES REQUIRED UNDER THE LAW. (COMPANY NAME) (FEDERAL IDENTIFICATION/SOCIAL SECURITY#) (ADDRESS) (CITY) (STATE) (ZIP) (AUTHORIZED SIGNATURE) (TITLE) (PRINT NAME-AUTHORIZED SIGNER) (DATE SIGNED) TAX & NON-COLLUSION FORM 00 43 14A- 1 Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 FORM TO BE INCLUDED WITH BID AFFIDAVIT OF COMPLIANCE AND VOTE OF CORPORATION Massachusetts Business Corporation Foreign (non-Mass) Corp. Non-Profit Corporation , President/Clerk of • (Name of Corporation) whose principal office is located at • do hereby certify that the above named corporation has filed with the Massachusetts Secretary of State all certificates and annual reports required by Chapter 156B, Section 109 (business corporation), by Chapter 181, Section 4 (foreign corporation) or by Chapter 180, Section 26A (non-profit corporation) of the Massachusetts General Laws. SIGNED UNDER THE PENALTIES OF PERJURY this day of 20 Signature of Responsible Corporate Officer Title If a corporation, complete below or attach to each signed copy of the Contract a notarized copy of vote of corporation authorizing the signatory to sign this Contract. At a duly authorized meeting of the Board of Directors of the held on (Name of Corporation) (Date) at which all the Directors were present or waived notice, it was VOTED, that, (Name) (Office) of this corporation be and hereby is authorized to execute contracts, bonds and other instruments in the name and behalf of said corporation and affix its corporate seal thereto, and such execution of any contract or other instrument or obligation in this corporation's name on its behalf b 00 43 14C AFFIDAVIT OF COMPLIANCE& VOTE OF CORPORATION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 FORM TO BE INCLUDED WITH BID STATEMENT OF STATE TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A (b), , authorized signatory for Name and Title , whose principal place of business is Contracting Party at , do hereby certify under Address the pains and penalties of perjury that has Contracting Party compiled with all laws of the Commonwealth relating to taxes. Authorized Signature Date STATEMENT OF STATE TAX COMPLIANCE 00 43 14D Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 FORM TO BE INCLUDED WITH BID AFFIDAVIT OF OSHA COMPLIANCE The undersigned agrees that if he is selected as the contractor, he will comply with the provisions of M.G.L. Chapter 149, Section 44A. The undersigned certifies, under penalties of perjury, that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. Date (Name of Bidder) By (Name of person Signing Bid and Title) Signature is required (Business Address) (City and State) (Telephone Number) 00 43 14F AFFIDAVIT OF OSHA OF CCOMPLIANCE jo, CITY OF SALEM CONTRACT NO. XXXXX MUSEUM PLACE PARKING GARAGE REPAIR PROJECT This agreement is made and entered into by and between the City of Salem(hereinafter the CITY)of 93 Washington Street,Salem,MA 01970,a municipal corporation organized and existing under the laws of the Commonwealth of Massachusetts,and (hereinafter the CONTRACTOR). ARTICLE I. DEFINITION. This CONTRACT as used herein shall mean these articles,and the"contract documents"which include but are not limited to the following identified items and all documents,and forms submitted therewith,or attached hereby. I City of Salem IFB No.20-30-280(including all specs&drawings) O Contractor's Certificate of Insurance O Contractor's Payment&Performance Bonds O Contractor's Bid Submittal O City of Salem Issued Purchase Order • Addendum No. ARTICLE II. AMOUNT AND DURATION. This CONTRACT in an amount not to exceed$ shall commence on or about and shall terminate no later than ,unless a written amendment to renew or extend this CONTRACT is executed in accordance with the provisions of this CONTRACT. ARTICLE III. PERFORMANCE. The Contractor agrees to provide all goods and/or services set forth in Invitation for Bids,Documents,Scope of Services, and the CONTRACTOR's bid dated ARTICLE IV. TERMINATION. Without Cause. The CITY may terminate this CONTRACT on sixty(60)calendar days notice,or may suspend this CONTRACT for up to sixty(60)calendar days upon receipt of notice,when in the best interests of the City by providing notice to the CONTRACTOR,which shall be in writing and shall be deemed delivered and received when given in person to the CONTRACTOR,or when received by fax,express mail,certified mail return receipt requested,regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CONTRACTOR. For Cause. If the CONTRACTOR is determined by the CITY to be in default of any term or condition of CONTRACT,the CITY may terminate this contract on thirty(30)days notice by providing notice to the CONTRACTOR,which shall be in writing and shall be deemed delivered and received when given in person to the CONTRACTOR,or when received by fax,express mail,certified mail return receipt requested,regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CONTRACTOR. If the CITY is determined by the CONTRACTOR to be in default of any term or condition of this CONTRACT the CONTRACTOR may terminate this contract on thirty (30)days notice by providing notice to the CITY,which shall be in writing and shall be deemed delivered and received when given in person to the CITY,or when received by fax,express mail,certified mail return receipt requested,regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CITY. Prior to commencement of any work and until completion of its work under this CONTRACT shall maintain the following insurance coverage,at its cost,from insurance acceptable to the CITY,giving evidence of such coverage to the CITY prior to execution of this CONTRACT,a copy of such insurance coverage to be attached herewith: General-The Vendor shall before commencing performance of the Contract be responsible for providing and maintaining insurance coverage in force for the life of the Contract of the kind and in adequate amounts to secure all of the obligations under the Contract and with insurance companies licensed to write insurance in the Commonwealth of Massachusetts.All such insurance carried shall not be less than the kinds and amounts designated herein,and the Vendor agrees that the stipulation herein of the kinds and limits of coverage shall in no way limit the liability of the Vendor to any such kinds and amounts of insurance coverage.All policies issued shall indemnify and save harmless the City of Salem,its agents and employees from any and all claims for damages to persons or property as may rise out of the performance of this Contract. Vendor's Comprehensive General Public Liability and Property Damage Liability Insurance-The Vendor shall carry Comprehensive General Liability Insurance providing for a limit of not less than One Million Dollars($1,00,000.00)for all damages arising out of bodily injury to or death of one person,and subject to that limit for each person,a total limit of not less than Two Million Dollars($2,000,000.00)for all damages arising out of bodily injuries or death of two or more persons in any one accident;and Vendor's Comprehensive Property Damage Liability Insurance providing for a limit of not less than One Million Dollars($1,000,000.00)for all damages arising out of injury to or destruction of property in any one accident,and subject to that limit per accident,a total(or aggregate)limit or not less than Two Million Dollars ($2,000,000.00)for all damages arising out of injury to or destruction of property during the policy period. Comprehensive Automotive and Property Damage Insurance-The Vendor shall carry Automobile Insurance covering all owned vehicles,hired vehicles or non-owned vehicles under the control of the Vendor while performing work under the Contract in the amount of not less than One Million Dollars($1,000,000.00)for all damages arising out of bodily injuries to or death of one person and subject to that limit for each person,a total of not less than Million Dollars ($1,000,000.00)for all damages arising out of bodily injuries to or death of two or more persons in any one accident;and Property Damage coverage in the amount of not less than One Million Dollars($1,000,000.00)for all damages to or destruction of property. Excess Liability (Umbrella) - $1,000,000 The Vendor must carry Workman's Compensation Insurance in the amounts prescribed under Massachusetts State Law and meet all other City and State Laws and Regulations. No cancellation(s)of such insurance,whether by the insurer or by the insured party shall be valid unless written notice thereof is given by the parties proposing cancellation to the other party and to the City of Salem at least fifteen(15)days prior to the intended effective date thereof,which date shall be expressed in said notice,which shall be sent by registered mail,return receipt requested.These provisions shall apply to the legal representative(s),trustee in bankruptcy,receiver, assignee,trustee,and successor(s)in interest of the Vendor. All insurance coverage shall be at the sole expense of the Vendor and shall be placed with such company as may be acceptable to the City of Salem and shall constitute a material part of the contract documents. Failure to provide written proof to City and continue in force such insurance as aforesaid shall be deemed a material breach of the contract,and may constitute sufficient grounds for immediate termination of the same. The City of Salem shall be named as Additional Insured on the General Liability,Auto Liability,and Excess(Umbrella) Liability policies.Further,the General Liability policy shall be endorsed to waive the insurer's rights of subrogation against the City of Salem. All policies and certificate for insurance must contain language that the insurance shall not be canceled,materially changed or non-renewed without at least thirty(30)days advance written notice to the CITY. The In accordance with Massachusetts General Law c. 149,s.27B,a true and accurate record must be kept of all individuals employed on a public works construction project for which prevailing wage rates are applicable. In addition,every contractor and subcontractor is required to submit,on a weekly basis,a copy of their weekly payroll records to the awarding authority. Once collected,the awarding authority is also required to preserve those records for three years. ARTICLE XV. CONFLICT OF INTEREST. CITY. No officer,member or employee of the CITY and no members of its governing body who exercise any function or responsibility in review or approval of the undertaking or carrying out of this CONTRACT shall participate in any decision relating to the CONTRACT which affects his/her personal interests or the interest of any corporation, partnership,or association in which he/she has a direct or indirect pecuniary interest. None of the services to be provided by the CONTRACTOR shall be used for any partisan political activity or further the election or defeat of any candidate for political office in the CITY. Compliance with this section shall be material to the CONTRACT. CONTRACTOR. CONTRACTOR agrees that his/her/its agents,servants,and employees have neither presently nor during the period of this CONTRACT any interest direct or indirect which would impair,detract,or conflict in any manner or degree with the performance of services required under this CONTRACT. The CONTRACTOR,his/her/its agents,servants or employees further stipulates that in the performance of this CONTRACT,no person having any such interest shall be employed. Conflicts of Interest include but are not limited to(a)immediate family relationships with officials of the CITY, (b)instances where the CONTRACTOR,his/her/it agents,servants or employees during the period of this CONTRACT was connected as an officer,employee or member of the governing body of the CITY,and(c) instances where the CONTRACTOR has an interest in any CITY department,its agents,servants or employees or parcels of land within the CITY. Compliance with this section shall be material to the CONTRACT. ARTICLE XVI. EQUIPMENT.Any equipment,including machines and vehicles, used by the CONTRACTOR or any sub-contractor to provide the service set forth in this Contract shall be free of political statements in support or non-support of any candidate for office or ballot question. ARTICLE XVII. PAYMENT. The CITY agrees to make all reasonable efforts to pay to the CONTRACTOR the sum set forth in the CONTRACTOR'S bid or proposal within thirty(30)days of receipt of an invoice at the Office of the City Auditor detailing the work completed.Subject to pending statutory appeal rights,CONTRACTOR agrees that all sums otherwise due and payable to the CITY for outstanding taxes,fines,fees and or other municipal charges may be deducted from the sum(s)otherwise payable under this CONTRACT prior to disbursement to the CONTRACTOR. ARTICLE XVIII. CONFLICT. In the event there is a conflict between these Articles and Attachment A-Special Conditions, Attachment A shall supersede these Articles. ARTICLE XIX. WAIVER AND AMENDMENT. Amendments,or waivers of any additional term,condition,covenant,duty or obligation contained in this CONTRACT may be made only by written amendment executed by all signatories to the original agreement,prior to the effective date of the amendment. To the extent allowed by law,all conditions,duties,and obligations contained in this CONTRACT may be waived only by written agreement by both parties.Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver,nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter. ARTICLE XX. CERTIFICATION. IN WITNESS WHEREOF,THE CONTRACTOR CERTIFIES,UNDER THE PAINS AND PENALTIES OF PERJURY, THAT THE CONTRACTOR IS IN COMPLIANCE WITH EACH OF THE FOLLOWING: IN WITNESS WHEREOF the parties have hereto and to three other identical instruments set forth their hands the day and year first above written. THE CITY: THE CONTRACTOR: Kimberley Driscoll, Authorized Signature Mayor Print Name Thomas P. Watkins, Purchasing Agent Print Title Approved as to form: Company Elizabeth Rennard, Esq., City Solicitor Status (Corporate/Non- Corporate) Approved as Contract Manager: Taxpayer Identification Number XXXXX, XXXXXXXXXXXXX I certify that funds have been Date encumbered in the amount of: $ Laurie Giardella, Finance Director Req No.: Account: 'rf e i tea. • CERTIFICATE OF CORPORATE AUTHORITY If the Contractor is a corporation,complete the following certification: At a duly authorized meeting of the Board of Directors of the (Name of the Corporation) held on (Date),at which all the Directors were present or waived notice,it was voted that, (Name), (Officer) of this company,is authorized to execute Contracts and bonds in the name and behalf of said company,and affix its corporate seal thereto,and such execution of any Contract or obligation in this company's name on its behalf by such (Officer) of the company, shall be valid and binding upon this company. I hereby certify that I am the Clerk of the (Name of the Corporation),that (Name)is the duly elected (Officer) of said company,and that the above vote has not been amended or rescinded and remains in full force and effect as of the date of the Contract. A true copy, Attest: (Clerk) Place of Business: Corporate Seal: Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 Page Intentionally Left Blank 00900 - INDEX SUPPLEMENTS TO CONTRACT FORMS NIP WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, §27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form is available from the Department of Labor Standards (DLS) at www.mass.gov/dols/pw and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. On a weekly basis, every contractor and subcontractor is required to submit a certified copy of their weekly payroll records to the awarding authority; this includes the payroll forms and the Statement of Compliance form. The certified payroll records must be submitted either by regular mail or by e-mail to the awarding authority. Once collected, the awarding authority is required to preserve those records for three years from the date of completion of the project. Each such contractor and subcontractor shall furnish weekly and within 15 days after completion of its portion of the work, to the awarding authority directly by first-class mail or e-mail, a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form, accompanied by their payroll: STATEMENT OF COMPLIANCE , 20 I, (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by on the (Contractor,subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature Title 05/14 Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 01 01 00 SUMMARY OF WORK PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. 1.02 SECTION INCLUDES A. The work of this section consists of Scope of Work, Codes/Standards & Permits, Contractor's Use of Premises, Examination of Site, Discovery, Authority to Stop Work, Owner Occupancy. 1.03 SCOPE OF WORK A. The work contemplated by the Contract Documents includes the Work of all trades required and all labor, equipment, materials and supervision necessary and incidental to the Work indicated. The work of this contract includes selective demolition and renovations of existing construction. The work required by the Contract Documents includes the Work of all trades required and all labor, equipment, materials and supervision necessary and incidental to the Work indicated. The following descriptions of the Work represent a brief summary of the Project. For additional and more complete information refer to the Project Manual and Drawings. The Drawings indicate and show limits of construction for this Project. The Drawings and Project Manual are complementary to each other and both shall be followed to complete the Work. B. The project scope consists of parking garage repairs at the first level of parking, including the ramp from the ground level to the first parking level. General Bidders are to be DCAMM certified in Waterproofing. The Waterproofing Contractor shall be the General Contractor The general scope of the construction work is briefly described as follows: 1. Remove the existing traffic coating within the contract area; 2. Repair cracks at topside of concrete slab with sealant; 3. Repair areas of deteriorated concrete topping slab; 4. Remove and replace sealant joints at the precast tee joints; 5. Replace horizontal deck expansion joints where existing, and install new expansion joints at the perimeter of the stair towers; 6. Install waterproof& epoxy traffic coating to concrete surfaces. 01 01 00- 1 SUMMARY OF WORK Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 standards listed herein or determined to be applicable to the work. One copy of such codes shall be for the exclusive use of the Owner and Engineer and its consultants, and shall be kept in the Construction Manager's site office. B. Code Enforcement and Approvals: The General Contractor shall secure the general building permit for the work, and the General Contractor shall conform to all conditions and requirements of the permit and code enforcement authority. The General Contractor shall provide names and license numbers of its responsible representatives to complete application for permit, and shall receive permit and promptly distribute copies thereof to Owner and Engineer. C. The General Contractor shall identify all permits (other than general building permit) required from authorities having jurisdiction over the Project for the construction and occupancy of the work, shall prepare the necessary applications and submit required plans and documents to obtain such permits in a timely manner, and shall pay all fees and charges in connection therewith. 1. The General Contractor shall display all permit cards as required by the authorities, and shall deliver photocopies of all permits to the Owner and Engineer promptly upon receipt. 2. The General Contractor shall arrange for all inspections, testing and approvals required for all permits, and shall notify the Engineer and Owner of such inspections at least three business days in advance, so they may arrange to observe. 3. The General Contractor shall comply with all conditions and provide all notices required by all permits. 4. The General Contractor shall perform and/or arrange for and pay for all testing and inspections required by governing codes and authorities, other than those provided by the Owner, and shall notify Engineer and Owner of such inspections at least three business days in advance of all such testing or inspection, so they may arrange to observe. 5. Where inspecting authorities require corrective work in conjunction with applicable codes and authorities, the General Contractor shall promptly comply with such requirements, except in cases in which requirements clearly exceed the requirements of the Contract Documents in which case the Contractors shall proceed in accordance with the procedures for modifications or changes in the work established in the Contract Documents, as amended. 1.05 CONTRACTOR'S USE OF PREMISES A. The existing building and site will be occupied for the entire construction period. At all times during the demolition, construction, and alterations, the General Contractor shall provide adequate and safe means of egress for all work forces 01 01 00 - 3 SUMMARY OF WORK Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 construction site. 2. Use of alcohol or drugs on the property is prohibited. 1. Workers shall wear shirts at all times. 4. Smoking is prohibited on the property. H. The intent of the specifications is that required work shall be performed with a minimum of interference with the public and the Owner's operations. To achieve this end, the General Contractor shall prosecute the work to its completion as soon as possible with full crews of workers during regular working hours, with multiple shift work or overtime hours are indicated in their Progress Schedule as approved. All work at other than regular hours shall be subject to prior approval by Owner. The General Contractor shall confine his apparatus, storage of materials, and operations of his workers to areas as required by the Owner, and shall not unreasonably encumber the premises with his materials. The General shall keep corridors and exits clear of debris, stored materials, etc. At all times, to provide for normal and fire egress from the building. The premises shall be maintained in a safe, orderly condition at all times. J. Site Cleaning and Maintenance: 1. Before the start of any work it is required that an inspection is made to determine the existing conditions of the site around the work areas, including areas outside of the Site boundaries in which operations of the Contractors may occur. This should be performed jointly by representatives of each Contractor and Engineer. 2. Unless otherwise specified in the various technical specification Sections, the General Contractor shall take all necessary precautions to prevent the spreading of dirt and dust throughout the area of the work. During demolition and other work, the General Contractor shall take all measures necessary to contain dust and other debris from the work within the limits of the site under their control. The General Contractor shall be responsible for promptly cleaning up all dirt, dust and debris escaping from the work areas or dropped from vehicles traveling to and from the work. All vehicles used for removal of material from the site shall be equipped with covers, in good condition, adequate to contain dust and debris within lawful and acceptable limits. The General Contractor shall provide all facilities for preventing spread of objectionable matter outside of the site areas through washing of vehicles and vehicle wheels, decontamination of vehicles transporting hazardous waste containing materials including asbestos, lead, or other matter, and all other means necessary. 3. Prior to final completion of the Contract, The General Contractor shall 01 01 00- 5 SUMMARY OF WORK Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 C. No claims by the General Contractor for additional compensation or extension of contract schedules shall be allowed due to a suspension of the work ordered by the Owner or Engineer because of the Contractor's failure to comply with the Contract Documents or due to unforeseen conditions that require field changes. D. If work is suspended on the project due to the Contractor's failure to comply with the Contract Documents, the Contractor shall immediately take whatever measures are necessary to bring his work on the project into compliance and to resume work. E. If the Contractor neglects or refuses to bring his work into full compliance with the Contract Documents, the Owner shall retain the right to terminate the Contract. 1.09 OWNER OCCUPANCY A. The Owner intends to fully occupy the building during the project. Contractors (under separate contracts) may also be on site during the construction period. The work sequence must be coordinated and approved with the Owner and others working on-site. The General Contractor is to cooperate with the Owner to minimize conflict and to facilitate the Owner's operations. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 01 01 00-7 SUMMARY OF WORK Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1.06 ALTERNATE WORK PRICES A. Alternate Work Prices shall include all costs to provide and install the Work including, but not limited to labor, materials, equipment, supervision, overhead, profit. B. Bidders shall submit their price for each alternate work item identified in the technical specifications. The amount of each alternate work price shall be stipulated in the space provided in the Form for General Bid. C. The Awarding Authority reserves the right to select or reject the alternate work, based on the prices received. The alternates are ranked numerically in order of priority. 1.07 UNIT PRICE QUANTITY MEASUREMENT A. Owner reserves the right to reject the Contractor's measurement of work-in- place that involves use of estimated quantities and established unit prices, and to have this Work measured and/or verified by an independent qualified engineer acceptable to the Contractor at the Owner's expense. B. The Contractor shall perform unit price work only when approved by the Engineer. Quantity measurements shall be performed as described in the technical specifications or as shown on the drawings. The Contractor shall properly document that the work has been completed. Proper documentation shall include photos and locations shown on the garage plan. Quantity tabulation shall be done on a daily basis by the contractor and reported at the construction meetings, or more often as requested by the engineer. C. Contractor shall maintain drawing sepias locating all unit price repairs performed. Contractor shall submit copy of sepia identifying current quantities with each payment request. Work being invoiced must be properly identified. These sepias shall be incorporated into the As-Built Drawings set required by Section 01700. D. If unit prices are stated in the Contract Documents or subsequently agreed upon, and if quantities originally contemplated are so changed in a proposed Change Order or Construction Change Directive that application of such unit prices to quantities of Work proposed will cause substantial inequity to the Owner or Contractor, the applicable unit prices shall be equitably adjusted. 1.08 SCHEDULE OF VALUES A. The Contractor shall prepare a Schedule of Values for the Work as required by the General Conditions. Use the Form for General Bid as a guide to establish the format for the Schedule of Values. B. Submit the Schedule of Values to the Engineer at the earliest feasible date, but in no case later than seven days before the data scheduled for submittal of the Applications for Payment. 01 02 50-2 MEASUREMENT AND PAYMENT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 3. Failure of the Engineer in any particular instance to require full compliance with the provisions of the first paragraph of this Article shall not constitute a waiver of Contractor's obligations to comply in full in any other instance, and Contractor's acceptance of any payment for which application has not been made in the manner described above shall constitute (i) a warranty and representation by Contractor that all workmen have been paid for the work so done by them which is covered by such payments and that all subcontractors and suppliers of materials have been paid, or shall forthwith be paid, out of the proceeds of such payment to the Contractor, and (ii) a binding agreement by the Contractor to hold and apply such payment subject to and upon all of the terms and conditions set forth in the next preceding paragraph of this Article. 4. Owner reserves the right, to be exercised in Owner's sole and absolute discretion, to make the whole or any part of any payment required hereunder directly to any subcontractor or material man entitled to payment for any work done or materials or equipment supplied for the completion of the contract or to make payments jointly to Contractor and any subcontractor or material man, and any payment so made by Owner shall be credited toward any amount payable by Owner to Contractor. 5. Contractor shall have one separate item for the group of general conditions, overhead and profit and shall prorate this on monthly and final requisitions in an equitable fashion. He shall show only true subcontracted costs, and in the event of dispute shall show signed subcontracts and invoices to Engineer. B. Upon receipt of each complete and properly filled out Application for Payment, the Engineer will verify quantities of labor, material and equipment and the amount therefore and shall certify for payment that portion of total amount of application that he finds to be due. 1. The properly filled in certificate for payments will be approved and submitted to the Owner by the Engineer within seven days of receipt by him of same. 2. Contractor shall be responsible for the submission of complete information, including waivers of lien, on the forms provided by the Engineer. Neither Engineer nor Owner shall be responsible for delay in payments due to the Contractor's failure to comply with the Contract Documents. C. Within thirty days after the approval by the Engineer of the Contractor's Application for Payment, the Owner shall make payment to the Contractor of such sum as together with previous amount paid to him shall equal 90% of the amount of said applications approved for payments. The monies retained by the Owner hereunder shall not be due the Contractor until final completion of the Project. 01 02 50-4 MEASUREMENT AND PAYMENT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 THIS PAGE LEFT INTENTIONALLY BLANK 01 02 50 - 6 MEASUREMENT AND PAYMENT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 shall not work as a foreman, mechanic, laborer, or tradesman, except with the written permission of the Engineer. B. Prior to the pre-construction meeting, the Contractor shall provide the Project Superintendent's resume to the Engineer for approval. The Engineer shall have the right, by written notice sent to the Contractor at any time to disapprove such Project Superintendent. The Contractor shall then appoint a new and approved Project Superintendent within one (1) day of receipt of notice. The Contractor shall not remove the Project Superintendent without the Engineer's written approval. C. The Contractor shall provide appropriate and adequate labor for this project and such labor will work in harmony with all other elements of labor employed or groups taking part in, or concerned with this facility. The Contractor shall promptly remove from work on this project any employee who, in the opinion of the Engineer, is incompetent, unskillful, disruptive or disorderly. Any such person so removed from the work shall not be re-employed on this project without the Engineer's written approval. 1.05 PROJECT PROGRESS MEETINGS A. Project Progress Meetings will be held on-site for project duration. The Engineer will schedule them in advance. Representatives directly concerned with the work shall be in attendance, including but not limited to, Owner, Engineer, Contractor (including Project Superintendent), Manufacturer's representative, test agencies, governing authorities and Owner's insurers. The Engineer will maintain a record of the meetings and shall distribute a copy of this record to all participants. B. Prior to the commencement of the work, a pre-construction meeting will be held with the above-mentioned representatives in attendance. The Engineer will maintain a record of the meeting and shall distribute a copy of this record to all participants. A copy of this record shall be incorporated into the Contract Documents. The objectives and agenda of the pre-construction meeting shall include: 1. The execution and distribution of Contract Documents. 2. The execution and distribution of required bonds and insurance certificates. 3. The execution and distribution of required permits. 4. Review the required submittals and shop drawings, including but not limited to: product lists, subcontractors list, schedule of values and construction schedule. 5. Review project assigned personnel, including emergency phone numbers. 01 04 00-2 COORDINATION AND MEETINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 General Contractors of America publication "The Use of CPM in Construction - A Manual for General Contractors and Construction Industry". D. Contractor shall also provide a separate schedule of submittal dates for shop drawings, product data, and samples, prior to the preconstruction meeting, to the Engineer for review. The schedule shall indicate dates reviewed submittals will be required from Engineer and anticipated delivery dates for products. E. The above referenced schedules shall indicate revisions as they occur including projected completion date of each activity, activities modified since previous submittal, major changes in scope, and other identifiable changes. The schedules shall provide narrative reports to define problem areas, anticipated delays, and impact on schedule. Report corrective action taken, or proposed, and its effect including the effect of changes on schedules of separate contractors. PART 2 - PRODUCTS (NOT USED) PART 3 - EXECUTION (NOT USED) END OF SECTION 01 04 00-4 COORDINATION AND MEETINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 THIS PAGE LEFT INTENTIONALLY BLANK 01 06 00 - 2 REGULATORY REQUIREMENTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 B. Submit six (6) copies of the manufacturer's printed data all stamped with the Contractor's approval and stating its intended use to the Engineer for review. After review of the manufacturer's printed data, the Engineer will stamp one (1) copy, noting, if necessary, any further action required, and return the copy to the Contractor. 1.05 SHOP DRAWINGS A. Contractor shall submit Shop Drawings as required by the technical sections of the Specifications. Check and approve Shop Drawings before submitting to the Engineer. Submit checked Shop Drawings stamped with the approval of the Contractor, to the Engineer for review per the accepted schedule of Shop Drawing submissions. Engineer shall review, stamp and return Shop Drawings to the Contractor within ten (10) working days from the date of receipt of Shop Drawings at the Engineer's office. B. Shop Drawings shall demonstrate that the Contractor understands the intent of the design as detailed and specified in the Contract Documents and show materials (kinds, quality, shapes and sizes), details (fabrication, construction, assembly, and installation) and all required dimensions and measurements. All Shop Drawings shall bear the Contractor's stamp of approval certifying that they have been so checked. Any Shop Drawings submitted without this stamp of approval and Shop Drawings which, in the opinion of the Engineer, are incomplete or have not been checked adequately will be returned without review by the Engineer for resubmission by the Contractor. C. From Suppliers receive one (1) sepia and three (3) prints of all Shop Drawings for checking and approval. Contractor shall submit one (1) sepia and two (2) prints, all stamped with the Contractor's approval, and stating its intended use to the Engineer for review. After review of the Shop Drawings, Engineer shall stamp each sepia, noting, if necessary, any further action required, and return the sepias to the Contractor. All Shop Drawings shall have final review by Engineer before materials are ordered or fabrication is begun. Contractor shall provide the Engineer with three (3) prints of the final Shop Drawings, reproduced from the corrected original, and provide as many other prints as are required to expedite the Work. Contractor shall only use unmarked final approved Shop Drawings in the field. 1.06 SAMPLES A. Contractor shall submit samples as required by technical sections of the Specifications. Receive, check, approve and stamp all samples before submitting to the Engineer. B. Label each sample, giving a complete description of the material, the intended use and the name of the entity submitting the sample. Allow ample time before samples are required for the Work. 01 33 00-2 SUBMITTALS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1.07 CONTRACTOR'S RESPONSIBILITIES A. Contractor shall review Shop Drawings, Product data and Samples and affix Contractor's stamp prior to submitting to the Engineer. B. Contractor shall verify existing conditions, field dimensions, catalogue numbers, quantities and similar data. C. Contractor shall coordinate each submittal with requirements of the Work and of the Contract Documents. D. Contractor's responsibility for errors and omissions in submittals is not relieved by Engineer's review of submittals. Contractor's responsibility for deviations in submittals from requirements of Contract Documents is not relieved by Engineer's review of submittals, unless Engineer gives written acceptance of specific deviations. E. Contractor shall thoroughly check all Shop Drawings for completeness, for correctness with respect to field conditions, and for compliance with the Contract Documents before submitting to the Engineer. Notify Engineer in writing, at the time of submission, of deviations in submittals from requirements of Contract Documents. 1.08 SUBMISSION REQUIREMENTS A. Submittals shall be submitted in an orderly sequence and sufficiently in advance of construction requirements so as to allow ample time for review, resubmitting and rechecking. Accompany submittals with transmittal letter, in duplicate. Shop Drawings: one (1) reproducible transparency and three (3) blueline prints. Product Data: six (6) copies. B. Submittals shall include the following minimum information: 1. Date and revision dates 2. Project Title and Project Number 3. Names of: Engineer, Contractor, Subcontractor, Supplier, Manufacturer 4. Identification of product or material 5. Field dimension clearly defined as such. Relation to adjacent structure or 6. Materials. 7. Specification Section Number. 8. Applicable standards- ASTM or Federal Spec. 9. Blank 3"X4" space for Engineer's stamp, located in bottom right hand corner. 10. Identification of deviations from the Contract Documents. 11. Contractor's stamp signed certifying as to review of submittal, verification of existing conditions and field dimensions and compliance with Contract Documents. 01 33 00-4 SUBMITTALS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 01 40 00 QUALITY CONTROL PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. 1.02 SECTION INCLUDES A. The work of this section consists of Quality Assurance, References and Standards, and Cutting and Patching. 1.03 QUALITY ASSURANCE A. All materials used as a component of the product system shall be supplied or approved in writing by the system manufacturer. All materials shall be installed to serve their intended function. B. A licensed contractor approved by the system manufacturer and employing personnel experienced and skilled in the application of the manufacturer's system shall install the complete system. The Contractor shall have a minimum of five (5) years experience installing the system. C. All work shall be applied in strict accordance with the provisions of the technical specification. No deviations shall be permitted without written consent from the Engineer. Should a conflict between this specification and the manufacturer's requirements arise, the most restrictive provision, as determined by the Engineer, shall govern. D. At least one week prior to construction work, a conference shall be held and attended by the Engineer, the Contractor, and the system manufacturer. The purpose of this conference is to review the specifications, details, application requirements, storage area and work to be completed before construction operations begin. E. Upon completion of the installation, an inspection shall be made by a representative of the system manufacturer to ascertain that the system has been installed according to the specifications and details and will be accepted by the manufacturer and that the manufacturer will issue the specified warranty. 01 40 00- 1 QUALITY CONTROL Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 01 50 00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. B. All temporary facilities shall be installed, maintained, and removed, leaving the existing permanent facilities, utilities and grounds in their original condition, at the expense of the Contractor. Temporary facilities shall at all times comply with all applicable regulations and shall not create or contribute to a safety, fire, health or other hazard. C. The Contractor must not interfere with the operations of the facility in any way including personnel, customers, and vehicles. The Contractor must fully cooperate with the Owner and Engineer. D. No Smoking shall be allowed at any time on the Project site. E. Maintain strict supervision of use of temporary services. Enforce conformance with applicable standards. Enforce safe practices. Prevent abuse of services and systems. Prevent damages to finishes. Prevent wasteful use of water. Maintain service and clean facilities. F. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Take necessary fire prevention measures. Do not overload facilities. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on the Project site. G. All work on the project is to be conducted from areas of the building designated by the Engineer and Owner. The Contractor shall take care not to block any travel lanes, fire lanes, access for fire apparatus, any means of egress, and any shipping/receiving areas of the facility and shall not interfere with the normal operation of the facility. H. Contractor shall access the project site by his own means, utilizing ladders, staging, etc. No access from the interior will be allowed except with the written permission of the Engineer. Contractor shall be allowed to enter the building during construction to perform visual surveys of his work and during emergency situations. 01 50 00- 1 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 F. Fire Protection: Contractor shall provide adequate fire protection and fire prevention for the Project and in no case less than that is required by applicable City, County, State and Federal laws. No open flames or similar sources of ignition shall be allowed in related work or storage areas. Fire extinguishers shall be kept at all times in the immediate work area in all storage and disposal areas, and wherever flammable or combustible materials, or sources of ignition are present. All personnel on the project site shall be informed of the phone number of the local fire department and the location of the nearest telephone and shall be instructed in emergency procedures. Contractor shall instruct all personnel on the project site on the dangers of the materials being installed as well on the combustibility of the existing materials and shall insure that extreme caution is used at all times. 1.04 DUST AND FUME CONTROL A. Contractor shall take all necessary precautions to (1) keep dust confined in the present work area and (2) prevent hazardous accumulations of dust, fumes, mists, vapors, or gases in areas occupied during construction. B. Contractor shall submit to the Engineer, for approval, proposed methods used to contain dust and fumes in the work area. At a minimum, Contractor shall provide adequate protection at air intake units so as to prevent dust, fumes, vapors or gases from entering the facility. Contractor shall employ an industrial hygienist to monitor air quality during application of hazardous or volatile materials. 1.05 DEBRIS CONTROL A. Provide adequate number and size of dumpsters; refuse containers, trucks, chutes, etc. for proper execution of demolition work. All demolition removal containers shall be properly protected and maintained on a daily basis. Owner must approve locations of dumpsters/refuse containers. Contractor shall submit to the Engineer, for approval, proposed methods used to conduct demolition operations and debris control. B. Contractor shall remove all debris from the project site and shall legally dispose of all debris generated by the project. Debris shall be properly protected (and totally covered at the end of each work day) while on site and shall be properly secured and totally covered before it is transported. Debris shall be removed from the project site on a weekly basis or more often as required to maintain a neat clean site. Project site shall be broom swept on a daily basis. C. Contractor shall be responsible for any damages to the building; its contents, and any vehicles as a result of his negligence during the demolition and/or construction process. 01 50 00-3 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 barricades for safe conduct of his work, or as required by federal, state or local laws or ordinances and in accordance with OSHA requirements and other requirements of this specification. C. The Contractor shall confine his apparatus, the storage of materials, parking and the operations of his workmen to those areas designated or as directed. The Contractor shall cause the minimum possible interference with the operation of the facility, shall not bar or block off any access ways, interfere with any egress ways or exits in or around the building, or move or operate to interfere with any utility lines servicing the building, except as scheduled with and approved by the Owner in advance. During the progress of work the Contractor shall phase construction so as to provide continuous access to the facility during regular operational hours. Barriers shall be provided to limit access to all work areas during construction. Contractor shall provide protection above doorways and walks in the construction area. Parking as required to deliver materials, or otherwise shall be the minimum possible. The Contractor shall confine his operations to the immediate work areas, and shall enter other areas only as specifically directed. 1.11 SECURITY A. Contractor shall at all times comply with the security measures established by the Owner and Engineer. Contractor shall be responsible for the security of his work and equipment. The Owner is not responsible for losses due to theft. B. Contractor shall thoroughly familiarize himself with the security measures contemplated by the Owner before submitting his bid as no claims for additional monies due to these security measures will be allowed. C. Contractor and/or his employees or Subcontractors shall not enter the facility without notifying and receiving permission from the Owner's representative. D. The Owner, his employees and agents shall not be responsible for the protection and security of the Contractor's equipment, facilities, tools and materials. Contractor shall provide his own security measures, if in his opinion, they are warranted. Contractor's security measures shall be approved by the Engineer and the Owner and shall not interfere or pose a hazard to the Owner, his employees, agents, visitors, customers, the facility or its contents and grounds. 1.12 TEMPORARY PROJECT OFFICES AND ENCLOSURES A. The Contractor may provide temporary field offices and other temporary enclosures for storage, tools, employee clothes, change convenience and other activities that may be required. Coordinate location with Owner. Area is to be kept clean and must not interfere with safe pedestrian and vehicle flow. B. The construction office and all storage shall be in secured temporary enclosures. Provide and maintain fire-fighting equipment for all temporary buildings and 01 50 00 - 5 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 the Contractor's expense and to the satisfaction of the Engineer and Owner. Remove protective coverings and materials at the appropriate time, but no later than final cleaning operations. B. No work shall take place during inclement weather. No work shall take place when moisture is present on the work area or in any of the materials. The Engineer may order the work stopped when, in his opinion, the weather conditions warrants him to do so. Contractor shall take such measures as necessary to dry out work surfaces so that the work can continue with minimum delay. C. Contractor shall cover and protect all walls, windows, projections, soffits, etc. where material is to be hoisted or removed from the garage deck. Contractor shall be responsible for all scrapes, stains, and damage to the walls and shall repair or replace any walls, windows, siding, etc., which are damaged by his operations, to the satisfaction of the Engineer and Owner. Any areas damaged shall be restored or cleaned, to the satisfaction of the Owner by the Contractor at no cost to the Owner. D. Whenever the possibility exists that debris or materials may fall causing a hazard to persons inside or outside the building, the Contractor shall post one or more of his employees to temporarily close these hazardous areas. The person in charge of the facility shall be notified prior to the commencement of work which may pose this type of hazard. Proper barricades shall be provided to prevent normal access to or around these areas. E. Contractor shall properly protect all areas where falling debris or dust is expected due to his operations. Contractor shall be responsible for providing adequate personnel to clean and protect these areas. Contractor shall include these costs in the bids. F. Protect the building interior, contents, Owner's employees and customers from all hazards associated with the Contractor's operations. G. Any damage to the interior of the building or its contents due to the Contractor's operations or to leaks during the Contractor's operations shall be corrected at the Contractor's expense to the satisfaction of the Owner and the Engineer. H. Any damage to the exterior of the building or any equipment due to the Contractor's operations shall be corrected at the Contractor's expense or to the satisfaction of the Owner and the Engineer. No structural member of the building shall be overstressed due to construction loads. J. Contractor is to provide any necessary protection to the installed work prior to acceptance by the Owner and Engineer. The Contractor at no additional cost to the Owner shall correct any damage incurred during this period. 01 50 00-7 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 01 60 00 MATERIAL AND EQUIPMENT PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. B. Work on the project, which requires submittals, shall not commence and materials shall not be ordered until all necessary submittals including shop drawings, product data, and samples are reviewed and approved in writing by the Engineer. 1.02 SECTION INCLUDES A. The work of this section consists of Products, Transportation and Handling, Storage and Protection, Weather and Temperature Requirements, Substitutions. 1.03 PRODUCTS A. Products are defined as new material, machinery, components, equipment, fixtures, and systems forming the Work. Does not include machinery and equipment used for preparation, fabrication, conveying and erection of the Work. Products may also include existing materials or components required for reuse. B. Do not use materials and equipment removed from existing premises, except as specifically permitted by the Contract Documents. 1.04 TRANSPORTATION AND HANDLING A. Transport and handle products in accordance with manufacturer's instructions. B. Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. C. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 1.05 STORAGE AND PROTECTION A. Contractor shall follow the recommended storage procedures of the manufacturer of the materials being used. No storage on or within the building will be allowed without written permission from the Owner. Any materials 01 60 00 - 1 MATERIAL AND EQUIPMENT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 C. Work shall not commence or proceed, with the exception of the completion of necessary temporary measure to make the building weathertight, when water, ice or frost is present on or within the materials or surfaces to which materials are to be applied. D. Work shall not commence or proceed with the exception of the completion of necessary temporary measures to make the building weathertight when the temperature is too hot to allow proper installation, or when existing or previously installed work is being damaged by the application, or when temperature conditions present a health or safety hazard to the workers on the site. 1.07 SUBSTITUTIONS A. Whenever the proposal of substitute material, equipment or process is permitted by the Specifications, the proposed substitute material, equipment or process shall be submitted in accordance with the General Conditions and subject to the requirements contained herein and the construction regulations and laws of the Commonwealth of Massachusetts. B. After the start of construction, the proposal of substitute material, equipment or process will be considered only for one of the following reasons: 1. The manufacture or production of the specified material, equipment or process has been discontinued. 2. The specified material, equipment or process is not available in sufficient quantity or quantities to complete the work. Failure of the Contractor to award subcontracts in sufficient time, or failure of the Contractor and/or subcontractor to place orders for material, equipment or process so as to insure delivery or execution without delaying the Work shall not establish cause for approval of substitutions. 3. Delays beyond the control of the Contractor, such as but not limited to, strikes, lockouts, storms, fires, or earthquakes, which preclude the procurement and delivery of materials or equipment for the Project as included in Contractor's proposal. 4. Advancement of the delivery date provided this advances the overall progress of the Work. 5. Improvement in quality or function of the material, equipment or process. C. The Contractor must submit a separate request in writing for each proposed substitution, supported with complete data with drawings, specifications, samples as appropriate, including: 1. Comparison of the qualities of the proposed substitution with that specified. 2. Changes required in other elements of the Work because of substitution. 3. Effect on the construction schedule. 4. Cost data comparing the proposed substitution with the product specified. 5. Any required license fees or royalties. 01 60 00-3 MATERIAL AND EQUIPMENT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 01 70 00 CONTRACT CLOSEOUT PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. 1.02 SECTION INCLUDES A. The work of this section consists of Final Cleaning and Closeout, Project Record Documents, Warranties and Bonds. 1.03 FINAL CLEANING AND CLOSEOUT A. Each Subcontractor or Contractor, in addition set forth in the General Conditions, shall at all time keep the premises free from accumulation of waste materials or rubbish caused by his employees or work. B. At the completion of the Project, the Contractor shall restore or replace all property damaged by his Work and shall remove all spots, paint, smears, soil, concrete, mortar, sealant, adhesives, asphalt, writing, droppings, or other foreign materials, from all Work. Remove all temporary protection from all the Work. Final cleaning shall include as a minimum: 1. Clean site; sweep paved areas, rake clean landscaped surfaces. 2. Remove waste and surplus materials, rubbish, and construction facilities from the site. 3. The Contractor shall clean all walls, windows or other building and grounds elements that have been affected by his work. 4. Repair, patch and touch-up marred surfaces to specified finish to match adjacent surfaces. C. Contractor shall submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is substantially complete in accordance with Contract Documents and ready for Engineer's inspection. Engineer shall issue a punchlist consisting of unacceptable Work and items. Contractor shall immediately make acceptable such punchlist items to the satisfaction of the Engineer and Owner. Contractor shall then notify, in writing, the Engineer that all such punchlist items are complete and he is ready for reinspection. Any subsequent costs relative to reinspections that are required due to the Contractor not properly correcting the punchlist items shall be paid for by the Contractor, and will be deducted from his final application for payment. 01 70 00- 1 CONTRACT CLOSEOUT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 B. Store Record Documents separate from documents used for construction. Maintain documents in clean, dry, legible condition; do not use record documents for construction purposes. Make documents available at all times for inspection by Engineer and Owner. C. Record information concurrent with construction progress. D. Specifications and Addenda: Legibly mark to record: 1. Manufacturer, trade name, catalog number and supplier of each product and item of equipment actually installed. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and Modifications. E. Record Documents and Shop Drawings: Legibly mark the record set of Contract Documents using a red pencil for all graphic work and red ink for all written work to record actual construction: 1. Field changes of dimension and detail. 2. Location and extent of all repairs. 3. Details not on original Contract Drawings. 4. Changes not made by change order and field change authorization. F. Legibly mark shop drawings to record changes made after approval. G. Submit record documents to Engineer at completion of project. 1.05 WARRANTIES AND BONDS A. The act of the Contractor in executing the Contract or the Work shall be considered as his acceptance of the following guarantees covering the Project: 1. Any materials, workmanship or equipment furnished as part of this Project which prove defective or fail to operate properly, within two (2) years, or as otherwise specified in the Contract Documents, of the date of acceptance of the Work, shall be repaired and/or replaced by the Contractor promptly upon notification from the Owner and without cost to the Owner. Also reference Divisions 2 through 16 for additional warranties and guarantees. 2. Date of acceptance will be established by the Owner and Engineer upon finding all items of this Project have achieved final completion as to quality of workmanship and materials. PART 2 - PRODUCTS (Not used) PART 3 - PRODUCTS (Not Used) 01 70 00 - 3 CONTRACT CLOSEOUT Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 02 05 00 SELECTIVE DEMOLITION PART 1 - GENERAL 1.01 GENERAL PROVISIONS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. B. Maintain a copy of all applicable drawings, specifications, shop drawings, and approved submittals at the site at all times during the Work. 1.02 SECTION INCLUDES A. The work of this section consists of the demolition and legal disposal of materials to be removed at specified locations as required to accomplish the work, as specified and detailed. B. Demolition work shall include but is not limited to the following: 1. Removal and legal disposal of existing traffic coating within the contract area. 2. Random removal of damaged concrete topping slab areas as determined by the Engineer following sounding by the Contractor. The Contractor shall include in the Bid his price for random removal of 500 SF of damaged concrete topping. Random removal of damaged concrete slab on grade areas as determined by the Engineer following sounding by the Contractor. The Contractor shall include in the Bid his price for random removal of 500 SF of damaged concrete slab on grade. The Contractor is to exercise extreme caution when demolishing and removing the materials to ensure the integrity of the existing materials to remain. Any damage to any materials that are scheduled to remain as a result of the demolition and removal process shall be properly repaired by the Contractor at no additional cost. 3. Removal and legal disposal of expansion joints and sealants as indicated on the drawings. 4. Saw-cutting and removal of concrete, as required to install the new expansion joints. C. The Contractor shall use caution during construction operations. The building is operational and contains personnel, furniture, fixtures and equipment. 02 05 00 - 1 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 temporary protection needed to protect the existing roofing systems so as to • ensure no leaks into the facility. Any damage to the existing roofing systems caused by work of this contract shall be repaired at no cost to the Owners. The Contractor shall maintain the buildings in a watertight and weathertight condition through the duration of the contract. D. Contractor shall coordinate completion and clean-up of work on a daily basis, including maintaining water-tightness and weathertightness for project duration. 1.05 JOB CONDITIONS A. The Contractor shall inspect the premises prior to the submittal of his proposal for conditions which may affect his work. B. Demolition, storage of materials, removal of debris and construction operations shall not interfere with Owner's operations. C. The Contractor shall remove all debris from the project site and shall legally dispose of all debris generated by the project. Prior to demolition, Contractor shall furnish documentation of the disposal method used, satisfactory to the Engineer, Owner and legal authorities. D. All debris which is removed from the site shall be properly secured and totally covered before it is transported. E. The building will remain in operation during the construction. Contractor is to coordinate the work with the Owner as to not interfere with the operation of any aspect of the building without proper notification and coordination which shall be a minimum of 48 hours in advance. 1.06 PERMITS A. The Contractor, at his sole cost, shall obtain all necessary authorizations, including permits, licenses, and easements, for permanent structures and changes, give all necessary notices, pay all legal fees, and comply with all regulations of all authorities having jurisdiction, including State, County, and City Building and Sanitary Laws, Rules, Ordinances, or Regulations, relating to the building or preservation of public health. The Contractor shall pay all inspection fees and costs imposed by the above. 1.07 PROJECT PROGRESS SCHEDULES A. Contractor shall prepare and provide his Project Progress Schedule, prior to the preconstruction meeting, to the Engineer and Owner's Project Manager for review. The schedule shall show the complete sequence of construction by activity, with dates for beginning and completion of each element of construction. Identify each item by specification Section number. Provide sub-schedules to 02 05 00- 3 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 D. Submit copies of proposed rodent and pest control program that Contractor will utilize (if it becomes necessary) including products to be used, manufacturer's instructions, areas to be treated, and pollution preventive measures. E. The Contractor shall perform an existing condition survey of the building, grounds and adjacent areas prior to work commencement. The Contractor shall provide existing conditions documentation (photos and/or DVD) and a list of damaged or deteriorated elements to the Owner and Engineer The Contractor shall be responsible for repair or replacement of damaged or deteriorated items, not on that list, when the operations of the Contractor are complete, to the satisfaction of the Owner and Engineer, at no change in contract price. F. The Contractor shall submit proposed methods and required procedures used to remove and legally dispose of any asbestos containing materials. G. The Contractor shall any necessary shoring drawings, prepared by a MA registered structural engineer. 1.10 CONTRACTOR'S USE OF PREMISES A. Contractor shall limit its use of the site for work and for storage to allow for: 1. Owner occupancy and use of the building during construction. 2. Public use of walks, parking lots, and driveways. B. Do not block exits at any time. Provide protected entranceways at each entrance when working in these areas. C. Coordinate work in the building, use of the site, storage areas, and staging areas with the Owner. Limit use of the site and working hours to dates, times, and locations approved by the Owner. D. Cooperate with the Owner's scheduling requirements for working at the building. Work under this Section shall not interfere with the operation of the building or building occupants at any time. E. The Contractor is responsible for protecting all materials and equipment stored on the site. The Contractor shall pick-up, store and secure all tools on a daily basis. F. Smoking is not permitted on the grounds. G. Dispose of all trash and debris in a legal manner off-site. Do not throw debris from access equipment or staging. Conduct debris to approved containers on the ground. Locate debris containers only in locations approved by the Owner in advance. 02 05 00 - 5 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 3. Locate demolition equipment throughout structure and promptly remove debris to avoid imposing excessive loads on supporting walls, floors, or framing. 4. Provide services for effective air and water pollution controls as required by local authorities having jurisdiction. B. If unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure both nature and extent of the conflict. Submit written report to Engineer, accurate in detail. Pending receipt of directive from Engineer, rearrange selective demolition schedule as necessary to continue overall job progress without undue delay. 3.03 DISPOSAL OF DEMOLISHED MATERIALS A. Remove from building site debris, rubbish, and other materials resulting from demolition operations. Transport and legally dispose off site. 1. If hazardous materials are encountered during demolition operations, comply with applicable regulations, laws, and ordinances concerning removal, handling, and protection against exposure or environmental pollution. 2. Burning of removed materials is not permitted on project site. 3.04 DUST AND FUME CONTROL A. Contractor shall take all necessary precautions to (1) keep dust confined in the present work area and (2) prevent hazardous accumulations of dust, fumes, mists, vapors, or gases in areas occupied during construction. B. Contractor shall submit to the Engineer, for approval, proposed methods used to contain dust and fumes in the work area. At a minimum, Contractor shall provide adequate protection at air intake units and at building access doors so as to prevent dust, fumes, vapors or gases from entering the facility. Contractor shall employ an industrial hygienist to monitor air quality during application of hazardous or volatile materials, if required. 3.05 DEBRIS CONTROL A. Contractor shall remove all debris from the project site and shall legally dispose of all debris generated by the project. Debris shall be properly protected (and totally covered at the end of each work day) while on site and shall be properly secured and totally covered before it is transported. Debris shall be removed 02 05 00 -7 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 equipment that is damaged by the Contractor or his Subcontractors' operations. Site repair shall be performed promptly after the operations have moved to a different location on the site. Site repair shall not be delayed until substantial completion of the entire project. 3.10 PROTECTION OF WORK A. Contractor shall protect the project site including the building, its contents, all streets, walls, underground and overhead utilities. Contractor shall provide protective measures and materials to assure that each element will be without damage or deterioration throughout the entire construction period up to the date of final completion. Any defective elements shall be removed and replaced at the Contractor's expense and to the satisfaction of the Engineer and Owner. Remove protective coverings and materials at the appropriate time, but no later than final cleaning operations. B. The Engineer may order the work stopped when, in his opinion, the weather conditions warrants him to do so. Contractor shall take such measures as necessary to dry out work surfaces so that the work can continue with minimum delay. C. Contractor shall cover and protect all walls, windows, projections, soffits, etc. where material is to be hoisted or removed from the garage deck. Contractor shall be responsible for all scrapes, stains, and damage to the walls and shall repair or replace any walls, windows, siding, etc., which are damaged by his operations, to the satisfaction of the Engineer and Owner. Any areas damaged shall be restored or cleaned, to the satisfaction of the Owner by the Contractor at no cost to the Owner. D. Whenever the possibility exists that debris or materials may fall causing a hazard to persons inside or outside the building, the Contractor shall post one or more of his employees to temporarily close these hazardous areas. The person in charge of the facility shall be notified prior to the commencement of work that may pose this type of hazard. Proper barricades shall be provided to prevent normal access to or around these areas. E. Contractor shall properly protect all areas where falling debris or dust is expected due to his operations. Contractor shall be responsible for providing adequate personnel to clean and protect these areas. F. Protect the building interior, contents, Owner's employees and customers from all hazards associated with the Contractor's operations. G. Any damage to the interior of the building or its contents due to the Contractor's operations or to leaks during the Contractor's operations shall be corrected at the Contractor's expense to the satisfaction of the Owner and the Engineer. 02 05 00 - 9 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 concrete, mortar, sealant, adhesives, asphalt, writing, droppings, or other foreign materials, from all Work. Remove all temporary protection from all the Work. C. Final cleaning shall include as a minimum: 1. Clean site; sweep paved areas, rake clean landscaped surfaces. 2. Remove waste and surplus materials, rubbish, and construction facilities from the site. 3. The Contractor shall clean and repair all walls, windows or other building and grounds elements that have been affected by his work. 4. Repair, patch and touch-up marred surfaces to specified finish to match adjacent surfaces. 5. The Contractor shall clean the surfaces of the building façade and garage (to include vehicular traffic coating, painted walls, windows, and access doors) to the satisfaction of the Engineer and Owner. END OF SECTION 02 05 00- 11 SELECTIVE DEMOLITION Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 B. Section 07 18 16 —Vehicular Traffic Coating C. Section 07 95 00 — Expansion Joints D. Section 09 90 00 — Painting E. Section 26 00 01 — Temporary Electrical Disconnects 1.04 SUBMITTALS A. Product data for proprietary materials and items, including reinforcement and forming accessories, admixtures, curing compounds, and others as requested by Engineer, including, but not limited to: 1. Material Certificates: Signed by Manufacturer that each of the following items complies with requirements: a. Cementitious materials and aggregates b. Form materials and form-release agents d. Admixtures e. Curing materials f. Repair materials B. Shop drawings for reinforcement: 1. Prepared for fabrication, bending, and placement of concrete reinforcement. Comply with ACI 315-92, "Details and Detailing of Concrete Reinforcement", and ACI SP-66 (88), "ACI Detailing Manual", showing bar schedules, diagrams of bent bars, and arrangements of concrete reinforcement. C. Engineer's review is for general architectural applications and features only. Design of formwork for structural ability and efficiency is Contractor's responsibility. D. Laboratory test reports for concrete materials and mix design test. E. Product data for all materials and items, including forming accessories, admixtures, patching compounds, bonding grout/agent, joint systems, curing compounds, and others as requested by Engineer. F. The Contractor shall submit trial mix proportion with compressive strength test results to the Engineer for approval. G. The Testing Agency shall submit test results of cylinders for each day's testing. H. The Contractor shall submit the proposed pouring sequence and construction joint layout for approval by the Engineer. I. The Contractor shall submit a letter stating that the proposed mix design and placing techniques will produce the concrete quality required by these specifications. Reference is made to paragraph 1.05D. 03 30 00-2 CONCRETE REPAIR Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 3. Retesting of rejected materials for installed work, shall be done at Contractor's expense. D. Preconstruction Conference: At the onset of the project start or at least 30 days prior to the first concrete pour, the contractor shall conduct a meeting to review the proposed mix designs and to discuss the required methods and procedures necessary to achieve the required concrete quality. The meeting will review requirements for submittals, status of coordinating work, and availability of materials. It will also establish preliminary work progress schedule and procedures for materials inspection, testing, and certifications. Representatives of each entity directly concerned with cast-in-place concrete should attend the meeting, including, but not limited to, the following: 1. Contractor's superintendent. 2. Laboratory responsible for concrete design mixes. 3. Laboratory responsible for field quality control. 4. Ready-mix concrete producer. 5. Concrete subcontractor, if any. 6. Primary admixture manufacturers. 7. Engineer and Owner's representative. Subsequent to the meeting, the concrete contractor shall submit a letter indicating that the proposed mix design and placing techniques will produce the concrete quality required by these specifications. 1.06 PRODUCT DELIVERY, HANDLING AND STORAGE A. Deliver the specified product in original, unopened containers with the manufacturer's name, labels, product identification, and batch numbers. B. Store and condition the specified product as recommended by the manufacturer. C. Deliver reinforcement to the Project Site bundled, tagged, and marked. Use metal tags indicating bar size, lengths, and other information corresponding to markings shown on placement drawings. D. Protection: Use all means necessary to protect concrete reinforcement before, during, and after installation and to protect the materials and installed work of all trades. Take all necessary precautions to maintain identification of fabricated bars after bundles are broken. 03 30 00 -4 CONCRETE REPAIR Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 on the percentage of the work completed during each requisition period as determined by the the Engineer and Owner. D. The Contractor shall properly document that the work has been completed. Proper documentation shall include photos and locations shown on the drawings. Quantity tabulation shall be done on a daily basis by the Contractor and reported at the construction meetings, or more often as requested by the Engineer. 1.10 CONTRACTOR'S GUARANTEE A. The Contractor shall provide the Owner a guarantee, in a form acceptable to the Owner, guaranteeing the work to be free from material or workmanship defects in accordance with the following conditions: 1. The guarantee shall require the Contractor to repair or replace any materials or workmanship found to be deficient at no additional cost to the Owner. 2. The guarantee shall be for a minimum period of two (2) years from the date of acceptance by the Owner. PART 2 - PRODUCTS 2.01 CONCRETE REPAIR MATERIALS A. Polymer Repair Mortar 1. The following patching mortars may be used when color match of the adjacent concrete is not required. Prior approval by the Design Professionals is required. 2. Acceptable Products (Horizontal Repairs): Euclid Chemical Company "Thin Top Supreme or Tammspatch II" (for 1/16" (2mm) to 3/8" (10mm) thickness), or"Concrete Top Supreme" (for 3/8" (10mm) to 2" (50mm) thickness). 3. Acceptable Products (Horizontal Repairs): Sika Corporation "Sikatop 121 Plus" or "Sikatop 122 Plus". 4. Acceptable Products (Vertical and Overhead Repairs): Euclid Chemical Company "Verticoat", "Verticoat Supreme", or "Duraltop Gel" 5. Acceptable Products (Vertical and Overhead Repairs): Sika Corporation, "Sikatop 123 Plus". 6. Acceptable Products (Horizontal, Vertical and Overhead Repairs): BASF, "EMACO 100" B. High Strength Flowing Repair Mortar 03 30 00 -6 CONCRETE REPAIR Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 shall be 4"x4"—W2.1 x W2.1 with minimum tensile strength of 70,000 psi. Rusted mesh will be rejected immediately. C. The anti-corrosion protection coating for all steel, new or existing, within repair areas shall be a 3-component, solvent free, moisture tolerant, epoxy modified, cementitious coating as recommended and approved by the concrete repair material manufacturer. D. Epoxy-Coated Reinforcing Bars: ASTM A775. When required, damaged epoxy coating shall be repaired with patching material conforming to ASTM A775 and done in accordance with the material manufacturer's recommendations. Reinforcing bars to be coated shall conform to Section 2.02B. E. Bar Supports: Bar supports and spacing of same shall be per recommendations set forth by Chapter 3 of the "CRSI Manual of Standard Practice." Epoxy coated reinforcing bars supported from formwork shall rest on coated wire bar supports, or on bar supports made of dielectric material or other acceptable materials. Wire bar supports shall be coated with dielectric material, compatible with concrete, for a minimum distance of 2 inches from the point of contact with epoxy-coated reinforcing bars. Reinforcing bars used as support bars shall be epoxy-coated. F. Tie Wire: Wire shall be 16 gauge or heavier, black-annealed. Epoxy-coated reinforcing bars shall be tied with plastic coated, epoxy coated, or nylon-coated tie wire or other acceptable materials. G. For epoxy grouting reinforcing steel use the Hilti "HIT RE 500 System" supplied by Hilti Fastening Systems, "Dowel Fast" System by Powers Fasteners, or approved equal. Follow manufacturer's directions for installation and required surface preparation. H. Moisture-Retaining Cover: Burlap and plastic complying with ASTM C 171. Moist Curing: Curing shall be accomplished by wet curing only. A curing membrane shall only be used if approved in writing by the Engineer. 2.04 FABRICATION A. General Requirements: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication to tolerances complying with CRSI Manual of Standard Practice. In case of fabricating errors, do not rebend or straighten reinforcement in a manner that will injure or weaken the material. B. Unacceptable Workmanship: Reinforcement with any of the following defects will not be permitted in the work: 1. Bar lengths, depths and bends exceeding specified fabrication tolerances. 2. Bends or kinks not indicated on drawings or final shop drawings. 03 30 00 - 8 CONCRETE REPAIR Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 accurately in position during concrete placement operation. Set wire ties so that twisted ends are directed away from exposed concrete surfaces. C. Cleaning Reinforcement: Steel reinforcement, at the time concrete is placed • around it, shall be free from loose rust and mill scale, oil, grease, paint, earth, ice and all coatings, which would reduce or destroy bond between steel and concrete. Clean reinforcement as necessary prior to, during, or after placement to achieve this result. When bars project from construction joints, all cement mortar clinging to the bars from previous concreting shall be removed before the ensuing enveloping concrete is placed. 3.03 REINFORCING BAR LAP SPLICES A. New slab reinforcing bars may be spliced to existing bars by lapped splices if adequate lengths of exposed existing bars are available. Provide reinforcement lap splices by placing bars in contact and tying with wire tightly. Comply with the requirements of Engineering Data Report Number 45, `Tension Development and Lap Splice Lengths of Reinforcing Bars Under ACI 318-99' for minimum required length of bar for lap splices. Alternatively, the Contractor can follow the values provided below for lap splice lengths based on the following guidelines: LAP SPLICE LENGTHS FOR BARS IN TENSION (IN INCHES) Bar Size Uncoated Reinforcement Epoxy-Coated Reinforcement 3 16 17 4 16 22 5 22 33 6 31 46 7 50 74 8 62 93 Note 1. Based on Class B splice = 1.3 Id (Id = tensile development length) Normal weight concrete f'c= 4,000 psi min. Grade 60 reinforcement Concrete cover = 1.00 in. or greater Bars have less than 12 in. concrete cast below them. Note 2. Lap splice lengths for epoxy-coated steel based on concrete cover equal to or greater than 3 bar diameters and clear spacing between bars equal to or greater than 6 bar diameters. Note 3. For lightweight aggregate concrete, multiply the tabulated values by 1.3. B. Do not make splices at points of maximum stress if possible. C. Stagger top splices, and in horizontal wall reinforcement separate at least five feet longitudinally in alternate bars of opposite tiers. 03 30 00 - 10 CONCRETE REPAIR Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1. Apply by stiff-bristle brush or "hoppertype" spray equipment. Properly coat the underside of the totally exposed steel. Allow to dry 2-3 hours at 73F/50%RH, then apply a second coat at the same coverage. Allow to dry again before the repair mortar or concrete is applied. Refer to and conform to manufacturer's recommendations pertaining to open time between application of steel coating and repair mortar. 2. Adhere to all limitations and cautions for the epoxy resin/portland cement adhesive in the manufacturers current printed literature. 3.06 INSTALLATION OF REPAIR MORTAR A. Areas to be repaired must be clean, sound, and free of contaminants. All loose and deteriorated concrete shall be removed by mechanical means. Mechanically prepare the concrete substrate to obtain a surface profile of+/- 1/8" with a new exposed aggregate surface. Area to be patched shall not be less than 1/2" in depth. Saw cut all edges as indicated. B. Clean and coat steel as described under"STEEL PREPARATION AND COATING". C. Mix all patching and repair materials in accordance with the manufacturer's requirements. D. Placement Procedure: Apply all patching and repair materials in accordance with the manufacturer's requirements, and in accordance with ACI 301 E. As per ACI recommendations for portland cement concrete curing is required. Only when ambient conditions of moisture, humidity, temperature and wind are sufficiently favorable is curing optional. Moist cure with wet burlap and polyethylene, a fine mist of water or a water based compatible curing compound. Moist curing should commence immediately after finishing. If necessary, protect newly applied material from rain. To prevent from freezing cover with insulating material. Setting time is dependent on temperature and humidity. Pretesting of curing compound is recommended. F. Adhere to all procedures, limitations and cautions for the polymer-modified portland cement mortar in the manufacturers current printed technical data sheet and literature. 3.07 REMOVAL OF FORMS A. General: Formwork may be removed after cumulatively curing at not less than 50 deg F for 72 hours after placing concrete, provided concrete is sufficiently hard to not be damaged by form-removal operations, and provided curing and protection operations are maintained. 03 30 00 - 12 CONCRETE REPAIR d Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 07 18 16 VEHICULAR TRAFFIC COATINGS PART 1 - GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. B. Maintain a copy of all applicable drawings, specifications, shop drawings, and approved submittals at the site at all times during the Work. 1.02 SCOPE OF WORK A. The work of this section the installation of vehicular traffic coatings at specified locations as required to accomplish the work, as specified and detailed. B. Vehicular Traffic Coatings work shall include but is not limited to the following: 1. The preparation of the concrete deck, including repairs to cracks with approved sealant in coordination with concrete repair work. Preparation includes cleaning and shot-blasting the surfaces. 2. The installation of a sealant joints at the precast tee/topping slab through joints. 3. The installation of a vehicular traffic coating system (standard/medium duty and heavy duty where noted) at the at the contract area shown on the drawings. 4. The installation of a vehicular traffic coating system (standard/medium duty and heavy duty where noted) at the at the contract area shown on the drawings. 5. Provide and install parking bumpers at all parking spaces. C. All work shall be performed in a first class, workmanlike manner. The Contractor shall schedule and coordinate the work to minimize any inconvenience to the building occupants and any disruption of the normal use of the building. D. The existing garage system construction information has been compiled from a variety of sources (Reference is made to the Drawings). Plans and dimensions under which the Work is to be performed are derived from a variety of sources. The existing conditions are provided for general information only. Actual conditions may vary. Contractor is required to verify existing garage system construction, conditions, and dimensions prior to submitting his bid. No 07 18 16 - 1 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 4. Submit a list of five (5) projects similar in nature, which have been installed by the applicator during the last five years, identified with project name, location and date. 5. Project schedule including start dates and duration of the various phases of the work. 6. Letter from the Manufacturer indicating that contractor is a approved applicator of the traffic coating systems and manufacturer will be involved with project to verify systems are installed to be in conformance with warranty requirements. 7. Upon completion of work required by this section, submit one Maintenance Manual, identified with project name, location and date, type of coating system applied and surface to which system was applied, including sketches where necessary. Include recommendations for periodic inspections, care and maintenance. Identify common causes of damage with instructions for temporary patching until permanent repairs can be made. 1.07 QUALITY ASSURANCE A. Applicator: Shall have a minimum of five (5) years experience in application of the product systems. B. Contractor and his installer(s) shall have satisfactorily completed a program of instruction in proper methods of preparation of the substrate, patching of spalled and delaminated areas, crack and joint repair and traffic deck coating installation. The applicator shall have in writing, a certificate of approval from the manufacturer. 1.08 PRODUCT DELIVERY, HANDLING AND STORAGE A. All materials shall be new and of the best quality. All materials shall be delivered to the site in the Manufacturer's unopened containers with Manufacturer's labels intact and legible, indicating the material name, date manufactured and lot number. B. Materials shall be delivered to the site in sufficient quantities to allow continuity of the work. C. All materials shall be handled and stored in strict accordance with the Manufacturer's requirements. All materials shall be stored in dry locations, protected from the weather and elevated off the ground. D. All flammable materials shall be stored in a cool, dry area away from sparks and open flames. Follow precautions outlined on containers or supplied by material Manufacturer/supplier. 07 18 16 -3 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 K. The Contractor shall coordinate all construction related activities with the Owner. The Contractor shall give the Owner and Engineer a minimum 48 hours notice prior to the commencement of any demolition or construction activities. L. The Contractor is cautioned that the building will be occupied during construction. The Contractor shall take all reasonable measures to minimize disruption of the normal use of the building and inconvenience to the building occupant. M. Environmental Conditions 1. Any and all recommendations for employee or public health must be followed, specifically related to fumes produced by the waterproofing products. 2. Do not apply coating if rain is anticipated within eight hours of application. 3. Do not apply coating if air temperatures are lower than 50°F (4°C) or higher than 110°F (43°C). 4. Remove open fire and spark producing equipment from the application area until vapors have dissipated. 1.10 WARRANTY A. Upon completion of the project, the Contractor shall submit a two-year, labor and material warranty against improper workmanship and defective materials (from date of Owner acceptance of project completion). B. The Owner will follow the maintenance guidelines as set forth by the National Parking Association (NPA) in the Parking Garage Maintenance Manual and will notify the manufacturer of the applicable traffic membrane system within thirty (30) days of any defect. PART 2 - MATERIALS 2.01 MATERIALS A. Vehicular traffic coating for use on supported slab areas shall be a "low odor", VOC compliant coating, meeting SCAQMD rule 1113. Coating shall be a complete system by one of the following manufacturers, or approved equal: 1. "Auto-Gard FC," as manufactured by Neogard (www.neogard.com).. 2. "Iso-Flex 750/760EU-HVT" as manufactured by Lym-Tal (www.lymtal.com). 3. "MasterSeal Traffic 2500 Deck Coating System" as manufactured by BASF Building Systems 07 18 16 - 5 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1. Typical physical properties of epoxy base coat: a. Tensile strength 1,362psi ±100 ASTM D638 b. Elongation 81% ± 10 ASTM D638 c. Flexural strength 1,100 psi ASTM D790 d. Taber abrasion 60 mg/1,000 CS-17 ASTM D4060 e. Shore D 65 ASTM D2240 f. Modulus of elasticity 42,000 psi ASTM D790 g. Adhesion to concrete 960 psi ASTM D4541 h. Water resistance 1.3% at 24 hours ASTM D570 i. Weight/gallon (mixed) 8.77 lbs/gal ASTM D1475 j. Weight solids (mixed) 100% ASTM D2369 k. Volume solids (mixed) 100% ASTM D3960 I. VOC (mixed) 9.66g/L(0.08 lbs/gal) EPA Meth 24 m. Flash point 271°F/133°C ASTM D3278 n. Shelf life 6 months o. Tack-free time at 73°F/22°C 4hours ASTM D5894 2. Typical physical properties of cured UV-resistant top coat: j. Tensile Strength: ASTM D 412, 2,000 psi k. Elongation: ASTM D 412, 75% Water Resistance: ASTM D 570@ 24 hours, 0.44% m. Permanent Set: ASTM D 412, < 10% n. Tear Resistance: ASTM D 1004, 155 pli o. Water Resistance: ASTM D 471, < 2% @ 7 days p. Taber Abrasion, 1,000 CS-17: ASTM D 4060, 95 mg q. Shore A: ASTM D 2240, 80-90 r. Adhesion: ASTM D 4541, 400 psi 3. Aggregate: 12/20 mesh silica sand. 2.03 SEALANT MATERIALS A. Sealant shall be a multi-component, chemical curing urethane sealant, such as Sikaflex 2C SL as manufactured by Sika Corporation, or approved equal. Sealant materials shall be accepted by and compatible with the vehicular deck coating manufacturer. B. All accessories for sealant materials shall be by the same Manufacturer or approved by the Manufacturer including the following: 1. Primer 2. Solvents 3. Cleaners 07 18 16 - 7 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA • RBA Project No. 2019036 of 30 dry mils. Large cracks (over 1/16" in width) shall be routed and sealed with sealant. Sealant shall be applied to inside area of crack only, not applied to deck surface. Detail sealed cracks with liquid flashing a distance of 2" on each side of crack to yield a total thickness of 30 dry mils. D. All existing sealant and backer materials at the precast tee joints shall be removed to provide satisfactory substrate to receive the new sealant. Sealant Manufacturer shall perform adhesion tests for primed and unprimed surfaces, and submit letter of test results and recommendations 3.03 PROTECTION A. Contractor shall inform all involved parties that unfinished surface is to remain free from traffic, and that fixtures, fitting and finishing are not to be installed, until • waterproof traffic coating is completed. B. Protect adjacent surfaces from damage resulting from work of this trade. If necessary, mask and/or cover adjacent surfaces, fixtures, and equipment by suitable means. C. Traffic Control — no individuals are permitted in areas during application and until surface has cured and has been approved for traffic by the applicator and the manufacturer. 3.04 CAULKING/SEALANT APPLICATION A. Joint Surface Preparation: Clean joint surfaces immediately before installation of sealant or caulking compound. Remove dirt, insecure coatings, moisture and other substances which would interfere with bond of sealant or caulking compound. 1. For elastomeric sealants, do not proceed with installation of sealant over joint surfaces which have been painted, lacquered, waterproofed or treated with water repellent or other treatment or coating unless a laboratory test for durability (adhesion), in compliance with Paragraph 4.3.9 of FSTT-S-00227E-70 has successfully demonstrated that sealant bond is not impaired by the coating or treatment. Submit lab test in writing. B. Installation: Comply with sealant manufacturer's printed instructions except where more stringent requirements are shown or specified and except where manufacturer's technical representative directs otherwise. 1. Prime or seal the joint surfaces wherever shown or recommended by the sealant manufacturer. Do not allow primer/sealer to spill or migrate onto adjoining surfaces. 2. Install sealant backer rod for liquid elastomeric sealants, except where recommended to be omitted by sealant manufacturer for the application 07 18 16 - 9 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 time of acceptance. Smears and excess caulking and sealant shall be removed with a cleaning agent as recommended by the sealant manufacturer. 3.05 URETHANE TRAFFIC COATING INSTALLATION /APPLICATION A. All preparatory work must be completed before application begins. Be certain the substrate is clean, dry, stable, and properly profiled. Sealants should be properly cured. B. Primer: Thoroughly mix primer and apply at a rate of 300 sf/gal (0.33 gal/100 sf) to all concrete surfaces. Within 24 hours of application of primer, base coat must be applied. If base coat cannot be applied within 24 hours, inspect surface for contaminants, clean surface as necessary, and re-prime. C. Base Coat: Thoroughly mix base coat material and apply at a rate of 80 sf/gal (1.25 gal/100 sf or 20 wet mils), to yield 20 dry mils. Extend base coat over cracks and control joints which have received detail treatment. D. Wear Coat: Thoroughly mix wear coat material and apply at a rate of 200 sf/gal (0.5 ga1/100 sf or 8 wet mils) to yield 8 dry mils, and immediately broadcast aggregate, evenly distributed, into wet coating at the rate of 15 lbs/100 sf. When dry, remove excess aggregate. E. Heavy Duty Areas Only: For heavy traffic areas such as ramps, and turn areas, subjected to high traffic abrasion, heavy duty application is required. In such areas, thoroughly mix wear coat material and apply a second wear coat at a rate of 133 sf/gal (0.75 gal/100 sf or 12 wet mils) to yield 12 dry mils, and immediately broadcast additional aggregate, evenly distributed, into wet coating at a rate of 10 Ibs/100 sf. When dry, remove excess aggregate. F. Topcoat: Thoroughly mix topcoat material and apply at a rate of 120 sf/gal (0.83 gal/100 sf or 13 wet mils) to yield 12 dry mils. G. System coating thickness is 40 dry mils exclusive of primer and aggregate. Heavy duty application areas will yield 52 dry mils exclusive of primer and aggregate. H. Apply manufacturer's system to all traffic aisles, ramps, curbs, sidewalks entrances, and exits. Manufacturer's Standard/Medium Duty System shall apply at all areas except the ramp and turning areas, as indicated on the drawings, which shall receive the Heavy Duty System. 3.06 EPDXY TRAFFIC COATING INSTALLATION /APPLICATION A. All preparatory work must be completed before application begins. Be certain the substrate is clean, dry, stable, and properly profiled. Sealants should be properly cured. 07 18 16 - 11 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 C. Any vehicular damage to landscaped or other areas in and around the building shall be repaired or restored to the satisfaction of the Owner. D. A final inspection of the work, including final cleanup, shall be required by the Owner and Engineer. END OF SECTION • 07 18 16 - 13 VEHICULAR TRAFFIC COATINGS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1.06 SUBMITTALS The following items must be submitted to the Engineer for approval prior to the commencement of the work: A. Manufacturer's descriptive literature and data sheets on each material proposed. B. Material Safety Data Sheets for all materials submitted. C. Project schedule including start dates and duration of the various phases of the work. D. The Contractor shall submit shop drawings showing all the expansion joint details required for each type of condition. 1.07 PRODUCT DELIVERY, HANDLING AND STORAGE A. All materials shall be new and of the best quality. All materials shall be delivered to the site in the Manufacturer's unopened containers with Manufacturer's labels intact. B. Materials shall be delivered to the site in sufficient quantities to allow continuity of the work. • C. All materials shall be handled and stored in strict accordance with the Manufacturer's requirements. All materials shall be stored in dry locations, protected from the weather and elevated off the ground. D. All flammable materials shall be stored in a cool, dry area away from sparks and open flames. Follow precautions outlined on containers or supplied by material Manufacturer/supplier. E. The Contractor shall provide all storage facilities. The buildings shall not be used as storage areas. F. The location of all storage facilities and staging shall be coordinated with the Owner. 1.08 JOB CONDITIONS A. The Contractor shall provide all access to the work areas. The buildings shall not be used as access to the work areas. B. All new materials shall be applied only by personnel familiar with the application and handling of the specified materials, and familiar with the Manufacturers requirements. C. All materials shall be applied in accordance with the Manufacturer's requirements for temperature and weather conditions. 07 95 00 - 2 EXPANSION JOINTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA ' RBA Project No. 2019036 PART 2 - MATERIALS 2.01 GENERAL A. Provide watertight traffic bearing expansion control system that is capable of accommodating multi-directional movement. System shall consist of preformed thermoplastic rubber profiles with integral side flanges cast into a preformed blockout by means of utilizing manufacturer's ambient cure elastomeric header. • The system shall also meet or exceed any fire rating requirements set forth by the Code requirements. ' The thermoplastic rubber seal element shall be sized to accommodate the total range of movement as dictated by the specifier at each joint location. Sizing shall be made in such a way as to ensure that the elastomeric membrane seal will remain under a degree of compression throughout the full movement cycle. Where required, provide seal that accepts pedestrian traffic. The contractor will provide evidence utilizing manufacturer's product data that the membrane seal will comply with this requirement. B. Acceptable Products: 1. Watson Bowman Acme Corporation - WaboCrete ME 2. Emseal Corporation - Thermaflex 3. MM Systems Corporation - LMS 4. Or Approved Equal 2.02 COMPONENTS AND MATERIALS A. Thermoplastic Rubber Joint Seals (Elastomeric Seal) • Provide seal profile as specified and indicated in the contract drawings. Profile design shall incorporate integral side flanges exhibiting a pronounced serrated profile and factory punched holes that interlocks the profile into the elastomeric header material. Material shall meet the physical and performance properties indicated below: PHYSICAL PROPERTIES ASTM TEST METHOD REQUIREMENT • Shore A Hardness D-2240 67 ± 3 Tensile Strength, min D-412 850 psi ' Ultimate Elongation, min D-412 300% 100% Modulus D-412 385 + 95 psi Tension set, average D-412 10% Tear strength, average D-624 140 pli @ 73°F 58 pli @ 212°F Compression Set, average, 168 D-395 23% @ 73°F hours Brittle point, average D-746 < -76°F 07 95 00 -4 EXPANSION JOINTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 Provide manufacturer's two component, 100 percent solids bonding agent and apply to the sides and base of the preformed blockouts prior to placement of elastomeric header. Store, mix and apply in accordance with manufacturer's system data sheet. Liquid components shall be identified by the following information: Part A - Resin; Color: Clear Part B - Activator; Color: Tan D. Accessories - Provide necessary and related parts including preformed or fabricated Wall Mount Plates with appropriate anchors and sealants where required for complete installation. • 2.03 FABRICATION A. Thermoplastic Rubber Membrane Seal - Ship in the longest practical continuous length in manufacturer's standard shipping carton or on wooden pallets shrink wrapped. B. Joint Seal Directional Changes - At all horizontal changes in direction provide seals with factory heat welded splices such as 90° corners, tees and crosses. The seal shall extend a minimum of 2'-0" in each direction from the factory splice. Only straight, butt splice connections shall be allowed on the jobsite following manufacturers written instructions utilizing specialty heat fusing equipment or the manufacturer specialty-splicing adhesive. All factory and field fused connections shall incorporate bonding of the complete • seal profile. This includes fusing of all internal and external web configurations. C. Elastomeric Header -Activator packaged in one-half gallon containers (Part A), resin packaged in gallon containers (Part B)and 60 pound containers of aggregate (Part C)on shipped wooden pallets, shrink wrapped. 2.04 FINISHES A. Thermoplastic Rubber Membrane Seal shall be supplied in standard color: Black. B. Elastomeric Header material shall be supplied in standard color: Black. It is also available in custom colors. Contact manufacturer for custom colors. PART 3 - EXECUTION 3.01 INSTALLATION A. Preparation 1. The contractor shall provide a properly formed, solid concrete blockout per the manufacturer and project requirements. 07 95 00 -6 EXPANSION JOINTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 3.03 CLEAN AND PROTECT A. Protect expansion joint system during construction. Vehicles will not be permitted to cross the joint without specific and written permission by the Engineer. Subsequential damage to the Membrane System shall be repaired at the Contractor's expense. 3.04 FIELD INSPECTION A. The Engineer and the Owner's Project Manager will be on site periodically to observe the work progress and to monitor contract compliance. Any items observed not in compliance with the contract documents shall be identified and promptly corrected by the Contractor. B. Prior to the final project completion, inspections shall be made by representatives of the Engineer, and Owner's Project Manager. A punch list will be developed by each and copies will be forwarded to the Contractor. Contractor shall immediately correct all punch list items. Deviations from the specifications and/or details must be corrected immediately. Warranty shall be issued upon final acceptance of the work. C. Contractor is to provide any and all necessary protection to maintain watertightness and weathertightness during the project duration. Any damages that occur as a result of the Contractor's negligence shall become the Contractor's responsibility and he shall promptly repair and/or replace all damaged items to the satisfaction of the Engineer and Owner. END OF SECTION 07 95 00- 8 EXPANSION JOINTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1.04 SUBMITTALS A. Submit product data listed below: 1. Manufacturer's data sheet for each type of paint to be used. 2. Manufacturer's color chart for each paint to be used. 3. Certification by the manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOC's). 4. Manufacturer's Quality Assurance: Submit manufacturer's certification that coatings comply with specified requirements and are suitable for intended application. 5. Applicator's Quality Assurance: Submit list of a minimum of 5 completed projects of similar size and complexity to this Work. Include for each project: a. Project name and location. b. Name of owner. c. Name of contractor. d. Name of architect. e. Name of coating manufacturer. f. Approximate area of coatings applied. g. Date of completion. 6. Warranty: Submit manufacturer's standard warranty. 7. Field Sample: Provide field sample, 4 feet long by 4 feet wide, illustrating each coating color, texture, and finish. The location of the field sample shall be decided by the Owner. 1.05 REFERENCE STANDARDS A. ASTM D 16 - Terminology Relating to Paint, Varnish, Lacquer, and Related Products. B. NPCE (National Paint and Coatings Associations). C. PDCA (Painting and Decorating Contractors of America). D. SSPC (Steel Structures Painting Council). 1.06 DEFICITIONS A. Definitions of Painting Terms: ASTM D 16, unless otherwise specified. 09 90 00 -2 PAINTING Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 1.09 DELIVERY, STORAGE, AND HANDLING A. Delivery: Deliver materials to site in manufacturer's original, unopened containers and packaging, with labels clearly identifying: 1. Coating or material name. 2. Manufacturer. 3. Color name and number. 4. Batch or lot number. 5. Date of manufacture. 6. Mixing and thinning instructions. 7. Contents by volume, for pigment and vehicle constituents. 8. Application Instructions. 9. VOC content. B. Storage: 1. Store materials in a clean dry area and within temperature range in accordance with manufacturer's instructions. 2. Keep containers sealed until ready for use. 3. Do not use materials beyond manufacturer's shelf life limits. C. Handling: Protect materials during handling and application to prevent damage or contamination. 1.10 ENVIRONMENTAL REQUIREMENTS A. Weather: 1. Air and Surface Temperatures: Prepare surfaces and apply and cure coatings within air and surface temperature range in accordance with manufacturer's instructions. 2. Surface Temperature: Minimum of 5 degrees F (3 degrees C) above dew point. 3. Relative Humidity: Prepare surfaces and apply and cure coatings within relative humidity range in accordance with manufacturer's instructions. 4. Precipitation: Do not prepare surfaces or apply coatings in rain, snow, fog, or mist. 5. Wind: Do not spray coatings if wind velocity is above manufacturer's limit. B. Ventilation: Provide ventilation during coating evaporation stage in confined or enclosed areas in accordance with manufacturer's instructions. C. Dust and Contaminants: 1. Schedule coating work to avoid excessive dust and airborne contaminants. 09 90 00 -4 PAINTING 41111 Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 be dulled by light sanding to produce a substrate suitable for coating. When the coatings are removed the surface and properly prepared, the entire area to be coated must be cleaned to remove any residue created by the surface preparation procedure. C. Metal Pipes, Miscellaneous Ferrous and Non-Ferrous Metals: Existing surfaces shall be cleaned with pressure washing to remove all oil, grease, dirt, and foreign matter are to be completely removed from the surface. Remove all loose paint, mill scale, rust, and foreign matter by power grinding and power sanding in accordance with SSPC-SP-3 using coatings removal discs, abrasive discs, and needle-guns. Remove all burrs and rust peaks from edges leaving a rounded transition. D. Care shall be taken to protect any interior spaces against water infiltration during the cleaning operations. Interior spaces shall be monitored during the cleaning operations to identify any moisture infiltration immediately. 3.03 DUST AND FUME CONTROL A. Contractor shall take all necessary precautions to (1) keep dust confined in the present work area and (2) prevent hazardous accumulations of dust, fumes, mists, vapors, or gases in areas occupied during construction. B. Contractor shall submit for approval, proposed methods used to contain dust and fumes in the work area. Contractor shall provide adequate protection at air intake units so as to prevent dust, fumes, vapors or gases from entering the facility. Contractor shall employ an industrial hygienist to monitor air quality during application of hazardous or volatile materials, if required. 3.04 WORKMANSHIP A. Cleaning and painting shall be so programmed that dust and other contaminants from the cleaning process will not fall on prepared surfaces or wet, newly painted surfaces. B. Only skilled mechanics shall be employed in the work. All surfaces to be painted shall be clean and ready to receive paint. The Engineer shall be notified in writing of any conditions that would prevent proper paint application or affect future paint performance and that are not to be corrected under the work of this section. The start of the work will imply acceptance of conditions either as found or as corrected. C. Paint shall be applied under favorable conditions and shall be brushed out carefully to a smooth, even coating without runs and sags. Each coat of paint shall be allowed to dry thoroughly, not only on the surface, but throughout the thickness of the paint film before the next coat is applied. Finish surfaces shall be uniform in finish and color, and free from flash spots and brush marks. In all 099000-6 PAINTING Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 previously coated film dry; always coat into a wet film. Always apply the coating at a 45 degree angle to an edge, corner, or joint. H. Completed Work: Match approved samples for color, texture and coverage. Remove, refinish, or repaint work not in compliance with specified requirements. 3.07 PARKING DECK MARKINGS A. Upon completion of the traffic membrane installation (after completely cured), the pavement markings shall be repainted. B. Size, configuration, color and location of all new markings shall match existing markings and as indicated on the drawings. C. All surfaces shall be dry, broom and vacuum clean prior to repainting. D. All markings shall be applied using guidelines, templates and forms. All stencils shall be professionally made. No freehand painting will be accepted. E. Protect all adjacent areas from over-spray from painting operations. F. Follow all manufacturers recommendations for the re-painting of the pavement markings. G. Completed pavement marking shall be protected by barricades, and other means until paint has dried and is ready for traffic. 3.08 PROTECTION OF WORK A. Contractor shall protect the project site including the building and its contents. Contractor shall provide protective measures and materials to assure that each element will be without damage or deterioration throughout the entire construction period up to the date of final completion. Any defective elements shall be removed and replaced at the Contractor's expense and to the satisfaction of the Architect and Owner. Remove protective coverings and materials at the appropriate time, but no later than final cleaning operations. B. No work shall take place when moisture is present on the work area or in any of the materials. Contractor shall take such measures as necessary to dry out work surfaces so that the work can continue with minimum delay. C. Whenever the possibility exists that debris or materials may fall causing a hazard to persons inside or outside the building, the Contractor shall post one or more of his employees to temporarily close these hazardous areas. The person in charge of the facility shall be notified prior to the commencement of work that may pose this type of hazard. Proper barricades shall be provided to prevent normal access to or around these areas. 09 90 00 -8 PAINTING Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 SECTION 26 00 01 TEMPORARY ELECTRICAL DISCONNECTS PART 1 — GENERAL 1.01 GENERAL REQUIREMENTS A. The General Conditions of the Contract for Construction and the General Requirements are hereby made part of this specification. B. Maintain a copy of all applicable drawings, specifications, shop drawings, and approved submittals at the site at all times during the Work. 1.02 SECTION INCLUDES A. The work of this Section consists of conducting all temporary or permanent electrical disconnects and/or modifications of any building equipment required to complete the work. The Contractor is responsible for all disconnection and reinstallation work that may be required. Contractor shall notify the user of the facility and the Owner a minimum of 48 hours in advance of any electrical work. B. The Contractor is responsible to ensure the electrical service does not become interrupted as a result of his operations. Any damages that occur to the existing electrical service as a result of the contractor's operations shall be immediately corrected by the contractor at no additional expense. C. All materials shall be verified by Contractor to be proper for each intended use, and the entire work of this Section shall be done in such a manner that each installation will perform its intended purpose as applicable, in the finished work. D. The drawings indicate and show limits of construction for this project. The specifications specify material and work requirements for this project. Both are complementary to each other and both shall be followed to complete the work. E. Plans and dimensions under which the Work is to be performed are derived from a variety of sources. The existing conditions are provided for information only. Actual conditions may vary. Contractor is required to verify existing electrical system composition, conditions, and dimensions prior to submitting his bid. No additional compensation or time extension will be made for dimensional errors or discoverable inaccuracies related to existing conditions in the contract documents. 1.03 RELATED WORK A. Section 02 05 00 — Selective Demolition B. Section 03 30 00 — Concrete Repairs C. Section 07 18 16 —Vehicular Traffic Coating D. Section 07 95 00 — Expansion Joints 26 00 01 - 1 TEMPORARY ELECTRICAL DISCONNECTS Parking Garage Repair Project Museum Place Garage 1 New Liberty Street Salem, MA RBA Project No. 2019036 the ground. Locate debris containers only in locations approved by the Owner in advance. PART 2 - PRODUCTS A. Any replacement parts or additional materials needed due to modifications shall be as recommended by the manufacturer of the affected building component or as required by governing codes. PART 3 - EXECUTION A. Perform all work to meet the requirements of the Massachusetts Building Code. B. Upon completion of the work the Contractor shall verify in writing to the Owner and Engineer that all modifications are complete and the affected units are in working order. C. Any deficiencies shall be corrected by the Contractor at his expense. END OF SECTION 26 00 01 - 3 TEMPORARY ELECTRICAL DISCONNECTS