Salem Common Fence Restoration 3-30-2012Salem Common Fence Restoration
Salem, Massachusetts
March 30, 2012
March 30, 2012
Natalie Lovett
Community Development Planner
Department of Planning and Community Development
City of Salem
120 Washington Street, 3rd Floor
Salem, MA 01970
Tel.: (978) 619-5685
Email: nlovett@salem.com
Proj.: Salem Common Fence
Re: Condition Assessment Report, Executive Summary
CBI Job No.: 11195
Dear Natalie:
CBI Consulting Inc. (CBI) is pleased to present the following Condition Assessment Report
which describes the condition of the fence surrounding the Salem Common and makes
recommendations for repair and renovation. All repair work specified conforms to the
Secretary of the Interior’s Standards for the Treatment of Historic Properties with Guidelines
for the Treatment of Cultural Landscapes.
The report also includes cost estimates based on:
1. The total cost of restoration performed all at once.
2. An analysis of the cost per fence section.
3. A list of costs broken down per repair level.
During our investigation, we reviewed every one of the 253 individual fence sections and
noted the deficiencies on site. The fence suffers from deterioration over long-term exposure
and little maintenance. However, the biggest problem for the fence has to do with vehicular
impact. The worst fence sections and those missing are due to the problems relating to
snowplow operations around the fence during the winter and the carelessness of automobile
and truck operators.
During the last major renovation, there were some individual repairs that were inappropriate.
Those are noted in the report. Additionally, we have made recommendations for repairs using
traditional and modern methods and materials which would be appropriate at this time. We
have also recommended that expansion details be installed at the end of each fence section
and that each section of fence receive the same treatment which includes removal to the shop
for all repairs. Those repairs would include a sandblasting to remove the existing paint,
replacement of missing and broken parts, adjustment of the assembly to be straight,
repainting, and reinstallation.
Page 2
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Based on the City's budget, we propose two phases of construction (of which the plans and
specifications for bidding are included in this package). Phase I would include the restoration
of the two fences flanking each side of entrances number 1 and 11, with Add Alternate
pricing for these additional fences at entrance number 2. Phase II, with a budget of $200,000
(some of which is requested from the MHC Grant) would encompass the restoration of the
two fences flanking gates 3 through 8, with Add Alternates for those fences flanking
entrances 9 and 10.
We suggest that strong qualification language be included in the Specification as the number
of Contractors who have the ability to do this work is limited. Locally, we have experience
with DeAngelis Iron Work, Inc., Cassidy Brothers Forge, Inc., and Ryan Iron Works, Inc.
who are qualified and large enough to handle a project of this scope and size.
The Salem Fence is an important part of the historic fabric of the City of Salem and deserves
to be restored. The City's commitment to the future of the fence is seen in their commitment
of funding which at this time will address over 10% of the work.
We look forward to working with the City and the MHC in the weeks and months ahead on
this interesting and important project.
Please call with any questions.
Very Truly Yours,
CBI Consulting Inc.
Michael S. Teller, A.I.A., NCARB, LEED AP
Principal
mteller@cbiconsultinginc.com
Enc. Existing Conditions Report
MST/rar
11195 Executive Summary FINAL 03-30-12.docx
Table of Contents
Salem Common Fence Restoration
March 30, 2012
Cover Photo
Executive Summary
Table of Contents
Section 1
Conditions Assessment
Existing Conditions 1
Improper Repair Techniques 4
Causes of Breakage/Loss 5
Recommendations 6
Modern Repair Materials 8
Preventative Maintenance Plan 10
Long Term Maintenance Funding Alternatives 11
Photo Index
Section 2
Repair Level Narrative
Repair Level Photo Index
Section 3
Cost Estimate Narrative
Cost Estimate – Full Restoration
Cost Estimate – Per Fence Section
Cost Estimate – Per Repair Level
Section 4
Phasing Narrative
Phasing Spreadsheet
Phasing Site Plan
Section 5
Form C
Section 6
Project Plans and Specifications
Project Photographs and Support Materials
Condition Assessment
Salem Common Fence Restoration
March 30, 2012
Existing Conditions
CBI Consulting Inc. (CBI) has visited the site of the Salem Common Fence, in Salem,
Massachusetts, to review the existing conditions of the existing cast-iron fence structure that
surrounds the park. The perimeter of the common is approximately 1/2 mile long and the
majority of it is enclosed with an approximately five (5) foot tall cast-iron fence. (See Photo
#1). There are 253 fence sections, approximately 8’-0” long.
While in its current condition, several of the fence panels are missing, the majority are intact
but exhibit deterioration either from exposure to the elements, impact from vehicles,
vandalism, or improper repair techniques.
The fence is uniform, meaning that each of the fence sections (posts and eight foot long infill
fence panel) is the same. Each was created from the same pattern and therefore are very
uniform throughout the assembly. However, there are entrance ways that are different from
the standard fence panel facing Washington Square Streets, and at the corner of Williams
Street and Washington Square. (See Photo #2).
Various entrances throughout the fence structure have been closed off by bollards. Some are
historic (see Photo #3) and some are modern/removable (see Photo #4). The City of Salem
has installed modern steel pipes with screw tops at these locations, likely because they were
easier and cheaper to procure at the time and possibly after the existing historic bollards were
either stolen or damaged by vehicles.
The typical fence panel consists of a post with a decorative capital, an octagonal shaft, and a
mildly decorative base. (See Photos #5 & #6). It appears as if these were cast in two (2)
separate pieces. A small "pineapple" exists as a finial at the top of post and is connected to a
steel rod which is threaded at the top and bottom. (See Photo #7). At the top, the pineapple is
connected to the rod and, at the bottom, the threads connect to a steel plate which is cast in or
fastened to the granite base. Tightening the rod attached to the pineapple, secures the post
and creates the structural strength to hold the post in place and keep it from tipping.
Except for the top rail (which is mild steel and bends) (see Photo #8) the fence is comprised
of cast iron elements (which does not bend). The fence panel, located between posts, consists
of a decorative bottom rail which is fairly ornate (see Photo #9) and accepts the cast-iron
vertical balusters that penetrate the top rail and are capped by two (2) different spearhead
designs (see Photo #10). The balustrades are also two (2) different designs corresponding to
the spearheads.
There are only a few non-uniform fence sections. They contain swinging gates. The support
posts are granite and the gates match the fence. The steel is set into recesses created in the
granite. Unfortunately, the steel has rusted and when it rusts, it expands. The pressure of the
rusted steel caused the edge of the granite recess to chip or “spall”. (See Photo #17).
Cast-iron is an alloy with a high carbon content (at least 1.7% and usually 3.0 to 3.7%) that
makes it more resistant to corrosion. While it is extremely easy to cast and can take almost
Page 2
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
any shape in which a mold can be created, it does not lend itself to fine detail and it has
structural strength issues. It is extremely strong in compression and has been used since the
1800's to create columns and entire building façades that were also structural. It is, however,
not good in tension and is extremely brittle.
Until recently, you could not weld to cast-iron. In the modern era, new welding rods
(Certanium) have been developed that take advantage of the cast-iron metallurgical properties
and, if used carefully, can weld pieces of cast-iron together or pieces of mild steel to the cast-
iron. It is important to note, that like welding with mild steel, the weld is always stronger
than the parent material. Unfortunately, with cast-iron this is even more true, as any force
applied to the cast material, adjacent to a weld, will snap the cast-iron on the other side of the
weld location. In some cases the top rail was not long enough to connect to the post and an
extension was attached in mild steel. (See Photo #11).
Typically, the top rail is welded directly to the support post. (See Photo #12). A sealant,
which appears to be black silicone, was applied over the welds in an effort to smooth out the
surface and not trap any moisture. Unfortunately, the sealant is, in fact, trapping moisture and
rust has formed around the welds. (See Photo #13).
Traditionally, cast-iron material is bolted together using blind or countersunk fasteners. Cast-
iron can be drilled and tapped and threaded fasteners used to connect pieces together. In
modern times, the process of drilling and tapping is costly and with the advent of welding
techniques, this process is not often employed. However, it would be more historically
correct and in some cases would take advantage of the materials properties.
The existing fence has been created in different eras and it appears as if different molds were
used at different times to create the entire fence and or replacement pieces. Either that or the
quality of the casting varies. New molds can be created from existing piece of cast-iron.
However, cast-iron shrinks approximately 1/8 inch per foot. So if new cast-iron is to be cast
from molds of existing pieces, the designer and contractor must take this shrinkage into
consideration and adjust accordingly.
The finish of the existing fence is black paint. We have not tested the paint so we are unclear
as to whether not lead paint exists throughout. However it is likely. Nevertheless, because
the various fence elements are deteriorated and rust exists the finish must be replaced.
Paint cannot be applied to the cast-iron until it has been properly prepared. As per
Preservation Brief-27 from the U.S. Department of the Interior, see attached, we recommend
low pressure grit blasting the existing material with an abrasive material such as iron slag or
sand which will remove the existing coatings down to the bare metal and create a “tooth” to
help the paint adhere.
It is most important to remove any loose material and, especially, all the existing rust and
corrosion on the base metal before painting. Soon after, the clean cast-iron must be painted
in order to avoid the potential of “blush rust” which could occur in humid conditions creating
rust on the surface the material before the paint is applied. There is a time constraint and
urgency to getting paint onto the metal immediately after blasting with any abrasive.
The cast-iron can be finished in two ways. The first option is to paint the material with a high
tech, durable coating system. We recommend a zinc rich primer, followed by an epoxy
Page 3
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
intermediate coat, finished with a urethane top coat which gives it its UV protection and
color. We suggest that each coat of paint be a different color so that if the paint is ever
damaged the contractor can tell which coats are still intact and which need to be replaced.
Also, by using different color coats, it is easy for the contractor, and the architect, to visually
inspect the coverage of the paint before the next coat or type of paint is applied.
Another option is to galvanize the metal using a either a hot dip system or an electro galvanic
system. Hot dip is more durable. The drawback is that of the hot dip galvanizing process
sometimes deforms the metal material and this is problematic with cast-iron as it could break.
The electrostatic galvanizing process involves introduction of electric charge and when this
paint is sprayed into the air, around the material, it is attracted to the electrified metal. This
often creates a very uniform finish, however, touching up this finish in the field if damaged,
is very difficult in the future. It also makes temporary protection of the new paint extremely
important during transport to the site and, again, if it is damaged, it is very difficult to touch-
up.
We did not observe any accommodation for expansion throughout the entire fence except
where sections of fencing were missing. Assuming they are replaced, there still is no way for
the fence structure to accommodate movement from heat or cold. The top rail of the most
fence sections is welded solidly to post. There exists a small bracket on each side of most
posts which helps to support the top rail. In some cases the top rail is bolted into this tab (see
Photo #14), however, most conditions are welded. It would be possible to physically cut the
top rail from the post, create a slotted hole in the top rail and drill and tap into the bracket
creating a detail for expansion on each side of the post throughout the fence.
Each post bears on a granite base. Most bases are in good condition. (See Photo #15). The
major deficiency is a cracked or broken corner which, in most cases, should not be repaired.
There are a few concrete bases (see Photo #16) which are deteriorated and should be replaced
with granite to match.
There is always a debate as to whether or not this type of project and this type of fence
material should be repaired on site, in the field, or removed to the shop. Because each fence
panel is welded to the post, removal of the fence would involve a tremendous amount of
destructive removals at each post. Therefore, new connections would have to be made, either
by welding or drilling and tapping. Removing the fence in its entirety to the shop would
provide uniform conditions where workers are in a controlled environment. This creates a
more comfortable, clean, wind free, efficient work environment where various shop tools can
be employed including overhead cranes, infills, clamps, etc.
Not surprisingly, there are several unusual conditions: A tree is growing around one of the
posts. (See Photo #18). Branches and roots also affect other posts of the fence. At a missing
section of the fence, a support has been installed. It is unclear if the section was missing or if
it was removed for this purpose. (See Photo #19).
Page 4
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Improper Repair Techniques
During the last renovation project, the Fence had several repairs performed that have not
stood the test of time and are resulting in aesthetically unpleasing results and accelerated
deterioration. The first example is the connection of the steel top rail to the cast-iron end post.
In each case the rail is welded. However, it appears as if the connection was field welded and
there was no effort to grind down or smooth out the weld. With only 6 inches available
between the end post and the first picket, there is not enough room to get a grinder in that
space in order to smooth out the welds. As a result, caulking was smeared over the top of the
weld in order to fill in the valleys and gaps and create a canted surface that would shed water.
While this may have worked for the first 10 years, or so, it is no longer the case. Water has
gotten under the sealant and caused deterioration (by rusting) of the weld and the parent
material. Compounding the difficulty is the shape of the end post which is fluted which
would, again, make it hard to grind the weld smooth in the field with the first picket in place.
Another example is where the existing pickets attach to the top of the continuous bottom rail.
Each picket sits in a depression on top of the rail that is cast in. It is likely that the original
detail included molten lead which would fill the space and create a sort of adhesive that
would keep the bottom of the picket in place, fill the gap, and shed water. All of those lead
plugs are missing, have deteriorated away, or been removed. The last renovation added
sealant at this location in order to fill a gap, hold the picket place, and shed water. However,
the sealant does not appear to be silicone and has once again only lasted about 10 years and
as it delaminates it catches water behind the sealant causing accelerated deterioration of the
cast-iron.
Page 5
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Causes of Breakage/Loss
The major culprit in the deterioration of the Salem Common Fence is impact by vehicles.
Whatever deterioration is resulting from improper details is minor compared to the wholesale
loss of entire fence sections because snowplows routinely push snow up to the fence in the
winter and even impact the fence during that process. Or if vehicles jump the curb, swing
wide, or directly impact the fence, the major reason why large sections of fencing are
damaged or missing has to do with impact from vehicles adjacent to the Common Fence.
Loose fence elements are then removed by Pedestrians as souvenirs.
Certainly restoring the fence and providing details that do not accelerate deterioration are
important. But the number one environmental factor causing widespread damage to the fence
has nothing to do with the fence restoration and repair technology but the administrative
control of the streets and environment around the fence.
Page 6
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Recommendations
In general, all work must comply with the Secretary of the Interior’s Standards for the
Treatment of Historic Properties with Guidelines for the Treatment of Cultural
Landscapes.
Our recommendations for individual components are as follows:
1. Most granite bases should remain. Minor chips look “historic”. Granite bases with
severe breaks that look “damaged” should be replaced.
2. All concrete bases should be replaced with granite to match the existing.
3. We have proven that broken cast iron can be welded back together, but the cost is
usually greater than replacement in kind as the number of broken pieces is low, we
recommend replacement.
4. There are few broken support posts of which the broken part is still on site, is
attached or is available. We recommend that instead of trying to repair the post that
the broken portion be replaced.
5. Broken bottom rails, where all the pieces are still on site should be welded back
together, as this is an expensive item to replace.
6. Broken balustrades should be replaced, again because they are too costly to repair.
7. The soil around the fence should be cut back, away from the fence, so it can breathe.
8. Expansion connections should be installed at each connection to a support post.
9. We recommend that the repair of the granite spalls at the entrance swinging gates be
a low priority. However, when that work occurs, the granite should be repaired with
granite Dutchmen in material to match the existing and the steel should be removed
from the granite and new stainless steel inserts installed to remove this hazard.
10. The fence should be repainted on a regular basis. If the entire system is sandblasted
and recoated with a high tech paint system, then repainting should only be needed
periodically. We would recommend that touch-up occur on a yearly basis, major
touch-up occur every five (5) years, and recoating occur every ten (10) years. The
recoating would normally involve the urethane top coat unless any of the undercoat
layers were damaged. In that case, they would have to be repaired and restored layer
by layer.
Regarding improper repair details, the new expansion joint detail at the top rail connection to
the end support post will be performed in the shop, under controlled conditions, after the top
rail had been removed. Therefore, there will be adequate access to reach the new expansion
bracket, to be welded to the end post, for careful welding and grinding smooth to shed water.
At the connection of each picket to the bottom rail, we propose a high performance silicone
sealant with a lifespan of between 20 and 40 years in gloss black color. The parent surface
Page 7
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
must be clean and the shape of the sealant shall be canted to severely shed water from the
joint area.
We discussed how to reduce vehicle impact to the fence at the public meeting. Strategies
included a neighborhood watch, surveillance cameras, increased police presence, and
notifications to each snow plow operator with severe fines. These should be implemented by
the City in any event. Physical barriers around the fence would be expensive (because of the
vast scope) and would have an aesthetic impact on the fence, as well. They include bollards
and large stone blocks. We prefer stone as they can be low profile and require no permanent
foundation or attachment. They can be loose laid on the ground outside the fence at the curb
across from all streets and driveways. Please note, the cost for this recommendation is not in
the Construction Estimate.
Page 8
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Modern Repair Materials
In order to complete the renovation of the fence, modern repair materials and techniques will
be used along with the traditional. In the past, cast-iron was not considered repairable. Cast-
iron is extremely brittle and if it breaks there was never a way to "weld" it back together.
Modern welding techniques now allow cast-iron material to be reattached using Certanium
welding rods. Modern welding equipment which allows different levels of electrical power to
enter the welding rod and effect the parent material, adjusting the heat level up and down,
allow the welder to adjust the equipment to fit the chemistry and temperament of the broken
cast-iron. Usually, the pieces requiring work should be cleaned, preheated, and back cut so
that there is a groove available to be filled with welding material and ground smooth to match
the original finish. Welders are currently using Certanium welding rods which appear to be
the most compatible with the cast-iron material. While the welding technique has proven to
work on this fence during our field testing, each Contractor will evaluate the cost and effort
associated with welding versus recasting. It is possible that the Contractor may elect to
simply replace the material instead of attempting a repair. Because the number of broken
pieces is fewer than the number of missing pieces, this is not a major concern for this project.
When this fence was originally constructed and assembled, the vertical pickets were seated in
notches in the bottom rail and filled with molten lead. Lead is no longer being used because
of various health and safety reasons. Now, in order to seat the material and create a bond,
high-quality silicone sealants are being used. The important aspect of this process is to be
sure that the substrate is completely clean prior to application, that the shapes are "canted" in
order to shed water, and that the color matches the paint finish. Modern silicones can perform
these tasks and if installed properly will give the fence a minimum of 20 years of service.
Lead, while strong, is not extremely flexible. Eventually the lead deforms and openings occur
between the cast-iron and the lead due to movement and expansion. Then water, through the
“freeze/thaw process”, moves the pliable lead outward and the gaps increase, allowing even
more water into the system. Therefore, the lead is not a viable solution either. The sealants as
well as the paint become a future maintenance item.
The paint system to be used on the project is a modern combination of paint that is so robust
that it is designed to be submerged under seawater and is often used on oil rigs located in the
North Sea. The system, while very durable, is not much more expensive than any industrial
paint system but the thought and care given to using this system makes it a very long lasting
and durable assembly that will protect the fence for a very long time with very little
maintenance.
The primer should be a zinc-rich material which will act as the sacrificial layer. This means
that any rust or corrosion that begins to occur under the paint, because of a break in the
system, would actually chemically dissolve due to the electrolytic action. This is a similar
process as what occurs in marine applications where lead anodes are attached to the bottom of
boat hulls to retard the corrosion of the metal on the boat. The anode wears away before the
metal begins to rust.
Page 9
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
The second or intermediate coat is epoxy which provides the strength to protect the primer
and form a base for the finish coat. It is extremely durable.
The topcoat is a polyurethane finish which provides the color and the ultraviolet protection
that the epoxy needs and the water shedding properties necessary keep the product dry.
Each of these paint layers should be a different color. The advantage to this concept is that if
the paint finish is ever damaged, and one or more layers are removed, only those topcoats that
are damaged need to be reapplied. If the polyurethane coat is damaged and the primer and
epoxy are still intact then, for example, only the topcoat needs to be touched up. This saves
time and money and helps the maintenance staff appreciate and work with the three coat
system to keep it intact.
Page 10
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Preventative Maintenance Plan
While we have determined that the majority of deterioration and damage on the existing
fence has to do with vehicular impact, left unmaintained, the fence will deteriorate due to the
elements. Therefore, preventive maintenance is required to be performed on the fence on a
regular basis. While this is a long-term process, work should be done every year to maintain
the integrity of the material as follows:
1. Inspect the fence yearly and touch up at severe scrapes, chips or damage to the fence.
This is intended to be a one-day process and the intent is to use the black
polyurethane topcoat at locations that are exposed.
2. Every 5 years a similar process should be performed where the entire fence is walked
and inspected. This is intended to take approximately a week. Therefore, additional
time and effort is spent in an effort to find all the scrapes and chips. All three paints
should be on hand in order to repair the material that is exposed in a more thorough
fashion.
3. Every 10 years the entire fence should be completely repainted. The process that
takes place every five years should be implemented to be sure that the primer and
epoxy coatings are intact and then the entire fence should be recoated with the black
polyurethane finish topcoat. This process could take as much as a month and we
recommend that it be performed by hand with brushes rather than by spray. Using
brushes allows the painter to "jam" the material into the various cracks and crevices
of the system providing protection to those hard to reach areas that might not be
covered using a spray gun.
Additionally, we suggest that the city initiate a relationship with one of the local (qualified)
iron work Contractors to be on-call for repairs needed on a daily/weekly/monthly basis.
Damage occurs quite often. If it can be addressed immediately, the party responsible can pay
for the repairs and the historic fabric is less likely to be lost.
This preventative maintenance program will ensure that the historic fabric of the fence will
last as long as possible on site.
Page 11
Salem Common Fence Restoration
Condition Assessment
March 30, 2012
CBI Job # 11195
Long-Term Maintenance Funding Alternatives
The Salem Common Fence project is owned by the City of Salem. Therefore, the majority of
funding will likely come from the City either through their capital fund, maintenance budget,
or through a bond of some sort. We believe that the repair project described above, will
promote awareness of the fence and create enthusiasm amongst the City's residents,
especially those living in adjacent neighborhoods to the Common. This will, in turn, generate
donations and funding enthusiasm.
Private donations to cover the cost of renovation and repair, as well as ongoing maintenance,
can be linked to dedications and recognition of donors at each fence location. For example,
donors could sponsor a particular section with their name listed on a plaque adjacent to a
particular fence section. Additionally, a master list could be created and kept on the web as
well is at City Hall to commemorate the support of the various citizens/nei ghbors.
We suggest that civic and private groups that use the Common should pay a fee that, in part,
will go to maintaining and repairing the fence.
The Salem Common Neighborhood Association could sponsor fundraisers which would help
fund the cost of ongoing maintenance and repair. Sponsoring events on the Common that
range from fun family events to educational preservation conference/seminar activities would
also raise awareness and bring in experts from all over the country who could use this
extremely historic and important fence as a catalyst for ornamental ironwork and cast -iron
product awareness and industry buzz. All activities would help to bring money into the
economy of the City of Salem which would use their City Administrative and Public Works
resources to promote the fund-raising effort.
MST/rar
11195 Condition Assessment 03-30-12.docx
Conditions Assessment Photo Index
Salem Common Fence Restoration
March 30, 2012
Photo No.
1.
2.
Page 2
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
3.
4.
Page 3
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
5.
6.
Page 4
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
7.
8.
Page 5
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
9.
10.
Page 6
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
11.
12.
Page 7
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
13.
14.
Page 8
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
15.
16.
Page 9
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
17.
18.
Page 10
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
19.
Repair Level Narrative
Salem Common Fence Restoration
March 30, 2012
During our field investigation, we photographed each fence section in the roughly the same
format in order to understand the overall composition and condition as well as the condition
of the support end posts and the individual elements needing care. All of the photographs and
all of the Field Notes are included in Appendix A.
We have attached examples of photographs and Field Notes for five different sections in
order to help understand the repair levels that were determined on site. The five fence
sections represent the five repair levels so that photographically we can see how the repair
efforts increase for each level.
Typical examples for each level are as follows:
Repair Level I Fence section 234 $ 3,938.55
Repair Level II Fence section 70 $ 4,256.78
Repair Level III Fence section 168 $ 5,764.44
Repair Level IV Fence section 140 $ 8,473.63
Repair Level V Fence section 210 $12,826.00
Repair Level I requires the least amount of attention and includes the “standard” repair
techniques being applied to all the fences. Those include removal of the fence from the site to
the shop for repair, sandblasting to remove all the existing paint, rust, and scale, straightening
of various fence elements to create a level, plumb, and true assembly, creation of expansion
connections at each end of the top rail, painting with a high-tech, three coat paint system,
transporting back to the site and reinstallation in place. Level I requires virtually no other
repair. Estimated costs: $3,000-$4,000.
Repair Level II includes all the techniques from Level I and includes very few cast-iron
elements to be replaced that might be cracked or missing. Estimated costs: $4,000-$5,000.
Level III includes all the repair techniques from Level II and includes additional repairs to
replace more items that are cracked or missing, or that are deformed or displaced. Estimated
costs: $5,000-$6,000.
Level IV repairs include all the repairs from Level III. Level IV, however, is likely missing
up to half of the existing pieces so that wholesale replacement begins to be very expensive.
Estimated costs: $6,000-$9,000.
Level V includes all the repairs from Level IV. Level V repair indicates a fence that is
completely missing and must be replaced in its entirety. Estimated costs: $9,000-$14,000.
Repair Level Photo Index
Salem Common Fence Restoration
March 30, 2012
REPAIR LEVEL I
Page 2
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 3
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 4
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 5
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
REPAIR LEVEL II
Page 6
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 7
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 8
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 9
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
REPAIR LEVEL III
Page 10
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 11
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 12
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 13
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 14
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 15
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
REPAIR LEVEL IV
Page 16
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 17
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 18
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 19
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 20
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 21
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
REPAIR LEVEL V
Page 22
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Page 23
Historic Repairs to Salem Common Cast-Iron Fence
CBI Job No.: 11195
March 30, 2012
Cost Estimate Narrative
Salem Common Fence Restoration
March 30, 2012
The following cost estimates are the result of our field survey in which we noted various
deficiencies in the existing fence system, allotted unit prices for each, and tallied each type of
repair and each fence section itself. The costs are presented in three formats:
1. Overall renovation with summary of deficit items.
2. Overall costs per fence section.
3. Overall costs per repair level.
The first spreadsheet is a tally of the entire project if performed all at once. This provides an
overview of what it would take on a global basis. The total cost to restore the fence in one
phase is $1,223,812.
However, because funds are limited and phasing must occur it is important to determine how
to break down the costs per fence element. This is how the second spreadsheet is arranged.
The same field observations and unit costs are used but are tallied per line so that we
understand the cost to renovate each section. Each section is defined as a structural end post
and the body of the fence. There are 253 fence sections. Of that amount, 11 are entrances and
contain bollards instead of fences. (There is one exception where a fence section is not at an
entrance but contains bollards instead of a fence.) The per fence costs range from $2,000 to
$14,000.
Finally, in order to understand the levels of deterioration and how to group the repairs by
severity, each fence section is grouped by repair level in the third spreadsheet. Level I is the
least amount of work and Level V is the most severe, usually indicating that the fence is
missing. The total costs for each level are as follows:
Repair Level I $ 345,756
Repair Level II $ 520,883
Repair Level III $ 121,980
Repair Level IV $ 56,152
Repair Level V $ 179,040
TOTAL $1,223,812
Cost Estimate
Full Restoration
Salem Common Fence Restoration
Salem, Massachusetts
Cost Estimate
Per Fence Section
Salem Common Fence Restoration
Salem, Massachusetts
Cost Estimate
Per Repair Level
Salem Common Fence Restoration
Salem, Massachusetts
Phasing Narrative
Salem Common Fence Restoration
March 30, 2012
The City of Salem has determined that, based on available funding, two phases will be
performed in this first round of repairs. Phase 1, which is based on a $50,000 budget, will
include the restoration and repair of the fences and bollards that flank Entrances #1 and #11.
Add Alternate pricing will be provided for additional individual fence sections at Entrance
#2, if the budget allows.
Phase 2, which is based on a $200,000 budget (a portion of which is requested from a MHC
Grant), includes the restoration of the fences flanking entrances number 3 through 8, with the
fences remaining to complete Entrance #2 included. Add Alternate prices are being provided
for those fences flanking entrances 9 and 10, as well.
See attached tally of costs.
Form C
Salem Common Fence Restoration
Salem, Massachusetts
Follow Massachusetts Historical Commission Survey Manual instructions for completing this form. 4/11
FORM C OBJECT
MASSACHUSETTS HISTORICAL COMMISSION
MASSACHUSETTS ARCHIVES BUILDING
220 MORRISSEY BOULEVARD
BOSTON, MASSACHUSETTS 02125
Photograph
Locus Map
Assessor’s Number USGS Quad Area(s) Form Number
35-0079
Salem
947
Town/City: Salem, MA
Place (neighborhood or village):
Salem Common National Register District/ Washington
Square Local Historic District
Address or Location: 00 Washington Square
Name: Salem Common Fence
Ownership: Public Private
Type of Object (check one):
___ statue
___ bust
___ group composition
___ religious shrine
___ monument
___ milestone
___ marker
_X_ boundary marker
___other (specify)
Date of Construction: 1850
Source:
Adams, George. The Salem Directory: The City Record.
Salem: Henry Whipple, 1851.
Designer/Sculptor: Denio, Cheney & Co., Boston, MA
Materials: Cast-Iron and Granite
Alterations (with dates):
Rehabilitation of Existing Fence Sections,
Replacement/Restoration of Select Portions of Missing
Fence Sections, 1980-86
Fence Restoration and Painting, 1999-2000
Installation of Decorative Bollards Entrances, 2001-02
Condition: Poor/ Widespread Deterioration
Moved: no yes Date:
Acreage: Approximately 9 Acres
Setting: Situated between Washington Square North, South
and East in the Washington Square Historic District, Salem,
MA
Recorded by: CBI Consulting Inc.
Organization: Salem Department of Planning and
Community Development, City of Salem, Massachusetts
Date (month / year): March, 2012
INVENTORY FORM C CONTINUATION SHEET SALEM, MA Salem Common
MASSACHUSETTS HISTORICAL COMMISSION Area(s) Form No.
220 MORRISSEY BOULEVARD, BOSTON, MASSACHUSETTS 02125
Continuation sheet 1
Recommended for listing in the National Register of Historic Places.
If checked, you must attach a completed National Register Criteria Statement form.
Use as much space as necessary to complete the following entries, allowing text to flow onto additional continuation sheets.
DESIGN ASSESSMENT
Describe the design features of the object and evaluate in terms of other similar types of objects within the community.
The cast-iron Salem Common Fence, installed in 1850 in Salem, Massachusetts, encloses the 9-acre tract of public land
historically known as Washington Square. At approximately five (5) feet tall, the fence runs along the majority of the 1/2 mile
long perimeter of the park and features three large entrance ways facing two of the Washington Square intersections and the
corner of Williams Street and North Washington Square. The fence is divided into 253 sections, each comprised of a post and an
eight-foot long infill fence panel and each created from the same pattern. At the various entrances throughout the fence structure
there are also a number of bollards, some of which are historic and others which are temporary and modern. In many instances,
the City of Salem has installed modern steel pipes with screw tops at these locations, likely because they were easier and cheaper
to procure at the time and possibly after the existing historic bollards were either stolen or damaged by vehicles.
The Salem Common Fence, with the exception of the top rail (which is a malleable, mild steel), is a structure comprised entirely
of cast-iron elements. Cast-iron is an alloy with a high carbon content (at least 1.7% and usually 3.0 to 3.7%) that makes it more
resistant to corrosion. While it is extremely easy to cast and can take almost any shape in which a mold can be created, it does
not lend itself to fine detail and it has structural strength issues. These material characteristics are evident in the construction and
current condition of the fence.
The typical fence panel consists of a post with a decorative capital, an octagonal shaft, and a mildly decorative granite base. It
appears as if these posts were cast in two (2) separate pieces. A small "pineapple" exists as a finial at the top of each and is
connected to a steel rod which is threaded at the top and bottom. At the top, the pineapple is connected to the rod and, at the
bottom, the threads connect to a steel plate which is cast in or fastened to the granite base. Tightening the rod attached to the
pineapple secures the post and creates the structural strength to hold the post in place and keep it from tipping. The fence infill
panel, located between the posts, consists of a considerably ornate decorative bottom rail, featuring a series of eight crossed
sections, each bearing a rosette at its center. This bottom rail accepts the cast-iron vertical balusters that penetrate the top rail and
are capped by two (2) different, alternating spearhead designs. The details of the balustrades are also two (2) different designs
corresponding to the spearheads. Thus, when taken as a whole, the fence presents an understated decorative effect with clean
lines and a traditional, neoclassical design that is very much in keeping with its age and its surrounding neighborhood. To quote
one contemporary chronicler of the City of Salem, George Adams: “the pattern of the iron railine is neat, and not elaborate… the
effect of the whole is very fine.” (Adams, 1851) As it exists today, the fence retains much of this original appeal and only bears a
few non-uniform sections which have been modified to contain swinging gates. The support posts are granite and the gates
match the fence with the steel set into recesses created in the granite.
Not surprisingly, there are also several unusual conditions which have developed over the past 162 years. As can be expected,
the fence has suffered from general deterioration over time, both natural and as the result of outside forces, such as vehicular,
animal and human interference. In an effort to contain this, through various restoration and repair projects, it has become clear
that the fence has been created in different eras. It appears as if different molds were used at different times to create entire fence
sections and/or smaller replacement pieces. Either that or the quality of the casting has varied from project to project. There has
also been the inevitable encroachment of the surrounding environment including a tree which is growing around one of the posts,
and various branches and root systems which have come to affect other sections of the fence.
In terms of the design of the fence in relation to the surrounding “lived” environment, the Sa lem Common Fence is an integral
part of the Washington Square and McIntire Historic neighborhoods. The city boasts a number of nationally recognized historic
districts and monuments and, as a whole, is considered one of the most important and cohesive resources for early American
INVENTORY FORM C CONTINUATION SHEET SALEM, MA Salem Common
MASSACHUSETTS HISTORICAL COMMISSION Area(s) Form No.
220 MORRISSEY BOULEVARD, BOSTON, MASSACHUSETTS 02125
Continuation sheet 2
architecture in the country. The Salem Common and its adjoining neighborhood, a focal point for the local community since it
was first established in 1714, remains one of the city’s most well known and visible examples of this unique heritage. In 1802,
when the Common was graded and landscaped for enhanced public access, the Washington Square District became a desirable
area for residential development. “A number of the city’s leading merchants built imposing neo-classical mansions facing the
Common… A number of houses in various revival styles were later built on remaining lots, resulting in an impressive
concentration of early to mid-19th century dwellings.” (Salem’s Historic Districts) As such, the park is surrounded by a number
of well-preserved Federalist, Neoclassical and Revivalist structures, including the Essex Institute, the Gothic Revival-style East
Church, which now houses the Witch Museum, and a number of historic homes, such as the Gardner-Pingree House (1804-5),
the Forrester-Peabody House (1818-19), and the Joseph Story House (1811). The Salem Common Fence, with its traditional,
neoclassical design, is a reflection of the overarching aesthetic of Salem and is a unifying element for the neighborhood.
The fence also acts as a bridge to one of the city’s most famous residents, Samuel McIntire, whose name has become
synonymous with neoclassical architecture in America and who “will ever be inseparably associated with the Common.” (Cousins,
1916). McIntire was responsible for the design of many of the most prominent homes and municipal buildings in Salem,
including a number of structures which are situated within the Salem Common neighborhood, and his influence is one of the
most unifying aesthetic elements of the city. In 1805, 45 years prior to the installation of the current fence, McIntire was
contracted by the citizens of Salem to decorate the Common entrances with large, ornate wooden arches. These entranceways
were celebrated in their day and his carvings are considered to be indicative of the neoclassical style of his work and the
Federalist era. While the cast-iron fence was designed and installed after McIntire’s death, the style was very much in keeping
with the great architect’s legacy. This is clearly evident when we compare the details of the fence, especially the decorative
capitals and “pineapple” and rosette detailing, to the surviving residential and municipal wood-carvings of McIntire. In effect,
the people of Salem were aware of their architectural history and had set out to create a coherent stylistic language for their city.
The Salem Common Fence is a living part of this history and is a testament to the pride the people of Salem feel for their civic
and cultural heritage.
HISTORICAL NARRATIVE
Explain the history of the object and how it relates to the development of the community.
The Salem Common, an approximately 9-acre plot of land in downtown historic Salem, has been referred to as one of the great
early examples of community-based planning in the country and both the park and its fence have a deeply-rooted connection to
the history and heritage of Salem.
Located between the three intersecting Washington Square streets (named cardinally), and established less than 100 years after
the city was founded in 1626, this parcel of land was marked out by the people of Salem as an area that would always remain at
the disposal of the community. “The commoners, on 16th of November, 1714, voted, that the spot “where the trainings are
generally kept, before Nathaniel Higginson’s house shall be forever as a training field for the use of Salem.” (Felt, 1845) At this
time, the landscape bore a markedly different character than it does today and was described as “much diversified, having
several ponds and hillocks” (Adams, 1851). During this time, and considering the topography, the land was used for military
drills, communal grazing ground for livestock, and as leased land for a number of different temporary structures, including an
alms-house and a school. It was not until the turn of the next century that the people of Salem began to reconsider the needs of
the community and the most advantageous use of the land.
In 1801, in an initiative spearheaded by Elias Haskett Derby, a member of one of the most prominent families in the city and a
colonel in the local militia, a committee of Salem residents elected to undertake an aggressive urban landscaping project that
would completely change the nature of the park. Utilizing privately contributed funds, totaling about $2,500, the common was
leveled and about one hundred elms and poplars were planted. A year later, upon the completion of this initial project, the City
voted to officially rename the park Washington Square, in honor of the famous statesman who had often visited the city. Shortly
afterwards, in 1805, in an effort to further integrate the public green into the fabric of the community, “contributions were made
by individuals and the town, for the erection of its eastern and western gates. Being designed, ar ched, and ornamented by Mr.
INVENTORY FORM C CONTINUATION SHEET SALEM, MA Salem Common
MASSACHUSETTS HISTORICAL COMMISSION Area(s) Form No.
220 MORRISSEY BOULEVARD, BOSTON, MASSACHUSETTS 02125
Continuation sheet 3
Samuel McIntire, a noted architect, they do much to honor his taste.” (Felt, 1845) This contribution by McIntire is of great
historic importance to the City of Salem. Regarded as one of the leading architects of his day, his wor k is perhaps the most
unifying stylistic feature of Salem and is commonly referred to as a quintessential example of Federalist-era architecture.
Examples of his work are seen in municipal, commercial and prominent residential properties throughout the city, including
many homes within the Salem Common neighborhood itself. His involvement with the Washington Square project solidifies the
importance and visibility of the park to the citizens of the city at that time.
Throughout the early 19th century, there were continued efforts to improve the Common, including the upgrade to a more
“substantial railing” around the perimeter of the park in 1817. This new fence, constructed out of wood, was lauded as adding
“much to the worth and beauty of its environs.” (Felt, 1845). Within twenty years, however, the integrity of the fence and the
McIntire gates had been compromised, as is inevitable given their material and exposure to the elements, and in 1850 the current
cast-iron fence was installed as a permanent replacement. In many ways this decision was the culmination of the ongoing
Common beautification efforts and was considered a success by the people of Salem:
“The new fence, including the gateways, was erected under the direction of Messrs. Denio, Cheney & Co., of
Boston, the contractors; the length is 2584 feet and 6 inches, and cost $7,050. The work is done in a most
excellent and perfect manner; the pattern of the iron railine is neat, and not elaborate: the gateway on the westerly
side presents a beautiful appearance, and the effect of the whole is very fine.” (Adams, 1851)
The design of this new fence stayed true to the celebrated McIntire carvings which had, until that time, adorned the entranceway
arches. (These were removed and given to the Essex Institute, who have preserved and displayed them in various ways as a
commemoration of Salem’s history since that time.) In fact, the fence was much in keeping with the Federalist/Neoclassical style
that had been championed by McIntire and which has come to define the historic areas of Salem. In this way, the Salem
Common Fence has been instrumental in creating a sense of aesthetic harmony within the neighborhood directly surrounding the
Common as well as creating a sense of cohesion throughout the city as a whole.
In the century following the installation of the fence there was little alteration made to the Salem Common, apart from a limited
amount of general maintenance work that went into its upkeep and when the Common was recognized by the National Historic
Register as a Historic Property, in 1976, the neglect and wear of those past hundred years had become undeniably apparent.
(NPS, 1979) The official classification of the property, which includes the historic fence, seems to have revitalized the
community’s commitment to the preservation of the park and it has undergone a series of restoration and rehabilitation projects
since that time. Two of the biggest projects that have been undertaken, to date, occurred in the 1980’s and again in the early
2000’s.
In the early 1980’s, shortly after the park’s reclassification as a Historic Property, the city officially recognized the widespread
deterioration of the Common and its fence and began planning for its rehabilitation. According to the Salem Common
Neighborhood Association, who have made it their mission to preserve and restore the Common fence, there were at least 80
sections of fence missing in 1980. The city began applying to various grant programs and making small repairs with what money
they were able to procure until, in 1986, they received a substantial grant from the Department of Environmental Management
for a major overhaul of the Common; an amount totaling $604,434. The City contributed an additional $247,384.80 to the
project, bringing the project budget to nearly $850,000. According to the legal agreement between the city and the DEM, the
Scope of Work focused heavily on the perimeter of the park: “The design completes the site’s perimeter definition and restores
the interior lawn area and pathways to create an aesthetically pleasing and functional space. Restoration of the cast iron fence
and perimeter tree planting scheme enhance the historic quality of the Common.” The firm Cassidy Brothers Forge, Inc. was
hired to complete the fence restoration portion of this program and, according to the company’s promotional material, they were
able to restore the entirety of the ½ mile long fence, including 900 feet of new cast -iron sections.
In 1999, the City bid out and awarded $32,000 to DeAngelis Iron Work, Inc. for further fence restoration work. This project
included the installation of 21 temporary pipe bollards (in place of the more costly cast-iron), the repair and re-anchoring of the
INVENTORY FORM C CONTINUATION SHEET SALEM, MA Salem Common
MASSACHUSETTS HISTORICAL COMMISSION Area(s) Form No.
220 MORRISSEY BOULEVARD, BOSTON, MASSACHUSETTS 02125
Continuation sheet 4
fence posts, replacement of missing pickets and painting of all repair work. (Connelly, 1999). These bollards, as indicated in the
Salem Historical Commission’s Certificate of Non-Applicability, dated 10 February 2000, were intended to be a short term
solution and were not considered to be in accordance with the historic standards of the City. In 2000, the Salem Common
Restoration project received a Historic Landscape Preservation grant for $20,000 of the requested $67,000. The city was
required to contribute a 36% of this amount, bringing the total funds to $31,250. The Scope of Work for this project intended to:
“restore sections of the cast metal fence, repair several period lighting fixtures in the site, repair and refinish the McInt ire Arch,
and install additional landscaping.” The fence work included the replacement of missing sections, various spot repairs and
replacing a number of the temporary bollards with permanent decorative bollards. Given the shortage of funding, the City of
Salem also organized an event, in accordance with Historic Commission guidelines, to celebrate the 150th Anniversary of the
fence by enlisting the community to paint the entirety of the structure in an hour. The firm Waters and Brown prepped the fence,
according to the Technical Specifications, and provided free paint and brushes for the entire corps of volunteers. This show of
support from the local community is indicative of the continued importance the people of Salem place on the preservation of the
fence and their cultural heritage. The most recent restoration work on record for the fence is two separate efforts, in 2001 and
2002, to replace at least 14 of the pipe bollards with more historically appropriate cast -iron bollards.
Given this history of intermittent and under-funded preservation efforts, it is not surprising that the current level of deterioration
for the fence, as a whole, remains poor. It has gotten to such a point that, in 2007, it was placed on Historic Salem Inc’s “Most
Endangered” list. The organization’s stance on this issue is well defined in the Managing Director’s grant recommendation letter
to the DEM in 2000: “The ‘Common’ is a high profile property and as such, sets the tone for the historic and architecturally
significant adjacent areas… In short, Salem Common is integral to the City’s quality of life, and to our economic health as well
as our cultural and historic heritage.” (Busteed, 2000). Its rehabilitation has also become one of the major priorities for the Salem
Common Neighborhood Association and has historically garnered widespread popular support.
In March 2012, the City of Salem, in collaboration with the Massachusetts Historical Commission, applied for a Massachusetts
Preservation Projects Fund (MPPF) grant in the amount of $100,000. The intended scope of this project includes the restoration
of the fences and bollards flanking entrances # 1 through #8, and #11, with entrances #9 and #10 included as potential Add
Alternates. The project has been broken down into two phases. Phase I, totaling $50,000, will be paid by the City and all work is
based on the parameters of the Grant. Phase II, with a total budget of $200,000 is intended to utilize the Grant funds with
matching amounts by the City.
ENTIRE INSCRIPTION (if applicable):
N/A
BIBLIOGRAPHY and/or REFERENCES:
Adams, George. The Salem Directory: The City Record. Salem: Henry Whipple, 1851.
Barber, John Warner. Western View of Washington Square in 1839 . 1839. Woodblock Engraving. Salem, MA.
Busteed, Anne L. "Historic Salem Incorporated Grant Support Letter." Letter to Patrice Kish, Office of Historic Resources,
Department of Environmental Management. 8 May 2000. MS. Salem, MA.
City of Salem. Planning Department. Mission Impossible? Paint the Salem Common Fence in One Hour. Salem. 2000.
Commonwealth of Massachusetts. Department of Conservatio n and Recreation. Essex National Heritage Commission. Massachusetts
Heritage Landscape Inventory Program: Salem Reconnaissance Report, Essex County Landscape Inventory . By Jessica Rowcroft and
Bill Steelman. 2005.
INVENTORY FORM C CONTINUATION SHEET SALEM, MA Salem Common
MASSACHUSETTS HISTORICAL COMMISSION Area(s) Form No.
220 MORRISSEY BOULEVARD, BOSTON, MASSACHUSETTS 02125
Continuation sheet 5
Commonwealth of Massachusetts. Department of Environmental Management. Cellucci-Swift Announce FY 2001 Historic
Landscape Preservation Awards. 2000.
Commonwealth of Massachusetts. Salem Historical Commission. City of Salem. Salem Historical Commission Guidelines Notebook. Salem:
City of Salem, 1984.
Connelly, Chris. "Restoration of Salem Common Historic Fence." Letter to Denise Sullivan, Senior Planner City of Salem. 27
Oct. 1999. DeAngelis Iron Work Inc., South Easton, MA.
Cousins, Frank, and Phil M. Riley. The Wood-Carver of Salem: Samuel McIntire, His Life and Work. Boston: Little Brown & Co., 1916.
Dow, George Francis, comp. The Records of the Salem Commoners: 1713 -1739. The Historical Collections of the Essex Institute. Vol.
XXXVI-XXVIX. Salem, MA: Essex Institute, 1903.
Felt, Joseph B. Annals of Salem. 2nd ed. Vol. I. Boston: W. & S.B. Ives, 1845. (196-98).
"Historic Salem: Most Endangered Program." Salem Common Fence. Historic Salem Inc. Web. 09 Mar. 2012.
<http://historicsalem.org/preservation/most -endangered/endangered/salem-common-fence/>.
Hopkins, G.M. Atlas of Salem, Massachusetts. Philadelphia: 1874.
Hurd, Duane Hamilton. History of Essex County, Massachusetts. Vol. 1. Philadelphia: J.W. Lewis &, 1888.
Massachusetts City and Town Commons Program Grant Agreement By and Between the Commonwealth of Massachusetts and Town of
Salem, Massachusetts. 1 November 1987.
"Mission." Salem Common Neighborhood Association. SCNA. Web. 20 Mar. 2012. <http://www.salemcommon.org/>.
National Park Service. Department of the Interior. National Register of Historic Places: Annual Listing of Historic Properties.
26th ed. Vol. 44. United States Government, 1979.
Pelletier, David. "Painting of the Salem Common Fence." Letter to Denise Sullivan, Assistant City Planner. 30 May 2000. MS. S alem,
Massachusetts.
"PEM | Samuel McIntire: Carving an American Style Microsite." Peabody Essex Museum. Web. 09 Mar. 2012.
<http://www.pem.org/sites/mcintire/>.
Ropes, Jr., George. Salem Common on Training Day. 1808. Oil on canvas. Peabody Essex Museum, Salem, MA.
"Salem Common Restoration, Salem, MA." Wrought Iron Projects For Government Ornamental Wrought Iron Fences Wrought
Iron Gates. Cassidy Brothers Forge, Inc. 28 Mar. 2012. <http://www.cassidybros.com/project-govt/?page=SC>.
Salem Planning Department. Salem's Historic Districts. Salem: City of Salem.
Tolles, Jr., Bryant F. Architecture in Salem: An Illustrated Guide. Salem: Essex Institute, 1983.
Project Plans and Specifications
Salem Common Fence Restoration
Salem, Massachusetts
Table of Contents
Project Plans and Specifications
March 30, 2012
1. Project Manual – Phase I
2. Project Manual – Phase II
(Only the pages that differ from Phase I)
3. Construction Documents – Phase I
4. Construction Documents – Phase II
Project Manual
Phase I
Salem Common Fence Restoration
Salem, Massachusetts
DOCUMENTS AND SPECIFICATIONS
FOR
PHASE I
HISTORIC REPAIRS TO SALEM
COMMON CAST-IRON FENCE
SALEM, MA
CITY OF SALEM
Bid Documents
March 30, 2012
CBI Consulting Inc.
250 Dorchester Avenue
Boston, Massachusetts 02127
(617) 268-8977
Fax (617) 464-2971
cbi@cbiconsultinginc.com
CBI FILE NUMBER 11195 SPEC, PHASE I
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TABLE OF CONTENTS
PAGE - 1
HISTORIC REPAIRS TO SALEM COMMON
CAST-IRON FENCE # OF PAGES
TABLE OF CONTENTS 2
SECTION
BIDDING DOCUMENTS
00 00 40 - LEGAL NOTICE 1
00 00 50 - INVITATION TO BID 1
00 10 00 - INSTRUCTION TO BIDDERS 4
00 30 10 - CHECKLIST SUBMISSION REQUIREMENTS 1
00 30 20 - BID COVER SHEET 1
00 30 30 - FORM FOR GENERAL BID 1
00 30 40 - CERTIFICATE OF NON-COLLUSION 1
00 30 50 - STATEMENT OF CORPORATE AUTHORITY 1
00 30 60 - OSHA CERTIFICATION 1
00 40 00 - GENERAL TERMS AND CONDITIONS 3
CONTRACT DOCUMENTS
00 50 00 - AIA STANDARD FORM OF AGREEMENT - A101 7
00 61 00 - AIA PERFORMANCE BOND AND PAYMENT - A312 7
00 63 00 - AIA APPLICATION AND CERTIFICATE FOR PAYMENT - G702, G703 2
00 64 00 - AIA CERTIFICATE OF SUBSTANTIAL COMPLETION - G704 1
00 65 00 - AIA SUPPLEMENTAL ATTACHMENT FOR ACORD CERTIFICATE
OF INSURANCE - G715 1
00 65 50 - AIA CHANGE ORDER - G701 1
00 66 00 - GENERAL RELEASE AND WAIVER OF LIEN-GENERAL
CONTRACTOR 1
00 66 10 - GENERAL RELEASE AND WAIVER OF LIEN-GENERAL
SUB-CONTRACTOR 1
00 70 00 - AIA GENERAL CONDITIONS - A201 40
00 85 10 - DRAWING LIST 2
TECHNICAL SPECIFICATIONS
DIVISION 01000 GENERAL REQUIREMENTS
01 01 00 - SUMMARY OF WORK 3
01 02 00 - UNIT PRICES 2
01 03 00 - SPECIAL PROJECT PROCEDURES 8
01 04 00 - CONDUCT OF WORK 2
01 05 00 - COORDINATION 4
01 09 00 - DEFINITIONS AND STANDARDS 3
01 30 00 - SUBMITTALS 11
01 40 00 - QUALITY CONTROL 2
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TABLE OF CONTENTS
PAGE - 2
01 50 00 - TEMPORARY FACILITIES 6
01 51 00 - PROTECTION 4
01 70 00 - PROJECT CLOSEOUT 2
01 72 00 - SURVEYS AND RECORD DRAWINGS 2
DIVISION 02 SUBSURFACE INVESTIGATION & DEMOLITION
02 20 00 - EXCAVATION AND BACKFILL 4
02 41 00 - SELECTIVE DEMOLITION 5
02 83 00 - LEAD PAINT CONSIDERATIONS 8
02 90 10 - LANDSCAPING REPAIR 10
DIVISION 04 MASONRY
04 30 00 - NATURAL STONE 5
DIVISION 05 METALS
05 59 90 - ORNAMETAL IRON 10
DIVISION 07 THERMAL AND MOISTURE PROTECTION
07 92 13 - SEALANTS AND CAULKING 3
DIVISION 09 FINISHES
09 91 00 - PAINTING 4
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
BIDDING DOCUMENTS
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEGAL NOTICE
00 00 40-1
LEGAL NOTICE
CITY OF SALEM
BID # X-XX
Sealed Bids will be received at the Office of the City Purchasing Agent, 120 Washington
Street, 3rd floor, Salem, MA 01970, on or before 10:00 A.M., XX,XXX 2012 at which time
and place they will be publicly opened and read for the following:
HISTORIC REPAIRS TO SALEM COMMON CASTE-IRON FENCE
The Bid award is made by the Purchasing Agent and is subject to Mayoral approval.
The City of Salem reserves the right to reject any and all bids or to waive any
informalities in the Bid process, if deemed in the City's best interest.
A pre-bid conference will be held on XX,XXX, 2012 at 10 am at 120 Washington Street
3rd floor, Salem. Contact Natalie Lovett, Department of Planning and Community
Development, for directions at (978) 619-5685.
Bid Documents containing Specifications, Requirements, and Conditions will be/are
available to view after 10:00 AM, XXX XX, 2012, at the Office of the City Purchasing
Agent, 120 Washington Street 3rd Floor, Salem, MA and may be viewed and printed
from www.comm-pass.com, search solicitations X-XX, or www.salem.com within the
Purchasing Department, under Bids and RFP’s, X-XX.
Office Hours:
Mon., Tues., Wed., 8:00AM – 4:00PM
Thurs. 8:00AM – 7:00PM
Fri. 8:00AM – 12:00PM (noon)
Thomas Watkins
Purchasing Agent
XXXX
XXXX
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
INVITATION FOR BID
00 00 50-1
INVITATION FOR BID
The City of Salem invites sealed bids for Historic Repairs to Salem Common Cast-Iron Fence.
Bid Documents will be available for pick up during normal business hours after 10:00AM on
Monday, XX XX, 2011 at the Office of the City Purchasing Agent, Salem City Hall Annex, 120
Washington St, 3rd Floor, Salem. City Hall Annex Office hours are as follows: Mondays -
Wednesdays 8AM—4PM, Thursdays 8AM—7PM, and Fridays 8AM—12PM (noon).
A pre-bid conference will be held on Tuesday, XX,XXX, 2012 at 10:00AM at Salem City Hall
Annex, 120 Washington St., 3rd floor Conference Room. Contact Natalie Lovett, at the City of
Salem Department of Planning & Community Development for directions at 978-619-5685.
Each bidder shall fully acquaint him/herself with and examine the Contract and Bidding
Documents. Failure of any bidder to acquaint him/herself with these documents shall in no
way relieve bidder from any obligation with respect to his/her bid.
Sealed bids shall be received on or before 10:00 AM, Wednesday, August 10, 2011 at the Office
of the City Purchasing Agent, Salem City Hall Annex, 120 Washington Street, 3rd floor, Salem,
Massachusetts 01970.
Bids will be valid only when accompanied by a bid deposit in the form of a certified check,
issued by a responsible bank or trust company, or a bid bond duly executed by the bidder as
principal and having as surety thereon a surety company approved by the City, all in the
amount of 5% of the total bid, payable to the "City of Salem".
Prior to the contract execution, the successful bidder will be required to furnish:
1. Labor and Materials Payment Bond and a Performance Bond being 100% of the amount
of the Contract Price, issued by a company Licensed by the Division of Insurance of the
Commonwealth of Massachusetts and in accordance with the requirements of the
contract documents.
2. Certificate of Insurance with Workers Compensation Coverage in the amounts required
by the contract documents.
This bid is solicited to the public pursuant to the rules set forth in M.G.L. 30,39M. The
Awarding Authority reserves the right to waive any informalities and to reject any or all bids if
it is in the public interest to do so
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
INSTRUCTIONS TO BIDDERS
00 10 00-1
INSTRUCTIONS TO BIDDERS
All bidders must adhere to the following instruction. Bids that do not meet all the
requirements of these instruction will not be considered.
1. Formal Cover Sheet and Bid Form
All information must be typewritten or printed in ink, including the price(s) that the
successful contractor proposes in the space(s) provided on the official Cover Sheet and Bid
Form. These forms must be signed by the contractor.
2. Other Required Forms
All contractors must sign and submit with their price quote the Attestation Clause
regarding Massachusetts State tax returns and Certificate of Non-Collusion.
3. Bid Security Deposit
Bids will be valid only when accompanied by a bid deposit in the amount of 5% of the total
bid, payable to the "City of Salem". The Bid Deposit shall not be enclosed in the sealed
envelope containing the Bid, but shall be contained in a separate envelope attached to the
bid
4. Payment Bond
If the Quote Total is greater than $2,000, at the time of contract award the successful
contractor shall present to the City of Salem a 100% Payment Bond issued by a company
licensed by the Massachusetts Division of Insurance.
5. Bidder Qualifications
The bid will be awarded to the lowest of those bidders possessing the skill, ability and
integrity necessary for the faithful performance of the work (applicable to M.G.L. c. 30,
section 39M). Bidders are directed to complete to the Bidder Qualifications Form to provide
information regarding the contractor’s satisfaction of these requirements.
6. Insurance
a. General - The Successful contractor shall before commencing performance of the
Contract shall 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 Successful contractor agrees that
the stipulation herein of the kinds and limits of coverage shall in no way limit the liability
of the Successful contractor 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 arise out
of the performance of this Contract.
Failure to provide and continue in force such insurance as aforesaid shall be deemed a
material breach of this Contract, and may constitute sufficient grounds for immediate
termination of the same. All insurance maintained as provided for in the above shall be
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
INSTRUCTIONS TO BIDDERS
00 10 00-2
taken out and maintained at the sole expense of the Successful contractor. Proof of such
insurance shall be delivered to the Purchasing Agent within Five (5) days from the date
of the Notice of Award.
No cancellations 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
representatives, trustee in bankruptcy, receiver, assignee, trustee, and the successor in
interest of the Successful contractor.
b. Successful contractor's Comprehensive General Public Liability and Property Damage
Liability Insurance - The Successful contractor shall carry Comprehensive General
Liability Insurance providing for a limit of not less than Five Hundred Thousand Dollars
($500,000.00) 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 One Million Dollars
($1,000,000.00) for all damages arising out of bodily injuries or death of two or more
persons in any one accident; and Successful contractor's Comprehensive Property
Damage Liability Insurance providing for a limit of not less than Five Hundred
Thousand Dollars ( $500,000.00 ) 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 One Million Dollars ( $1,000,000.00 ) for all damages
arising out of injury to or destruction of property during the policy period.
c. Workman's Compensation Insurance - The Successful contractor shall carry Workman's
Compensation Insurance as prescribed under Massachusetts Law.
d. Automobile Liability Insurance - The Successful contractor shall carry comprehensive
Automobile Liability Insurance covering all owned vehicles, hired vehicles or non-owned
vehicles under the control of the Successful contractor while performing work under this
Contract in the amount of not less than Five Hundred Thousand Dollars ($500,000.00)
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 One 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 Five
Hundred Thousand Dollars ( $500,000.00 ) for all damages arising out of injury to or
destruction of property.
e. All insurance coverage 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.
f. The City of Salem and CBI Consulting Inc. shall both be named as an additional insured
on the General Contractor’s liability insurance policy with a waiver of subjugation.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
INSTRUCTIONS TO BIDDERS
00 10 00-3
7. Prices
These shall encompass everything necessary to furnish and deliver all items, materials,
supplies or services as specified. Prices quoted must include delivery FOB to the City of
Salem. The City of Salem is exempt from sales tax.
8. Unit Price
In the event of a discrepancy between the Unit Price and the Extension, the Unit Price shall
govern.
9. Explanation, Exceptions
Other information pertinent to the specifications may be made in the form of a letter
included in the same envelope with the Bid Proposal.
10. Corrections
Bids that are submitted containing crossouts, whiteouts, or erasures will be rejected. All
corrections or modifications to an original proposal are to be submitted in a separate
envelope, properly marked, prior to the bid opening only. All documents will be
incorporated into the contract documents.
11. Withdrawal of Quote
A quote may be withdrawn by written request prior to the schedule submission deadline.
12. Evaluation
Bids will be evaluated on price, quality, experience, and references.
13. Examination
By submitting a bid, the bidder warrants that he/she has thoroughly examined the
specifications and is fully acquainted with all conditions and restrictions pertaining to the
quote items. No claims for any extra work or extension of time will be allowed for failure to
observe this requirement.
14. Payroll and Payment
In accordance with Massachusetts General Law c.149, s.27B, every Contractor and
Subcontractor is required to submit a copy of their weekly payroll records to the awarding
authority. The City reserves the right to hold payment of any monies outstanding under this
contract until the Contractor of subcontractor complies with the requirements of this law.
The work is subject to MA Prevailing Wage Rates.
15. Minority Procurement Goals
Under Massachusetts Executive Order 237, it is the policy of the Commonwealth to
promote to the fullest participation of all citizens in resources provided by municipal
government. Therefore, the City of Salem invites the participation of minority and women
owned businesses in any and all parts of the contract.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
INSTRUCTIONS TO BIDDERS
00 10 00-4
16. Non-Discrimination In Employment
A contract for work under this proposal shall obligate the Contractors or Sub-Contractors
not to discriminate in employment practices. Bidders must, if requested, submit compliance
reports concerning their employment practices and policies in order to maintain their ability
to receive an award of Contract. Bidders must, if requested, submit a list of all Sub-
Contractors who will perform work on this Contract together with a "Certification of Bidder
Regarding Equal Employment Opportunity" signed by the Contractor and/or his/her Sub-
Contractors as requested.
17. Addenda and Interpretations
All questions by the prospective bidders as to any information contained within this bid
must be submitted in writing at least five (5) business days prior to the bid deadline.
Please send all questions via email to twatkins@salem.com. Copies of Addenda, if any, will
be faxed or e-mailed to bidders of record without charge.
18. Rejection
THE CITY OF SALEM RESERVES THE RIGHT TO REJECT ANY OR ALL BIDS OR
WHICH IN THE OPINION OF THE AWARDING AUTHORITY SERVES THE
BEST INTEREST OF THE CITY OF SALEM.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
CHECKLIST SUBMISSION REQUIREMENTS
00 30 10-1
CHECKLIST
SUBMISSION REQUIREMENTS
This page is to be completed by the City of Salem and is also supplied to assist bidders in
fulfilling the Bid Submission Requirements:
[ ] YES [ ] NO COMPLETE BID COVER SHEET
[ ] YES [ ] NO COMPLETE BID FORM
[ ] YES [ ] NO CERTIFICATE OF NON-COLLUSION & ATTESTATION STATEMENT FORM
[ ] YES [ ] NO STATEMENT OF CORPORATE AUTHORITY FORM
[ ] YES [ ] NO OSHA CERTIFICATION FORM
If all "YES" continue; if one "NO" may be cause for rejection.
[ ] YES [ ] NO 5% BID DEPOSIT
The bid deposit must be sealed in a separate envelope from the bid and attached to the bid
containing envelope.
If all "YES" continue; if "NO" may be cause for rejection.
[ ] YES [ ] NO MEETS ALL MINIMUM EVALUATION CRITERIA
If "YES", continue; if "NO" then may be cause for rejection.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
BID COVER SHEET
00 30 20-1
BID COVER SHEET
BID #X-XX
Repairs of Salem Common Cast-Iron Fence
The City of Salem reserves the right to reject any or all Bids, to omit any item or items called for,
or to accept the Bid deemed in the best interest of the City. One (1) original and two (2) copies
of the Bid Proposal must be submitted on or before 10:00 AM on Wednesday, XX,XXX, 2012
to:
Thomas Watkins
Purchasing Department
Salem City Hall Annex
120 Washington Street, 3rd Floor
Salem, Massachusetts 01970
The envelope containing the bid and required information must be sealed and marked with the
Bidder’s Name, Title of BID, BID Number, and Date of Opening. The Bidder must sign all
required signature pages in order for the proposal to be considered.
The City of Salem reserves the right to reject any and all bids, or to waive any informalities in
the bidding process, if deemed in the City’s best interest.
The Bidder acknowledges receipt of the following ADDENDA # ____________________
BUSINESS NAME _______________________________________________________
BUSINESS ADDRESS ___________________________________________________
CITY, STATE, & ZIP CODE _______________________________________________
TELEPHONE & FAX NUMBERS ___________________________________________
AUTHORIZED OFFICER SIGNATURE ______________________________________
AUTHORIZED OFFICERS NAME (PRINT) ____________________________________
DATE _________________________________________________________________
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
FORM FOR GENERAL BID
00 30 30-1
FORM FOR GENERAL BID
BID #X-XX
Repairs of Salem Common Cast-Iron Fence
To be prepared by:
Thomas Watkins
Purchasing Department
Salem City Hall Annex
120 Washington Street, 3rd Floor
Salem, Massachusetts 01970
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
CERTIFICATE OF NON-COLLUSION
00 30 40-1
CERTIFICATE OF NON-COLLUSION
(mandatory)
The undersigned certifies under penalties of perjury that this bid or proposal has been made
and submitted in good faith and without collusion or fraud with any other person. As used in this
certification, the word “person” shall mean any natural person, business, partnership,
corporation, union, committee, club, or other organization, entity, or group of individuals.
Date: _____________________ _____________________________
Company or Corporation
_____________________________
Authorized Official’s Signature
ATTESTATION STATEMENT
(mandatory)
Pursuant to M.G.L. Ch. 62C, Sec. 49A, I certify under the penalties of perjury that I, to the best
of my knowledge and belief, am in compliance with all the laws of the Commonwealth relating to
taxes, reporting of employees and contractors, and withholding and remitting child support.
State tax paid to __________________________ using Federal Identification Number or
Social Security Number ________________________________________________________
Date:_________________________ __________________________________
Company of Corporation
___________________________________
Authorized Official’s Signature
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
STATEMENT OF CORPORATE AUTHORITY
00 30 50-1
STATEMENT OF CORPORATE AUTHORITY
(mandatory)
At a duly authorized meeting of the Board of Directors of _______________________________
held on _____________________________ at which time all voted that
________________________________ be and hereby 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 of obligation in this Company’s name on its behalf by such person
_________________________________ under seal of the Company, shall be valid and binding
upon this Company.
A TRUE COPY,
ATTEST:_________________________________
PLACE OF BUSINESS:
_________________________________________
_________________________________________
_________________________________________
DATE OF THIS CONTRACT:
_________________________________________
I hereby certify that I am Clerk of ________________________________ and that
__________________________________ is duly elected ______________________________
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 this contract.
__________________________________
Clerk’s Signature
(CORPORATE SEAL)
Contract Number:__________________
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
OSHA CERTIFICATION
00 30 60-1
OSHA CERTIFICATION
(mandatory)
City of Salem
Historic Repairs of Salem Common Cast-Iron Fence
The undersigned agrees that if he is selected as the contractor, he will comply with the
provisions of M.G.L. Chapter 30, Section 39M.
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 in 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.
Date: ___________________ _________________________________
Name of General Bidder
By:____________________________________
Signature
__________________________________
Name of person signing bid and title
__________________________________
Business Address
__________________________________
City and State
__________________________________
Telephone Number
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
GENERAL TERMS AND CONDITIONS
00 40 00-1
GENERAL TERMS AND CONDITIONS
1. The right is reserved to reject any and all bids or parts of bids and to make an award, in part
or in whole, or by item, as may be determined to be in the best interest of the City of Salem.
2. Price quoted must include delivery Freight on Board (FOB) Destination.
3. An award to a bidder may be canceled if the bidder shall fail to prosecute the work with
promptness and diligence.
4. The Contractor shall be responsible for all permits, fees and licenses necessary for the
proper execution of the required work. The City of Salem will waive all permit fees under its
jurisdiction. Bidders must not include those fees in their pricing.
5. The successful bidder shall repair, replace, or make good, without cost to the City, any
defects or faults arising within one (1) year after the date of acceptance of articles furnished
hereunder resulting from imperfect or defective work done or materials furnished by the
seller.
6. The seller shall indemnify and save harmless the City and all persons acting for or on behalf
of it from all suits and claims against them or any of them, arising from or occasioned by the
use of any material, equipment, or apparatus, or any part thereof, which infringes or is
alleged to infringe on any patent rights. In case such material, equipment, or apparatus, or
any part thereof, in any such suit is held to constitute an infringement, the seller within a
reasonable time, will, at its expense and as the City may elect, replace such material,
equipment, or apparatus, or remove the material, equipment, or apparatus and refund the
suns paid thereof.
7. The successful bidder shall comply with all applicable Federal, State, or City of Salem
statutes, rules, regulations and ordinances
8. All work shall be performed in accordance with OSHA standards and it shall be the
contractor's responsibility to ensure that all required safety equipment is present and being
utilized properly at the work site. All equipment utilized under this contract shall be tested in
accordance with OSHA standards. The contractor shall notify the City in writing of items
and procedures not in compliance with OSHA standards and shall immediately make
correction thereof to comply.
9. Purchases made by the City are EXEMPT from Massachusetts sales tax and Federal excise
taxes and bid prices must exclude any such taxes. Tax exemption certificates will be
furnished.
10. The successful bidder is required to furnish Performance and Payment bonds from a
Company, in the contract amount Licensed by the Division of Insurance of the
Commonwealth of Massachusetts. Bidder must pay all costs. The Performance Bond
shall be in the sum of one hundred percent (100%) of the Contract Price, the Payment
Bond shall be in the sum of one hundred percent (100%) of the Contract Price. The bonds
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
GENERAL TERMS AND CONDITIONS
00 40 00-2
shall be provided by the Contractor to the City within ten (10) days of the contract
award.
11. Bids must be accompanied by a certified check, issued by a responsible bank or trust
company, or a bid bond duly executed by the bidder as principal and having as surety
hereon a surety company approved by the City, all in the amount of 5% of the bid,
payable to the "City of Salem" and must be filed with the original bid. The bid surety
will be returned to the successful bidder within seven (7) days after the execution of the
awarded contract and approval by the City of the Performance Bond. In the case of a
default, the bid surety shall be forfeited to the City.
12. Verbal orders are not binding on the City and deliveries made or work performed
without formal order or written contract are at the risk of the seller or Contractor and
may result in an unenforceable claim.
13. EQUALITY - An item equal to that named or described in the specifications may be
furnished by the vendor and the naming of any commercial name, trademark, or other
identification shall not be construed to exclude any item or manufacturer not mentioned
by name or as limiting competition, but shall establish a standard of equality only. An
item shall be considered equal in quality, durability, appearance, strength, and design
when: (a) it will perform at least equally the function imposed by the general design for
the purpose being contracted for or the material being purchased; and (b) it conforms in
a substantial way, even with deviations, to the detailed requirements for the item in the
specifications. The name and identification of all materials other than the one named,
shall be submitted to the City in writing for approval, prior purchase, use, or fabrication
of such items. Subject to the provisions of M.G.L., Chapter 30, Section 39J, or other
applicable statute, approval shall be in writing to be effective, and the decision of the
City shall be final. The City may require tests of all materials so submitted to establish
quality standards at the vendor's expense. All directions, specifications, and advice by
the manufacturer for the proper installation, handling, storage, adjustment, or operation
of their equipment shall be complied with and the responsibility for the proper
performance shall continue to rest with the vendor.
14. MINORITY BUSINESS PARTICIPATION - The City of Salem invites all qualified
women and minority business firms to respond to bid invitations.
15. RIGHT TO KNOW LEGISLATION, M.G.L., Chapter lll F and 454 CMR 21.06. All
vendors furnish substances or mixtures that may be classified as toxic or hazardous,
pursuant to M.G.L. Chapter lll F, are cautioned to obtain and read the Law and the
Regulations referred to above. Copies may be obtained from the State House Bookstore,
State House, Room 117, Boston, Massachusetts 02133 for a fee.
16. NON-COLLUSION AFFIDAVIT - any person submitting a bid for the sale, lease, or
provision of equipment, supplies or materials, or services to any government unit shall
certify that the bid is made without collusion or fraud with any other person. Failure to
submit such statement will result in the bid being disqualified.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
GENERAL TERMS AND CONDITIONS
00 40 00-3
17. PAYMENT OF TAXES TO THE COMMONWEALTH OF MASSACHUSETTS
PURSUANT TO M.G.L. Chapter 62C, Section 49A - no contract may be entered into
with any party that has not filed and paid all taxes required under Law.
18. WEEKLY PAYROLL RECORDS REPORT - In accordance with Massachusetts General
Law, Chapter 149, Section 27B, a true and accurate record must be kept of all persons
employed on a public works construction project for which the Prevailing Wage Rates
have been provided. Every Contractor and Sub-Contractor must submit a copy of their
weekly payroll records to the Awarding Authority. This is required to be done on a
weekly basis. Failure to submit payrolls may result in delayed payment of monies
outstanding, until contractor or subcontractor is in compliance with this law. Once
collected, the Awarding Authority is required to preserve those records for a period of
three years.
19. WARRANTIES/GUARANTEES - All prospective bidders on items that carry
warranties and/or guarantees must include with their sealed proposal a copy of the
warranties and/or guarantees of major components as well as a copy of the warranties
and/or guarantees on the items being bid, if applicable. The bidder must make
arrangements to assure the owner that the warranties or guarantees can be assigned to
the owner. The owner’s intent is to use the extent of the coverage in the warranties
and/or guarantees as part of the awarding procedure.
20. AIA GENERAL CONDITIONS – The attached AIA General Conditions of the Contract
shall also apply. Please note that in any conflict between the General Terms and
Conditions, above, and the AIA document, the more stringent requirement shall apply
at the sole discretion of the Architect.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
CONTRACT DOCUMENTS
PHASE I - HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
GENERAL RELEASE AND WAIVER OF LIEN
00 66 00 - PAGE 1
SECTION 00 66 00 - GENERAL RELEASE AND WAIVER OF LIEN
NAME:
(Contractor)
ADDRESS:
To: City of Salem Date:
City Hall Annex
Office of the City Purchasing Agent
Thomas Watkins, City Purchasing Agent
120 Washington Street, 3rd Floor
Salem, Massachusetts 01970
Project: Historic Repairs to Salem Common
Cast-Iron Fence
Salem, Massachusetts
We, the undersigned, in consideration of payments made to us, hereby waive and release
all actions, debts, claims, and demands against (General Contractor) and the City
of Salem, on account of all work, services, equipment, and materials performed or furnished by
us in connection with the construction of a building, improvements, and facilities on real
property owned by The City of Salem at the Historic Salem Fence and in connection with the
historic repairs to the cast-iron fence, or pursuant to our contract, dated
made with the City of Salem, and amendments and change orders thereto; and
We hereby waive and release any mechanics', materialman's, or like lien, and all rights to
file any such lien in the future, against said real property on account of said work, services,
equipment and materials performed or furnished by us.
Date:
By:
Title:
(Seal)
PHASE I - HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
GENERAL RELEASE AND WAIVER OF LIEN
00 66 10 - PAGE 1
SECTION 00 66 10 - GENERAL RELEASE AND WAIVER OF LIEN
NAME:
(Sub-Contractor/Material Supplier)
ADDRESS:
To: City of Salem Date:
City Hall Annex
Office of the City Purchasing Agent
Thomas Watkins, City Purchasing Agent
120 Washington Street, 3rd Floor
Salem, Massachusetts 01970
Project: Historic Repairs to Salem Common
Cast-Iron Fence
Salem, Massachusetts
We, the undersigned, in consideration of payments made to us, hereby waive and release
all actions, debts, claims, and demands against (General Contractor) and the City
of Salem, on account of all work, services, equipment, and materials performed or furnished by
us in connection with the construction of a building, improvements, and facilities on real
property owned by The City of Salem at the Historic Salem Fence and in connection with the
historic repairs to the cast-iron fence, or pursuant to our contract, dated
made with the City of Salem, and amendments and change orders thereto; and
We hereby waive and release any mechanics', materialman's, or like lien, and all rights to
file any such lien in the future, against said real property on account of said work, services,
equipment and materials performed or furnished by us.
Date:
By:
Title:
(Seal)
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
DRAWING LIST
00851 - 1
SECTION 00851 –DRAWING LIST
1.01 Drawings ( All drawings are 24” x 36” ).
G0-01 COVER SHEET
ARCHITECTURAL
G0-01 COVER SHEET
L1-01 SITE PLAN
A1-01 FENCE ELEVATIONS
A1-02 FENCE ELEVATIONS
A1-03 FENCE ELEVATIONS
A1-04 FENCE ELEVATIONS
A1-05 TYPICAL FENCE DETAILS
A1-06 TYPICAL FENCE DETAILS
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TECHNICAL SPECIFICATIONS
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 01 00 SUMMARY OF WORK
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 DESCRIPTION OF WORK - GENERAL
A. In general, the Contractor shall supply all material, labor, equipment, insurance,
temporary protection, tools and appliances necessary for the proper completion of
the work as described in the Plans and Specifications, in accordance with good
construction practice, and as required by the materials manufacturers.
B. Supply all shoring and protection necessary to protect the occupants, building
area, building systems, and landscape areas. All means and methods are the
responsibility of the contractor. The Contractor is solely responsible for safety on
the job site.
C. In general, the work includes, but is not limited to:
1. Carefully disconnect and transport selected fence sections to the shop for
renovation and repair. Pad all sections to avoid breakage and scratching.
2. Sandblast all parts of each fence section to remove all paint, rust and scale.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 2
3. Properly dispose of paint and sand blast debris as lead paint. Provide
disposal manifest.
4. Replace missing or damaged pieces of the fence. Cast all new cast-iron to
match existing to replace missing parts. Create patterns for each of the
existing pieces of the fence, sized to match the existing in dimension and
scale. (Exception: The bottom rail pattern exists and does not need to be
produced).
5. Straighten the fence so that it stands plumb, level, and true.
6. Replace missing or damaged pieces of top rail from mild steel.
7. Install new expansion joints at the ends of each top rail as the connection.
8. Assemble all the parts into a unified assembly.
9. Brush blast the entire assembly to remove any “blush rust”.
10. Paint the entire fence assembly with a 3-coat high tech paint system
including a zinc rich primer (Gray), an epoxy intermediate coat (Red), and
a polyurethane top coat (Black). Do not proceed with subsequent coats
until the previous coat has been completely covered. Provide minimum
mil thickness as recommended by the manufacturer. However, coverage is
the measure of completeness of the paint.
11. Apply continuous black silicone sealant over the clean, cured painting at
the locations noted on the details.
12. Carefully pad and protect the finish and transport to the site.
13. Carefully install on site to be level, plumb, and true.
14. Touch-up the paint finish to the complete satisfaction of the Architect.
Excessive damage to the factory finish will be cause for rejection of the
work and the fence will be required to be returned and repainted in the
shop at no additional cost to the Owner.
15. Fence sections to include in Phase I are #1, 2, 241, 242, 243, 244, 245,
251, 252, 253.
16. Add Alternate #1 work shall include fence section #63.
17. Add Alternate #2 work shall include fence section #64.
18. Add Alternate #3 work shall include fence section #65.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 3
1.03 INTENT OF THE PROJECT MANUAL
A. Whenever “Furnish”, “Install”, or “Provide” is used in the Contract Documents, it
shall mean to erect, install, connect, make operative, and supply all labor and
materials, including miscellaneous fittings, hardware, and accessories necessary
to complete the installation of the specified item.
B. The scope of work is indicated in the Project Manual. Areas of required work
indicated on the drawings are for illustration and are not to be interpreted as
representing quantities, exact locations, and/or the extent of work required. The
Owner makes no representation of the exact quantities of work required. It shall
be the responsibility of the Contractor to do all work to the complete fulfillment
of the requirements of the Project Manual.
1.04 ERRORS, OMISSIONS, AND CONFLICTS IN THE PROJECT MANUAL
A. In the case of conflicts in the Drawings and the Specifications noticed by the
Contractor, the Architect shall be notified immediately in writing of such errors
and/or omissions. In no case shall the Contractor proceed without written
authorization from the Architect.
1.05 UNFORESEEN FIELD CONDITIONS
A. In the case of unforeseen field conditions, the Contractor shall notify the Owner
and Architect immediately in writing of such conditions. In no case shall the
Contractor proceed without written authorization from the Architect. If such
unforeseen conditions result in additional expense, the Contractor shall not
proceed without the written approval of the Owner.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
UNIT PRICES
01 02 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 02 00 UNIT PRICES
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. The Unit Prices for items set forth in the Schedule of Unit Prices shall be used to
determine adjustments to the Contract Sum when changes in the Work involving
said items are made in accordance with Article 8 of the General Conditions and
other sections of the Contract Documents.
B. Unit Prices listed under ADDITIONS have been computed to include net cost
plus overhead, profit, and bond and all other charges required to complete the
work item.
C. Unit Prices net cost includes the cost of all labor, materials, equipment, disposal,
and all other costs required to complete the work item.
D. Materials, methods of installation, and definitions of terms set forth under the
various Unit Price items in the Schedule of Unit Prices shall be as indicated in the
Contract Documents.
E. Unit costs will not be adjusted if the quantities approved in the field by the
Architect vary from the base contract quantities listed in the Project Manual.
1.02. APPLICABILITY OF UNIT PRICES
A. The payment lines shall be determined in the field by the Architect.
B. Unit Prices are for more work or less work than is included in the base contract
for the various tasks included. Quantities to be included in the base contract are
listed in the Unit Price Schedule.
C. Prior to commencing removal or placement of materials set forth in the Schedule
of Unit Prices, the Contractor shall notify the Architect in sufficient time to permit
proper measurements to be taken on behalf of the Owner. Only quantities which
have been approved in writing by the Architect will be considered in the
determination of adjustments to the Contract Sum. Unit costs shall include the
pro rata share of all costs associated with doing the work, including staging,
insurance, overhead, and profit, as well.
D. Performance of Work which is not required under the Contract Documents or
which is not authorized by Change Order, whether or not such Work item is set
forth hereunder as a Unit Price item, shall not be considered cause for extra
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
UNIT PRICES
01 02 00 - 2
payment. The Contractor will be held fully responsible for such unauthorized
work, including the performance of all corrective measures required by the
Architect.
E. See attached Unit Price Schedule.
UNIT PRICE SCHEDULE
# DESCRIPTION OF WORK UNIT
BASE BID
QUANTITY ADD PRICE
1 Complete Fence Assembly EA See Plans
2 Entire End Support Post EA See Plans
3 Top of End Support Post EA See Plans
4 Single Picket EA See Plans
5 Top Rail EA See Plans
6 Bottom Rail EA See Plans
7 Entire Fence Panel (Excluding End Support
Posts)
EA See Plans
F. *Indicates that the quantity listed is in addition to all the scope areas noted on the
plans.
G. All repair locations will be determined and marked in the field by the Engineer.
Repairs will be located at small individual locations throughout the entire scope
area. Unit Price work performed without the approval of the Engineer will not be
paid for.
H. The Owner reserves that right to increase or decrease the unit cost quantities
without any adjustment in the unit costs.
I. Unit costs include pro-rata share of Contractor’s, general conditions, staging,
insurance, bond, overhead, and profit, etc.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 03 00 SPECIAL PROJECT PROCEDURES
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 BIDDERS EXAMINATION AND INSPECTION OF EXISTING BUILDING AND
SITE
A. All bidders must inspect the existing site and make their own assessment of the
work required to achieve the complete, finished conditions specified in the
Contract Documents.
B. Failure to adequately inspect the site and/or correctly assess existing conditions
shall not be cause for additional payment.
C. Every contractor will be bound by the scope of work of the Contract Documents
and shall make the inspections necessary to assure that the bid price includes the
complete scope.
1.03 HOURS OF WORK
A. Work may commence at 7:00 A.M. and continue until 5:00 P.M., Monday
through Saturday.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 2
B. The contractor shall be completely and fully responsible for the security and
safety of the job site at all times.
1.04 CONTRACTOR USE OF THE BUILDINGS, ACCESSIBILITY AND SCHEDULES
FOR WORK
A. The work of the Contractor and all Subcontractors shall be performed during the
hours of operation as specified herein and in and around areas of the site used
while occupied by the Owner and the public. The Contractor shall execute the
Work with the least possible disturbance to the use and continuous functioning of
the site. The Contractor and each Subcontractor take all necessary measures to
assure the safety of the staff, visitors, and the general public. The General
Contractor is solely responsible for safety on the job site including securing and
making safe all construction areas during construction hours as well as during
non-construction hours.
B. Schedule of Work and Site Use
1. The Contractor shall schedule the work of this Contract so as to perform
and complete the Work of the Contract according to the following
schedule. The Contractor shall within seven (7) days of the Notice of
Contract Award, submit a schedule to the Owner and Architect for review.
2. Between the time period of the general bid due date and Construction
Commencement, the Contractor shall take all necessary measures to
complete the Work of this Contract. It is expected that the Contractor
utilize the time period between the bid date and construction start date to
schedule and coordinate the work and work sequence, prepare shop
drawings and submittals for approval and order materials. The Owner
shall issue a Notice to Proceed. If the work is not complete by the
completion date, the Contractor will be subject to liquidated damages.
3. The Contractor shall be responsible for providing any and all measures
and/or temporary construction required to control the transmission of dust,
particles, and fumes from construction activities.
4. The Contractor shall be responsible on a daily basis for informing the
designated Owner’s representative of all persons on-site that day
associated with the Work. The Contractor shall establish a daily reporting
system of all activities which is acceptable to the Owner.
5. The Construction schedule shall indicate the dates for start and completion
of each work item or task required with all milestones using a Bar Chart
subject to approval by the Architect.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 3
6. The Awarding Authority’s review of the project construction schedule
shall not extend to the accuracy or other matters dealt with in the schedule,
including but not limited to whether work is omitted, whether duration of
activity is reasonable, the level of labor, materials or equipment, the
Contractor’s means, methods, techniques, procedures or sequence of
construction, or whether the sequence and timing for work remaining are
practical. The accuracy, correctness of all work, sequencing, and
schedules shall remain the sole responsibility of the Contractor. Neither
the Awarding Authority’s review of a schedule nor a statement of
resubmittal not required shall relieve the Contractor for the responsibility
for complying with the contract schedule, adhering to sequences of work,
or from completing any omitted work with the Contract Time.
7. The Contractor shall provide, erect and maintain barricades with any
required egress, access doors, lighting, ventilation, guard rails and all other
appurtenances required to protect the general public, visitors, staff, and
workers while construction is in progress. Safety is the sole responsibility
of the Contractor on the job site.
1.05 HOUSEKEEPING AND PROTECTION OF EXISTING CONDITIONS
A. Maintain the premises in a safe, orderly condition at all times. Protect
construction, furnishings, equipment and other items.
B. Property Protection: The General Contractor shall take all measures necessary to
protect the Owner’s property.
C. Security: The General Contractor shall take every possible precaution to maintain
the security of the buildings and site. The Contractor shall cooperate with the
Owner fully and follow the Owner’s directions as issued. The Contractor shall
control and restrict access to areas of work to prevent injury to persons and
property.
D. The Contractor shall properly cover, protect and maintain floor and finished
surfaces to prevent damage. Replace protective coverings which become wet,
torn or ineffective.
E. Roof and Finished Surfaces Protection:
1. The Contractor shall restrict traffic on roofs and finished surfaces to that
required to perform the work of this Contract and permit traffic only
required to properly complete the Work.
2. Effectively protect surfaces to prevent damages to existing substrates, new
finishes, and to finished roofing work. Provide temporary walkways and
work platforms as needed.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 4
3. Load distribution: The Contractor and any Subcontractor shall not load or
permit any part of the structure to be loaded in any manner that will
damage the existing structure or endanger the safety of persons or
property. Such loads shall include live and dead loads and all moving,
vibratory, temporary and impact loads.
F. Correction by the Contractor
1. At no additional cost to the Owner, the General Contractor shall
immediately correct all deficiencies, including damages to the building,
site and site surfaces, damages to furnishings, damages to equipment or
systems, damage to adjacent properties, and all other damage caused by
the General Contractor or its Subcontractors during the execution of the
Work of this Contract. Any and all damages resulting from inadequate,
insufficient or defective temporary protections installed by the Contractor
during the work of this Contract, shall be corrected by the General
Contractor at no additional cost to the Owner.
1.06 REQUIREMENTS RELATED TO BUILDING USERS’ FURNISHINGS,
EQUIPMENT AND OTHER ITEMS
A. The General Contractor is responsible for protecting all furnishings, equipment
and items from damage (including construction generated dust) during the entire
construction period.
B. The General Contractor shall be responsible for moving and re-setting up all
furniture, fixed and movable equipment, file and storage cabinets, recreation
equipment, boxes, and all other items to accomplish the work of both the General
Contractor and the Subcontractors in its entirety.
1.07 DUST, DIRT, AND FUME CONTROL
A. The Contractor shall take all necessary precautions and provide all necessary
temporary construction to effectively contain dust, dirt and fumes within the areas
of work and within the work limits. Temporary construction shall be provided to
effectively prevent dust and dirt from entering areas of the buildings or adjacent
buildings, satisfying all City, State and Federal laws, codes, and requirements.
1.08 RUBBISH REMOVAL
A. The Contractor shall remove all rubbish, waste, tools, equipment and
appurtenances caused by and used in the execution of the Work; but this shall in
no way be construed to relieve the Contractor of his primary responsibility for
maintaining the building and Project site clean and free of debris, leaving all work
in a clean condition and satisfactory to the Official.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 5
B. Immediately after unpacking, the Contractor shall collect and remove from the
building and Project site all packing materials, case lumber, excelsior, wrapping
and other rubbish.
C. Rubbish removal shall occur so that trash and debris are contained in closed and
secured waste containers.
1.09 SITE DRAINAGE AND PUMPING
A. The Contractor shall be responsible at all times for proper and sufficient site
drainage and shall maintain such drainage during the life of the Contract in a
manner acceptable to the Owner and so as not to adversely affect the adjacent
areas or adjacent properties.
B. The Contractor shall provide and maintain all pumps, suction and discharge lines,
and power in sufficient number and capacity to keep all excavations, pits,
trenches, foundations and the entire property area free from accumulation of water
from any source whatsoever at all times and under way and all circumstances and
contingencies that may arise.
1.10 SNOW AND ICE REMOVAL
A. The Contractor shall promptly remove all snow and ice which may impede the
work, damage the finishes or materials, be detrimental to all/any crafts or trade, or
impede trucking, delivery or moving of materials at the site, or prevent adequate
drainage of the site or adjoining areas.
1.11 WINTER CONSTRUCTION
A. The Contractor shall provide protection against damage to materials and work
installed in freezing weather, including special heat and coverings to prevent
damage by the elements. Therefore, the Contractor is completely responsible for
any and all winter conditions protection, including but not limited to: The ground
surface, under footings, under pipe lines, under masonry, under concrete, and
other work subject to damage shall be protected against freezing or ice
formations.
B. Refer to SECTION 01500--TEMPORARY FACILITIES, for additional
requirements applicable to winter construction.
1.12 BROKEN GLASS
A. The Contractor shall be held responsible at all times prior to Substantial
Completion of the Work, or occupancy by the City, whichever occurs first, for all
broken or scratched glass, or glass which had been damaged as a result of the
Work, or otherwise. And, when so directed by the Official, the Contractor shall
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 6
replace at no increase in Contract Price or Contract Time, all such glass broken,
missing, or damaged prior to Substantial Completion.
1.13 CLEANING AND POLISHING
A. The Contractor shall at all times keep the building and Project site free from
accumulation of waste materials or rubbish.
B. Immediately prior to final inspection, the entire building and surrounding Project
areas shall be thoroughly cleaned by the Contractor including, without limitation:
1. All construction facilities, tools, equipment, surplus materials, debris and
rubbish shall be removed from the Project site and the entire Work shall
be left broom clean.
2. All finished surfaces shall be left in perfect condition, free of stains, spots,
marks, dirt, and other defects. The Contractor shall be responsible for the
cleaning and polishing of the Work of all trades, whether or not cleaning
by such trades is included in their respective Selection of the
Specifications.
3. All glass in the building shall be washed and polished on both sides.
4. All metals, hardware, fixtures, and equipment shall be left in undamaged,
bright, polished condition.
5. Plenums, duct spaces and furred spaces shall be protected at all times from
fumes, particles and other air-borne construction effects. These building
spaces shall be left clean of debris and decayable materials.
6. Equipment and building systems located in areas of construction shall be
cleaned and tested and made perfectly operational to the satisfaction of the
Owner prior to Substantial Completion or partial Substantial Completion
of that area of work.
C. In cleaning items having manufacturer’s finish, or items previously finished by a
Subcontractor, care shall be taken not to damage such finish. In cleaning glass
and finish surfaces, care shall be taken not to use cleaning agents which may stain
or damage any finish materials. Any damage to finishes caused by cleaning
operations shall be corrected and repaired by the Contractor at no increase in
Contract Price.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 7
1.14 OR-EQUAL
A. Where materials, equipment, apparatus, or other products are specified by
Manufacturer, brand name, type or catalog number, such designation is to
establish standards or performance, quality, type and style.
B. If the General or Subcontractor wishes to use materials or equipment other than
these specifically designated herein, as being equal to those so specifically
designated, he shall submit the proposed substitution before purchasing and/or
fabrication in accordance with the requirement of the General Conditions for
approval.
C. It is the responsibility of the Contractor to submit all back-up material and data
needed to prove that the proposed product is an “or-equal”. The Architect will
not review an alternative product without proper documentation. Alternative
products and assemblies will be rejected immediately without proper
documentation.
D. The schedule of the project is not subject to the availability of products submitted
as “or approved equal” or the review needed to certify an “or approved equal”
product.
1.15 PERMITS AND POLICE DETAILS
A. The contractor is responsible for procuring and paying for all applicable permits
and police details throughout the entire project.
1.16 COORDINATION
A. The Contractor shall coordinate locations of all items to be installed with the
Architect. If an item is not dimensioned, for height or location, contact the
Architect for the installation information. Installation of items without the proper
dimensional information may result in reinstallation at no additional charge by the
contractor.
1.17 GENERAL NOTES
A. CONTRACTOR SHALL BE RESPONSIBLE FOR CHECKING AND
COORDINATING ALL DIMENSIONS WITH ARCHITECTURAL
DRAWINGS. IN CASE OF CONFLICT, THE ARCHITECT SHALL BE
NOTIFIED AND SHALL RESOLVE THE CONFLICT.
B. IN ANY CASE OF CONFLICT BETWEEN THE DRAWINGS AND THE
PROJECT SPECIFICATIONS, THE MORE STRINGENT REQUIREMENTS
SHALL GOVERN.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SPECIAL PROJECT PROCEDURES
01 03 00 - 8
C. THE CONTRACTOR SHALL MAKE NO DEVIATION FROM DESIGN
DRAWINGS WITHOUT PRIOR REVIEW BY THE ARCHITECT.
D. WORK NOT INDICATED ON A PART OF THE DRAWINGS BUT
REASONABLY IMPLIED TO BE SIMILAR TO THAT SHOWN AT
CORRESPONDING PLACES SHALL BE REPEATED.
E. ALL WORK SHALL COMPLY WITH APPLICABLE CODES AND LOCAL
LAWS AND REGULATIONS.
F. GENERAL CONTRACTOR SHALL COORDINATE LOCATIONS OF
OPENINGS, PITS, BOXES, SUMPS, TRENCHES, SLEEVES, DEPRESSIONS,
GROOVES, AND CHAMFERS, WITH MECHANICAL, ELECTRICAL AND
PLUMBING TRADES.
G. THE STRUCTURAL DESIGN OF THE BUILDING IS BASED ON THE FULL
INTERACTION OF ALL ITS COMPONENT PARTS. NO PROVISIONS
HAVE BEEN MADE FOR CONDITIONS OCCURRING DURING
CONSTRUCTION. IT IS THE SOLE RESPONSIBILITY OF THE
CONTRACTOR TO MAKE PROPER AND ADEQUATE PROVISIONS FOR
STABILITY OF, AND ALL STRESSES TO THE STRUCTURE DUE TO ANY
CAUSE DURING CONSTRUCTION.
H. CONTRACTOR SHALL NOT SCALE DRAWINGS. CONTRACTOR SHALL
REQUEST ALL DIMENSIONS OR INFORMATION REQUIRED TO
PERFORM THE WORK FROM THE ARCHITECT. WORK COMPLETED
BY THE CONTRACTOR WITHOUT DIMENSIONS OR INFORMATION
SHALL BE DONE AT THEIR OWN RISK AND, IF DEEMED INCORRECT
BY THE ARCHITECT, SHALL BE REMOVED AND REINSTALLED TO
THE SPECIFICATIONS OF THE ARCHITECT AT NO ADDITIONAL COST
TO THE OWNER.
I. CODES: THE PROJECT IS BASED ON THE REQUIREMENTS OF THE
MASSACHUSETTS STATE BUILDING CODE - EIGHTH EDITION.
J. THE PLANS WERE COMPILED FROM VARIOUS SOURCES. THE
CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL EXISTING
CONDITIONS AND DIMENSIONS.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
CONDUCT OF WORK
01 04 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 04 00 CONDUCT OF THE WORK
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 PROJECT MANAGEMENT
A. The Contractor's attention is directed to the General Conditions.
B. The fence is located on historic Salem Common which is an area of high public use.
The Contractor is solely responsible for safety and security on the job site. The
Contractor shall take all necessary precautions to ensure the public safety and
convenience of the visitors during construction.
C. The work must be completed in a continuous uninterrupted operation. The
Contractor must use sufficient personnel and adequate equipment to complete all
the necessary work requirements within a minimum period of time.
D. Unless specifically authorized by the Owner, in writing, the work must be
conducted between the hours of 7:00 a.m. and 5:00 p.m. on Monday through
Saturday. No work is to be done on holidays or Sundays unless approved by the
Owner in advance.
E. The Contractor is responsible for the security and stability of partially completed
work until the project is accepted by the Owner.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
CONDUCT OF WORK
01 04 00 - 2
1.03 SHUTDOWN OF SERVICES
A. If site utility services to the neighborhood are cut by the contractor, he shall supply
all labor, materials or whatever may be required to supply said temporary utility
services at no extra cost to the neighborhood and in accordance with the state and
local regulations on health and safety, working around the clock, until they are
reinstated. The contractor shall also repair the damaged utility immediately at no
cost to the owner.
1.04 COORDINATION
A. The Contractor shall submit for approval to the Owner a detailed operational plan
showing the sequence of operations prior to commencement of any work at the site.
Any changes to this operational plan must be approved by the Owner.
B. The Contractor must retain on the Work during its progress a competent full time
representative, satisfactory to the Owner. This representative shall not be changed,
except with the consent of the Owner. The representative shall be in full charge of
the work and all instructions given to this person by the Architect shall be binding.
C. The Contractor must supply to the Owner the home telephone number of a
responsible person who may be contacted during non-work-hours for emergencies
on the Project.
1.05 OWNER'S COOPERATION
A. The Owner shall assist the Contractor to perform the Work in accordance with the
approved operational plan.
B. The Contractor shall provide:
1. Notification to the Owner two (2) weeks before any work is scheduled at
the site/building.
2. Notification to the Owner in writing forty-eight (48) hours before work is
scheduled in any particular area.
3. An updated schedule monthly with the application for payment. Payments
will not be authorized until the updated schedule is received and approved.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
COORDINATION
01 05 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 05 00 COORDINATION
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 COORDINATION WITH OWNER AND PROCEDURES
A. Safety is the sole responsibility of the Contractor on the jobsite. Extraordinary
care must be taken throughout the project to coordinate work activities with the
adjacent public way, and Common activities.
B. Pre-construction meetings shall be held with the Owner, the Contractor and
Architect, to coordinate locations for dumpsters and chutes, deliveries, worker
parking, material storage, as well as to discuss safety, scheduling, and procedures.
C. Contractor shall restrict hazardous items and activities to locations that will have
the least impact on the daily operations of the public. All material storage,
locations of cranes, dumpsters, workers access, etc. will be only in areas approved
by the Owner.
D. Contractor shall provide signage and other safety barriers at the site adequate to
support their safety program.
E. Contractor shall update the Construction schedule monthly. Requisitions for
payment must be accompanied by an updated schedule. The on-site
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
COORDINATION
01 05 00 - 2
superintendent shall meet with the City representative regularly to inform them of
the daily progress and review the schedule for the next week.
1.03 SCHEDULING
A. Time is of the essence in this project.
B. Temperature is a critical factor in the construction work. Adhere to
manufacturer's specifications.
C. Within five (5) days after the Contractor has received the Owner's Notice to
Proceed, and before the commencement of any work, the Contractor shall
transmit the proposed construction schedule to the Owner and Architect for
review. If any change in the work will alter agreed upon schedules, the
Contractor shall immediately notify the Owner and Architect in writing.
D. The Contractor shall confine his/her apparatus, storage of materials, and operation
of his/her workmen to limits as required by the Owner, and shall not unreasonably
encumber the site with these materials. He/she shall keep all access roads and
walks clear of construction equipment, materials, and debris of any kind. He shall
repair any and all damage to access roads, walks, the building facade and roof
caused by construction operations, and leave them in at least as good condition as
originally found. All operations shall be confined within the property. All
delivery and construction operations shall be conducted so as to avoid all possible
obstruction of the work and building operations. The Contractor shall meet
regularly with the Owner to coordinate the use of the Site.
1.04 SUBCONTRACTORS
A. Subcontractors are subject to approval by the Owner.
1.05 CONSTRUCTION REVIEW
A. All materials and workmanship shall be subject to review by the Architect and all
designated representatives of the Owner. Such review may take place at any time
during the construction, and wherever work relating to this project is underway.
The Contractor shall notify the Architect of any approaching stage of the work
likely to require his/her attention, and the Architect shall have the right to reject
all defective or non-conforming workmanship and material, and to require its
replacement.
B. If any unreviewed work is covered up without approval, the Contractor shall bear
the costs of uncovering it upon request.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
COORDINATION
01 05 00 - 3
1.06 CODES
A. Codes, standards, and publications of private and public bodies mentioned in
these specifications, and other such standards and specifications, refer to the latest
edition thereof at the time of taking bids unless a specific edition is designated,
and shall be considered and integral part of the Contract Documents.
1.07 COORDINATION OF WORK
A. Contractor shall coordinate all construction work with the City of Salem
Department of Public Works and Planning Department.
B. Contractor is responsible for all building and sidewalk permits, police details as
required as well as any other requirements that may be imposed by the City of
Salem D.P.W. and Planning Department.
1.08 SPECIFICATION DISTRIBUTION TO WORKMEN
A. A complete copy of the project manual, including plans and specifications shall
be kept at the construction site at all times.
B. At the direction of the Architect, the Contractor shall photocopy various parts of
pertinent Sections of the Project Manual to be handed out to each tradesman.
1.09 FIELD MEASUREMENTS
A. Before ordering any materials or performing any work, the Contractor or his/her
subcontractors shall inspect all existing conditions and perform all measurements
at the building. No extra charge or compensation will be allowed because of
differences between the drawings and the actual dimensions. Any differences
between the Project Manual and the actual conditions found shall be submitted to
the Architect for his/her decision before proceeding with the work.
1.10 CUTTING AND PATCHING
A. The work to be performed under this Contract shall include all cutting and
patching necessary to accommodate new work.
1.11 PERMITS
A. All fees and procurement of building permits shall be the responsibility of the
Contractor. Requests for inspections by the Building Inspector and the obtaining
of required signatures by Inspection on permits is the responsibility of the
Contractor.
1.12 DUMPING
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
COORDINATION
01 05 00 - 4
A. The contractor shall submit an affidavit certifying legal and proper dumping and
disposal (including locations) of all materials from the project.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
DEFINITIONS & STANDARDS
01 09 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 09 00 DEFINITIONS & STANDARDS
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 DELIVERY AND STORAGE
A. Materials shall be delivered dry, in their original, unopened containers, clearly
labeled with manufacturer's name, brand name, and such identifying numbers as
are appropriate. Materials shall be stored as required by the Manufacturer's
specifications.
1. All materials shall be stored flat, or in the case of rolls, standing on end,
elevated from the ground or deck, and protected with approved waterproof
covers to keep the materials dry and protected from sunlight and moisture,
and ventilated to prevent excessive temperature.
2. Flammable materials shall be stored in a cool, dry area away from sparks
and open flames.
3. Damaged or deteriorated materials shall not be used and shall be removed
from the job site.
4. All cardboard containers shall be stored in dry areas or on pallets. Packing
materials shall be collected so as not to blow around the site.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
DEFINITIONS & STANDARDS
01 09 00 - 2
5. All materials shall be stored in temperatures specified by the
manufacturer. Submit proposed storage arrangements regarding
temperature to the Architect and the materials manufacturer for review.
6. All firestopping shall be performed by each respective trade. All File Sub-
Bidders shall firestop their own work.
1.03 JOB CONDITIONS
A. Do not deliver to site or install any material or system that has not been approved.
Materials installed without approval may be required to be removed and replaced
at no additional cost to the owner.
B. Materials which have a temperature other than the application temperature of the
manufacturer shall not be applied.
C. All materials shall be installed according to manufacturer's specifications and
shall be compatible with the existing materials used on site.
D. Remove only as much existing roofing as can be replaced and made weathertight
each day, including all flashing work.
E. All surfaces to receive the new materials shall be thoroughly dry. Should surface
moisture such as dew exist, the Contractor shall provide the necessary equipment
to dry the surface prior to application.
1.04 CONDITIONS, DIMENSIONS AND QUANTITIES
A. All conditions, dimensions and quantities shall be determined or verified by the
Contractor. The Plans and details have been compiled from various sources and
may not reflect the actual condition at the moment of construction. The
Contractor is cautioned to take all precautions and make all investigations
necessary to install the proposed work. The Owner will not consider
unfamiliarity with the job conditions as a basis for additional compensation.
1.05 DEFINITION OF "CONSULTANT"
A. Any reference to "Designer", "Engineer" or "Architect" in this Project Manual,
Specification or on the drawings shall refer to CBI Consulting Inc., 250
Dorchester Avenue., Boston, Massachusetts 02127, (617) 268-8977, Michael
Teller, Project Architect.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
DEFINITIONS & STANDARDS
01 09 00 - 3
1.06 DEFINITION OF "OWNER"
A. Any reference to the Owner shall be City of Salem, Department of Planning and
Community Development, Natalie Lovett, Community Development Planner,
(978) 619-5685.
1.07 MINIMUM REQUIREMENTS
A. It is the intent of these contract documents to, in some cases, exceed the minimum
requirements of the manufacturer. The new work shall be bid and installed as
detailed.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 30 00 SUBMITTALS
PART 1 - GENERAL
1.01 GENERAL PROVISIONS
A. Attention is directed to the CONTRACT AND GENERAL CONDITIONS and all
Sections within DIVISION 1- GENERAL REQUIREMENTS, which are hereby
made a part of this Section of the Specifications.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be provided complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually provided in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated into the work shall be new and of
the best grade of their respective kinds.
E. Consult the individual sections of the specifications for the specific submittals
required under those sections and for further details and descriptions of the
requirements.
1.02 GENERAL PROCEDURES FOR SUBMITTALS
A. Timeliness - The Contractor shall transmit each submittal to the Designer
sufficiently in advance of performing related Work or other applicable activities
so that the installation is not delayed by processing times, including disapproval
and resubmittal (if required), coordination with other submittals, testing,
purchasing, fabrication, delivery, and similar sequenced activities. No extension
of time will be authorized because of the Contractor's failure to transmit
submittals to the Architect in advance of the Work.
B. Sequence - The Contractor shall transmit each submittal in a sequence which will
not result in the Architect’s approval having to be later modified or rescinded by
reason of subsequent submittals which should have been processed earlier or
concurrently for coordination.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 2
C. The Contractor's Review - Only submittals received from and bearing the stamp
of approval of the Contractor will be considered for review by the Architect.
Submittals shall be accompanied by a transmittal notice stating name of Project,
date of submittal, "To", "From" (Contractor, Subcontractor, Installer,
Manufacturer, Supplier), Specification Section, or Drawing No. to which the
submittal refers, purpose (first submittal, resubmittal), description, remarks,
distribution record, and signature of transmitter.
D. Architect’s Action - The Architect will review the Contractor's submittals and
return them with one of the following actions recorded thereon by appropriate
markings:
1. Final Unrestricted Release: Where marked "Approved" the Work covered
by the submittal may proceed provided it complies with the requirements
of the Contract Documents.
2. Final-But-Restricted Release: When marked “Approved as Noted” the
Work may proceed provided it complies with the Architect’s notations or
corrections on the submittal and complies with the requirements of the
Contract Documents. Acceptance of the Work will depend on these
compliances.
3. Returned for Resubmittal: When marked "Revise and Resubmit" or
"Disapproved" the Work covered by the submittal (such as purchasing,
fabrication, delivery, or other activity) should not proceed. The submittal
should be revised or a new submittal resubmitted without delay (no limit
to number of resubmissions), in accordance with the Designer's notations
stating the reasons for returning the submittal.
E. Processing - All costs for printing, preparing, packaging, submitting,
resubmitting, and mailing, or delivering submittals required by this contract shall
be included in the Contract Sum.
1.03 OR EQUALS
A. Definition - Whenever a specification section names one or more brands for a
given item, and the Contractor wishes to submit, for consideration, another brand,
the submission shall be considered an "or-equal" or a "material substitution". For
the purposes of this Contract, the terms "or-equal" and "material substitution"
shall be considered synonymous.
B. In no case may an item be provided on the Work other than the item named or
described, unless the Architect, with the Owner’s written concurrence, shall
consider the item equal to the item so named or described, as provided by M.G.L.
c.30 § 39M.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 3
C. The equality of items offered as "equal" to items named or described shall be
proved to the satisfaction of the Architect, including all research and full
documentation, at the expense of the Contractor submitting the substitution.
D. The Designer and/or the Owner may require that full size samples of both the
specified and proposed products be submitted for review and evaluation. The
Contractor shall bear full cost for providing, delivering, and disposal of all such
samples.
E. The Contractor shall assume full responsibility for the performance of any item
submitted as an "Or-Equal" and assume the costs of any changes in any Work
which may be caused by such substitution.
F. Or Equal Approval Process - On the transmittal, or on a separate sheet attached to
the submission, the Contractor shall direct attention to any deviations, including
minor limitations and variations, from the Contract Documents.
1. The Contractor shall submit to the Architect for consideration of an y or-
equal substitution a written point-by-point comparison containing the
name and full particulars of the proposed product and the product named
or described in the Contract Documents.
2. Such submittal shall in no event be made later than ten (10) calendar days
prior to the incorporation of the item into the Work. In any case in which
the time period specified in the Contract Documents from the Notice to
Proceed to Substantial Completion is less than 30 days, this requirement
can be waived by the Architect.
3. Upon receipt of a written request for approval of an or-equal substitution,
the Architect shall investigate whether the proposed item shall be
considered equal to the item named or described in the Contract
Documents. Upon conclusion of the investigation, the Architect shall
promptly advise the Contractor that the item is, or is not, considered
acceptable as on Or-Equal substitution. Such written notice must have the
concurrence of the Owner.
1.04 SUBMISSION OF SHOP DRAWINGS
A. Shop Drawings shall be complete, giving all information necessary or requested
in the individual section of the specifications. They shall also show all adjoining
Work, other work affected, and details of connection thereto, including hardware,
flashing, waterproofing, and all utilities.
B. Shop Drawings shall be for whole systems. Partial submissions will not be
accepted.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 4
C. The Architect reserves the right to review and approve shop drawings only after
approval of related product data and samples.
D. Shop drawings shall be properly identified and contain the name of the project,
name of the firm submitting the shop drawings, shop drawing number, date of
shop drawings and revisions, Contractor's stamp of approval, and sufficient
spaces near the title block for the Architect's stamp.
E. The Contractor shall submit to the Architect seven (7) black line prints of each
shop drawing. Transparency and prints shall be mailed or delivered in roll form.
Each submittal shall be accompanied by a transmittal notice.
F. When the transparency is returned by the Architect with the stamp "Revise and
Resubmit" or "Disapproved", the Contractor shall correct the original drawing or
prepare a new drawing and resubmit seven (7) prints thereof to the Architect for
approval. This procedure shall be repeated until the Architect’s approval is
obtained. No limit.
G. The Contractor shall maintain one full set of approved shop drawings at the site.
H. Photo copies of the bid documents are not acceptable as shop drawings.
I. Provide shop drawings for every item to be installed or repaired in the entire
project, whether or not indicated in the spec section.
1.05 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES (SUBMITTALS AND
DISTRIBUTION)
A. The General Contractor, within ten (10) working days after the commencement of
work shall prepare and submit for the Architect’s approval a schedule of Shop
Drawings, Product Data and Samples required to be submitted for the work. The
schedule shall indicate by trade the date by which final approval of each item must
be obtained, and shall be revised as required by conditions of the work, subject to
Architect’s approval. The schedule of Shop Drawings shall correspond to the
Construction Schedule so that the submissions relate to the time when the products
and/or systems will be required on the site. The Architect will not approve a
Schedule which calls for out of sequence submittals.
B. General Contractor shall submit Shop Drawing, product data and samples
accompanied by the General Contractor’s Shop Drawing, Product Data and Sample
Transmittals form.
C. Preparation of Submittal Form: Fill out transmittal form in the following manner
using a typewriter or word processor, and retain one copy – General Contractor’s
first file:
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 5
1. General Contr. General Contractor’s name and job number.
Job No.
2. Spec. Section The Specification Section number where item
is specified – do not submit items from more
than one Specification Section on the same
form.
3. Submitted by Name of General Contractor’s employee
responsible for the General Contractor’s
review.
4. Project/No. Project name and Architect’s project number.
5. Transmittal No. Transmittal numbers shall be consecutive for
the project.
6. Date Submitted Date leaving General Contractor’s office.
7. Subcontractor Name of firm preparing original documents
(shop drawings or sample).
8. Submission No. 1st, 2nd, 3rd, etc. depending on previous
submission for same item (see Resubmittal
procedure).
9. Spec. Sec. Para. Specific paragraph number which item as
Specified.
10. Copies & Type Number of copies submitted and type of
material submitted (sepia, print, brochure or
sample, etc.).
11. Contr.’s Remarks Note exceptions or deviations from the
Contract Documents and reasons for them.
D. Resubmissions: Resubmittal shall follow the same procedures as the initial
submittal with the following exceptions:
1. Transmittal shall contain the same information as the first transmittal except
that transmittal numbers shall run consecutively and the submission number
shall indicate 2nd, 3rd, etc. submission. The drawing number/description
shall be identical to the initial submission and the date shall be the revised
date for that submission.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 6
2. Unless otherwise approved by the A, no new material shall be included on
the same transmittal for a resubmission.
3. Where Resubmittal has not been required by the Architect, but corrections
have been noted on a shop drawing, seven (7) prints of the drawings after
the noted corrections have been made shall be submitted to the Architect for
record purposes but not for action. Shop Drawings reviewed by the
Designer’s Architects will have three prints returned.
E. Submittal Procedures by General Contractor for Approval
1. General: All submittals shall be made to Architect’s office.
2. Shop Drawings: Seven (7) black line prints (maximum sheet size shall be
30 x 42.
F. Architect’s Review Procedures:
1. The Architect’s review, including Architect’s review period will not exceed
fourteen (14) calendar days from the established date of each submission
indicated on the Schedule of Shop Drawings, Product Data, and Samples
plus the additional time, if any, for distribution by the General Contractor
and receipt of submissions by the Architect. The General Contractor is
required to strictly adhere to the established Schedule dates.
2. The Architect will process the submission and indicate the appropriate
action on the submission and the transmittal. Incomplete or erroneous
transmittals will be returned without action.
3. The Architect will fill out transmittal in the following sequence:
a. Date Received Date arriving in the Architect’s office.
b. Date Return Date leaving the Architect’s office to
the General Contractor.
c. To/Date Name of architect to whom
submission is sent for review and date
leaving the Architect’s office.
d. From/Date Name of architect reviewing
submission and date arriving in the
Architect’s office.
e. Action Indicate action taken on submission.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 7
f. Distribution Number of copies distributed and
type of material distributed (sepia,
print, brochure or samples, etc.).
g. Architect’s Remarks Note major deviations from the
Contract Documents.
4. The Architect will return two (2) of Shop Drawings, one Sample or two
brochures with copies of transmittal forms to the General Contractor.
5. The Architect will keep a copy and send one copy to the Owner.
1.06 SUBMISSION OF PRODUCT DATA
A. The Contractor shall submit seven (7) copies of Product Data to the Architect.
All such data shall be specific and identification of material or equipment
submitted shall be clearly marked in ink. Data of general nature will not be
accepted.
B. Product Data shall be accompanied by a transmittal notice. The Contractor's
stamp of approval shall appear on the printed information itself, in a location
which will not impair legibility.
C. Product Data returned by the Designer as "Disapproved" shall be resubmitted in
seven (7) days until the Architect’s approval is obtained.
D. When the Product Data are acceptable, the Architect will stamp them "Approved"
or "Approved as Corrected", distribute copies to the team 3 copies, and return two
(2) copies to the Contractor. The Contractor shall provide and distribute additional
copies as may be required to complete the Work.
E. The Contractor shall maintain one full set of approved, original, Product Data at
the site.
F. Provide product data for all items to be installed whether or not noted in the
specification section.
1.07 SUBMISSION OF SAMPLES
A. Unless otherwise specified in the individual section, the Contractor shall submit
three specimens of each sample.
B. Samples shall be of adequate size to permit proper evaluation of materials. Where
variations in color or in other characteristics are to be expected, samples shall
show the maximum range of variation. Materials exceeding the variation of
approved samples will not be approved on the Work.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 8
C. Samples of items of interior finishes shall be submitted all at once to permit a
coordinated selection of colors and finishes.
D. Samples which can be conveniently mailed shall be sent directly to the Designer,
accompanied by a transmittal notice. All transmittals shall be stamped with the
Contractor's approval stamp of the material submitted.
E. All other samples shall be delivered at the field office of the Project
Representative with sample identification tag attached and properly filled in.
Transmittal notice of samples so delivered with the Contractor's stamp of
approval shall be mailed to the Architect.
F. If a sample is rejected by the Architect, a new sample shall be resubmitted in the
manner specified hereinabove. This procedure shall be repeated until the sample
is approved by the Architect.
G. Samples will not be returned unless return is requested at the time of submission.
The right is reserved to require submission of samples whether or not particular
mention is made in the specifications, at no additional cost to DCAM.
H Samples shall not be installed as part of the work.
I. Provide color and finish samples of every item to be installed.
1.08 CONSTRUCTION SCHEDULE
A. The Proposed Construction Schedule shall be based on an orderly progression of
the work, allowing adequate time for each operation, and leading to a reasonable
certainty of Substantial Completion by the date established in the Agreement.
The Proposed Construction Schedule will be reviewed by the Owner/Architect for
compliance with the requirements of this Article and will be accepted or returned
to the Contractor for revision and resubmittal. Unless specifically required by
law, no payment under this Contract shall be due until the Proposed Construction
Schedule has been approved by the Owner/Architect.
B. The Proposed Construction Schedule in critical path method form which shall
include the following with such other details as Owner/Architect may require:
1. Indicate complete sequence of construction by activity, with dates for
beginning and completion of each element and stage of construction.
2. Identify each item by major Specification Section number.
3. Submittal and Approval Dates for all Shop Drawings and Samples.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 9
4. A chart showing Critical Delivery Dates for Material and Equipment to be
incorporated into the Work.
5. Provide sub-schedules to define critical portions of entire Schedule.
6. Coordinate content with Schedule of Values and provide the cost of each
activity as identified in the Construction Schedule.
C. During the progress of the Work, any changes in the original schedule desired by
the General Contractor which affect Contract completion dates shall be approved
by the Owner before being put into effect.
D. When changes in the Work are required, the original Proposed Construction
Schedule shall be revised without delay to incorporate such changes or new work
and indicate the effect hereof on the Project as a whole.
E. Provide updated critical path method (CPM) chart each month. Submit chart for
review with Contractor’s Application for Payment.
1.09 SCHEDULE OF VALUES
A. Prior to the first request for payment, the General Contractor shall submit to the
Architect and Owner, a Schedule of Values of the various portions of the work in
sufficient detail to reflect various major components of each trade, including
quantities when requested, aggregating the total contract sum, and divided so as to
facilitate payments for work under each Section in accordance with Article VII of
the Contract Form. The Schedule shall be prepared in such form as specified or
as the Architect or Owner may approve, and it shall include data to substantial its
accuracy. Each item in the Schedule of Values shall include its proper share of
overhead and profit in this schedule, including breakdown of values, requires the
approval of the Architect and Owner and shall be used only as a basis for the
Contractor’s request for payment.
1.10 MANUFACTURER’S INSTRUCTIONS
A. Submit manufacturer’s printed instructions for delivery, storage, assembly,
installation, start-up, adjusting, and finishing, in quantities specified for all
products.
1.11 CERTIFICATES OF COMPLIANCE
A. Submit certificates of compliance together with the associated Shop Drawings,
Product Data and Samples required for the Product.
B. Submit on 8-1/2 in. x 11 in. white paper.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUBMITTALS
01 30 00 - 10
C. Submit one copy.
D. The Architect will retain the certificates of compliance; no approval reply is
intended.
1.12 PATTERNS AND COLORS
A. Submit accurate color charts and pattern charts to the Architect for his/her review
and selection whenever a choice of color or pattern is available in a specified
product, unless the exact color and pattern of a product are indicated in the
Contract Documents. Submit actual cured samples of all materials for color
approval.
1.13 RECORD DRAWINGS
A. At the completion of the project, the Contractor shall prepare a complete set of
reproducible record drawings and AutoCAD Files, latest version on compact discs
showing all systems as actually installed.
1.14 SUBMITTAL TRANSMITTAL FORM
A. All submittals shall be presented with the submittal transmittal form attached,
completely filled out. Submittals without the attached form will be returned
without review.
END OF SECTION
From:
(Contractor’s Company Information)
SUBMITTAL
TRANSMITTAL
Project:
To:
CBI Consulting Inc. Contractor’s Project #:
250 Dorchester Ave.
Boston, MA 02127 Architect’s Project #:
C.C.
Date: Submittal
Number:
We are sending for
your
Approval Review the following items:
Specification Number: - - Specification Title:
Subcontractor/Supplier:
Copies: Date: Description Size:
Product Data Sheet
MSDS Sheets
Shop Drawings
Warranties
Qualifications
Samples
Deviations from Contract Documents:
Notes:
Designer’s Stamp
Contractor’s Stamp
00 00.00 00
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
QUALITY CONTROL
01 40 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 40 00 QUALITY CONTROL
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 PULL-OUT TESTS
A. The Contractor shall perform pull-out tests to determine the length and type of
fastener required to provide adequate withdrawal resistance from every substrate.
B. A minimum of two pull out tests shall be performed per section to be fastened.
More tests shall be performed if required by the structural engineer or the material
manufacturer.
C. Submit a report from the fastener supplier and the product manufacturer
describing the pull out tests, the recommend fasteners, and that they are covered
under the warranty.
1.03 INSPECTION AND TESTING
A. An independent inspector and/or testing laboratory may be engaged and paid for
by the Owner to perform the inspection and testing of the new work.
B. The Contractor shall cooperate with the inspector and/or testing laboratory,
furnish materials and labor as may be required and provide for convenient access
to all parts of the work for purposes of inspection and testing.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
QUALITY CONTROL
01 40 00 - 2
C. The Contractor shall accept as final the results of all such inspection and testing.
D. The inspector shall have the authority to delay the commencement of work, or to
stop the work at any time, for any reason which he deems necessary.
E. The inspector and/or testing laboratory reserves the right to require the Contractor
to perform removal of materials installed by the Contractor. Make all cuts in
accordance with the recognized standard practices. Remove materials only in the
presence of the inspector.
1. Immediately after removing each material sample identify each by number
and exact location by gummed label attached to a smooth surface of the
cut sample.
2. Submit the cut samples directly to the inspector after applying
identification.
3. Replace the cut with new materials, matching those removed, immediately
after each removal, and insure that the replacement is completely
watertight.
F. The removal cuts shall be subjected to various tests, including moisture content,
density, thickness, compressive strength, composition, conformance with ASTM
specifications where applicable, conformance with the recommendations of the
manufacturers whose materials were used.
G. Bear all costs for tests where materials or systems have been found unacceptable
and all costs for replacement required due to such unacceptability.
H. If any replacement work is required, such work will also be subject to the terms of
this SPECIFICATION.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 50 00 TEMPORARY FACILITIES
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 GENERAL
A. The Contractor shall be responsible for providing and maintaining all temporary
facilities until Substantial Completion. Removal of such prior to Substantial
Completion must be with the concurrence of the Architect. The Contractor bears
full responsibility for reproviding any facility removed prior to Substantial
Completion
B. Removal of all temporary facilities shall be a condition precedent to Substantial
Completion unless directed otherwise by the Architect or specifically noted in the
specifications.
C. The Contractor must comply with all safety laws and regulations of the
Commonwealth of Massachusetts, the United States Government, and local
government agencies applicable to Work under this contract. The Contractor's
attention is directed to the Commonwealth of Massachusetts, Department of Labor
and Industries Regulation 454 CMR.
D. Safety is the sole responsibility of the contractor on the job site. Contractor is
notified that the building will be occupied during construction. The Architect does
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 2
not have control of the job site in any way.
1.03 TEMPORARY TELEPHONES
A. No telephone service will be provided by the Owner.
B. All telephone numbers shall be available to the project team. Provide cell phone
number for the project superintendent at the job site.
C. Provide 24-hour emergency phone numbers for the Contractor’s Project Manager
and Superintendent.
1.04 TEMPORARY TOILETS
A. Portable, temporary toilets shall be provided by the contractor and shall be located
as directed by the owner.
B. The Contractor:
1. Assumes full responsibility for the use of the temporary toilets
2. Pays all costs for operation, maintenance and cleaning.
C. Under no circumstances will the Contractor's personnel be allowed to use the newly
installed toilets and sinks in the building.
D. The Contractor shall not have use of sanitary toilet facilities within the building and
must provide portable sanitary toilets for the use of their forces for the entire
duration of the work. Toilets shall be cleaned and emptied twice weekly
(minimum) and as directed by the Owner.
1.05 TEMPORARY STRUCTURES AND MATERIAL HANDLING
A. The Contractor shall provide such secure storage sheds, temporary buildings, or
trailers as required for the performance of the Contract.
B. Materials shall be handled, stored, installed, cleaned, and protected in accordance
with the best practice in the industry and, except where otherwise specified in the
Contract Documents, in accordance with manufacturer's specifications and
directions.
C. The Contractor must obtain the permission of the Owner for the placement of any
storage facilities on site, and the Owner assumes no responsibility for articles
stored.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 3
1.06 TEMPORARY STAGING, STAIRS, CHUTES
A. Except as otherwise specified, the Contractor shall furnish, install, maintain in safe
condition, and remove all scaffolds, staging, and planking over 8 ft. in height,
required for the use of all trades for proper execution of the Work, except as noted.
B. The Contractor shall furnish, install, maintain in safe condition, and remove all
temporary ramps, stairs, ladders, and similar items as required for the use of all
trades for the proper execution of the Work.
C. If the project is new construction permanent stairs shall be erected as soon as
possible, for which the Contractor shall provide temporary protective treads, risers,
handrails, and shaft protection.
D. The Contractor shall furnish, install, maintain, and remove covered chutes from the
work area. Such shall be in convenient locations and permit disposal of rubbish
directly into trucks or disposal units.
1.07 HOISTING FACILITIES
A. Except as otherwise specified, the Contractor shall provide, operate, and remove
material hoists, cranes, and other hoisting as required for the performance of the
Work by all trades.
1.08 UTILITIES
A. The contractor shall provide their own power and water. No utilities are available
on site.
1.09 WEATHER PROTECTION
A. The Contractor shall provide temporary enclosures and heat to permit work to be
carried on during the months of November through March in compliance with
MGL c.149 §44G (d). Without limitation this includes such items as excavation,
pile driving, steel erection, erection of certain exterior wall panels, masonry,
sealants, waterproofing, sheet metal work, roofing, and similar operations.
B. "Weather Protection" means the temporary protection of that Work adversely
affected by moisture, wind, and cold by covering, enclosing, and/or heating. This
protection shall provide adequate working areas during the months of November
through March as determined by the Owner and consistent with the construction
schedule to permit the continuous progress of all Work necessary to maintain an
orderly and efficient sequence of construction operations. The Contractor shall
furnish and install "Weather Protection" material and be responsible for all costs,
including heating required to maintain a minimum of 40 degrees F. at the working
surface. This provision does not supersede any specific requirements for methods
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 4
of construction, curing of materials, or the applicable conditions set forth in the
Contract Documents with added regard to performance obligations of the
Contractor.
C. Within 30 calendar days after award of the Contract, the Contractor shall submit in
writing, to the Architect for approval, three (3) copies of the proposed methods for
"Weather Protection".
D. The Contractor shall assume the entire responsibility for weather protection during
construction (until Substantial Completion), and shall be liable for any damage to
any Work caused by failure to supply proper weather protection and proper
ventilation.
E. Work damaged by frost shall be removed and replaced by and at the Contractor's
expense and as directed by the Architect.
F. It is to be specifically understood that the Contractor shall do no work under any
conditions deemed unsuitable by the Contractor to the execution of the Work. This
provision shall not constitute any waiver, release, or lessening of the Contractor's
obligation to bring the Work to Substantial Completion within the period of time set
forth in the Contract Documents.
1.10 PROTECTION
A. Weather protection shall be provided for; weather conditions occurring or
anticipated, the extent of the existing structure exposed, or any other possible
hazard. Remove only as much roofing and sealant as can be completely replaced
and made watertight in one day.
B. Dust control, pedestrian protection, and traffic control measures shall be provided
during the course of the work.
C. Schedule and execute all work without exposing the sensitive building areas to the
affects of inclement weather. Protect the existing structure and its contents against
all risks, and repair or replace all damage to the Owner's satisfaction. Protect all
exterior building surfaces, roofing, lighting, landscape areas, and pavement from
damage.
D. All new and temporary construction, including equipment and accessories, shall be
secured from wind damage or blow-off.
E. The Contractor shall provide all necessary temporary protection and barriers to
segregate the work area and to prevent damage to adjacent areas. Also provide
plywood protection for roofing adjacent to construction. Areas damaged because of
inadequate protection will be repaired at no additional cost to the owner, as per
these specifications and the recommendations of the Architect.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 5
F. Provide temporary barricades and other forms of protection as required to protect
Owner's personnel, students, and general public from injury due to the work.
G. Any deteriorated substrate which is discovered shall be promptly reported to the
Architect.
H. Safety on the job site is the sole responsibility of the contractor. The Contractor
shall ensure that all Local, State, Federal, OSHA or other applicable safety
requirements are strictly accorded to. All OSHA safety requirements regarding
items such as scaffolding, temporary protections, lift trucks, cranes, removal of
debris, dust control, cleaning solvents, and high pressure water washing,
sandblasting and equipment shall be ensured by the Contractor.
1.11 DEBRIS
A. The Contractor will be responsible for the removal of all construction debris from
the job site.
B. Upon completion of each day and each phase of the work the Contractor shall leave
the premises free of all debris and waste, in broom-clean condition. Overnight
storage of material on site will be as approved by the Owner. The Contractor shall
be responsible for keeping the site free of rubbish and debris, and in a neat and
orderly condition at all times. The Contractor shall clean up and remove all
accumulated rubbish and debris daily.
C. The Owner's representative shall inspect the site daily. If it is determined that the
site has not been cleaned of construction debris on a particular day the Contractor
may be assessed $100.00 for that day to be used to have the site cleaned by in house
personnel. This shall be prepared by the Architect as a deduct change order to the
contract.
D. Debris resulting from the new work shall be placed in covered containers provided
by the Contractor and legally disposed of. Burning will not be permitted on site.
Dumpster locations shall be approved by the Owner.
1.12 TEMPORARY NOISE AND POLLUTION CONTROL
A. All work performed under the Contract shall conform to the requirements of
Chapter 111, Sections 31C and 142D of the General Laws, Commonwealth of
Massachusetts, Department of Public Health, and Metropolitan Boston Air
Pollution Control District regulations.
1.13 CONSTRUCTION PARKING CONTROL
A. The Contractor shall control trucks and worker's vehicles to prevent unnecessary
congestion in the neighborhood of the project. See Site Plan for allowable on site
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 6
parking area.
B. The schedule and location of all deliveries of materials must be coordinated and
approved by the Owner.
C. There is sufficient parking on site for the contractor’s vehicles. All parking will be
at the direction of the Owner.
1.14 TEMPORARY SITE STORAGE
A. The Owner shall designate an area for temporary site storage on the site. All
materials shall be stored in locked storage trailers or container boxes.
B. Storage of materials will not be permitted within any building in the scope of work.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TEMPORARY FACILITIES
01 50 00 - 7
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROTECTION
01 51 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 51 00 PROTECTION
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 PROTECTION OF PERSONS & PROPERTIES
A. The site will not be occupied during construction. The contractor shall have
complete control of the job site. The Contractor shall take all necessary precautions
to ensure the public safety and convenience of visitors during construction. Safety
is the sole responsibility of the contractor, regardless of what is set forth in this
document. The architect does not have control of the job site, or means and
methods, in any way.
B. Any damage to buildings, roads, (public and private), concrete walks, bituminous
concrete areas, fences, rails, lawn areas, trees, shrubbery, poles, underground
utilities, etc. shall be made good by and at the Contractor's own expense, all to the
satisfaction of the Owner.
C. The Contractor shall patch, repair and/or replace all adjacent materials and surfaces
damaged after the installation of new work to the complete satisfaction and at no
expense to the Owner. All repair and replacement work shall match the existing in
kind and appearance.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROTECTION
01 51 00 - 2
1.03 TEMPORARY PROTECTION
A. The Contractor shall:
1. Protect excavations, trenches, buildings, and materials at all times from rain
water, ground water, backing-up, or leakage of sewers, drains, or other
piping, or from water damage of any origin. Provide all pumps, piping,
coverings, and other materials and equipment as required by job conditions
to accomplish this requirement.
2. In addition to the weather protection during the months of November to
March specified elsewhere, provide temporary watertight enclosures for
openings in exterior walls and in roof decks when and as required to protect
the Work from damage by inclement weather. Temporary enclosures shall
be provided with adequate means of ventilation to prevent accumulation of
moisture in the buildings.
3. Provide temporary wood doors for exterior entrances and elsewhere when
required. Permanent door enclosures shall not be used as temporary
enclosures.
4. Protect sills, jambs, and heads of openings through which materials are
handled.
5. Protect decks and slabs to receive work by other trades from any soiling
which will prevent proper adhesion of subsequent Work. Decks and slabs
shall be left clean and free of blemishes at the time other trades begin the
application of their work.
6. Protect concrete slabs to remain exposed and finished floors against
mechanical damage, plaster droppings, oil, grease, paint, or other material
which will stain the floor finish. Install and maintain adequate strips of
building paper or other protection on finished floors in rooms where future
Work will be done by other trades.
7. Protect all surfaces to receive work by other trades from any soiling which
will prevent proper execution of subsequent work
8. Protect other areas, furniture, and private property of the resident and the
Owner. Any areas damaged by the Contractor shall be restored to the
original condition or compensated at the Contractor's expense.
B. Roof surfaces and waterproofed surfaces shall not be subjected to traffic nor shall
they be used for storage of materials. Where some activity must take place in order
to carry out the Work, adequate protection must be provided.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROTECTION
01 51 00 - 3
C. After the installation of the Work by any Subcontractor is completed, the
Contractor shall be responsible for its protection and for repairing, replacing, or
cleaning any such Work which has been damaged by other trades or by any other
cause, so that all Work is in first class condition at the time of Substantial
Completion.
1.04 ACCESS
A. The Contractor shall, at all times, leave an unobstructed way along walks and
roadways, and shall maintain barriers and lights for the protection of all persons and
property in all locations where materials are stored or work is in progress.
1.05 SECURITY
A. The Contractor shall be responsible for providing all security precautions necessary
to protect the Contractor's and Owner's interests.
B. Where excavation is involved, the Contractor shall be responsible for providing
continuous watchmen service as necessary, to insure adequate protection of the
general public.
1.06 NOISE AND DUST CONTROL
A. The Contractor shall take special measures to protect the residents, neighbors, and
general public from noise, dust, and other disturbances by:
l. Keeping common pedestrian and vehicular circulation areas clean and
unobstructed;
2. Insulating work area from occupied portions as far as possible; and
3. Sealing dust and fumes from contaminating occupied spaces.
1.07 FIRE PROTECTION
A. The Contractor shall take necessary precautions to insure against fire during
construction. The Contractor shall be responsible to insure that the area within
contract limits is kept orderly and clean and that combustible rubbish and
construction debris is promptly removed from the site.
B. Installation of equipment suitable for fire protection shall be done as soon as
possible after commencement of the Work. The Contractor's attention is directed to
the requirements of the Commonwealth of Massachusetts, Department of Labor and
Workforce Development Regulation 454 CMR.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROTECTION
01 51 00 - 4
1.08 WIND PROTECTION
A. Should high wind warnings be issued by the U.S. Weather Bureau, the Contractor
shall take every precaution to minimize danger to persons, to the Work, and to the
adjacent property.
1.09 WEATHER PROTECTION
A. The Contractor shall provide Weather Protection as required by Specification
Section 01500 Temporary Facilities and any other specific requirements of the
Contract Documents.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROJECT CLOSEOUT
01 70 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 70 00 PROJECT CLOSEOUT
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished be complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 COMPLETION OF WORK
A. The site shall be cleaned of all debris resulting from the work and areas damaged
during the course of the work restored to the satisfaction of the architect and the
Owner.
B. The Contractor shall notify the Architect and Owner that the work is completed
and Project Manual requirements have been met. The Architect shall review the
completed work with the Contractor within seven (7) calendar days of
notification. Any deficiencies observed at the time will be conveyed directly to
the Contractor with a written confirmation, after which the Contractor shall
correct the stated deficiencies to the satisfaction of the Architect within fourteen
(14) calendar days prior to demobilization from the site.
C. After satisfactory completion of the above, the work shall be considered complete
with notification by the Architect to the Owner.
D. The Contractor shall submit all lien waivers and warranties at this time of final
payment.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
PROJECT CLOSEOUT
01 70 00 - 2
E. All guarantees, as required in any Section of the Project Manual shall be
submitted for approval prior to final payment.
F. Contractor shall maintain and record all changes to the plans throughout the entire
project and shall submit as-built drawings of the entire project prior to final
payment. As-built drawings must be in electronic form on Auto-CAD 2000 or
later, submitted on CD. Electronic copies of the Architect’s plans can be
purchased from the Architect for a fee of $50 per sheet.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SURVEYS AND RECORD DRAWINGS
01 72 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 72 00 SURVEYS AND RECORD DRAWINGS
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.01 RECORD DRAWINGS
A. Record Drawings shall consist of all the Contract Drawings.
B. From the sets of drawings furnished by the Owner, the Contractor shall reserve one
set for record purposes. From this set, the Contractor shall detach and furnish, at no
charge to the Subcontractors the drawings of their portion of the Work for the same
purpose.
C. The Contractor and the above Subcontractors shall keep their marked up As Built
set on the site at all times and note on it in colored ink or pencil, neatly and
accurately, at the end of each working day, the exact location of their work as
actually installed. This shall include the location and dimensions of underground
and concealed Work, and any architectural, mechanical, or electrical variations
from the Contract Drawings. All changes, including those issued by Addendum,
Change Order, or instructions by the Architect shall be recorded. Marked up As
Built drawings shall be prepared for the entire project and include all Work,
including but not limited to:
1. The location of all underground utilities and appurtenances referenced to
permanent surface improvements, both horizontally and vertically at ten
(10) foot intervals and at all changes of direction.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SURVEYS AND RECORD DRAWINGS
01 72 00 - 2
2. The location of all internal utilities and appurtunces, concealed by finish
materials, including but not limited to valves, coils, dampers, vents,
cleanouts, strainers, pipes, junction boxes, turning vanes, variable and
constant volume boxes, ducts, traps, and maintenance devices.
a. The location of these, items shall be shown by offsets to structure
and drawing grid lines.
b. The tolerance for the actual location of these items on the marked up
As Built Drawings shall be plus or minus two (2) inches.
c. Each item shall be referenced by showing a tag number, areas
served, and function on the marked up As Built drawing
D. The Architect may periodically inspect the marked up As Built drawings at the site.
The proper and current maintenance of the information required on these drawings
shall be a condition precedent to approval of the monthly applications for payment.
E. At Substantial Completion the Contractor shall submit the complete set of marked
up As Built drawings to the Architect. The Contractor shall check all marked up
As-Builts prepared by subcontractors and certify in writing on the title sheet of the
drawings that they are complete and correct, prior to submission to the Architect.
F. The Architect shall review the marked up As Built drawings and verify by letter to
the Owner that the Work is complete. The Architect shall incorporate all changes
onto original drawings.
G. The Contractor may make a written request for copies of the completed Record
Drawings. The Contractor shall reimburse the Owner directly for the cost of
printing of any requested Record Drawings.
H. Contractor shall maintain and record all changes to the plans throughout the entire
project and shall submit as-built drawings of the entire project prior to final
payment. As-built drawings must be in electronic form on Auto-CAD 2000 or
later, submitted on CD. Electronic copies of the Architect’s plans can be
purchased from the Architect for a fee of $50 per sheet.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
EXCAVATION AND BACKFILL
02 20 00 - 1
DIVISION 02 SUBSURFACE INVESTIGATION & DEMOLITION
SECTION 02 20 00 EXCAVATION AND BACKFILL
PART 1 – GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Excavation and Backfill Work required to complete the work of
the contract including all the Excavation and Backfill Work shown on the plans,
listed in the specification, and needed to install a complete assembly in every
way, with all reinforcing, pinning, and finishes. Coordinate the Excavation and
Backfill Work with all the other trades for the project. Provide all demolition and
disposal work to complete the Excavation and Backfill Work. Patch to match all
adjacent surfaces that are disturbed, left exposed, or unfinished. All work of the
contract is related. It is the General Contractor’s responsibility to review all the
work of each section, each sub-contractor, and each file sub-bidder for the entire
project so that all the work can be properly and completely performed.
B. Excavation and Backfill Work includes, but is not limited to, the removal of
asphalt paving and soil to access the work areas for waterproofing work
including:
1. Protection of all roads, sidewalks and existing utilities to remain.
2. Excavation to indicated stone foundation depths, saving soil for backfill,
replacing after placing the new granite foundation block, and compacting.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
EXCAVATION AND BACKFILL
02 20 00 - 2
3. Off-site disposal of all unsuitable materials.
4. Supply and placement of all backfill materials required to complete and
work of this Section.
5. Dewatering as needed for site conditions
1.03 DEFINITIONS AND REFERENCE STANDARDS
A. ASTM: Specifications of the American Society for Testing and Materials.
B. Code: Massachusetts State Building Code.
1.04 QUALITY ASSURANCE
A. Comply with all rules, regulations, laws and ordinances of the Commonwealth of
Massachusetts, and of all other authorities having jurisdiction. All labor,
materials, equipment, and services necessary to make work comply with such
requirements shall be provided without additional cost to Owner.
B. Field Monitoring and Testing
1. The Owner may retain the services of a Geotechnical Engineer or testing
agency to test, observe and document the Contractor's earthwork activities
to determine the work is completed in accordance with the Project
Specifications and perform such other duties as are herein described
throughout these Specifications.
2. All fill materials and their placement will be subject to quality control
testing. The Contractor will bear the cost of any tests which are needed to
correct previously unacceptable work. Test results and lab
recommendations will be available to the Contractor.
3. Approvals given by the Architect or by the testing agencies shall not
relieve the Contractor of his/her responsibility for performing the work in
accordance with the Contract Documents.
1.05 SUBMITTALS
A. The Contractor shall submit the information specified herein to the Architect for
review. Unless otherwise specified, submittals shall be made not less than one
week before the start of work.
1.06 JOB CONDITIONS
A. The Contractor shall protect adjacent property, public utilities and structures, and
completed work from damage associated with the pile driving operation.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
EXCAVATION AND BACKFILL
02 20 00 - 3
PART 2 - PRODUCTS
2.01 MATERIALS
Earth materials used as fill shall be as designated below:
A. Crushed Stone: Shall consist of clean, hard, durable natural rock or granite, free
of organic matter, rock dust, and other contaminants and conforming to ASTM
specification C-33, Table 2, Size 57, 2 in. to #4 sieve size or conforming to
Massachusetts DPW specification of M2.01.3.
B. General Fill: Fill Type LF. Graded, free of lumps larger than 3 inches, rocks larger
than 2 inches, and debris. Conforming to Massachusetts Highway Department
M1.01.0.
C. Structural Fill: Fill Type SF: conforming to Massachusetts Highway Department
standard.
PART 3 - EXECUTION
3.01 CLEARING AND PROTECTION
A. Locate existing underground utilities in the areas of work. If utilities are to
remain in place, provide adequate means of protecting during excavation
operations.
B. Protect adjacent areas from soil erosion and damage.
3.02 EXCAVATION
A. General
1. Excavation consists of the removal and stockpiling of topsoil and substrate
materials in separate locations.
2. Conform to the elevations and dimensions shown on the drawings.
3. All surplus excavated material not used to fulfill requirements of the
Contract shall become the property of the Contractor and shall be removed
from the site and legally disposed of.
4. When excavations have reached the prescribed depths, the Architect shall
be notified to observe the conditions.
3.03 PLACEMENT AND COMPACTION OF MATERIALS
A. General
1. All fill materials shall be placed "in-the-dry" on subgrades acceptable to
the Architect.
2. Placement of all specified fill materials shall be systematically conducted
in the specified uniform layer thickness. Thickness in all cases is
measured prior to compaction.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
EXCAVATION AND BACKFILL
02 20 00 - 4
3. Compaction of fill materials shall be conducted by a minimum of four (4)
complete coverages with acceptable compaction equipment.
4. Place in layers not to exceed twelve (12) inches.
B. Compaction Equipment
1. In all cases, the character, efficiency and acceptability of the Contractor's
compaction equipment shall be subject to the approval of the Architect
based on observed or documented field performance.
2. Compaction in confined areas (against walls, piers, and in trenches) shall
be conducted with acceptable equipment such as hand-guided vibratory
compactors or mechanical tampers.
C. Moisture Control
1. The amount of moisture in any one layer of fill material shall be as
uniform as practicable throughout. The upper limit of water content in
materials shall be that which will permit handling, spreading and will
permit proper compaction.
2. Each layer of material which is too dry shall be sprinkled with water, and
the water worked into the material by mechanical methods until a uniform
distribution of moisture shall be accurately controlled in amount so that
free water will not appear on the surface during, or subsequent to,
compaction.
D. Stone Base Course
1. Place in layers not to exceed six (6) inch layers when utilizing light,
hand-operated compaction equipment.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SELECTIVE DEMOLITION
02 41 20 - 1
DIVISION 02 EXISTING CONDITIONS
SECTION 02 41 20 SELECTIVE DEMOLITION
PART 1 – GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
Work of this Section whether or not such Work is specifically mentioned in this
Section.
C. Coordinate Work with that of all other trades affecting or affected by Work of this
Section. Cooperate with such trades to assure the steady progress of all Work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the Work shall be new and of
the best grade of their respective kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Demolition Work required to complete the Work of the Contract
including all the Demolition Work shown on the plans, listed in the specification,
and needed to install a complete assembly in every way. Coordinate the
Demolition Work with all the other trades for the project. Provide all demolition
and disposal Work to complete the Demolition Work. Patch to match all adjacent
surfaces that are disturbed, left exposed, or unfinished. All Work of the Contract
is related. It is the General Contractor’s responsibility to review all the Work of
each section, each Subcontractor, and each file sub-bidder for the entire project so
that all the Work can be properly and completely performed.
B. Selective Demolition Work includes, but is not limited to:
1. In general, the Contractor shall supply all material, equipment, temporary
protection, tools and appliances necessary for the proper removal of
selected construction materials for the completion of the Work as required
in the Specifications, in accordance with good construction, and as
required by the materials manufacturer.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SELECTIVE DEMOLITION
02 41 20 - 2
2. Supply all shoring and protection necessary to protect the occupants,
building area, building systems, and landscape areas. All means and
methods are the responsibility of the Contractor. The Contractor is solely
responsible for safety on the job site.
3. Extent of selective demolition as described on the drawings and in
conjunction with all the new Work shown on the drawings. The
Contractor is responsible for all demolition, disposal, and cleanup
associated with the Work, whether or not shown on the plans or described
herein required to complete the Work.
1.03 RELATED WORK
A. The following items of related Work are specified and included in other Sections
of the Specifications:
1. Section 02 20 10, Excavation and Fill
1.04 QUALITY ASSURANCE
A. Supervision:
1. Engage and assign supervision of shoring and bracing Work to qualified
personnel.
B. Regulations:
1. Comply with local codes and ordinances of governing authorities having
jurisdiction.
1.05 SUBMITTALS
A. Schedule:
1. Submit schedule indicating proposed methods and sequence of operations
for Selective Demolition.
2. Include coordination for shut-off, capping, and continuation of utility
services in scope area.
1.06 JOB CONDITIONS
A. Condition of Structures:
1. Owner assumes no responsibility for actual condition of items or
structures to be demolished.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SELECTIVE DEMOLITION
02 41 20 - 3
2. Conditions existing at time of commencement of Contract will be
maintained by Owner insofar as practicable.
B. Protections:
1. Provide temporary barricades and other forms of protection to protect
Owner's personnel and general public from injury due to selective
demolition Work. Safety is the sole responsibility of the Contractor.
2. Provide protective measures to provide free and safe passage of Owner's
personnel and general public to and from area of selective demolition.
3. Erect temporary covered passageways as required by authorities having
jurisdiction.
4. Take measures to protect against windblown dust, obtain Owner's
approval of means used for dust control.
5. Provide interior and exterior shoring, bracing, or support to prevent
movement, settlement, or collapse of structure or element to be
demolished, and adjacent facilities or Work to remain.
6. Protect from damage existing finish Work that is to remain in place and
becomes exposed during demolition operations.
7. Protect adjacent materials and finishes with suitable coverings when
necessary including, but not limited to, automobiles in parking lot adjacent
to building which will remain in use during Work to be performed.
8. Remove protections at completion of Work.
C. Damages: Promptly repair damages caused to building or property, including
cars, by demolition Work at no cost to Owner.
D. Traffic:
1. Conduct Selective Demolition operations and debris removal in a manner
to ensure minimum interference with roads, streets, walks, and other
adjacent occupied or used facilities.
2. Do not close, block, or otherwise obstruct streets, walks, parking lot, or
other occupied or used facilities without written permission from the
authorities having jurisdiction.
3. Provide alternate routes around closed or obstructed traffic ways if
required by governing regulations.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SELECTIVE DEMOLITION
02 41 20 - 4
E. Utility services:
1. Maintain existing utilities, keep in service, and protect against damage
during demolition operations.
2. Do not interrupt existing utilities service occupied or used facilities,
except when authorized in writing by authorities having jurisdiction.
Provide 48 hours notice if service must be interrupted.
3. Provide temporary services during interruptions to existing utilities, as
acceptable to governing authorities.
F. Environmental Controls:
1. Comply with governing regulations pertaining to environmental
protection.
2. Do not use water when it may create hazardous or objectionable
conditions such as ice, flooding, and pollution.
PART 2 – PRODUCTS – NOT USED
PART 3 – EXECUTION
3.01 INSPECTION
A. Before start of Selective Demolition Work, inspect areas in which Work will be
performed.
3.02 PREPARATION
A. Structure Safety:
1. Provide exterior shoring, bracing, or support to prevent movement,
settlement, or collapse of structures to be demolished and adjacent
facilities to remain.
2. Cease operations and notify the Owner’s Representative immediately if
safety of structure appears to be endangered.
3. Take precautions to support structure until determination is made for
continuing operations.
B. Shoring and Bracing
1. If shoring and bracing is required, locate the system to clear permanent
construction and to permit the completion of the Work.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SELECTIVE DEMOLITION
02 41 20 - 5
2. Provide shoring and bracing system adequately anchored and braced to
resist natural forces.
3. No shoring and bracing system shall remain at the completion of the
Work.
3.03 DEMOLITION
A. General:
1. Perform Demolition Work in a systematic manner.
2. Use such methods as required to complete Work indicated on Drawings in
accordance with Demolition Schedule and governing regulations.
3. If unanticipated mechanical, electrical, or structural elements which
conflict with intended function or design are encountered, investigate and
measure both nature and extent of the conflict with Consultant.
B. Disposal of Demolished Materials:
1. Remove debris, rubbish, and other materials resulting from demolition
operations from site.
2. Transport and legally dispose of materials off site.
3. 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. Present receipts from certified waste disposal firms confirming
hazardous waste disposal.
4. Burning of removed materials is not permitted on project site.
3.04 CLEANING AND REPAIR
A. On completion of demolition Work, remove tools, equipment, and demolished
materials from site. Remove debris on a daily basis.
B. Remove protection and leave areas broom clean.
C. Repair demolition performed in excess of that required.
D. Repair adjacent construction or surfaces soiled or damaged by selective
demolition Work.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 1
DIVISION 02 SUBSURFACE INVESTIGATION & DEMOLITION
SECTION 02 83 00 LEAD PAINT CONSIDERATIONS
PART 1 – GENERAL
1.01 GENERAL PROVISIONS
A. Attention is directed to the CONTRACT AND GENERAL CONDITIONS and all
Sections within DIVISION 01 - GENERAL REQUIREMENTS, which are
hereby, made a part of this Section of the Specifications.
B. Examine all Drawings and all other Sections of the Specifications for
requirements of related sections affecting the Work of this Section.
C. The General Contractor is responsible for the coordination of the Work of this
Section with related Work. No delays in completion of the Work shall be claimed
for lack of coordination.
D. The Contractor shall comply with all applicable local, state, and federal guidelines
and regulations regarding all Work involving the presence of lead paint. All
Contractors shall be made aware that lead paint exists on painted surfaces
throughout the building.
1.02 DESCRIPTION OF WORK
A. The Work of this Section specifies minimum requirements for the disturbance,
removal, containment, and disposal of lead paint and associated waste generated
as a result of construction activities at the Salem, Massachusetts, as outlined in the
Project Specifications.
B. The procedures described herein shall apply to all construction including but not
limited to window replacement and painting Work where a Worker may be
occupationally exposed to lead, as well as the disposal requirements of the debris.
The Contractor shall assume that any painted surface contains lead paint and it shall
be the Contractor’s responsibility to protect Workers performing under this
Contract.
C. The Contractor shall assume full responsibility and liability for the compliance with
all applicable Federal, State and Local regulations pertaining to Work practices,
hauling and disposal of waste, protection of Workers and visitors to the site, and
persons occupying areas adjacent to the site. The Contractor shall hold the
Architect and Owner harmless for failure to comply with any applicable Work,
hauling, disposal, safety, health or regulation on the part of himself, his Workers or
his subcontractors.
D. The Contractor is required to ensure the protection of Workers performing any
related Work that will affect surfaces coated with lead paint as well as protecting
the public and the environment from exposure to lead dust.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 2
E. Codes and Standards
1. All Work shall conform to the standards set by applicable Federal, State and
Local laws, regulations, ordinances, and guidelines in such form in which
they exist at the time of the Work on the contract and as may be required by
subsequent regulations.
2. In addition to any detailed requirements of the Specification, the Contractor
shall at his own cost and expense comply with all laws, ordinances, rules
and regulations of Federal, State, Regional and Local Authorities regarding
handling and storing of lead waste material.
3. The following references are cited as applicable standard and regulations as
amended:
a. Code of Federal Regulations (CFR) Publications:
29 CFR 1910 – General Industry
29 CFR 1926.55 – Gases, Vapors, Fumes, Dusts and Mists
29 CFR 1926.57 – Ventilation
29 CFR 1926.62 – Lead in Construction
29 CFR 1926.200 – Signs, Signals and Barricades
29 CFR 1926.354 – Welding, Cutting and Heating in Way of
Preservative Coatings
29 CFR Subpart T – Demolition
40 CFR 50 - National Primary and Secondary Ambient Air
Quality Standards for Lead
40 CFR 61 - Subpart A General Provisions
40 CFR 61.152 – Standard for Waste Manufacturing, Demolition,
Renovation, Spraying, and Fabricating Operations.
40 CFR 241 - Guidelines for the Land Disposal of Solid Wastes
40 CFR 257 - Criteria for Classification of Solid Waste
40 CFR 261 and 262 - Waste Disposal Facilities and Practices
b. Massachusetts Regulations:
454 CMR 22.11 Safety Procedures for Renovation
454 CMR 23.00 Occupational Lead Exposure
4. All regulations by the above and other governing agencies in their most
current version are applicable throughout this project. Where there is a
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 3
conflict between this Specification and the cited State, Federal, or local
regulations, the more restrictive or stringent requirements shall prevail.
5. THIS SECTION REFERS TO MANY REQUIREMENTS FOUND IN
THESE REFERENCES, BUT IN NO WAY IS IT INTENDED TO CITE
OR REITERATE ALL PROVISIONS THEREIN OR ELSEWHERE. IT IS
THE CONTRACTOR'S RESPONSIBILITY TO KNOW, UNDERSTAND,
AND ABIDE BY ALL SUCH REGULATIONS AND COMMON
PRACTICES.
1.03 DEFINITIONS
A. The following definitions apply to the performance of the Work of this project.
1. Action Level: Employee exposure, without regard to the use of respirators
to an airborne concentration of lead of 30 micrograms/cubic meter (/m3)
calculated as an 8-hour time-weighted average (TWA).
2. Area Monitoring: Sampling of lead concentrations within the Work area
and outside the Work area, which is representative of the airborne
concentrations of lead.
3. Consultant: Authorized representatives who are under contract with the
Owner, or the Architect, to perform Lead Paint Consulting services.
4. HEPA Filter Equipment: High efficiency particulate air (HEPA) filtered
vacuuming or exhaust ventilation equipment with a UL 586 filter system.
Filters shall be of 99.97 percent efficiency for retaining 0.3-micrometer
diameter particles.
5. Lead Containing Paint: Paint, varnish, or stain that contains lead in excess
of 0.0% lead by weight.
6. Permissible Exposure Limit (PEL): The employer shall assure that no
employee is exposed to lead at concentrations greater than 50 g/m3 of air
averaged over an 8-hour period. If an employee is exposed to lead for
more than 8 hours in any Work day, the employee’s allowable exposure,
as a time weighted average (TWA) for that day, shall be reduced
according to the following formula: Allowable employee exposure in
g/m3 of air = 400 divided by hours Worked in the day.
7. Sample Location: Area or place where an air or dust sample is collected.
8. Time Weighted Average (TWA): The TWA is an 8-hour time weighted
average for the test of the concentration of lead for Worker exposure.
9. Wet Cleaning: The process of removing lead contamination from building
surfaces, equipment and other objects by using cloths, mops, or other
cleaning tools, which have been dampened with water, and by afterwards
disposing of these cleaning tools as, lead contaminated wastes.
10. Work Area: A controlled-access Work area, which has plastic sheeting or
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 4
other containment barriers erected to separate the trades and the occupants
of the building.
1.04 SUBMITTALS
A. Provide the following Submittals at the Pre-Construction Conference for the review
of the Architect and Owner:
1. Copies of all permits, applications, licenses, and like documents required by
Federal, State, or local regulations and this specification obtained or
submitted in proper fashion.
2. Employer’s Lead Compliance Program as required by 29 CFR 1926.62,
including proposed Worker training, respiratory protection program and
medical monitoring for all employees throughout all phases of the job,
including make, model and NIOSH approval numbers of respirators to be
used; Worker orientation plan; written description of all proposed
procedures, methods, or equipment to be utilized, including those that may
differ from the Contract Specifications. In all instances, Contractor must
comply with all applicable federal, state and local regulations.
3. Material Safety Data Sheets on potentially hazardous materials to be used
on the project.
4. Waste Disposal Plan which describes the waste stream and the disposal
means (i.e. landfill, recycle, etc.) and includes the name, address, and ID
number of the proposed hazardous waste hauler, waste transfer route, and
proposed disposal reclamation or treatment facility,
NOTE: No Work of the project will be allowed to begin until Architect and Owner
accept the Pre-Construction Submittals. Any delay caused by the
Contractor’s inability to submit this documentation in a timely fashion
does not constitute a claim for extra compensation or a time extension.
1.05 GENERAL WORK PROCEDURES
A. Work shall be carried out in sequential phases and shall be approved by the
Architect. This shall include window removal requirements for Work area
clearance and Work area release prior to general construction Work.
B. At no time will the Owner permit storage of debris generated from renovation
activities to be stored inside buildings at the site, and any storage of materials shall
be subject to the Owner's approval. Assure security of debris at all times.
1.06 SPECIAL CONSIDERATIONS
A. In general, the following activities are minimum requirements of this Section and
affect the renovation performed on the painted components:
1. No torch cutting, mechanical sanding or stripping, or abrasive methods of
paint removal shall occur until the employer performs an employee
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 5
exposure assessment as required under 29 CFR 1926.62 and determines
actual employee exposure.
2. Workers shall be informed of the components to be impacted during
renovation that have been identified as containing lead.
3. Separation of Trades: Unprotected, untrained Workers or trades shall not
perform any related Work within the same vicinity as Work involving
components identified with lead.
1.07 FEES, PERMITS & LICENSES
A. The Contractor shall pay all licensing fees, royalties, and other costs necessary for
the use of any copyrighted or patented product, design, invention, or process in the
performance of the Work specified in this section. The Contractor shall be solely
responsible for costs, damages, or losses resulting from any infringement of these
patent rights or copyrights. The Contractor shall hold the Architect and Owner
harmless from any costs, damages, and losses resulting from any infringement of
these patent rights or copyrights. If the Specification requests the use of any
product, design, invention, or process that requires a licensing, patent or royalty fee
for use in the performance of the job, the Contractor shall be responsible for the fee
or royalty fee and shall disclose the existence of such rights.
B. Contractor shall be responsible for costs for all licensing requirements, where
applicable and notification requirements and all other fees related to the
Contractor’s ability to perform the Work in this Section.
C. Secure all necessary permits for Work under this Section.
1.08 COORDINATION
A. Coordinate the Work of this Section with that of all other trades. The Work of this
Section shall be scheduled and performed so as not to impede the progress of the
project as a whole. Work shall not proceed in any area without the express consent
of the Architect. As a Contract requirement, any reasonable delay caused by this
requirement will not constitute a basis for claim against the Architect and Owner.
Contractor must coordinate the Work of this section with the Work of the General
Contractor and all other trades.
1.09 EMERGENCY PRECAUTIONS
A. The Contractor shall establish emergency and fire exits from the Work area.
B. When an injury occurs, the Contractor shall stop Work until the injured person has
been removed from the Work area.
1.10 DISPOSAL OF WASTE MATERIAL
A. The Contractor shall comply with the Resource Conservation and Recovery ACT
(RCRA) and with all applicable state and local regulations.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 6
B. Contractor shall be responsible for disposing of all waste determined by Toxicity
Characteristic Leachate Procedure (TCLP) to be hazardous. If TCLP testing has
not been performed, the Contractor shall be responsible for testing the waste.
C. Contractor shall comply with all EPA regulations.
PART 2 – PRODUCTS
2.01 MATERIALS
A. All materials and equipment proposed to be used on this project shall be subject to
the acceptance of the Architect. The required materials shall include, but not
necessarily be limited to the following:
1. Fire retardant polyethylene sheeting, minimum thickness of six (6)-mil.
2. Plastic bags, minimum thickness of six (6)-mil.
3. Duct Tape, up to 3 inch width
4. Lead Warning Signs, as required in OSHA
5. Flexible duct for ventilation units (if required)
6. Spray adhesive, fire retardant
7. Personal Protective Equipment, NIOSH approved respirators
8. HEPA vacuums
9. Tri-sodium Phosphate (TSP) and product data
10. Cloth tarpaulin
11. Chemical stripper, where applicable, not containing methylene chloride
and/or flammable materials.
PART 3 – EXECUTION
3.01 SCHEDULING
A. The Contractor shall coordinate all scheduling with the Architect. A schedule of
Work shall be submitted to the Architect prior to contract performance.
3.02 UTILITIES
A. Provide all necessary connections for temporary utilities in the Workplace during
Work. Shut down and disconnect all electrical power to the Work area so that there
is no possibility of reactivation and electrical shock during the Work. The
temporary electrical power shall be in accordance with all OSHA requirements.
3.03 IDENTIFICATION OF HAZARDS
A. Prior to any Work involving lead components, the contractor shall identify all Work
activities in which a worker may be occupationally exposed to lead and shall
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 7
initially determine if any Worker may be exposed to lead at or above the action
level according to 29 CFR 1926.62.
3.04 BARRIERS AND ISOLATION AREAS
A. The degree of containment shall be appropriate for the anticipated levels of
airborne lead dust. The lower the level of airborne lead, the lesser the
requirements necessary to control lead emissions at the job site.
B. Work Area Isolation (unless exempted according to Paragraph A)
1. The Contractor shall isolate Work areas for the duration of Work by
completely sealing off all openings in the Work area. Isolation shall be
accomplished by constructing critical barriers where necessary around the
Work area perimeter. The Work area shall be sealed airtight to the
greatest extent possible.
2. Provide temporary power and lighting (with ground fault circuit interrupt
protection) to the Work areas, and ensure safe installation of temporary
power sources and equipment per applicable electrical code requirements,
and OSHA requirements for temporary lighting in the environment normal
to renovation areas.
C. All Work areas involving lead shall remain isolated from all other trades on the
project and remain inaccessible to the public. Contractor shall monitor the access to
the renovation Work areas. The below listed items are required to control the
generation of lead dust during renovation activities. The Contractor is ultimately
responsible for cleaning all generated dust and paint debris from renovation
operations and must maintain Work areas free from lead dust generated from
renovation activities.
1. Signs shall be posted at all approaches to the Work area warning that Work
involving lead is being conducted. Signs shall be in bold lettering not
smaller than two inches tall.
2. Barriers shall not be removed until the Work areas are thoroughly cleaned.
3.05 PERSONNEL SAMPLING – CONTRACTOR
A. Perform personnel air sampling during all window Work to determine Worker
exposure limits according to 29 CFR 1926.62. The results of such sampling shall
be provided to individual Workers in writing within 5 Working days after
completion of the exposure assessment. The Contractor shall be responsible for
paying for the collection and analysis of personnel air sampling.
3.06 WORK PROCEDURES
A. The Contractor shall initiate, and continue, sufficient Work practice controls, as
described in the Contractor’s Lead Compliance Program, to reduce and maintain
Worker exposures to lead at or below the Action Level.
B. The following Work practices are specifically required by these specifications:
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LEAD PAINT CONSIDERATIONS
02 83 00 - 8
1. All persons except those directly involved in the Work shall be excluded
from the Work area. Physical barriers shall be used, where necessary, to
limit access to the Work area for the duration of the demolition operations.
(Warning signs may need to be posted in accordance with applicable
regulations.)
2. Provide hand-washing facilities and assure that all Workers thoroughly
wash their hands and face upon exiting the Work area. Workers shall pay
careful attention to cleanse the hands and face when decontaminating.
Provide hygiene facilities, including shower, as required based on initial
assessment and continued monitoring.
3. All equipment used by the Workers inside the Work area shall be either left
in the Work area or thoroughly decontaminated before being removed from
the area. Extra Work clothing (in addition to the disposable suits supplied
by the Contractor) shall be left in the clean area until the completion of
Work in that area. The clean area shall be cleaned of all visible debris and
disposable materials daily.
4. Under no circumstances shall workers or supervisory personnel eat, drink,
smoke, chew gum, or chew tobacco in the Work area; to do so shall be
grounds for the Owner or Architect to stop all demolition operations. Only
in the case of life threatening emergency shall workers or supervisory
personnel be allowed to remove their protective respirators, if applicable,
while in the Work area. In this situation, respirators are to be removed for
as short a duration as possible.
3.07 STORAGE OF WASTE
A. Use of waste containers on site shall be controlled under the following
requirements:
1. Location of waste containers on site shall be coordinated with the Owner.
2. Waste containers shall be lined with two layers of six-mil polyethylene
sheeting, be solid, enclosed containers, locked and sealed at all times. This
requirement applies to waste classified as hazardous based on TCLP
testing.
3. Contractor shall comply with all federal, state, and local regulations and
ordinances regarding lead waste and recyclable storage.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 1
DIVISION 02 SUBSURFACE INVESTIGATION & DEMOLITION
SECTION 02 90 10 LANDSCAPING REPAIR
PART 1 – GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Landscaping Repair Work required to complete the work of the
contract including all the Landscaping Repair Work shown on the plans, listed in
the specification, and needed to install a complete assembly in every way, with all
reinforcing, pinning, and finishes. Coordinate the Landscaping Repair Work with
all the other trades for the project. Provide all demolition and disposal work to
complete the Landscaping Repair Work. Patch to match all adjacent surfaces that
are disturbed, left exposed, or unfinished. All work of the contract is related. It is
the General Contractor’s responsibility to review all the work of each section,
each Subcontractor, and each file sub-bidder for the entire project so that all the
work can be properly and completely performed.
B. Landscaping Repair Work includes, but is not limited to, replacing and planting of
trees, shrubs and grass, including mulching, staking and related planting
procedures of landscaping items only if damaged during construction.
1. Preparation of final sub-grades in planted areas.
2. Furnishing topsoil at areas to be planted.
3. Planting mixes
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 2
4. Protection, maintenance and guarantee of plant materials.
5. Existing tree protection and care
6. Samples of materials.
1.03 RELATED WORK UNDER OTHER SECTIONS
A. The following items of related work are specified and included in other Sections
of the Specifications:
1. Section 02070, Selective Demolition
1.04 QUALITY ASSURANCE
A. Comply with "Standardized Plant Names" as adopted by the latest edition of the
American Joint Committee of Horticultural Nomenclature. Names of varieties
not listed conform generally with names accepted by the nursery trade. Provide
stock true to botanical name and legibly tagged.
B. Comply with sizing and grading standards of the latest edition of "American
Standard for Nursery Stock". A plant shall be dimensioned as it stands in its
natural position.
C. All plants shall be nursery grown under climatic conditions similar to those in the
locality of the project for a minimum of 2 years.
1.05 SAMPLES
A. Submit the following samples in accordance with the requirements of GENERAL
CONDITIONS and SUPPLEMENTAL GENERAL CONDITIONS.
1. Mulch
2. Anchors
3. Wire
4. Hose
5. Turnbuckles and cable clamps
6. Wrapping
7. Topsoil
B. Provide samples for testing as required by Architect.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 3
PART 2 – PRODUCTS
2.01 TOPSOIL
A. Topsoil shall be a fertile, friable natural topsoil not excessively acid or alkaline
and tree of toxic substances harmful to plant growth. Topsoil shall be without
admixture of subsoil and free from clay lumps, stumps, roots, debris, stones, or
other similar substances 2" or more in diameter.
It shall be obtained from a well-drained arable site with a history of good plant
growth. Submit sample for approval by the Landscape Architect.
2.02 SLUDGE FERTILIZER
A. Sludge fertilizer shall be an organic activated, granular, heat dried sludge and
shall contain the following minimum percentages by weight: 6% Nitrogen, 4%
Phosphoric Acid, and other nutritious basic elements. The sludge fertilizer shall
be delivered as specified in standard size bags, showing weight analysis and name
of processor and shall be stored in a weatherproof storage place.
2.03 COMPOSTED COW MANURE
A. Manure shall be a derivative of cattle manure which has undergone a period of
composting rendering it into a crumbly, odor free, weed free material containing
beneficial natural soil bacteria. It shall be free of harmful chemicals and other
injurious substances. Manure shall be free of refuse of any kind and shall not
contain more than 25% of straw, shavings, leaves, or other material. Manure shall
not be more than 2 years nor less than 9 months old.
B. A composition of peat moss or peat humus to which has been added dehydrated
manure such as bovine in the proportion of 100 pounds of dehydrated manure per
cubic yard of peat, may be substituted for manure as specified above.
2.04 BONE MEAL
A. Bone meal shall be commercial raw bone meal, finely ground, having a minimum
analysis of 4% nitrogen and 20% phosphoric acid.
2.05 WATER
A. Water will be furnished by Owner on the site. Hose and other watering
equipment shall be furnished by Contractor.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 4
2.06 PLANT MATERIALS
A. Contractor shall replace in kind and plant all plants or lawn damaged or killed
during construction. No substitutions will be permitted. All plants shall be
nursery grown unless specifically authorized to be collected.
B. Plant shall be in accordance with the USA Standard for Nursery Stock of the
American Association of Nurserymen.
C. All plants shall be typical of their species or variety and shall have a normal habit
of growth and be legibly tagged with the proper name. All plants shall have been
grown under climatic conditions similar to those in the locality of the site of the
project under construction, or have been acclimated to such conditions for at least
2 years. Trees shall have straight trunks and all abrasions and cuts shall be
completely culled over.
D. The root system of each shall be well provided with fibrous roots. All parts shall
be sound, healthy, and vigorous, well branched and densely foliated when in leaf.
They shall be free of disease, insect pests, eggs or larvae.
E. All plants must be moved with the root systems as solid units with balls of earth
firmly wrapped with burlap. The diameter and depth of the balls of earth must be
sufficient to encompass the fibrous root feeding system necessary for the healthy
development of the plant. No plant shall be accepted when the ball of earth
surrounding its roots has been badly cracked or broken preparatory to or during
the process of planting or after the burlap, staves, ropes or platform required in
connection with its transplanting have been removed. The plants and balls shall
remain intact during all operations. All plants shall be freshly dug. No plants
from cold storage or previously heeled-in will be accepted. All plants that cannot
be planted at once must be heeled-in by setting in the ground and covering the
balls with soil and then watering.
F. The height of the trees (measure from the crown of the roots to the tip of the top
branch) shall be not less than that of the tree being replaced. The branching
height for shade trees next to walks shall be 7'. This may be obtained by pruning
after delivery if this does not ruin the shape or form of the trees or cause unsightly
scares. All cuts shall be shellacked. The trunk of each tree shall be a single trunk
growing from a single unmutilated crown of roots. No part of the trunk shall be
conspicuously crooked as compared with normal trees of the same variety. The
trunk shall be free from sunscald, frost cracks, or wounds resulting from
abrasions, fire or other causes. No pruning wounds shall be present having a
diameter exceeding 2" and such wounds must show vigorous bark on all edges.
No trees which have had their headers cut will be accepted.
G. Shrubs shall meet the requirements for spread of height of the shrub being
replaced. The measurements for height are to be taken from the ground level to
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 5
the average height of the shrub and not to the longest branch. The thickness of
each shrub shall correspond to the trade classification No. 1.
Single stemmed or thin plants will not be accepted. The side branches must be
generous, well-twigged, and the plant as a whole well branched to the ground.
The plants must be in a moist vigorous condition, free from dead wood, bruises or
other root or branch injuries.
2.07 MULCH
A. Mulch material shall be softwood hemlock bark shredded into fibrous pliable
slices generally not exceeding 1/2" in width.
Mulch shall be 98% organic matter with the pH range 3.5 to 4.5. Moisture
content of packaged material shall not exceed 35%. Submit sample.
2.08 STAKING MATERIALS
A. Stakes for supporting trees shall be of sound wood, uniform in size, free of knots
and holes. They shall be nominal 2" x 4" and 10' long for support staking, 3' long
for guy wire anchor stakes. Stakes shall be stained dark brown.
B. Wire for tree bracing and guying shall be pliable No. 12 gauge galvanized steel.
C. Hose for covering wire shall be new or used 2 ply reinforced rubber garden hose
not less than 1/2" inside diameter.
D. Wrapping material shall be first quality, heavy waterproof crepe paper
manufactured for this purpose, or first quality burlap not less than 4" nor more
than 6" wide of suitable strength and manufactured for this purpose.
2.09 SEED
A. Seed mixture shall be fresh, clean, new crop seed. Grass shall be of the previous
year's crop and in no case shall the weed seed content exceed 0.25% by weight.
The seed shall be furnished and delivered in the proportion specified below in
new, clean, sealed and properly labeled containers. All seed shall comply with
State and Federal seed laws. Submit manufacturer's Certificates of Compliance.
Seed that has become wet, moldy or otherwise damaged shall not be acceptable.
Chewings fescue, hard fescue, tall fescue and rygrass shall contain Acromonium
endophytes. Seed containing endophyte must be kept cool and dry at all times; do
not stockpile in the sun.
1. Seed Mixture Composition (not to be used on terraces)
Proportion Germination Purity
Common Name By Weight Minimum Minimum
Creeping Red Fescue 50% 85% 95%
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 6
Kentucky Bluegrass 40% 85% 90%
Perennial Rye 10% 90% 90%
a. Bluegrass and ryegrass varieties shall be within the top 50 percent
and 25 percent respectively, of varieties tested in National
Turfgrass Evaluation Program, or currently recommended as low
maintenance varieties by University of Massachusetts or the
University of Rhode Island.
b. Seeding rate for the General Lawn Seed Mix shall be 6 pounds per
1,000 square feet.
PART 3 - EXECUTION
3.01 METHODS
A. Personnel: The planting and lawn construction shall be performed by personnel
familiar with the accepted procedure of planting and under the constant
supervision of a qualified planting foreman.
B. Planting Seasons:
1. Deciduous plants shall be planted only when dormant, that is, before
leaves appear in the spring and subsequent to their loss in the fall, unless
otherwise directed by the Architect.
2. Evergreen plants may be planted in the spring until new growth appears
and any time between September 15 and November 30.
3. If the building completion date prohibits in-season planting, the Contractor
shall complete his work within the project date and prepare himself for
out-of-season planting, including wiltproofing and extra watering.
Plant guarantee periods remain as stated below. No frozen ground
planting.
C. Lawn Replacement
1. Remove all areas of dead lawn including root system. The Architect shall
be the sole authority as to the extent of lawn replacement areas.
2. Contractor to provide a minimum of 6" of new loam in all areas of lawn
replacement. Peat moss shall be mixed into existing hard and/or clay type
soil. Architect shall determine the need for and amounts of peat moss
required.
3. New grass shall be sod of rye grass, blue grass or a combination of both.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 7
4. Apply starter fertilizer to all areas of newly planted grass.
5. Maintain constant moist soil conditions, a minimum of thirty days.
D. Planting of Trees, Shrubs, and Vines:
1. Unless otherwise directed by the Architect, the indication of a plant to be
replaced is to be interpreted as including the digging of a hole, furnishing
a plant of the specified size, the work of planting and mulching, and
guying, staking and wrapping where called for.
2. One or more stockpiles of approved backfill mixture shall be maintained
at all times during the planting operations. The backfill mixture shall
consist of 50% topsoil and 50% specified composted cow manure by
volume, thoroughly mixed together. The following shall be added to each
area of tree replacement:
5 lbs. of sludge fertilizer
5 lbs. of bone meal
5 lbs. of cottonseed meal
The following shall be added to each area of lawn replacement:
1 lb. sludge fertilizer
1 lb. bone meal
1 lb. cottonseed meal
3. Locations for all plants shall be staked on the ground and must be
approved by the Architect before any excavation is made. Adjustments in
locations and outlines shall be made as directed. In the event that areas for
planting are prepared and backfilled with Backfill Mixture to grade prior
to commencement of lawn operations, they shall be so marked that when
the work of planting proceeds, they can be readily located.
In case underground obstructions such as ledge or utilities are
encountered, locations shall be changed under the direction of the
Architect without extra charge.
4. Holes for trees shall be at least 2' greater in diameter than the spread of the
root systems and at least 6" deeper than root ball. Holes for shrubs and
vines shall be at least 12" greater in diameter than the spread of the root
system and at least 18" deep.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 8
5. Specified backfill mixture shall be spread and incorporated with loam in
all areas of tree or lawn replacement and as directed by the Architect.
6. Planting: All plant roots and earthballs must be kept damp and thoroughly
protected from sun and/or drying winds at all times from the beginning
until the final operation, during transportation, and on the ground until the
final operation of planting. The plants shall be planted in the center of the
holes and at the same depth as they previously grew. They shall be
plumbed and turned as directed. Specified Mixture shall be backfilled in
layers of not more than 9" and each layer watered sufficiently to settle
before the next layer is put in place. Backfill Mixture shall be tamped
under edges of balled plants. Enough Backfill Material shall be used to
bring the surfaces to finish grade when settled.
a. A saucer shall be provided around each plant.
b. Plants must be flooded with water twice within the first 24 hours of
time of planting.
c. Wrapping: The trunks of all shade trees shall be wrapped spirally
from the ground to the height of the second branches or as
directed. Wrap brown cord 3" on center spirally to hold paper
neatly in place.
d. Provide a 3" layer (after settlement) of bark mulch over the surface
of each saucer and over the entire area of shrub beds.
e. Stake all trees.
E. PLANTING COORDINATION:
1. Replacement plantings must match existing for type and caliber of trees
and size of shrubs.
2. The Contractor shall be responsible for selection and tagging at nurseries
stocking the specified materials.
3. Contractor shall inform Architect when planting will commence,
anticipated delivery date of material and have made and provided for the
staking of all plants and plant bed.
4. Failure to notify the Architect in advance, in order to arrange proper
scheduling may result in loss of time or removal of any plant or plants not
installed as specified or directed.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 9
3.02 PRUNING
A. Each tree and shrub shall be pruned in accordance with American Nurserymen
Association Standards to preserve the natural character of the plant.
B. All dead wood or suckers and all broken or badly bruised branches shall be
removed. In addition, 1/3 of the wood may be removed by thinning out to
balance root loss due to transplanting providing the natural character and form of
the tree is preserved. Never cut a leader.
C. Pruning shall be done with clean, sharp tools.
D. Cuts over 1" in diameter shall be painted with an approved asphaltic tree paint.
Paint shall cover all exposed living tissue.
3.03 MAINTENANCE
A. Maintenance shall begin immediately after each plant is planted. Plants shall be
watered, mulched, weeded, pruned, sprayed, fertilized, cultivated and otherwise
maintained and protected for a minimum of 30 days until provisional acceptance.
Settled plants shall be reset to proper grade and position, planting saucer restored
and dead material removed. Stakes and wire shall be tightened and repaired.
Defective work shall be corrected as soon as possible after it becomes apparent
and weather and season permit.
B. Upon completion of planting and prior to provisional acceptance, remove from
the site excess soil and debris, and repair all damage resulting from planting
operations.
C. Protection: Planting areas and plants shall be protected against trespassing and
damage of any kind. This shall include the provision and installation of approved
temporary fencing if necessary. If any plants become damaged or injured by
vandalism or neglect of others prior to provisional acceptance, the Contractor
shall treat or replace them at his own expense.
3.04 ACCEPTANCE AND GUARANTEE
A. After the 30-day maintenance period, the Contractor shall request from the
Architect an inspection to determine whether the plant material is acceptable. If
the plant materials and workmanship are acceptable, written notice shall be given
by the Architect to the Contractor stating that the guarantee period begins from
the date of inspection.
B. If a substantial number of plants are sickly or dead at the time of inspection,
acceptance will not be granted, and the Contractor's responsibility for
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
LANDSCAPING REPAIR
02 90 10 - 10
maintenance of all plants shall be extended until replacements are made.
Replacements shall conform in all respects to specifications for new plants and
shall be planted in the same manner.
C. Materials and Operations: All replacements shall be plants of the same kind and
size specified on the plant list. They shall be furnished and planted as specified
above. The cost shall be borne b y the Contractor. Replacements resulting from
the removal, loss or damage, due to occupancy of the project in any part,
vandalism, or acts of neglect on the part of others, physical damage by animals,
vehicles, etc., and losses due to curtailment of water by local authorities, will be
approved and paid for by the Owner.
D. Plants shall be guaranteed for a period of one year after inspection and shall be
alive and in satisfactory growth at the end of the guarantee period.
E. At the end of the guarantee period, inspection will be made again. Any plant
required under this Contract that is dead or unsatisfactory shall be removed from
the site. These shall be replaced during the normal planting season, until the
plants live through one year.
END OF SECTION
O:\CBI PROJECTS\TEMPLATES\SPECIFICATIONS\TECHNICAL SECTIONS LIBRARY\DIVISION 02 SUBSURFACE
INVESTIGATION AND DEMOLITION\02901 LANDSCAPING REPAIR (08012) v09-10-10.doc
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
NATURAL STONE
04 30 00 - 1
DIVISION 04 MASONRY
SECTION 04 30 00 NATURAL STONE
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Natural Stone work required to complete the work of the contract
including all the Natural Stone work shown on the plans, listed in the
specification, and needed to install a complete assembly in every way, with all
reinforcing, pinning, and finishes. Coordinate the Natural Stone work with all the
other trades for the project. Provide all demolition and disposal work to complete
the Natural Stone work. Patch to match all adjacent surfaces that are disturbed,
left exposed, or unfinished. All work of the contract is related. It is the General
Contractor’s responsibility to review all the work of each section, each sub -
contractor, and each file sub-bidder for the entire project so that all the work can
be properly and completely performed.
B. Natural Stone work includes, but is not limited to:
1. Granite foundation blocks under cast-iron fence supports.
2. Provide samples of each material type in a typical shape and dimension,
minimum 12” length.
3. Failure to provide complete shop drawings and samples in advance of the
construction will result in total rejection of all stonework.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
NATURAL STONE
04 30 00 - 2
1.03 REFERENCED STANDARDS
A. ANSI A41.1 - "Building Code Requirements for Masonry".
B. ASTM C-615 Granite Building Stone
C. NBGQA. National Building Granite Quarries Association.
D. NCMA.
1.04 SUBMITTALS
A. Submit the following samples in accordance with the provisions of SECTION
01300 - SUBMITTALS IN GENERAL REQUIREMENTS. Do not proceed with
spall repair without approval by CBI.
1. Provide new granite required for completion of the work, typical.
2. Provide complete detailed shop drawings of each piece in each location.
Number each piece.
3. Provide samples of each material type in a typical shape and dimension.
Provide decorative carving or shaping sample in advance of production.
4. Failure to provide complete shop drawings and samples in advance of the
construction will result in total rejection of all stonework.
B. Samples:
1. 12” X 12” X 2” piece of the material to be used with every finish
specified..
1.05 QUALITY CONTROL
A. Stone Supplier: Company specializing in quarrying cut stone with 10 years
experience.
B. Installer: Company specializing in installing cut stone with 5 years documented
experience and approved by stone supplier. Stone installation shall be by
qualified journeyman stone masons.
C. Workmen: Employ only journeymen stonesetters for the work of this Contract.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
NATURAL STONE
04 30 00 - 3
D. Design anchors and supports under direct supervision of experienced Registered
Professional Engineer registered in the State of Massachusetts.
E. Stone and workmanship must meet minimum requirements of the “Specifications
for Building Granite”, except where those requirements are made stricter under
this Section.
1.06 ENVIRONMENTAL REQUIREMENTS
A. Do not install patching material or new stone when temperature may drop below
50 degrees F. within 24 hours and when there is an immediate danger of freezing
of the materials to be applied.
B. Adhere to manufacturer’s recommendations.
1.07 PROTECTION
A. Protect adjacent surfaces from damage, and immediately remove stains,
efflorescence, or other unsightly excess resulting from the work of this Section.
PART 2 - PRODUCTS
2.01 MATERIALS
A. Chelmsford Granite as provided by Fletcher Granite, Chelmsford, Massachusetts,
or approved equal.
PART 3 - EXECUTION
3.01 INSTALLATION
A. Inspection
1. Verify that foundation and site conditions are ready to receive work of this
section.
2. Establish lines, levels, and coursing. Protect from disturbance.
3. Beginning of installation means acceptance of existing conditions.
B. Preparation
1. Verify that items built-in under other Sections are properly located and
sized.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
NATURAL STONE
04 30 00 - 4
2. Clean stone prior to erection. Do not use wire brushes or implements
which will mark or damage exposed surfaces.
C. Installation
1. Erect stone in accordance with stone supplier’s instructions and erection
drawings.
2. Arrange stone in a pattern to provide consistent joint width 1/8 inch at
vertical and horizontal joints.
3. Place setting buttons and set stone in full mortar setting bed to support
stone over full bearing surface to establish joint dimensions.
4. Shore up units until setting bed will maintain panel in position without
movement.
5. Fill dowel, Lewis, and lifting holes with mortar.
6. To accommodate pointing mortar, rake out joints. Brush mortar joints
clean. Overhead joints to be keyed.
7. Fill joints with pointing mortar. Pack and work into voids. Neatly tool
surface to flush joint.
D. Tolerances
1. Positioning of elements: Maximum 1/8 inch from true position.
2. Maximum variation from plane of wall: ¼ inch in 10 feet.
3. Maximum variation between face plane of adjacent panels: 1/16 inch.
4. Maximum variation from plumb: ¼ inch per story non-cumulative two
stories.
5. Maximum variation from level coursing: 1/8 inch in 3 feet; ¼ inch in 6
feet.
6. Maximum variation of joint thickness: 1/8 inch in 3 feet.
E. Cutting and Fitting
1. Obtain approval prior to cutting or fitting any item not so indicated on
drawings.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
NATURAL STONE
04 30 00 - 5
2. Do not impair appearance or strength on stone work by cutting.
F. Cleaning
1. Remove excess mortar and sealant upon completion of work.
2. Clean soiled surfaces with cleaning solution.
3. Use non-metallic tools in cleaning operations.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 1
DIVISION 05 METALS
SECTION 05 59 90 ORNAMENTAL IRON
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01000 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 – WORK TO BE PERFORMED
A. Provide all the Ornamental Iron work required to complete the work of the
contract including all Ornamental Iron work shown on the plans, listed in the
specification, and needed to install a complete assembly in every way, with all
hardware, finishes, and accessories. Coordinate the Ornamental Iron work with
all the other trades for the project. Provide all disposal work to complete the
Ornamental Iron work. Patch to match all adjacent surfaces that are disturbed,
left exposed, or unfinished. All work of the contract is related. It is the General
Contractor’s responsibility to review all the work of each section, each sub -
contractor, and each file sub-bidder for the entire project so that all the work can
be properly and completely performed.
B. Ornamental Iron work shall include but is not limited to:
1. Carefully disconnect and transport selected fence sections to the shop for
renovation and repair. Pad all sections to avoid breakage and scratching.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 2
2. Sandblast all parts of each fence section to remove all paint, rust and scale.
3. Properly dispose of paint and sand blast debris as lead paint. Provide
disposal manifest. See Spec section 02 83 00.
4. Replace missing or damaged pieces of the fence. Cast all new cast-iron to
match existing to replace missing parts. Create patterns for each of the
existing pieces of the fence, sized to match the existing in dimension and
scale. (Exception: The bottom rail pattern exists and does not need to be
produced).
5. Straighten the fence so that it stands plumb, level, and true.
6. Replace missing or damaged pieces of top rail from mild steel.
7. Install new expansion joints at the ends of each top rail as the connection.
8. Assemble all the parts into a unified assembly.
9. Brush blast the entire assembly to remove an y “blush rust”.
10. Paint the entire fence assembly with a 3-coat high tech paint system
including a zinc rich primer (Gray), an epoxy intermediate coat (Red), and
a polyurethane top coat (Black). Do not proceed with subsequent coats
until the previous coat has been completely covered. Provide minimum
mil thickness as recommended by the manufacturer. However, coverage is
the measure of completeness of the paint.
11. Apply continuous black silicone sealant over the clean, cured painting at
the locations noted on the details.
12. Carefully pad and protect the finish and transport to the site.
13. Carefully install on site to be level, plumb, and true.
14. Touch-up the paint finish to the complete satisfaction of the Architect.
Excessive damage to the factory finish will be cause for rejection of the
work and the fence will be required to be returned and repainted in the
shop at no additional cost to the Owner.
1.03 - SUBMITTALS
A. Submit the following shop drawings in accordance with the provisions of
SECTION 01300 - SUBMITTALS in GENERAL REQUIREMENTS.
1. Entire fence assembly within Scope.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 3
2. All cast pieces of iron and patterns
3. All hardware, fastening, fasteners, welding in complete detail.
4. Address separation of dissimilar materials to avoid galvanic corrosion.
B. Submit the following samples and data in accordance with the provisions of
SECTION 01300 - SUBMITTALS in GENERAL REQUIREMENTS.
1. One of each custom fabricated decorative elements required on a repetitive
basis.
2. Stainless steel bolts.
3. Sample weld to produce a flush square connection.
4. Faster connection.
5. Sample of expansion connection.
C. Certifications:
1. American Welders Society qualification certificates for all welders
involved in the work.
2. Certification of lawful disposal of all lead paint chips removed from fence.
D. Removal, Transportation and Protection Methods and Procedures:
1. Packing/crating to shop.
2. Handling equipment.
3. Packing/crating back to site.
E. Do not order materials or commence fabrication of any work or begin installation
until approval has been obtained from the Consultant.
1.04 - QUALITY ASSURANCE
A. Provide at all times during the work of this Section adequate supervisory
personnel who shall be thoroughly familiar with the type of construction involved
and with the requirements of the Contract Documents pertinent to this Work.
Provide adequate numbers of skilled craftsmen and other personnel to ensure the
orderly and proper progress of the Work in accordance with the approved
Progress Schedule.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 4
B. Comply with the Codes and Standards of the American Welding Society and the
Steel Structures Painting Council.
C. Certify that all welders have passed the American Welding Society qualification
test within the past 12 months.
D. All fence fabrication work shall be performed in the shop. Field work will be
limited to installation, and touch-up painting.
E. Store all fence sections, gates and parts indoors in a clean, dry environment.
Consistent temperature and humidity conditions shall be maintained throughout
the fabrication process.
1.05 - PRODUCT HANDLING
A. Contractor shall be responsible for all shoring and hoisting of fence sections as
well as protection of adjacent materials and property.
B. All fence sections removed shall be handled separately. Fence sections shall not
come in contact with other sections during installation, transport, or delivery.
Any damage to the fence as a result of mishandling the material shall be
completely repaired to the satisfaction of the Consultant and at no additional cost
to the Owner.
C. Load and unload gates in approved locations. Do not dump, drag, drop, or scrape
the gates.
D. The gate shall be delivered to the site with adequate protection to prevent damage
to the parts or the finish.
E. Use only canvas straps to hoist the gates and pad at each location. Use only
canvas straps to hoist the gates in shop during the painting process. If chain is
used and breaks the coating, the gates shall be completely re-blasted and
repainted.
1.06 - REFERENCE STANDARDS
A. The work shall conform to the codes and standards of the following agencies as
further cited herein (these code books shall be kept at the shop at all times):
1. ASTM: American Society for Testing and Materials, 196 Race Street,
Philadelphia, PA 19103, USA as published in "Compilation of ASTM
Standards in Building Codes".
2. AWS: American Welding Society Inc., 2501 NW 7th Street, Miami, FL
33125 USA as published in "Standard D1.1-72, Structural Welding Code".
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 5
3. AISC: American Institute for Steel Construction, 101 Park Avenue, New
York, NY, USA as published in "Code for Standard Practice for Steel
Buildings and Bridges"; "Specifications for the Design, Fabrication and
Erection of Structural Steel for Buildings".
4. ANSI: American National Standard Institute, 1430 Broadway, New York,
NY 10018, USA
5. SSPC: Steel Structures Painting Council, 4400 Fifth Avenue, Pittsburgh,
PA 15213, USA as published in Volumes 1 and 2 of "SSPC Manual".
6. The following Specifications, Standards and Codes of current issue form a
part of this Specification.
7. American Society for Testing and Materials: A36, A48, A53, A123, A143,
A149, A153, A246.
8. American Iron and Steel Institute, applicable standards.
9. American Institute for Steel Construction (AISC): Code of Standard
Practice for Steel Buildings and Bridges: Specifications for the Design,
Fabrication, and Erection of Structural Steel for Buildings.
10. Federal Specs: QQ-1-652A, Iron Gray Castings; QQ-S741a, Steel Plates,
Shapes and Bars, Carbon, Structural: WW-P521 Malleable Iron.
11. American Welding Society Code: Standard Code for Arc and Gas
Welding in Building Construction.
12. National Association of Architectural Metal Manufacturers, applicable
publications.
1.07 - JOB CONDITIONS
A. Time delivery and installation of ornamental iron work to avoid delaying other
trades whose work is dependent on or affected by the ornamental iron work and to
comply with protection and storage requirements. Coordinate all field work with
masonry contractor.
B. Installer must examine the substrates and supporting structures and the conditions
under which the ornamental iron work is to be installed, and notify the Consultant
in writing of conditions until unsatisfactory conditions have been corrected in a
manner acceptable to the installer.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 6
C. Coordinate location of expansion connections and setting locations so that
attached work will comply with design requirements.
PART 2 - PRODUCTS
2.01 - MATERIALS
A. Metal Surfaces: For fabrication of new ornamental iron work, all of which will be
exposed to view, use only materials which are smooth and free of surface
blemishes including pitting, seam marks, roller marks, rolled trade names, and
roughness.
B. Provide all materials of the best commercial quality for the purpose intended, free
from all defects which would impair the strength or durability of the work.
C. Provide ferrous metals conforming to ASTM Standards.
1. Steel for plates, bars, angles, and structural shapes.
2. Stainless steel machine screws, bolts, and pins at expansion detail and for
embedded legs.
3. Cast iron for cast ornamental pieces.
D. All steel ornamental iron shall be painted, as per Section 09900.
2.02 - FABRICATION
A. Use materials of size and thickness indicated, or if not indicated, as required to
produce strength and durability in finished product for use intended. Work to
dimensions indicated or accepted on drawings and shop drawings, using approved
details of fabrication and support. Use type of materials indicated or specified for
various components of work.
B. Form exposed work true to shape and size, and line and level with accurate angles
and surfaces and straight sharp edges. Ease exposed edges to a radius of
approximately 1/32 inch unless otherwise indicated. Form bent metal corners to
smallest radius possible without causing grain separation or otherwise impairing
work. Cutting, shearing, and punching shall leave clean, true lines and surfaces.
Curved work shall be evenly sprung.
1. All exposed edges and ends of plates, bars, shapes, or tubing shall be
square and smooth, free of cutting marks, shear distortion, burrs, and
nicks.
2. Provide uniform and consistent joints with all exposed copes, miters, and
butt cuts.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 7
C. Weld corners and seams continuously, and where required for strength on
concealed surfaces in accordance with AWS recommendations. Tack welding
will be permitted as specifically noted. Where flush butt joints are required,
slightly oversize welds, fill with plastic filler, and grind flat. Grind exposed
connections smooth and flush to match and blend with adjacent surfaces. All
grinding shall be to the satisfaction of the Consultant.
1. Weld material: Electrodes, welding rods, and filler metals are to be
compatible in strength and appearance with the parent material joined.
D. Form exposed connections with hairline joints, flush and smooth, using concealed
fasteners and welds wherever possible. Use exposed fasteners to match original
fasteners.
E. No bolted connections will be permitted. Connections not welded shall be
machine screwed after being tapped and died to match the original design.
PART 3 - EXECUTION
3.01 - PREPARATION
A. Take field measurements prior to preparation of shop drawings and fabrication
where possible. Do not delay any progress.
B. Coordinate and furnish anchorages, and dimensions for items which are to be
embedded in masonry construction. Coordinate delivery of such items to project
site.
3.02 – WELDING
A. Welding shall be continuous. Tack welding will not be permitted. All exposed
welds shall be ground smooth to the complete satisfaction of the Architect. All
inside corners, bar to bar shall be clean and crisp to appear as if the connection
was bolted with concealed fasteners and not welded.
B. Where structural joints are made by welding, the details of all joints, the
techniques of welding employed, the appearance and quality of welds made, and
the methods used to correct defective work shall conform to AISC and AWS
Codes.
C. Welds shall be made only by certified welders who have previously been
qualified by tests as prescribed in AWS Standard Qualification Procedure for the
type of work required.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 8
D. The use of a gas cutting torch in the field for correcting fabrication errors will be
permitted on structural framing members only when prior written approval of the
Engineer has been obtained for each specific condition.
3.03 - WORKMANSHIP
A. All work shall be executed by experienced mechanics and shall conform to
details, be clean and straight with sharply defined profiles. Unless otherwise
particularly noted, finished surfaces shall have smooth finish.
B. Shearing and punching shall be done cleanly so as not to deform or mar adjacent
surface.
C. Shop connections shall be welded and field connections bolted unless otherwise
indicated. Bolts shall be turned up tight and threads deformed to prevent
loosening.
D. Castings shall be sound and free from warp, holes and other defects that impair
strength and appearance. Exposed surfaces shall have a smooth finish with sharp
well-defined lines and arises. Machined joints shall be milled to a close fit.
Provide all necessary lugs, brackets and similar items so that work can be
assembled and installed in a neat substantial manner.
E. Flanges shall be concealed where practicable. Thickness of metal and details of
assembly and support shall be such as to provide ample strength and stiffness.
F. Provide holes and connections as required to accommodate work of other trades
and for site assembly of metal work. Holes shall be drilled or punched and
reamed in the shop. Show sizes and locations of all such holes on the shop
drawings.
G. Joints and connections exposed to weather shall be formed to exclude water.
H. All materials and workmanship under this SECTION shall be subject to
inspection in the mill, shop or field by the Engineer, or by qualified inspectors
retained by the Owner. Inspection shall be without expense to the Owner.
However, such inspection, wherever conducted, shall not relieve Contractor of his
responsibility to furnish materials and workmanship in accordance with Contract
requirements.
3.04 - INSTALLATION
A. Take all measurements required at the site. Check measurements, compare
dimensions and other data with various trades installed adjoining work to assure
proper coordination.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 9
B. For all drilling and fitting, cutting, welding, bolting and riveting required to erect,
install and fit metal work to adjoining work. Conform to AISC Code. Furnish all
screws, bolts, anchors, etc., required to attach metal work securely to adjoining
work.
C. Do not cut or alter members in the field without Engineer's approval. Do not
enlarge unfair holes by burning and forcing, but correct by reaming.
D. Be responsible for the correct location of miscellaneous metal work, including
anchor bolts and base plates, and angles. Take particular care to maintain steel
shapes, etc., plumb and level during the construction.
E. All work shall be accurately set to established lines and elevations and rigidly
fastened in place with suitable attachments to the construction of the building.
F. Furnish, fabricate, install and anchor all light iron, miscellaneous metal work as
indicated on the Drawings and as specified herein. Install all supports and
anchors for miscellaneous metal work.
G. Furnish all required anchors, anchor bolts, fastenings, etc., for attachment of work
of all trades to concrete and masonry, except where otherwise specified or
obviously included under other Sections of the Specifications.
H. Clean up site of all debris, tools and materials daily.
3.06 - INSTALLATION
A. General Contractor shall have installed all support brackets or structural elements
required to receive the restored fence. Contractor to provide work in advance,
coordinate dimensions and procedures. Do not deliver restored fence to site
without confirming that supports have been installed.
B. No field welding is permitted. Fence shall be properly cut and fitted as required
in the shop. Provide all temporary bracing, guy wires, turnbuckles, and horizontal
struts as required during installation.
C. All operating gates shall hang plumb, level, and secure for full opening without
interference. Install center and edge stays as required. Adjust hardware for
smooth operation and lubricate where necessary. No sag or twist will be allowed
in gates.
D. Touch up paint immediately after erection. Clean abraded areas and paint with
same material used in the shop. Temperature considerations may delay touch-up.
Refer to Manufacturer's recommendation.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ORNAMENTAL IRON
05 59 90 - 10
3.06 - FINAL INSPECTION
A. Consultant shall review each section in shop before delivery to site. Contractor
shall make all corrections or repairs as directed before coating. Consultant will
also review each section after coating.
B. Consultant shall review each section in field upon installation and will note any
damage as a result of delivery or installation. Contractor will make repairs or
touch-up as directed. Fence sections that are severely damaged or which have had
the coating system compromised shall be returned to the shop to be completely
repaired, sandblasted and refinished to the satisfaction of the Consultant and at no
extra cost to the Owner.
C. After approval of each installed section in the field any damage to the metal work
by the masonry contractor shall be repaired by the ornamental metal contractor
and billed to the mason.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ELASTOMERIC JOINT SEALANTS
07 92 13 - 1
DIVISION 07 THERMAL AND MOISTURE PROTECTION
SECTION 07 92 13 ELASTOMERIC JOINT SEALANTS
PART 1 – GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor shall
provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Sealants and Caulking work required to complete the work of the
contract including all the Sealants and Caulking work shown on the plans, listed
in the specification, and needed to install a complete assembly in every way, with
all hardware, finishes, and accessories. Coordinate the Sealants and Caulking
work with all the other trades for the project. Provide all demolition and disposal
work to complete the Sealants and Caulking work. Patch to match all adjacent
surfaces that are disturbed, left exposed, or unfinished. All work of the contract is
related. It is the General Contractor’s responsibility to review all the work of
each section, each Subcontractor, and each file sub-bidder for the entire project so
that all the work can be properly and completely performed.
B. Sealants and caulking work includes, but is not limited to:
1. Provide black silicone sealant as detailed, to seal joints between cast-iron
elements.
2. Sealant shall be shaped in a “cant” to shed water.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ELASTOMERIC JOINT SEALANTS
07 92 13 - 2
1.03 SUBMITTALS
A. Product Literature: Submit 4 copies of product data sheets and the manufacturer’s
installation instructions.
B. Color Samples: Copies of manufacturer’s standard color charts shall be
submitted. Cured samples of each chosen color shall be submitted for verification
of actual color to be installed.
1.04 PRODUCT HANDLING
A. Delivery shall be in manufacturer’s original unopened container, clearly
identifying each product specified, relating it to the product literature submitted.
1.05 GUARANTEES
A. Exterior sealant shall be guaranteed by the manufacturer against cohesive and
adhesive failure of the sealant and water penetration through the joints for
TWENTY (20) years.
PART 2 – PRODUCTS
2.01 GENERAL
A. Colors: Provide full range of manufacturer's color samples for Architect's review.
2.02 MATERIALS
A. Exterior and Window Sealant: Medium modulus, neutral cure single component,
non-sag, Silicone sealant - ASTM C-920-79/Type S/Class 25/Grade NS, such as
795 by Dow Corning, or approved Equal.
B. Color: Black.
C. Primer: A primer shall be used at all locations in accordance with the
manufacturer's instructions, with all primers being installed prior to the
installation of any backer rod or bond breaker tape. Manufacturer shall be
consulted for all surfaces not specifically covered in submittal application
instructions.
PART 3 – EXECUTION
3.01 JOINT SURFACE PREPARATION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
ELASTOMERIC JOINT SEALANTS
07 92 13 - 3
A. Remove all failed sealants and clean joint surfaces immediately before installation
of sealant and caulking compounds. Remove dirt, insecure coatings, moisture and
other substances which would interfere with the bond of sealant or caulking
compounds.
3.02 INSTALLATION
A. Surrounding areas shall be protected to ensure that no sealant contaminates these
surfaces.
B. Sealant shall be installed in accordance with manufacturer's recommendations and
instructions in order to insure proper width to depth ratio. Take all steps to
prevent three (3) sided adhesion. Sealant depth shall be one half of joint width
with a minimum depth of 1/4" and a maximum of 1/2" unless otherwise required
by the manufacturer.
C. Both temperature and dampness conditions may restrict application of these
sealants. Comply with manufacturer's instructions.
END OF SECTION
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO.: 11195 Fax: (617) 464-2971
PAINTING
09 90 00 - 1
DIVISION 09 FINISHES
SECTION 09 90 00 PAINTING
PART 1 – GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that all the
material, labor, and equipment be furnished complete in every respect, and that
this Contractor shall provide all material, labor, and equipment needed and
usually furnished in connection with such systems to provide a complete
installation including all demolition, disposal, and patching of adjacent surfaces.
Materials, equipment, and articles incorporated in the work shall be new and of
the best grade of their respective kinds.
1.02 WORK TO BE PERFORMED
A. Provide all the Painting work required to complete the work of the contract
including all the Painting work shown on the plans, listed in the specification, and
needed to install a complete assembly in every way, with all reinforcing, pinning,
and finishes. Coordinate the Painting work with all the other trades for the
project. Provide all demolition and disposal work to complete the Painting work.
Patch to match all adjacent surfaces that are disturbed, left exposed, or unfinished.
All work of the contract is related. It is the General Contractor’s responsibility to
review all the work of each section, each sub-contractor, and each file sub-bidder
for the entire project so that all the work can be properly and completely
performed.
B. Painting work includes, but is not limited to:
1. Paint the entire fence assembly with a 3-coat high tech paint system
including a zinc rich primer (Gray), an epoxy intermediate coat (Red), and
a polyurethane top coat (Black). Do not proceed with subsequent coats
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO.: 11195 Fax: (617) 464-2971
PAINTING
09 90 00 - 2
until the previous coat has been completely covered. Provide minimum
mil thickness as recommended by the manufacturer. However, coverage is
the measure of completeness of the paint.
2. Touch-up the paint finish to the complete satisfaction of the Architect.
Excessive damage to the factory finish will be cause for rejection of the
work and the fence will be required to be returned and repainted in the
shop at no additional cost to the Owner.
1.03 SUBMITTALS
A. Submit the following shop drawings in accordance with the provisions of
SECTION 01 31 00 - SUBMITTALS in the general requirements.
1. Manufacturers literature on each product used.
B. Submit the following samples in accordance with the provisions of SECTION 01
31 00 - SUBMITTALS in the general requirements.
1. 12" long section of metal fabrication with complete paint finish.
1.04 QUALITY ASSURANCE
A. Provide at all times during the work of this Section adequate supervisory
personnel who shall be thoroughly familiar with the type of construction involved
and with the requirements of the Contract Documents pertinent to this Work.
Provide adequate numbers of skilled craftsmen and other personnel to ensure the
orderly and proper progress of the Work in accordance with the approved
Progress Schedule.
B. Comply with the Codes and Standards of the Steel Structures Painting Council.
PART 2 – PRODUCTS
2.01 PAINT
A. All paints to be by Sherwin Williams, Benjamin Moore, Pratt & Lambert brand or
approved equal. Specification is based on the Sherwin Williams brand but may
be by an approved equal.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO.: 11195 Fax: (617) 464-2971
PAINTING
09 90 00 - 3
B. Metal:
1. ZINC-RICH PRIMER shall be “SeaGuard Universal Primer” by Sherwin
Williams which is a high solids, low V.O.C., heavy-metal free, rust inhibitive,
universal metal primer for Marine and offshore applications.
Provide 5 dry mil thickness, minimum.
2. EPOXY INTERMEDIATE COAT shall be “Dura-Plate 235 Multi-Purpose
Epoxy” by Sherwin Williams which is a modified epoxy phenalkamine,
formulated specifically for immersion and atmospheric service in marine and
industrial environments.
Provide 8 dry mil thickness, minimum.
3. POLYURETHANE FINISH COAT shall be “ACROLON ULTRA” by
Sherwin Williams which is a high performance, high gloss acrylic
polyurethane. It is specifically designed to provide long term UV protection
for high visibility structures.
Provide 5 dry mil thickness, minimum.
PART 3 – EXECUTION
3.01 SURFACE PREPARATION
A. Install all paint as per the manufacture's written recommendations.
D. Metal Surfaces.
1. Sandblast all parts of each fence section to remove all paint, rust and scale.
2. After repair and assembly of the fence, brush blast the entire assembly to
remove any “blush rust”.
3.02 APPLICATION TO METAL
A. Apply paint as per manufacturer's recommendations and by methods generally
accepted by the trade to achieve approved results. Full coverage will be achieved
when the color of the coat of paint below in no longer visible.
B. All work shall be performed in the shop by qualified personnel under controlled
conditions for dust, temperature and humidity. Provide sufficient lighting.
C. Prime all prepared bare metal surfaces.
PHASE I – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO.: 11195 Fax: (617) 464-2971
PAINTING
09 90 00 - 4
D. Paint the entire fence assembly with a 3-coat high tech paint system including a
zinc rich primer (Gray), an epoxy intermediate coat (Red), and a polyurethane top
coat (Black). Do not proceed with subsequent coats until the previous coat has
been completely covered. Provide minimum mil thickness as recommended by
the manufacturer. However, coverage is the measure of completeness of the paint.
E. Touch-up the paint finish to the complete satisfaction of the Architect. Excessive
damage to the factory finish will be cause for rejection of the work and the fence
will be required to be returned and repainted in the shop at no additional cost to
the Owner.
3.03 PROTECTION
A. The contractor is responsible for protecting the finish of the Railings after coating
during storage, delivery and installation.
B. Touch-up scrapes, scratches and any other mar in the finish as required after
installation as per this specification.
C. If Consultant determines that the paint finish has been damaged by the contractor,
beyond repair by touch-up, the entire rail section shall be taken back to the shop
and shall be re-finished as per this specification and at no additional cost to the
Owner.
END OF SECTION
Project Manual
Phase II
(Only the pages that differ from Phase I)
Salem Common Fence Restoration
Salem, Massachusetts
DOCUMENTS AND SPECIFICATIONS
FOR
PHASE II
HISTORIC REPAIRS TO SALEM
COMMON CAST-IRON FENCE
SALEM, MA
CITY OF SALEM
Bid Documents
March 30, 2012
CBI Consulting Inc.
250 Dorchester Avenue
Boston, Massachusetts 02127
(617) 268-8977
Fax (617) 464-2971
cbi@cbiconsultinginc.com
CBI FILE NUMBER 11195 SPEC, PHASE II
PHASE II – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TABLE OF CONTENTS
PAGE - 1
HISTORIC REPAIRS TO SALEM COMMON
CAST-IRON FENCE # OF PAGES
TABLE OF CONTENTS 2
SECTION
BIDDING DOCUMENTS
00 00 40 - LEGAL NOTICE 1
00 00 50 - INVITATION TO BID 1
00 10 00 - INSTRUCTION TO BIDDERS 4
00 30 10 - CHECKLIST SUBMISSION REQUIREMENTS 1
00 30 20 - BID COVER SHEET 1
00 30 30 - FORM FOR GENERAL BID 1
00 30 40 - CERTIFICATE OF NON-COLLUSION 1
00 30 50 - STATEMENT OF CORPORATE AUTHORITY 1
00 30 60 - OSHA CERTIFICATION 1
00 40 00 - GENERAL TERMS AND CONDITIONS 3
CONTRACT DOCUMENTS
00 50 00 - AIA STANDARD FORM OF AGREEMENT - A101 7
00 61 00 - AIA PERFORMANCE BOND AND PAYMENT - A312 7
00 63 00 - AIA APPLICATION AND CERTIFICATE FOR PAYMENT - G702, G703 2
00 64 00 - AIA CERTIFICATE OF SUBSTANTIAL COMPLETION - G704 1
00 65 00 - AIA SUPPLEMENTAL ATTACHMENT FOR ACORD CERTIFICATE
OF INSURANCE - G715 1
00 65 50 - AIA CHANGE ORDER - G701 1
00 66 00 - GENERAL RELEASE AND WAIVER OF LIEN-GENERAL
CONTRACTOR 1
00 66 10 - GENERAL RELEASE AND WAIVER OF LIEN-GENERAL
SUB-CONTRACTOR 1
00 70 00 - AIA GENERAL CONDITIONS - A201 40
00 85 10 - DRAWING LIST 2
TECHNICAL SPECIFICATIONS
DIVISION 01000 GENERAL REQUIREMENTS
01 01 00 - SUMMARY OF WORK 3
01 02 00 - UNIT PRICES 2
01 03 00 - SPECIAL PROJECT PROCEDURES 8
01 04 00 - CONDUCT OF WORK 2
01 05 00 - COORDINATION 4
01 09 00 - DEFINITIONS AND STANDARDS 3
01 30 00 - SUBMITTALS 11
01 40 00 - QUALITY CONTROL 2
PHASE II – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
TABLE OF CONTENTS
PAGE - 2
01 50 00 - TEMPORARY FACILITIES 6
01 51 00 - PROTECTION 4
01 70 00 - PROJECT CLOSEOUT 2
01 72 00 - SURVEYS AND RECORD DRAWINGS 2
DIVISION 02 SUBSURFACE INVESTIGATION & DEMOLITION
02 20 00 - EXCAVATION AND BACKFILL 4
02 41 00 - SELECTIVE DEMOLITION 5
02 83 00 - LEAD PAINT CONSIDERATIONS 8
02 90 10 - LANDSCAPING REPAIR 10
DIVISION 04 MASONRY
04 30 00 - NATURAL STONE 5
DIVISION 05 METALS
05 59 90 - ORNAMETAL IRON 10
DIVISION 07 THERMAL AND MOISTURE PROTECTION
07 92 13 - SEALANTS AND CAULKING 3
DIVISION 09 FINISHES
09 91 00 - PAINTING 4
PHASE II – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 1
DIVISION 01 GENERAL REQUIREMENTS
SECTION 01 01 00 SUMMARY OF WORK
PART 1 - GENERAL
1.01 GENERAL REQUIREMENTS
A. Include the General Conditions, Modifications to the General Conditions, and
applicable parts of Division 01 as part of this Section.
B. Examine all other Sections of the Specifications for requirements which affect
work of this Section whether or not such work is specifically mentioned in this
Section.
C. Coordinate work with that of all other trades affecting or affected by work of this
Section. Cooperate with such trades to assure the steady progress of all work
under Contract.
D. It is the intent of the Specifications and the Drawings to require that the
equipment to be furnished complete in every respect, and that this Contractor
shall provide all equipment needed and usually furnished in connection with such
systems to provide a complete installation. Equipment, materials, and articles
incorporated in the work shall be new and of the best grade of their respective
kinds.
1.02 DESCRIPTION OF WORK - GENERAL
A. In general, the Contractor shall supply all material, labor, equipment, insurance,
temporary protection, tools and appliances necessary for the proper completion of
the work as described in the Plans and Specifications, in accordance with good
construction practice, and as required by the materials manufacturers.
B. Supply all shoring and protection necessary to protect the occupants, building
area, building systems, and landscape areas. All means and methods are the
responsibility of the contractor. The Contractor is solely responsible for safety on
the job site.
C. In general, the work includes, but is not limited to:
1. Carefully disconnect and transport selected fence sections to the shop for
renovation and repair. Pad all sections to avoid breakage and scratching.
2. Sandblast all parts of each fence section to remove all paint, rust and scale.
PHASE II – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 2
3. Properly dispose of paint and sand blast debris as lead paint. Provide
disposal manifest.
4. Replace missing or damaged pieces of the fence. Cast all new cast-iron to
match existing to replace missing parts. Create patterns for each of the
existing pieces of the fence, sized to match the existing in dimension and
scale. (Exception: The bottom rail pattern exists and does not need to be
produced).
5. Straighten the fence so that it stands plumb, level, and true.
6. Replace missing or damaged pieces of top rail from mild steel.
7. Install new expansion joints at the ends of each top rail as the connection.
8. Assemble all the parts into a unified assembly.
9. Brush blast the entire assembly to remove any “blush rust”.
10. Paint the entire fence assembly with a 3-coat high tech paint system
including a zinc rich primer (Gray), an epoxy intermediate coat (Red), and
a polyurethane top coat (Black). Do not proceed with subsequent coats
until the previous coat has been completely covered. Provide minimum
mil thickness as recommended by the manufacturer. However, coverage is
the measure of completeness of the paint.
11. Apply continuous black silicone sealant over the clean, cured painting at
the locations noted on the details.
12. Carefully pad and protect the finish and transport to the site.
13. Carefully install on site to be level, plumb, and true.
14. Touch-up the paint finish to the complete satisfaction of the Architect.
Excessive damage to the factory finish will be cause for rejection of the
work and the fence will be required to be returned and repainted in the
shop at no additional cost to the Owner.
15. Fence sections to include in Phase II are #65, 66, 67, 76, 77, 78, 79, 80,
108, 109, 110, 111, 112, 124, 125, 126, 127, 128, 145, 146, 147, 148, 149,
170, 171, 172, 173, 174, 198, 199, 200, 201, 202, 225.
16. Add Alternate #1 work shall include fence sections #226, 227, 228, 229.
17. Add Alternate #2 work shall include fence sections #237, 238, 239, 240.
PHASE II – HISTORIC REPAIRS TO SALEM COMMON CBI Consulting Inc.
CAST-IRON FENCE Boston, Massachusetts
SALEM, MA Tel: (617) 268-8977
CBI JOB NO. 11195 Fax: (617) 464-2971
SUMMARY OF WORK
01 01 00 - 3
1.03 INTENT OF THE PROJECT MANUAL
A. Whenever “Furnish”, “Install”, or “Provide” is used in the Contract Documents, it
shall mean to erect, install, connect, make operative, and supply all labor and
materials, including miscellaneous fittings, hardware, and accessories necessary
to complete the installation of the specified item.
B. The scope of work is indicated in the Project Manual. Areas of required work
indicated on the drawings are for illustration and are not to be interpreted as
representing quantities, exact locations, and/or the extent of work required. The
Owner makes no representation of the exact quantities of work required. It shall
be the responsibility of the Contractor to do all work to the complete fulfillment
of the requirements of the Project Manual.
1.04 ERRORS, OMISSIONS, AND CONFLICTS IN THE PROJECT MANUAL
A. In the case of conflicts in the Drawings and the Specifications noticed by the
Contractor, the Architect shall be notified immediately in writing of such errors
and/or omissions. In no case shall the Contractor proceed without written
authorization from the Architect.
1.05 UNFORESEEN FIELD CONDITIONS
A. In the case of unforeseen field conditions, the Contractor shall notify the Owner
and Architect immediately in writing of such conditions. In no case shall the
Contractor proceed without written authorization from the Architect. If such
unforeseen conditions result in additional expense, the Contractor shall not
proceed without the written approval of the Owner.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION - NOT USED
END OF SECTION