<<

Invitation for Bids

For

Clock Tower Renovation

For the City of Chelsea, MA

Project # 2020-317

June 2020

IFB Contact: City of Chelsea, MA Dylan Cook Chief Procurement Officer City Hall 500 Broadway, Room 204 Chelsea, MA 02150

Telephone Number: 617-466-4224

Fax Number: 617-466-4225

E-Mail: [email protected]

1

Table of Contents Section 1 Procurement Scope

1.1 Authority 1.2 Modify, Withdraw and Amend Responses 1.3 Bid Security 1.4 Bid Bonds 1.5 Familiarity with Requirements 1.6 Independent Party 1.7 Conflict of Interest 1.8 Political Activity Prohibited 1.9 Assignment by the Contractor 1.10 Subcontracting 1.11 Choice of Law 1.12 Notices 1.13 Severable Sections Do Not Effect Entire Contract 1.14 Liquidated Damages for Failure to Enter into Contract 1.15 Liquidated Damages for Failure to perform Under Terms of the Contract 1.16 Contract Performance 1.17 Prevailing/Minimum Wage Rates 1.18 Funding & Fiscal Appropriation 1.19 Procurement Calendar 1.20 Duration of Contract

Section 2 General Bid Information

2.1 Required IFB Sections 2.2 Minority or Woman Business Enterprise Participation 2.3 Contract Award 2.4 ADA, Regulatory Compliance and Standards 2.5 Indemnification 2.6 Federal, State and Local Laws 2.7 Tax Exempt 2.8 Insurance 2.9 Confidentiality 2.10 Force Majeure 2.11 Equal Opportunity 2.12 Termination 2.13 Obligation in the Event of Termination 2.14 Ownership of Furnishings and Equipment 2.15 Anti-Boycott Warranty 2.16 Tied Bids 2.17 Unexpected Closures or Delays 2.18 Wage Theft 2.19 Living Wage 2.20 Change Orders

2

Section 3 Bid Information

3.1 Bidder Communication 3.2 Reasonable Accommodation 3.3 Public Records 3.4 Brand Name or Equal 3.5 Publicity 3.6 Costs 3.7 Required Contract Attachments and City of Chelsea Forms 3.8 Submitted Bids 3.9 Clarification of Bids 3.10 Evaluation and Award of Contract 3.11 Rejection of Bidder’s Bid 3.12 Bid Cancellation 3.13 No Guarantee of Purchase 3.14 Prime Contractors and Subcontractors 3.15 Written Inquiries 3.16 Instructions for Submission of Bid Responses 3.17 Deadline for Submission

3

Section 4 Specifications

4.1 Specifications for Tower Renovation

DIVISION 01 — GENERAL REQUIREMENTS (no. of pages) Cover Table of Contents 2 Section 01 10 00 Summary 2 Section 01 22 00 Unit Prices 2 Section 01 23 00 Alternates 2 Section 01 25 13 Product Substitution Procedures 2 Section 01 32 16 Project Schedule 6 Section 01 33 00 Submittal Procedure 4 Section 01 35 43 Environmental Procedures 2 Section 01 50 00 Temporary Facilities 8 Section 01 56 20 Dust Control 2 Section 01 73 29 Cutting and Patching 4 Section 01 74 19 Construction Waste Management 4 Section 01 78 00 Closeout 8

DIVISION 02 — EXISTING CONDITIONS (no. of pages) Section 02 40 00 Existing Hazmat Information 2 Section 02 41 00 Demolition 2 Section 02 41 19 Selective Demolition 2 Section 02 42 00 Asbestos Abatement 20 Section 02 83 10 Lead-Based Paint Awareness 12

DIVISION 04 — MASONRY (no. of pages) Section 04 01 10 Masonry Cleaning 20 Section 04 01 20 Brick Masonry Restoration 12 Section 04 01 25.91 Terra Cotta Masonry Restoration 20 Section 04 05 13 Restoration Mortars Masonry 10 Section 04 05 13.91 Pointing 14 Section 04 20 00 Unit Masonry 6 Section 04 72 00 Cast Stone Restoration Cast 20 Section 04 72 20 Stone Units 10

DIVISION 05 — METALS (no. of pages) Section 05 50 00 Metal Fabrications* 12

DIVISION 06 — WOOD, PLASTICS AND COMPOSITES (no. of pages) Section 06 10 00 Rough Carpentry 4 Section 06 20 00 Finish Carpentry 2

DIVISION 07 — THERMAL AND MOISTURE PROTECTION (no. of pages) Section 07 15 00 Membrane Applied Waterproofing 4 Section 07 54 23 Thermoplastic Membrane Roofing 8 Section 07 72 33 Roof Hatch 4 Section 07 84 00 Firestopping 10 Section 07 92 00 Joint Sealants 12

4 DIVISION 08 — OPENINGS (no. of pages) Section 08 14 16 Wood Doors 2 Section 08 55 00 Wood Windows 4 Section 08 71 00 Door Hardware 4 Section 08 55 00 Wood Windows 4 Section 08 71 00 Door Hardware 6 Section 08 80 00 Glass and Glazing 4

DIVISION 09 — FINISHES (no. of pages) Section 09 01 10.15 Paint & Coating Removal 12 Section 09 81 00 Thermal Insulation 4 Section 09 90 00 Specialty Finishes – Gilding 6 Section 09 91 00 Painting 8

DIVISION 10 — SPECIALTIES (no. of pages) Section 10 74 14 Exterior Clock Restoration 4 Section 10 81 13 Bird Control Devices 6

DIVISION 41 – APPENDIX Section 41 01 00 Appendix A – Hazmat Survey and Report 14

*= Filed Sub Bid

5 MANDATORY SUBMITTALS:

BIDDER INFORMATION FORM CERTIFICATE OF NON-COLLUSION TAX COMPLIANCE CERTIFICATION SIGNATURE AUTHORITY CERTIFICATION WAGE THEFT CERTIFICATION LIVING WAGE CERTIFICATION FORM FOR GENERAL BID FORM FOR FILED SUB-BIDS W-9 FORM OSHA COMPLIANCE CERTIFICATION

IFB ATTACHMENTS: SAMPLE CITY OF CHELSEA CONTRACT MASSACHUSETTS PREVAILING WAGE RATES E-BIDDING REGISTRATION INSTRUCTIONS E-BID INSTRUCTIONS TO BIDDERS

PLAN DRAWINGS (as a separate file)

6

(LEGAL NOTICE)

THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED. Please review the instructions in the bid documents on how to register as an electronic bidder. The bids are to be prepared and submitted at www.biddocsonline.com . Tutorials and instructions on how to complete the electronic bid documents are available online (click on the “Tutorial” tab at the bottom footer). The City of Chelsea, the Awarding Authority, invites sealed bids from General Contractors for the Clock Tower Renovation 2020-317. The Project consists of: The Project involves renovation of the existing clock tower at the Chelsea City Hall, including selective demolition of existing equipment and structures, and construction of new elements, as shown in the contract documents, including complete masonry restoration of interior and exterior masonry structures.

The work is estimated to cost $1,000,000.00. Bids are subject to M.G.L. c.149 §44A-J & to minimum wage rates as required by M.G.L. c.l49

§§26 to 27H inclusive.

General bidders must be certified by the Division of Capital Asset Management and Maintenance (DCAMM) in the following category of work – Historic Masonry and must submit a current DCAMM Certificate of Eligibility and signed DCAMM Prime Update Statement (Form CQ 3).

General Bids will be received until July 16, 2020 at 11:00AM and publicly opened, forthwith online. Filed Sub-bids for the trades listed below will be received until July 2, 2020 at 2:30PM and publicly opened, forthwith online.

Filed sub-bidders must be DCAMM certified for the trades listed below and bidders must include a current DCAMM Sub-Bidder Certificate of Eligibility and a signed DCAMM Sub-Bidder’s Update Statement.

SUBTRADES Misc. Metals

All Bids should be submitted electronically online at www.biddocsonline.com and received no later than the date and specified above. General bids and sub-bids shall be accompanied by a bid deposit that is not less than five (5%) of the greatest possible bid amount (considering all alternates), and made payable to the City of Chelsea. Bid Forms and Contract Documents will be available at www.biddocsonline.com (may be viewed electronically and downloaded).

7 Section 1 Procurement Scope

The City of Chelsea MA is publishing this Invitation for Bids for a qualified vendor to provide services for Clock Tower Renovation. Invitation for Bid Procedures and award of the Contract shall be in accordance with Massachusetts General Law, Chapter 149, plus all applicable Federal, State and Local laws and regulations.

1.1 Withdraw , Modify, and Amend Bids

Bidders who wish to withdraw, modify or amend their bid must do so with BidDocsOnline, no later than the time and date set forth herein for the receipt of the bids. Any withdrawal, modification or amendment arriving after the date and time set forth for accepting responses will not be considered. After the opening of the bids, a bidder may not change any provision of the bid in a manner prejudicial to the interests of the City of Chelsea or fair competition. Minor informalities will be waived at the discretion of the City of Chelsea.

1.3 Bid Security

Each bid must be accompanied by a certified check: of the bidder or a bid bond duly executed by the bidder as principal and having as surety thereon a surety company approved by the City, in the amount of 5% of the bid, payable to the "City of Chelsea" and must be filed with the original bid.

1.4 Bid Bonds

The successful bidder is required to furnish performance bonds and payment bonds in the contract amount and with surety satisfaction to the City, in an award form this Invitation for Bids. The Bidder must pay all costs. The Performance Bond shall be in the sum of 100% of the contract price. The Payment Bond shall be in the sum of 100% of the contract price. The bonds shall be provided by the successful bidder to the City within five business days of the contract award.

1.5 Familiarity with Requirements

Bidders are to thoroughly familiarize themselves with the requirements of this Invitation for Bids. Ignorance of the requirements will not relieve the bidder from any obligations or liabilities of any contract(s) issued as a result of this Invitation for Bids.

1.6 Independent Party

Under this Invitation for Bids, the successful bidder declares itself to be at all acting and performing as an independent party and nothing in this Invitation for Bids or any subsequent contract(s) is intended to constitute a partnership or joint venture between the Bidder and the City of Chelsea.

8 1.7 Conflict of Interest

No officer or employee of the City of Chelsea shall participate in any decision relating to any contract which would affect their financial or personal interest or the interest of any corporation, partnership, sole proprietorship or association in which they are directly or indirectly interested.

1.8 Political Activity Prohibited

None of the services to be provided by any bidder shall be used for any partisan political activity or to further the election of any candidate for public office.

1.9 Assignment by Contractor

The successful bidder or contractor shall not assign in whole or in part or otherwise transfer any interest in any contract without the written consent of the City of Chelsea, provided however, that the present and prospective claims for money due owing to the Contractor from the City of Chelsea or any other Buyer may be assigned to a bank or trust company or to a financial institution insured by the Federal Deposit Insurance Corporation (FDIC) without such consent so long as notice of such assignment is promptly furnished to the City of Chelsea. Any complete or partial assignment of the contractor’s or successful bidder’s interest in any such contract shall require the assignee, at the City of Chelsea’s discretion, to supply such further information as the City of Chelsea deems necessary to comply with the City of Chelsea rules and regulations governing contracts for services. Any such assignment, in whole or in part, shall also be expressly made subject to all defenses, set-offs or counter claims which would have been made available to the City of Chelsea against the successful bidder in the absence of such assignment.

1.10 Subcontracting

None of the services to be provided by the contractor pursuant to any contract shall be subcontracted or delegated in whole or in part to any other organization, association, individual, corporation, partnership, or any other such entity without the prior written approval of the City of Chelsea. All intended subcontracts must be in writing and must be submitted with the bid documents. All intended subcontracts shall be provisions, which are functionally identical to and consistent with the language of this Invitation for Bids.

1.11 Choice of Law

Any contracts awarded as a result of this Invitation for Bids shall be construed under the laws of the Commonwealth of Massachusetts. The successful bidder and agents thereof agree to bring any federal or state legal proceedings arising from any such contract in which the City of Chelsea is a party in a court of competent jurisdiction within the Commonwealth of Massachusetts. This section shall not be construed to limit any rights any party may have to intervene in any action in any court or wherever pending in which the other is a party.

9

1.12 Notices

Unless otherwise specified, any notice hereunder shall be in writing and shall be deemed delivered when sent via electronic mail (e-mail), given in person to either party or deposited in the U.S. Mail, postage prepaid and addressed to the persons indicated in any contract or as specified by any amendment hereto.

1.13 Severable Sections Do Not Affect Entire Contract

If any provision of the Invitation for Bids or any subsequent contract is declared or found to be illegal, unenforceable or void, then both parties shall be relieved of all obligations under the provision. The remainder of the Invitation for Bids and any subsequent contract shall remain in full force and effect and enforceable to the fullest extent provided by law.

1.14 Liquidated Damages for Failure to Enter into Contract

The successful bidder, upon its failure or refusal to execute and deliver the Contract, Bond and Certificates of Insurance required within ten days after receipt of notice of the acceptance of the bid, shall forfeit to the City of Chelsea, as liquidated damages for such failure or refusal, the security deposited with its bid, provided that the amount forfeited shall not exceed the difference between its bid price and the bid price of the next lowest responsive and responsible bidder. In case of death, disability, bonafide clerical or mechanical error of a substantial nature or similar unforeseen circumstances affecting the bidder, its bid deposit shall be returned.

1.15 Liquidated Damages for Failure to Perform Under Terms of the Contract

Should the successful bidder fail to commence or diligently perform according to the terms of the contract, the successful bidder agrees to pay to the City of Chelsea, as liquidated damages, Two Hundred Fifty Dollars ($250.00) per calendar day that the successful bidder fails to commence or diligently perform the work in accordance with the contract documents and/or is in violation of the contract. Liquidated damages assessed under this provision shall be deducted from any payment(s) due to the successful bidder.

1.16 Contract Performance

The failure of any party to insist in any one or more situations, upon performance of any of the terms or provisions of any part of this Invitation for Bids or resulting contract shall not be considered as a waiver or relinquishment of the right of either party to future performance of any such term or provision, and the rights and obligations of the parties to such future performance shall continue in full force and effect.

1.17 Prevailing/Minimum Wages

Prevailing/Minimum Wage Rates as determined by the Commissioner of the Division of Occupational Safety of the Executive Office of Labor and Workforce Development under the provisions of Massachusetts General Laws Chapter 149, Section 26 to 27D, as amended, apply to

10

this project. It is the responsibility of the Bidder, before the bid opening, to request, if necessary, any additional information on Prevailing/Minimum Wage Rates for those trades’ people who may be employed for the proposed work under this contract.

1.18 Funding & Fiscal Year Appropriation

Appropriations for expenditures by the City of Chelsea and authorizations to spend for a particular purpose are ordinarily made on a fiscal year basis. The fiscal year for the City of Chelsea, MA begins on July 1st and ends June 30th of the following year. The obligations of the City of Chelsea under any contract resulting from this Invitation for Bids for any subsequent fiscal year following the fiscal year in which the initial contract is awarded is subject to the appropriations to the City of Chelsea of funds sufficient to discharge its obligations, which accrue in such subsequent fiscal year, and to the authorization to spend such funds for the purposes of this Invitation for Bids. In the absence of such appropriation or authorization, any contract resulting from this Invitation for Bids shall be terminated immediately without liability for damages, penalties or other charges arising from early termination. Expenditures for contracted services, which will extend beyond a single fiscal year shall not exceed in any fiscal year the amount appropriated and authorized for the said fiscal year.

1.19 Procurement Calendar

The City of Chelsea solicits bids that will result in a contract. The schedule of events for this solicitation, subject to amendment by the City of Chelsea is:

Event Date IFB Released 6/17/2020 Deadline for Written Inquiries 6/25/2020 Response to Written Inquiries 6/29/2020 Due Date for Filed Sub-Bids 7/02/2020 at 11:00AM Due Date for General Bids 7/16/2020 at 2:30PM

1.20 Duration of Contract

The contract term will commence upon signature of contract and end no later than June 30, 2021.

End of Section

11 Section 2 General Bid Information

2.1 Required IFB Sections

The Bidder must provide, in its bid, a reply to the particular specifications included in the Invitation for Bids.

2.2 Minority or Woman Business Enterprise Participation

In accordance with the Minority Business Enterprise Plan for the City of Chelsea, all qualified Minority-Owned Business Enterprises (MBE) or Woman-Owned Business Enterprises (WBE) are strongly encouraged to submit bids in response to this Invitation for Bids. For the purpose of this IFB, the term MBE or WBE shall mean a vendor who is certified as a minority business enterprise by the State Office of Minority and Women-Owned Business Assistance (SOMWBA), and who is certified at the time the vendor's bid is submitted.

All minority owned businesses are encouraged to apply for SOMWBA certification. For further information on SOMWBA qualifications or access to SOMWBA vendor lists, contact the Supplier Diversity Office, Commonwealth of Massachusetts Operational Services Division at 617-720-3300.

2.3 The Contract Award

Based upon the bids received, the contract will be awarded to the lowest responsive and eligible Bidder. Bids shall remain open for sixty (60) days, not including Saturdays, Sundays, and legal holidays, after the date of bid opening.

2.4 ADA, Regulatory, Compliance and Standards

Bidders are expected to provide services and commodities that are in compliance with Section 504 of the Federal Rehabilitation Act of 1973, the Americans with Disabilities Act of 1990, the Telecommunications Act of 1996, and all successor federal and related legislation throughout the term of any contract resulting from this solicitation.

2.5 Indemnification

Any successor in exchange for entering into an agreement or contract resulting from this Invitation for Bids shall indemnify and hold harmless the City of Chelsea and all persons acting for or on behalf of either of them from all suits and claims against them, or either of them, arising from or occasioned by the use of any service, material, equipment or apparatus, or any part thereof, which infringes or is alleged to infringe on any patent rights. In case such service, material, equipment or apparatus, or any part thereof in any suit is held to constitute infringement, the successful bidder, within a reasonable time, will at its expense, and as the City of Chelsea may elect, replace such material, equipment or apparatus with non-infringing material, equipment or apparatus or remove the material, equipment or apparatus and refund the amounts paid therefore. Said indemnification includes reasonable attorney’s fees related thereto.

12

Furthermore, any successful bidder in exchange for entering into any agreement or contract resulting from this Invitation for Bids agrees to indemnify and hold harmless, release and forever discharge the City of Chelsea as well as their officers, agents and employees as well as their successors and assigns from any and all manner of actions, suits, claims, demands, judgments, damages and liability in law and in equity which may arise or result from performance under this contract. This includes any discrimination, labor or employment claims against the successful bidder and the City of Chelsea and any and all manners of legal action brought against the successful bidder and /or the City of Chelsea. Said indemnification includes reasonable attorney’s fees related thereto.

2.6 Federal, State and Local Laws

The successful bidder will comply with all applicable Federal, State and Local laws and regulations.

2.7 Tax Exempt

Purchases made by municipalities and government are exempt from Federal Excise Taxes and Massachusetts Sales Taxes and bid prices must show the exclusion of such taxes. Tax exemption certificates will be furnished as required.

2.8 Insurance

The successful bidder in addition to any insurance required by State or Local Law, shall maintain in force during the term of any contract(s) issued as a result of this Invitation for Bids, the following insurance issued by an insurance company licensed to do business in the Commonwealth of Massachusetts. Failure to provide or maintain such insurance shall be grounds to reject a bid or execute a contract.

a. Public Commercial Liability coverage in the amount of $1,000,000.00 per occurrence and $2,000.000.00 aggregate. Automobile Liability Insurance coverage in the amount of $500,000.00 per person, $1,000,000.00 per occurrence. Property damage Insurance in the amount of $250,000.00. b. Worker’s Compensation Insurance in the amounts required by Massachusetts Law. c. Evidence of such insurance must name the City of Chelsea as the named insured as well as the successful bidder. d. An Insurance Certificate giving evidence of the insurance must be delivered to the City of Chelsea within 10 days by the successful bidder receiving the award of this Invitation for Bids.

13

2.9 Confidentiality

The successful bidder will comply with all provisions of Executive Order No. 11246 of September 24, 1975 and the successful bidder acknowledges that in performance of any contract resulting from the Invitation for Bids it may require or have access to “personal data” and become a “holder” of personal data as defined by M.G. L. c. 66A. The successful bidder shall comply with all laws and regulations relating to confidentiality and privacy, including but not limited to any rules and regulations of the City of Chelsea. The successful bidder shall at all times recognize the City of Chelsea’s ownership of personal data and the exclusive right and jurisdiction of the City, and “data subjects” (as defined in chapter 66A) to control the use of personal data. The successful bidder shall immediately notify the City of Chelsea both orally and in writing if any personal data in its possession is subpoenaed, improperly used, copied or removed by anyone except an authorized representative of the City of Chelsea. The successful bidder shall cooperate with the City of Chelsea in taking all steps it deems advisable to enjoin, misuse, regain possession and/or otherwise protect the City of Chelsea’s rights and data subject’s privacy. The successful bidder shall allow access to any personal data held in their possession solely to those employees of the City of Chelsea who require such information in the performance of their occupational responsibilities. All personal data held by the successful bidder shall be delivered to the City of Chelsea within 14 calendar days after termination of any contract resulting from this Invitation for Bids. The successful bidder agrees to take reasonable steps to insure the physical security of such data under its control, including but not limited to fire protection, protection against smoke and water damage, alarm system, locked removal of manually held data, passwords, access logs, badges or other methods reasonably expected to prevent loss or unauthorized access to electronically or mechanically held data, limited terminal access, access to electronically or mechanically held data, limited terminal access, access to input documents and design provisions to limit use of personal data. The successful bidder agrees that it will inform each of its employees having any involvement with their personal data or confidentiality. The City of Chelsea shall have access at all times to any data maintained pursuant to any contract resulting from this Invitation for Bids, without the consent of the data subject. The successful bidder shall use personal data, and material derived from such data, only as necessary for the performance of the subject contract. Failure of the successful bidder to comply with the requirements of this section may be grounds for terminating any contract resulting from this Invitation for Bids.

2.10 Force Majeure

Neither the City of Chelsea nor the successful bidder shall be liable to the other, nor deemed to be in breach of any contract resulting from this Invitation for Bids for failure or delay in rendering performance rising out of causes factually beyond its control and without its fault or negligence. Such causes may include, but are not limited to, Acts of God or the public enemy, wars, fires, flood, epidemics, quarantine restrictions, strikes, unforeseen freight embargos or unusually severe weather. Dates of times of performance shall be extended to the extent of delays excused by this section, provided that the party whose performance is affected notifies the other party promptly of the existence and nature of such a delay. It is agreed that since the performance dates of the subject contract are of the essence and important to the implementation of essential City of Chelsea work, continued failure to perform for periods aggregating 45 or

14

more calendar days, even for causes beyond the control of the successful bidder, shall afford the City of Chelsea the right to terminate any contract resulting from this Invitation for Bids without assessment of termination costs or penalties.

2.11 Equal Opportunity

During the performance of this contract, the successful bidder agrees as follows:

a. The successful bidder will not discriminate against any employee or applicant for employment because of race, religion, color, sex or national origin, sexual orientation, which shall not include persons whose sexual orientation involves minor children as the sex object, genetic information or ancestry. The successful bidder will take affirmative action to ensure that applicants are employed and that the employees are treated during employment without regard to their race, religion, color, sex, nation origin or sexual orientation, which shall not include persons whose sexual orientation involves minor children as the sex object, genetic information or ancestry. b. The successful bidder will comply with all provisions of Executive Order No. 11246 of September 24, 1975 and all of the rules, regulations and relevant orders of the Secretary of Labor.

2.12 Termination

The bidders for this Invitation for Bids should note that the City of Chelsea reserves the right to terminate any contract resulting from this Invitation for Bids in whole or in part, by written notice:

• Without cause: Either party may terminate the subject contract by giving written notice to the other party at least 60 calendar days prior to the normal contractual effective date of termination as stated or such other period as is mutually agreed upon in advance by the parties

• For cause: If, in the opinion of the City of Chelsea, the successful bidder fails to fulfill its obligations, the City of Chelsea may terminate any contract resulting from this Invitation for Bids by giving 30 days written notice to the successful bidder at any time. The subject contract shall be terminated immediately in the event of fraud or program abuse.

• Emergency: The City of Chelsea may terminate or suspend any contract resulting from this Invitation for Bids up to 60 calendar days by providing written notice to the successful bidder, stating the grounds for the City of Chelsea’s action, in the form of U.S. Mail, hand-carried letter, or other appropriate written means, if the City of Chelsea determines that immediate action is necessary to protect City, State and/or Federal funds or property, or to protect persons from injury. Such termination or suspension shall be effective upon receipt of notice of either suspension or termination by the successful bidder. In the case of a suspension under this paragraph, the notice of suspension shall be accompanied by instructions from the City of Chelsea specifying requisite actions by the

15

successful bidder to remove the suspension, proposed timetable for meeting those requirements and a description by the City of Chelsea of allowable activities and costs, if any, during the suspension period. Failure by the successful bidder to remedy the stated deficiencies according to the timetable prescribed by the City of Chelsea shall be cause for immediate termination.

• Elimination or Reduction of Funding: In the event of a reduction of funding for any reason, the City of Chelsea may terminate any contract resulting from this Invitation for Bids by providing notice of termination in a reasonable time. The City of Chelsea may provide a conditional notice of termination with a proposed amendment to the subject contract. Any such notice shall provide that the subject contract will terminate automatically 30 calendar days after the date of the conditional notice of termination unless the successful bidder submits to the City of Chelsea a properly signed copy of the amendment, or such modification form of amendment as may be agreeable to the City of Chelsea, within 20 calendar days after the date of the conditional notice of termination, or such other time as it is otherwise specified in the conditional notice.

• Office’s Remedies: Upon Termination for Cause or for Emergencies: Notwithstanding the terms contained in this section, in the event of termination, the successful bidder shall not be relieved of liability to the City of Chelsea by virtue of any breach of any contract resulting from this Invitation for Bids by the successful bidder. In the event of termination pursuant to this section, the City of Chelsea may withhold any payments to the successful bidder for the purpose of set-off until such time as the exact amount of damages due to the City of Chelsea from the successful bidder is determined. In addition to and notwithstanding the above, the successful bidder covenants and agrees that in the event of termination of any contract resulting from this Invitation for Bids the successful bidder shall pay to the City of Chelsea as damages: (a) such sum as, at the time of termination, the City of Chelsea reasonably determines that is, shall require to compensate a subsequent contractor to complete the delivery of service, and (b) the sum, reasonably determined by the City of Chelsea, which will compensate the City of Chelsea for all the direct and indirect costs resulting from delay in the delivery of services upon the successful bidder’s default. The successful bidder further covenants and agrees with the City of Chelsea that the successful bidder shall pay all of the City of Chelsea’s costs and expenses (including attorney’s fees) incurred or paid in obtaining and enforcing any court order favorable to the City of Chelsea for any obligation of the successful bidder under any contract resulting from this Invitation for Bids.

16

2.13 Obligation in the Event of Termination

Upon termination of any contract resulting from this Invitation for Bids, all documents finished or unfinished, data, studies and reports prepared by the successful bidder pursuant to the subject contract shall become the property of the City of Chelsea. Copies of finished and unfinished documents, data, studies and reports generated as a necessary part of performing the subject contract shall be delivered to the City of Chelsea upon reasonable request and shall be retained by the successful bidder for future use. The City of Chelsea shall promptly pay the successful bidder for all services performed and for all costs and un-cancelable commitments reasonably incurred in performance of the subject contract to the effective date of termination, provided the successful bidder is not in default of the terms of the subject contract and submits to the City of Chelsea properly completed invoices with supporting documentation covering such services no later than 45 days after the effective date of termination, and that the successful bidder make every reasonable effort to minimize or recover costs incurred.

2.14 Ownership of Furnishings & Equipment:

Unless otherwise provided by law or a federal grant award, title to all furnishings and equipment provided by the City of Chelsea or that the awarded bidder provides under the terms of this Invitation for Bids and paid for with public funds, shall vest in and be retained by the City of Chelsea. Upon completion of performance of the awarded bidder’s contract, the awarded bidder shall return such furnishings and equipment in its possession in the same condition as at the commencement of any contract resulting from this Invitation for Bids, normal wear and tear excepted.

2.15 Anti-Boycott Warranty:

During the term of any contract resulting from this Invitation for Bids, neither the successful bidder nor any “affiliated company” as hereafter described, shall participate in or cooperate with an international boycott, as defined in section 999(b)(3) and (4) of the Internal revenue Code of 1954, as amended by the Tax Reform Act of 1986, or engage on conduct declared to be unlawful by sections 2 and 4 of Chapter 151E of The Massachusetts General Laws. As used herein, an “affiliated company” shall be any business entity or which at least 51% of the ownership interests are directly or indirectly owned by the successful responder or by a person or persons or business entity or entities which directly own at least 51% of the ownership interest of the successful bidder.

2.16 Tied Bids

In the event that there is a tie bid between two (2) responsive and responsible bidders, the award of the contract will be determined by a coin toss. The bidder’s whose submission was received earliest shall be assigned “Heads” in the coin toss. In the event that there is a tie bid with three (3) or more responsive and responsible bidders, the award shall be made by a draw by lot limited to those bidders. The coin toss/draw by lot shall be scheduled within two (2) business days from when it was determined by the Town to be a tie bid. The bidders involved shall be given an

17 opportunity to attend. The coin toss/drawing shall be witnessed by at least three (3) Town officials. The tie breaker event shall be held at Chelsea City Hall during regular business hours.

2.17 Unexpected Closures or Delays

If, at the time of the scheduled bid submission deadline, the designated location for delivery of the bid is closed due to uncontrolled events such as fire, snow, ice, wind, building evacuation or other, the deadline will be postponed until 11:00 a.m. on the next normal business day. Bids will be accepted at the same location until that date and time.

2.18 Wage Theft

Prospective vendors must provide the following certifications or disclosures in writing to the purchasing agent with their bids or proposals. Failure to provide the following shall result in rejection of the bid or proposal;

• Prospective vendors must certify that neither they nor any of their subcontractors have been subject to a federal or state criminal or civil judgment, administrative citation, final administrative determination, order or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages within three years prior to the date vendors submit their bids or proposals; or o Prospective vendors must disclose any such criminal or civil judgments, administrative citation, final administrative determination, order or debarment and include copy(ies) with their bids or proposals. • Prospective vendors are notified that they must report any such criminal or civil judgment, administrative citation, final administrative determination, order or debarment from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages while any of their bids or proposals to the purchasing agent official is pending and, if awarded a contract, during the term of the resulting contract, within five days of vendor's receipt. • Prospective vendors that are subject to a state or federal debarment for violation of the above laws, either voluntarily or involuntarily, or that have been prohibited from contracting with the Commonwealth or any of its agencies or subdivisions will be deemed not responsible and their bids or proposals shall be rejected. Such vendors shall be deemed not responsible for the entire term of debarment or other stated time period. During the term of a contract, upon a finding or order of such debarment or prohibition, the city may terminate the contract. • Vendor(s) awarded a contract that have disclosed a federal or state criminal or civil judgment, administrative citation, final administrative determination, order or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages within three years prior to the date they submit their bids or proposals, or vendor(s) awarded a Contract that receive a federal or state criminal or civil judgment, administrative citation, order or final administrative determination resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of

18

wages during the term of the contract and that are not otherwise prohibited from public contracting may be required by the city to obtain a wage bond or other form of suitable insurance in an amount equal to the aggregate of one year's gross wages for all employees, based on an average of its total labor costs for the past two years. Such bond must be maintained for the terms or extensions of any contract, and proof of such bond must be provided upon request by the city. • Vendor(s) awarded a contract that have disclosed a federal or state criminal or civil judgment administrative citation, final administrative determination, order or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages within three years prior to the date they submit their bids or proposals and through the contract term shall furnish their monthly certified payrolls to the purchasing agent for all employees working on such contract.

2.19.1 Living Wage

• Purpose o The purpose of this chapter is to ensure that when taxpayer-funded benefits are extended by the city to private businesses, they are used in a way that benefits the interests of the city as a whole by creating jobs that keep workers and their families out of poverty. This section therefore requires the city, its contractors and subcontractors to pay their employees a wage that will enable a full-time worker to support a family at a level that meets basic needs and avoids economic hardship. • Applicability o This chapter shall apply to any for-profit contractor that employs or contracts with five or more individuals firm-wide; or a nonprofit contractor that employs or contracts with ten or more individuals firm-wide. o This chapter shall apply to any city contract initially awarded after the effective date of this chapter. • Covered employer o The city is a "covered employer" in all of its operations and activities. o A contractor is a "covered employer" if it enters into one or more city contracts where the annual value of payments under all such city contracts is (or is projected to be) more than twenty-five thousand dollars. A contractor is a covered employer from the beginning of the term of the city contract that caused the combined annual value of payments to exceed twenty-five thousand dollars and continues until the termination of all city contracts. o A subcontractor is a "covered employer" beginning on the later of the following dates: (1) the beginning of the term of the subcontract; or (2) the date on which the subcontractor's associated contractor becomes a covered employer. A subcontractor ceases to be a covered employer on the earlier of the following dates: (1) the termination of the subcontract; or (2) the date on which the subcontractor's associated contractor ceases to be a covered employer.

19

• Covered employee o Employees of the city are covered employees for all hours they work for the city. o Employees of covered employers are covered employees for all hours they perform work relating to a city contract. o The only individuals who otherwise meet the standard of "covered employee" who are automatically exempted from the living wage are individuals in a youth or senior program, those working part-time at the Chelsea Public Library or those in a child care or summer food program for the Chelsea School Department. See definitions under subsection (h) below. • Living wage required o Every covered employer must pay covered employees no less than a living wage for all hours worked as a covered employee. The living wage shall be fourteen dollars and three cents ($14.03) per hour upon implementation of this chapter. Each year thereafter, starting January 1, 2018, the amount of the living wage shall be upwardly adjusted to the higher of these three calculations: the increase, if any, for the period of the preceding November over the level as of November of the immediately preceding year in the "Consumer Price Index—All Urban Consumers" or its successor index as published by the U.S. Department of Labor or its successor agency; or the minimum wage required for a person working 2000 hours annually to earn enough to at least match the poverty level for a family of four as determined annually by the U.S. Dept. of Health & Human Services; or 110% of the state minimum wage. o Beginning in 2018 and each year thereafter, the city shall publish a bulletin on or about February 1st announcing the adjusted living wage which shall take effect immediately upon publication. This bulletin shall be distributed to all city agencies and covered employers upon publication. Covered employers shall provide written notification of the rate adjustment to their covered employees, and to their affected contractors and subcontractors. In the event that the city fails to publish the adjusted living wage, it shall remain the obligation of each covered employer to calculate and begin paying the adjusted living wage effective no later than February 1st. • Retaliation prohibited o No covered employer shall discharge or take other adverse action against any person in retaliation for asserting any claim or right under this chapter, for assisting any other person in doing so or for informing any person about their rights. • Exemptions o Notwithstanding any other provisions in this chapter, the following exemptions shall apply: o The following will be granted an automatic exemption from the requirements of this chapter:

20

o Any city, state or federally funded program which employs youth, as defined by city, state or federal guidelines, or as part of a school to work program or in other seasonal or related part-time program, including: o A bona fide training program o An after school or summer or youth employment program, or o A bona fide work-study program, internship, fellowship, or other similar program, including the ROCA program; o Any city, state or federally funded senior program which employs individuals sixty years of age or older in a community service employment program or other subsidized employment or training program; o The part-time employment program at the Chelsea public library which employs part-time individuals for the purpose of supporting the full-time staff and ensuring that there is adequate personnel to meet state-mandated hours of operation. o The part-time program at the Chelsea Public Schools for child care assistants and for workers in the Summer Food Program. • Monitoring of chapter o Every covered employer shall agree to the payment of a living wage as a condition of entering into or renewing a city contract, shall agree to post a notice regarding the applicability of this chapter in every workplace in which covered employees are working and shall agree to provide payroll records or other documentation as deemed necessary within ten business days from the receipt of the city's request. All city contracts covered by this chapter shall provide that a violation of the living wage requirements of this chapter shall be a material breach of the city contract. The city or its designee shall monitor the compliance of each contractor under procedures developed and approved by the city administrator. o Each covered employer shall submit to the city information regarding the number of employees and applicable wage rates of its employees covered by this chapter in such manner as requested by the city or its designee. At the request of the city or its designee, any contractor shall provide satisfactory proof of compliance with the living wage provisions of this chapter. o Any person may submit a complaint or report of a violation of this chapter to the city. Upon receipt of such a complaint or report, the city or its designee shall investigate to determine if there has been a violation. The investigation shall be resolved within ninety days. • Penalties and enforcement o A violation of any provision of this chapter is a civil infraction punishable by a fine of not more than three hundred dollars plus all costs of the action. Any court of competent jurisdiction may issue and enforce any judgment, writ, or order necessary to enforce this chapter, including backpay to affected employees and other relief deemed appropriate. o Each day upon which a violation occurs shall constitute a separate violation. o In addition to enforcement under subsections A and B, the city shall have the right to modify, terminate, and/or seek specific performance of any city

21

contract with a covered employer or to cancel, terminate or suspend the city contract in whole or in part. o Nothing contained in this chapter shall be construed to limit in any way the remedies, legal or equitable, which are available to the city or any other person for the correction of violations of this chapter. • Private actions for damages or injunctive relief o A covered employee who is denied payment of the applicable living wage in violation of this chapter may bring a civil action in any court of competent jurisdiction for appropriate injunctive relief or damages or both against the person(s) who acted in violation of this chapter. No employee or person shall bring a civil action alleging a violation of this chapter unless the employee or person has first provided a written allegation of the violation of this chapter to the city and the covered employer no less than ninety days prior to filing said civil action. After at least ninety days have passed after the written allegation has been provided, the employee or person shall be free to proceed with a civil action. Any civil action under this section must be brought within one year of the last date of the violation. The last date of the violation shall be determined by the last paycheck received by the employee or person that did not contain the living wage, or by the last occurrence of retaliation prohibited by subsection (g). o As used in subsection, "damages" means restitution of the difference between amounts actually paid and the living wage that should have been paid including interest, an additional equal amount as liquidated damages, and reasonable attorney fees and costs. o Private actions and remedies under this section shall be in addition to any actions for violations which the city may take. • Other provisions o No covered employer may fund the living wage increase required by this chapter by reducing the compensation, fringe benefits or leave available to any covered employee.

2.20 Change Orders

All requests for changes to the contract and/or procurement scope must be made in writing and submitted to the project manager. No work contained in the request change order will be paid, unless a fully executed Contract Amendment exists. Verbal approvals/changes are not valid and no payments shall be made.

End of Section

22

Section 3 Bidder's Bid Information

3.1 Bidder Communications

Bidders are prohibited from communicating directly with any employee of the Purchasing Department and any other member of the City of Chelsea except as specified in this Invitation for Bids, and no other individual City of Chelsea employee or representative is authorized to provide any information or respond to any question or inquiry concerning this Invitation for Bids. Bidders may contact the person identified on the cover sheet of this Invitation for Bids in the event this Invitation for Bids is incomplete.

3.2 Reasonable Accommodation

Bidders with disabilities or hardships that seek reasonable accommodation, which may include the receipt of the Invitation for Bids information in an alternative format, must communicate such requests in writing, via electronic mail (e-mail) to the contact person. Requests for accommodation will be addressed on a case by case basis. A bidder requesting accommodation must submit a written statement, via e-mail which describes the responder’s disability and the requested accommodation to the contact person for the Invitation for Bids. The City of Chelsea reserves the right to reject unreasonable request.

3.3 Public Records

All bids and information submitted in response to this Invitation for Bids are subject to the Massachusetts Public Record Law, M.G.L., Chapter 66, Section 10, and to Chapter 4, Section 2, and Subsection 26. Any statements in the bidder’s bid inconsistent with these statutes will be disregarded.

3.4 Brand Name or Equal

Unless otherwise specified in this Invitation for Bids, any reference to a particular trademark, trade name, patent, design, type, specification, producer or supplier is not intended to restrict this Invitation for Bids to any manufacturer or proprietor or to constitute an endorsement of any good or service, and the City of Chelsea must consider clearly identified offers if substantially equivalent goods and services submitted in response to such reference.

3.5 Publicity

Any bidder awarded a contract under this Invitation for Bids is prohibited from selling or distributing any information collected or derived from the contract, including lists of participating or eligible departments, employee names, telephone numbers, e-mail addresses, addresses or any other reports or information except as specifically authorized under this contract.

23

3.6 Costs

Costs for services that are not specifically identified in the bidder’s response and identified as part of a contract, will not be compensated under any contract awarded pursuant to this Invitation for Bids.

The City of Chelsea will not be responsible for any costs or expenses incurred by responders responding to this Invitation for Bids.

3.7 Required Contract Attachments

All Responders are required to complete, sign and return at minimum the following documents:

1.) Bid Information Form 2.) Certificate of Non-Collusion- Signature required 3.) Signature Authorization Certification – Signature required 4.) Tax Compliance Certification - Signature required 5.) Wage Theft Certification - Signature required 6.) Living Wage Certification - Signature required 7.) Form for General Bid - Signature required 8.) W-9 – Signature required 9.) OSHA Compliance Certification - Signature required 10.) DCAMM FORMS – Certificate of Bidder’s Eligibility and Update Statement

3.8 Submitted Bids

The City of Chelsea shall be under no obligation to return any bids or materials submitted by the bidder in response to this Invitation for Bids. All materials submitted by bidders become the property of the City of Chelsea and will not be returned to the bidder. The City of Chelsea has the right to use any ideas, concepts or configurations that are presented in the bidder’s bid whether or not the bid is selected for contract award.

3.9 Clarification of Bid

The City of Chelsea is not required to seek clarification of bids; therefore, the bidder should be as clear as possible in all of its responses to this Invitation for Bids.

3.10 Evaluation and Award of Contract

All pricing must remain constant for the entire term of the contract, as well as any possible extension offered. Bids will be evaluated and awarded based upon the lowest, responsive and eligible bid.

3.11 Rejection of Bidder’s Bid

A bidder’s bid may be rejected by the City of Chelsea if the bidder’s bid:

24

• Fails to adhere to one or more of the requirements • Fails to submit its bid to the required address on or before the Invitation for Bid responses due date • Fails to submit a bid in accordance to the format and instructions specified or to supply the minimum information requested in this Invitation for Bids. • Fails to meet unconditionally or is unable to demonstrate competence to meet the requirements of this Invitation for Bids. • Misrepresents its equipment, systems or services or provides demonstrably false information in its response or fails to provide material information. • Violates the restrictions on contacts with the City of Chelsea employees and representatives • Refuses, is unable to, or fails to provide clarification requested by the City of Chelsea in a reasonable time frame.

3.12 Invitation for Bids Cancellation

The City of Chelsea retains the right to cancel this Invitation for Bids, or any portion thereof, at any time prior to the execution and approval of a contract. If this Invitation for Bids is cancelled, all responses received to this Invitation for Bids will be rejected. All expenses related to the preparation of responses to this Invitation for Bids remain the responsibility of the bidder.

3.13 No Guarantee of Purchase

The City of Chelsea makes no guarantee that any purchase shall take place from any contract resulting from this Invitation for Bids nor does the City of Chelsea guarantee any minimum quantity of purchases from any contract resulting from this Invitation for Bids. Any estimated or past procurement volumes referenced in this Invitation for Bids are included only for the convenience of the bidders, and not to be relied upon as any indication of future purchases.

The bidder may not place, as a condition for providing the cost levels proposed, any minimum purchase requirements. 3.14 Prime Contractors and Subcontractors

Prior approval of the eligible entity is required for any subcontracted service of the contract. Contractors are responsible for the satisfactory performance and adequate oversight of it subcontractors. Subcontractors are required to meet the same state and federal financial program and reporting requirements and are held to the same reimbursable cost standards as the successful bidder.

The City of Chelsea requires a single point of contact for any contract resulting from this Invitation for Bids. Subcontractors may be used, but the successful bidder, as prime contractors, shall be responsible for meeting all of the terms of any contract resulting from this Invitation for Bids and must accept full responsibility for any subcontractor’s performance.

25

Bidders must provide a list of subcontractors, a description of each subcontractor’s responsibility in regards to this contract and signed letters of agreement between the bidder as the prime contractor, and its subcontractor(s) identifying their responsibilities and their relationship to the prime contractor. The prime contractor must notify each individual account (eligible entity) in writing; the name of their subcontractor both initially and when a sub-contractor is changed. If a subcontractor has filed for Chapter 11 Bankruptcy of Chapter 7 Bankruptcy, the prime contractor also must notify the City of Chelsea. The notification must be written and must be within one week of the events noted above.

3.15 Written Inquires

Bidders may submit written inquiries concerning any part or attachment of this Invitation for Bids. Written inquiries regarding issues outside of the scope of this Invitation for Bids will not be considered.

All inquiries must be submitted by the required date and time, to the contact listed on the cover page of this Invitation for Bids.

All written inquiries must be submitted via electronic mail (email) only. No other manner of submission will be accepted.

Any change to this submission date and/or time will be made by a notice sent electronically to all bidders. The bidder is responsible for confirming receipt of its written inquiries with Dylan Cook, Chief Procurement Officer, and City of Chelsea at [email protected].

The City of Chelsea will provide written responses via electronic mail (e-mail) to all written inquiries received by the required due date. Responses will not identify the inquiry by bidder.

3.16 Instructions for Submission of IFB Responses

This project is being bid electronically, follow instructions for submitting bids electronically to BidDocsOnline.

3.17 Deadline for Submission

All responses to this Invitation for Bids are due at the address listed on the cover page and no later than the date and time listed in the Procurement Calendar.

End of Section

26

Section 4 Scope of Services – Clock Tower Renovation

Project Manual starts on next page.

27

Technical Specifications Section 4.1

Chelsea City Hall

Clock Tower Renovation

Chelsea, Massachusetts

Bid Set Date of Issue: 03 June 2020

BY

68 Harrison Ave. 5th Floor Boston, MA 02111

Project #1910.00

THIS PAGE IS INTENTIONALLY LEFT BLANK

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

TECHNICAL SPECIFICATIONS – SECTION 4.1

TABLE OF CONTENTS

DIVISION 01 — GENERAL REQUIREMENTS (no. of pages)

Cover Table of Contents 2 Section 01 10 00 Summary 2 Section 01 22 00 Unit Prices 2 Section 01 23 00 Alternates 2 Section 01 25 13 Product Substitution Procedures 2 Section 01 32 16 Project Schedule 6 Section 01 33 00 Submittal Procedure 4 Section 01 35 43 Environmental Procedures 2 Section 01 50 00 Temporary Facilities 8 Section 01 56 20 Dust Control 2 Section 01 73 29 Cutting and Patching 4 Section 01 74 19 Construction Waste Management 4 Section 01 78 00 Closeout 8

DIVISION 02 — EXISTING CONDITIONS (no. of pages)

Section 02 40 00 Existing Hazmat Information 2 Section 02 41 00 Demolition 2 Section 02 41 19 Selective Demolition 2 Section 02 42 00 Asbestos Abatement 20 Section 02 83 10 Lead-Based Paint Awareness 12

DIVISION 04 — MASONRY (no. of pages)

Section 04 01 10 Masonry Cleaning 20 Section 04 01 20 Brick Masonry Restoration 12 Section 04 01 25.91 Terra Cotta Restoration 20 Section 04 05 13 Restoration Mortars 10 Section 04 05 13.91 Masonry Pointing 14 Section 04 20 00 Unit Masonry 6 Section 04 72 00 Cast Stone Restoration 20 Section 04 72 20 Cast Stone Units 10

DIVISION 05 — METALS (no. of pages)

Section 05 50 00 Metal Fabrications* 12

DIVISION 06 — WOOD, PLASTICS AND COMPOSITES (no. of pages)

Section 06 10 00 Rough Carpentry 4 Section 06 20 00 Finish Carpentry 2

DIVISION 07 — THERMAL AND MOISTURE PROTECTION (no. of pages)

Section 07 14 00 Membrane Applied Waterproofing 10 Section 07 54 23 Thermoplastic Membrane Roofing 8 Section 07 72 33 Roof Hatch 4

BID SET TABLE OF CONTENTS 06/03/2020 1

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 07 84 00 Firestopping 10 Section 07 92 00 Joint Sealants 12

DIVISION 08 — OPENINGS (no. of pages)

Section 08 14 16 Wood Doors 2 Section 08 55 00 Wood Windows 4 Section 08 71 00 Door Hardware 4 Section 08 44 13 Aluminum Framing and Entrance Door 6 Section 08 55 00 Wood Windows 4 Section 08 71 00 Door Hardware 6 Section 08 80 00 Glass and Glazing 4

DIVISION 09 — FINISHES (no. of pages)

Section 09 01 10.15 Paint & Coating Removal 12 Section 09 81 00 Thermal Insulation 4 Section 09 90 00 Specialty Finishes – Gilding 6 Section 09 91 00 Painting 8

DIVISION 10 — SPECIALTIES (no. of pages)

Section 10 74 13 Exterior Clock Restoration 4 Section 10 81 13 Bird Control Devices 6

DIVISION 41 – APPENDIX

Section 41 01 00 Appendix A – Hazmat Survey and Report 14

*= Filed Sub Bid

END OF SECTION

TABLE OF CONTENTS BID SET 2 06/03/2020

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 10 00

SUMMARY

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Project description.

B. Definitions – Owner and Architect.

C. Work by Owner.

D. Use of site.

1.2 PROJECT DESCRIPTION

A. Work covered by Contract Documents:

1. Renovation of the existing clock tower at the Chelsea City Hall, including selective demolition of existing equipment and structures, and construction of new elements, as shown in the contract documents, including complete masonry restoration of interior and exterior masonry structures.

B. Contract time: The Contractor may begin on-site work on, or after receipt of a written Notice to Proceed, or suitable Letter of Intent. After commencement of work, the Contractor shall pursue the work continuously and with diligence, and bring the Project to Substantial Completion within 180 days as defined in the General Conditions:

1. Substantial completion is the stage in the progress of the Work when the work or designated portion thereof is sufficiently complete in accordance with the Contract Documents so the Owner can occupy or utilize the Work for its intended use. This includes any and all permits required by governmental agencies necessary for occupancy and use. 2. The Contractor will prepare and provide a Project Schedule, within 5 days of the Notice to proceed, showing the anticipated work items and their durations to be reviewed and approved by the Architect and Owner.

C. Building Permits: Contractor is responsible to ensure all required permits are obtained, and that the work pertaining to permits is properly inspected and certified. Subcontractors are required to obtain permits relating to their work.

1.3 DEFINITIONS - OWNER AND ARCHITECT

A. Wherever the term "Owner" is used in this specification, it refers to: Public Works Department City of Chelsea 500 Broadway Chelsea, MA 02150

1. The terms “Owner” and “Awarding Authority” as used in the Project Manual have the same meaning and are interchangeable in Contract Documents. Both terms refer to the same entity.

BID SET SUMMARY 06/03/2020 01 10 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Wherever the term "Architect", “Designer”, or “Architect/Engineer”, is used in the Contract Documents, it refers to:

Context Architecture 68 Harrison Avenue Boston, Massachusetts 02111

1.5 USE OF SITE

A. Use of, and access to, site may be subject to special requirements of the Owner, as directed.

1. Prior to beginning the Work of this Contract, the Contractor shall meet with the Owner and the Architect to determine procedures regarding access and use of the site, locations and access to staging and storage areas, temporary barriers, and any special restrictions regarding the use of the site areas surrounding the construction.

2. Hours of construction and provisions for extension of working hours are defined in the General Conditions or as directed by Owner.

3. The Contractor shall comply with the noise regulations as stipulated in the General Conditions or as directed by Owner.

4. Contractor is responsible to deliver and receive all materials and equipment.

5. The Contractor will coordinate with the owner all equipment and furnishings scheduled for salvage and reuse.

6. The Contractor will coordinate with the owner all equipment and furnishings to be furnished by Owner – whether installed by Owner, or Installed by Contractor.

PART 2 - PRODUCTS (Not Used)

PART 3 - EXECUTION (Not Used)

END OF SECTION

SUMMARY BID SET 01 10 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 01 22 00

UNIT PRICES

PART 1 – GENERAL

1.1 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.

1.2 DESCRIPTION OF WORK

A. This Section includes administrative and procedural requirements for unit prices.

1.3 DEFINITIONS

A. Unit Price: A unit price is an amount on the Unit Price Schedule as a price per unit of measurement for materials or services added to the Contract Sum by appropriate modification, if quantities of Work required and indicted in the Contract Documents are increased due to field conditions. B. Unit Prices listed in the Schedule of Unit Prices shall be listed in the General Bid Forms, to be filled out by the Bidder and to be used as a way to measure any additional work needed during the execution of the contract. However, the Unit Prices will not be used in determining the lowest responsible Bidder or the original Contract Sum. Furthermore, the Owner and Bidders may reserve the right to reject any or all Unit Prices at any time prior to signing the Agreement, in which case the cost of additional work shall be as determined by one of the other methods set forth in the General Conditions of the Contract.

1.4 PROCEDURES

A. Each unit price includes all necessary material, labor plus cost for delivery and removal, installation, insurance, applicable taxes, overhead, and profit.

B. Measurement and Payment: Methods of measurement and payment for unit prices and estimated quantities are as follows:

1. For work covered by scheduled quantities, notify the Owner and Architect a minimum of 24 hours in advance of the performance of such work. Approval by the Architect or Architect’s Representative to proceed with proposed work will be required prior to starting said work.

2. Document such work in writing, identifying type of work, quantity and location of work. Submit documentation on Contractor’s letterhead.

3. All documentation of work covered by scheduled quantities will be subject to verification and approval by the Owner and Architect.

4. In order to be considered for payment, documentation for work covered by scheduled quantities shall be submitted within one month of performance of such work. Requests for payment of such work submitted more than 14 days after the work has been performed will not be accepted.

5. Only Documentation signed and verified by the Contractor, and the Owner’s Representative

BID SET UNIT PRICES 06/03/2020 01 22 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

will be considered valid. Documentation not signed by all these parties will be considered invalid.

D. Schedule of Unit Prices: 1. The following unit prices as defined in the specifications covers those items which are not specifically covered in the Construction Documents but may become necessary as the contract work progresses. The Bidder’s listed prices per unit of work will be used as the means to determine adjustments to the Contract Price after actual quantities are determined. UNIT PRICES GIVEN HEREIN SHALL BE FOR ADDITIONAL WORK ONLY.

Removal of Existing and installation of new matching brick $______per Brick

Removal, salvage and re-building of existing brick $______per SF

Pre-Cast or Terra Cotta Replacement $______per Unit (terra cotta to be replaced with pre-cast material)

Salvage and re-installation of Terra Cotta or Pre-Cast $______per Unit

Crack Repair of Terra Cotta or Precast $______per LF

Repair of Seams in Gilded Dome $______per LF

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION (NOT USED)

END OF SECTION

UNIT PRICES BID SET 01 22 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 01 23 00

ALTERNATES

PART 1 - GENERAL

1.1 SUMMARY

A. For each of the alternates Scheduled at the end of this Section, state the amount in the Bid Forms to be added to the Contract Sum for the work described.

1.2 ALTERNATES

A. Definition: "Alternates" are alternate products, materials, equipment, systems, methods, units of work or major elements of the construction, which may, at the Owner's option and under the terms established by the Contract or Agreement, be selected for the work in lieu of the corresponding requirements of the Contract Documents.

1. The cost or credit for each alternate is the net addition to from the Contract Sum to incorporate the alternate into the Work. No other adjustments are made to the Contract Sum. 2. The Alternates are listed as part of the Bid Form and must be included as part of the General Bid.

B. Alternate Requirements: A Schedule of Alternates is included at the end of this Section. Each alternate is defined using abbreviated language, recognizing that the Contract Documents define the requirements. Coordinate related work to ensure that work affected by each alternate is complete and properly interfaced with work of each selected alternate.

C. Provide written proposals for each alternate on the Form of Proposal for Owner's consideration. Each proposal amount shall include the entire cost of the alternate portion of the work including overhead, profit, and other costs including cost of interfacing and coordinating the alternate with related and adjacent work.

D. Selection of Alternates: Selection of alternates to be included in the work will be by the Owner.

E. Coordination: Modify or adjust affected adjacent work as necessary to completely integrate work of the alternate into Project.

1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate.

F. Execute accepted alternates under the same conditions as other work of the Contract.

G. Notification: Immediately following award of Contract, prepare and distribute to each entity a notification of status of each alternate.

1.3 DESCRIPTION OF ALTERNATES

A. Add Alternate No. 1: Furnish and install new decorative urns, including all required hardware, fasteners and materials needed for a full installation, as shown and described in the Construction Documents. Work to be performed includes all shop drawings and material submittals as per section 01 33 00.

BID SET ALTERNATES 06/03/2020 01 23 00 -1 CHESEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

END OF SECTION

ALTERNATES BID SET 01 23 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

Section 01 25 13

PRODUCT SUBSTITUTION PROCEDURES

PART 1 – GENERAL

1.1 SECTION INCLUDES

A. Product options.

1. Product selections. 2. Visual matching.

B. Product substitution procedures.

1.2 PRODUCT OPTIONS

A. Product selections: Comply with the following for selection of products:

B. Products specified by reference standards or by description only: Provide any acceptable product meeting those standards or description.

C. Products specified by performance requirements only: Provide any acceptable product which has been tested to show compliance with specified requirements, including indicated performances.

D. Products specified by naming one or more manufacturers: Provide products of manufacturers named, or submit a request for substitution for any manufacturer or product not named in accordance with Massachusetts General Laws, Chapter 30, Section 39M(b).

E. Visual matching: Where Specifications require matching a sample, the Architect's decision on whether a proposed product matches is final. Where no product matches and complies with other requirements, comply with provisions for "substitutions" for selection of a matching product in another category.

2.1 PRODUCT SUBSTITUTION

A. Products specified by reference standards or by description only: Any product meeting those standards or description.

B. Pursuant to Massachusetts General Laws, Chapter 30, Section 39M(b), where products or materials are prescribed by manufacturer name, trade name or catalog reference, or indicated as proprietary, the word “or approved equal” shall be implied. The Architect will evaluate the proposed “equal” item on the following criteria:

1. The submitted “equal” item is at least equal in quality, durability, appearance, strength and design. 2. The submitted “equal” item is at least equal in function for the purpose intended by the design of the Work. 3. The submitted “equal” item conforms substantially to the detailed requirements for the items as indicated by the specifications.

C. Substitution Procedure: Where the Contractor is proposing a substitute product as allowed in Section 1.2 above, the Contractor shall submit a written notice containing the name and full particulars pertaining to any items other than the specific or specifics named or described in the Contract Documents.

BID SET PRODUCT SUBSTITUTION PROCEDURES 06/03/2020 01 25 13 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. The full particulars shall be arranged in a tabular form allowing direct side-by-side comparison with the specified items. 2. Such submittal shall in no event be made later than 120 calendar days prior to the incorporation of the item into the Work, except in any case in which:

a. The period of time specified in the Contract Documents for Substantial Completion of the Work is less than 120 calendar days or b. The item in question is to be incorporated into the work prior to the expiration of 120 calendar days from the time of execution of the Contract.

3. The aforesaid notices shall be submitted within 30 calendar days of awarding each trade subcontract and related subcontract awards shall be timed and coordinated by the Construction Manager to the best of his ability.

D. The Architect's evaluation and decision on whether a proposed product is equal to that specified, based on the above evaluation requirements, is final. The Contractor retains the right to appeal the Architect’s determination of equality through regulated statutory provisions.

1. The Architect and Owner reserve the right to reject proposed substitutions where data for VOCs is not provided or where emissions of individual VOCs are higher than for specified materials.

E. Where Specifications require matching existing materials, the Architect's decision on whether a proposed product matches is final.

PART 2 PRODUCTS (Not Used)

PART 3 EXECUTION (Not Used)

END OF SECTION

PRODUCT SUBSTITUTION PROCEDURES BID SET 01 25 13 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 32 16

PROJECT SCHEDULE

PART 1 – GENERAL

1.1 DESCRIPTION:

A. The Contractor shall develop a Critical Path Method (CPM) plan and schedule demonstrating fulfillment of the contract requirements (Project Schedule), and shall keep the Project Schedule up-to-date in accordance with the requirements of this section and shall utilize the plan for scheduling, coordinating and monitoring work under this contract (including all activities of subcontractors, equipment vendors and suppliers, and items or work to be provided by the Owner). Conventional Critical Path Method (CPM) technique shall be utilized to satisfy both time and cost applications.

1.2 CONTRACTOR'S REPRESENTATIVE:

A. The Contractor shall designate an authorized representative responsible for the Project Schedule including preparation, review and progress reporting with and to the Architect and OPM.

B. The Contractor's representative shall have direct project control and complete authority to act on behalf of the Contractor in fulfilling the requirements of this specification section.

C. The Contractor’s representative shall have the option of developing the project schedule within their organization or to engage the services of an outside consultant. If an outside scheduling consultant is utilized, Section 1.3 of this specification will apply.

1.3 WORK ACTIVITY/EVENT COST DATA

A. The Contractor shall cost load all work activities/events except procurement activities. The cumulative amount of all cost loaded work activities/events (including alternates) shall equal the total contract price. Prorate overhead, profit and general conditions on all work activities/events for the entire project length. The contractor shall generate from this information cash flow curves indicating graphically the total percentage of work activity/event dollar value scheduled to be in place on early finish, late finish. These cash flow curves will be used by the Architect and OPM to assist in determining approval or disapproval of the cost loading. Negative work activity/event cost data will not be acceptable.

1.4 PROJECT SCHEDULE REQUIREMENTS

A. Show on the project schedule the sequence of work activities/events required for complete performance of all items of work. The Contractor Shall:

1. Show activities/events as:

a. Contractor's time required for submittal of shop drawings, templates, fabrication, delivery and similar pre-construction work. b. Architect-Engineer's review and approval of shop drawings, equipment schedules, samples, template, or similar items.

BID SET PROJECT SCHEDULE 06/03/2020 01 32 16 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

c. Test, balance and adjust various systems and pieces of equipment, maintenance and operation manuals, instructions and preventive maintenance tasks. d. Architect inspection and acceptance activity/event with a minimum duration of five work days at the end of each phase and immediately preceding any Owner move activity/event required by the contract phasing for that phase.

2. Show not only the activities/events for actual construction work for each trade category of the project, but also trade relationships to indicate the movement of trades from one area, floor, or building, to another area, floor, or building, for at least five trades who are performing major work under this contract.

3. Break up the work into activities/events of a duration no longer than 20 work days each or one reporting period, except as to non-construction activities/events (i.e., procurement of materials, delivery of equipment, concrete and asphalt curing) and any other activities/events for which the Architect and OPM may approve the showing of a longer duration. The duration for Architect’s approval of any required submittal, shop drawing, or other submittals will not be less than 20 work days.

4. Describe work activities/events clearly, so the work is readily identifiable for assessment of completion. Activities/events labeled "start," "continue," or "completion," are not specific and will not be allowed. Lead and lag time activities will not be acceptable.

5. The schedule shall be generally numbered in such a way to reflect either discipline, phase or location of the work.

B. The Contractor shall submit the following supporting data in addition to the project schedule: 1. The appropriate project calendar including working days and holidays. 2. The planned number of shifts per day. 3. The number of hours per shift w/ manpower loading Per craft. 4. Failure of the Contractor to include this data shall delay the review of the submittal until the Architect is in receipt of the missing data.

C. To the extent that the Project Schedule or any revised Project Schedule shows anything not jointly agreed upon, it shall not be deemed to have been approved by the Architect Failure to include any element of work required for the performance of this contract shall not excuse the Contractor from completing all work required within any applicable completion date of each phase regardless of the Architects approval of the Project Schedule.

D. Compact Disk Requirements and CPM Activity/Event Record Specifications: Submit to the Architect and Owner an electronic file(s) containing one file of the data required to produce a schedule, reflecting all the activities/events of the complete project schedule being submitted.

1.5 PAYMENT TO THE CONTRACTOR:

A. Monthly, the contractor shall submit the AIA application and certificate for payment documents G702 & G703 reflecting updated schedule activities and cost data in accordance with the provisions of the following Article, PAYMENT AND PROGRESS REPORTING, as the basis upon which progress payments will be made pursuant to Contract The Contractor shall be entitled to a monthly progress payment upon approval of estimates as determined from the currently approved updated project schedule. Monthly payment requests shall include: a listing of all agreed upon project schedule changes and associated data; and an electronic file (s) of the resulting monthly updated schedule.

PROJECT SCHEDULE BID SET 01 32 16 -2 06/03/2020

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Approval of the Contractor’s monthly Application for Payment shall be contingent, among other factors, on the submittal of a satisfactory monthly update of the project schedule.

1.6 PAYMENT AND PROGRESS REPORTING

A. Monthly schedule update meetings will be held on dates mutually agreed to by Architect, the OPM, and the Contractor. Contractor shall attend all monthly schedule update meetings. The Contractor shall accurately update the Project Schedule and all other data required and provide this information to the Architect and OPM three work days in advance of the schedule update meeting. Job progress will be reviewed to verify:

1. Actual start and/or finish dates for updated/completed activities/events. 2. Remaining duration for each activity/event started, or scheduled to start, but not completed. 3. Logic, time and cost data for change orders, and supplemental agreements that are to be incorporated into the Project Schedule. 4. Changes in activity/event sequence and/or duration which have been made, pursuant to the provisions of following Article, ADJUSTMENT OF CONTRACT COMPLETION. 5. Completion percentage for all completed and partially completed activities/events. 6. Logic and duration revisions required by this section of the specifications. 7. Activity/event duration and percent complete shall be updated independently.

B. After completion of the joint review, the contractor shall generate an updated computer- produced calendar-dated schedule and supply the Architect and OPM with schedule.

C. After completing the monthly schedule update, the contractor’s representative or scheduling consultant shall rerun all current period contract change(s) against the prior approved monthly project schedule. The analysis shall only include original workday durations and schedule logic agreed upon by the contractor and resident engineer for the contract change(s). When there is a disagreement on logic and/or durations, the Contractor shall use the schedule logic and/or durations provided and approved by the resident engineer. After each rerun update, the resulting electronic project schedule data file shall be appropriately identified and submitted to the Architect and the OPM in accordance to the requirements listed in articles 1.4 and 1.7. This electronic submission is separate from the regular monthly project schedule update requirements and shall be submitted to the resident engineer within fourteen (14) calendar days of completing the regular schedule update. Before inserting the contract changes durations, care must be taken to ensure that only the original durations will be used for the analysis, not the reported durations after progress. In addition, once the final network diagram is approved, the contractor must recreate all manual progress payment updates on this approved network diagram and associated reruns for contract changes in each of these update periods as outlined above for regular update periods. This will require detailed record keeping for each of the manual progress payment updates.

D. Following approval of the CPM schedule, the Architect, the OPM, and the General Contractor, its approved CPM Consultant, , and all subcontractors needed, as determined , shall meet to discuss the monthly updated schedule. The main emphasis shall be to address work activities to avoid slippage of project schedule and to identify any necessary actions required to maintain project schedule during the reporting period. The Architect and the OPM and representatives and the Contractor should conclude the meeting with a clear understanding of those work and administrative actions necessary to maintain project schedule status during the reporting period. This schedule coordination meeting will occur after each monthly project schedule update meeting utilizing the resulting schedule reports from that schedule update. If the project is behind schedule, discussions should include

BID SET PROJECT SCHEDULE 06/03/2020 01 32 16 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

ways to prevent further slippage as well as ways to improve the project schedule status, when appropriate.

1.7 RESPONSIBILITY FOR COMPLETION

A. If it becomes apparent from the current revised monthly progress schedule that phasing or contract completion dates will not be met, the Contractor shall execute some or all of the following remedial actions:

1. Increase construction manpower in such quantities and crafts as necessary to eliminate the backlog of work. 2. Increase the number of working hours per shift, shifts per working day, working days per week, the amount of construction equipment, or any combination of the foregoing to eliminate the backlog of work. 3. Reschedule the work in conformance with the specification requirements.

B. Prior to proceeding with any of the above actions, the Contractor shall notify and obtain approval from the Architect and the OPM for the proposed schedule changes. If such actions are approved, the representative schedule revisions shall be incorporated by the Contractor into the Project Schedule before the next update, at no additional cost to the Town.

1.8 CHANGES TO THE SCHEDULE

A. Within 30 calendar days after the Architect and the OPM acceptance and approval of any updated project schedule, the Contractor shall submit a revised electronic file (s) and a list of any activity/event changes including predecessors and successors for any of the following reasons:

1. Delay in completion of any activity/event or group of activities/events, which may be involved with contract changes, strikes, unusual weather, and other delays will not relieve the Contractor from the requirements specified unless the conditions are shown on the CPM as the direct cause for delaying the project beyond the acceptable limits.

2. Delays in submittals, or deliveries, or work stoppage are encountered which make rescheduling of the work necessary.

3. The schedule does not represent the actual prosecution and progress of the project.

4. When there is, or has been, a substantial revision to the activity/event costs regardless of the cause for these revisions.

B. CPM revisions made under this paragraph which affect the previously approved computer-produced schedules for Owner furnished equipment, contract phase(s) and sub phase(s), utilities furnished by the Owner to the Contractor, or any other previously contracted item, shall be furnished in writing to the Architect / Owner for approval.

C. Architect’s approval for the revised project schedule and all relevant data is contingent upon compliance with all other paragraphs of this section and any other previous agreements by the Architect or the OPM representative.

D. The cost of revisions to the project schedule resulting from contract changes will be included in the proposal for changes in work as specified in Division 01.

PROJECT SCHEDULE BID SET 01 32 16 -4 06/03/2020

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. The cost of revisions to the Project Schedule not resulting from contract changes is the responsibility of the Contractor. 1.9 ADJUSTMENT OF CONTRACT COMPLETION

A. The contract completion time will be adjusted only for causes specified in this contract. Request for an extension of the contract completion date by the Contractor shall be supported with a justification, CPM data and supporting evidence as the Architect and the OPM may deem necessary for determination as to whether or not the Contractor is entitled to an extension of time under the provisions of the contract. Submission of proof based on revised activity/event logic, durations (in work days) and costs is obligatory to any approvals. The schedule must clearly display that the Contractor has used, in full, all the float time available for the work involved in this request. The Architect Officer's determination as to the total number of days of contract extension will be based upon the current computer-produced calendar-dated schedule for the time period in question and all other relevant information.

B. Actual delays in activities/events which, according to the computer-produced calendar-dated schedule, do not affect the extended and predicted contract completion dates shown by the critical path in the network, will not be the basis for a change to the contract completion date. The Architect will within a reasonable time after receipt of such justification and supporting evidence, review the facts and advise the Contractor in writing of the Architect decision.

C. The Contractor shall submit each request for a change in the contract completion date to the Architect and Owner’s Approval in accordance with the provisions specified in this contract. The Contractor shall include, as a part of each change order proposal, a sketch showing all CPM logic revisions, duration (in work days) changes, and cost changes, for work in question and its relationship to other activities on the approved network diagram.

D. All delays due to non-work activities/events such as RFI’s, WEATHER, STRIKES, and similar non-work activities/events shall be analyzed on a month by month basis.

END OF SECTION

BID SET PROJECT SCHEDULE 06/03/2020 01 32 16 -5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

PROJECT SCHEDULE BID SET 01 32 16 -6 06/03/2020

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 33 00

SUBMITTAL PROCEDURES

PART 1 – GENERAL

1.1 PROVISIONS INCLUDED

A. The Conditions of the Contract and other Sections of Division 1, General Requirements, apply to the Work under this Section.

1.2 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES

A. Related Documents

1. This Article supplements the General Conditions.

2. Consult the individual Sections of the Specifications for the specific submittals required under those Sections and for further descriptions of the requirements.

B. General Procedures for Submittal

1. The Contractor shall transmit each submittal to the Architect sufficiently in advance of performing related work or other applicable activities, so that the installation will not be 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 sufficiently in advance of the Work.

2. Only submittals received from and bearing the stamp of approval by 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, signature of transmitter.

3. No later than 5 days after the start of the job, the General Contractor shall submit to the Architect for approval a schedule for submittal of all shop drawings for the project.

C. Submission of Shop Drawings

1. Shop Drawings shall be complete, give all information necessary or requested in the individual Sections of the Specifications, and also show adjoining work and details of connection thereto.

2. The Architect reserves the right to review and approve Shop Drawings only after approval of related Project Data and Samples.

3. Shop Drawings shall be properly identified and contain name of Project, name of firm submitting the Shop Drawings, Shop Drawing number, date of Shop Drawing, and of revisions, Contractor's stamp of approval, and sufficient spaces near the title block for the Architect's stamp.

4. The Contractor shall submit to the Architect one legible, reproducible copy and

BID SET SUBMITTAL PROCEDURES 06/03/2020 01 33 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

three black line prints of each Shop Drawing when submitted in hard copy; otherwise the contractor shall submit 1 electronic copy. Each submittal, electronic or hard copy shall be accompanied by transmittal notice.

5. If submittals are approved in electronic format, contractor shall submit a final electronic version in PDF format with the as-built Drawings.

D. Submission of Product Data

1. The Contractor shall submit to the Architect 4 copies of Product Data when submitted in hard copy; otherwise the contractor shall submit 1 electronic copy. All such data shall be specific, and identification of material or equipment submitted shall be clearly made in ink. Data of general nature will not be accepted.

2. Product Data shall be accompanied by transmittal notice. The Contractor's stamp of approval shall appear on the printed information itself, in a location which will not mar legibility.

3. Product Data returned by the Architect with the stamp "Revise and Resubmit" or "Rejected", shall be resubmitted in the manner specified hereinabove until the Architect's approval is obtained.

4. When the Product Data are acceptable, the Architect will stamp them "Reviewed" or "Reviewed with Comments", retain 2 copies for his own use, and return the remaining copies to the Contractor. The Contractor shall provide and distribute such number of additional copies as required for his own and his Subcontractor's use.

E. Submission of Samples

1. Unless otherwise specified in the individual Section, the Contractor shall submit two (2) specimens of each sample.

2. Samples shall be of adequate size to permit proper evaluation of material. Where variations in color or in other characteristics are typical, submit samples for each variation except such as may be waived by the Architect.

3. Samples of items of interior finishes shall be submitted all at once to permit a coordinated selection of colors and finishes.

4. All Samples shall be sent to the Architect, accompanied by transmittal notice. On the transmittal notice the Contractor shall stamp his approval of samples submitted.

5. If sample is rejected by the Architect, a new sample shall be resubmitted in the manner specified hereinabove. This procedure shall be repeated until sample is approved in writing by the Architect.

6. 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 thereof is made in the Specifications.

1.03 SCHEDULE

A. Within five days after the contract has been awarded the Contractor shall submit to the Architect for approval, a progress schedule in the form described in the General

SUBMITTAL PROCEDURES BID SET 01 33 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Conditions, showing in detail his proposed progress for the construction of the various parts of the Work. The time in which the various portions and the whole of this contract are to be performed is of the essence of the agreement.

1.04 REQUESTS FOR INFORMATION (RFIs)

A. Contractor may submit a Request For Information (RFI) to the Architect seeking clarification or interpretation of conflicts, errors, discrepancies, or ambiguities in the Contract Documents. It must be presented in writing, on the approved form. An oral RFI or an RFI presented on an unapproved form will not be accepted. Any project delay caused by Architect’s refusal to accept an oral RFI or an RFI presented on an unapproved form will be attributed solely to the Contractor.

B. Architect’s review of or responses to RFIs shall not constitute an approval, direction, or procedure related to the construction means, methods, techniques, sequences, or procedures of Contractor.

C. Architect’s review of or responses to RFIs shall not constitute an approval, direction or procedure related to the construction site safety precautions, procedures, or methodology of Contractor.

D. The use of an RFI is limited to clarification of the contract documents. Contractor will limit each RFI to a single issue. Information which is discernible from the contract documents; construction means and methods; and construction site safety will not be addressed by the Architect in responding to an RFI.

END OF SECTION

BID SET SUBMITTAL PROCEDURES 06/03/2020 01 33 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY BLANK

SUBMITTAL PROCEDURES BID SET 01 33 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 35 43

ENVIRONMENTAL PROCEDURES

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS:

A. The Supplemental Instructions to Bidders, Bid Form, Special Conditions and City of Chelsea Contract Forms are made a part of this Section and shall be binding on the Contractor who performs this work.

B. Examine all Drawings and all other Sections of the Specifications for requirements therein affecting the work of this trade.

1.2 PRIOR TO THE START OF WORK OR CONSTRUCTION

A. A pre-construction meeting must be held with the Contractor and the City of Chelsea and other applicable City Departments to discuss scheduling of inspections to be conducted on the project and the construction schedule.

C. The Contractor must comply with any requirements/decisions of City Departments having jurisdiction over this project.

1.3 DURING CONSTRUCTION

A. Dust mitigation must be performed weekly, or more frequently as directed by the City of Chelsea, throughout the construction process. See section 01 56 20 DUST CONTROL.

1.4 PRIOR TO CERTIFICATE OF OCCUPANCY

A. A final as-built plan showing final plans must be submitted to the City of Chelsea and the Architect.

1.5 GENERAL CONDITIONS

A. The hours for construction shall be limited to between 7:00 AM and 5:00 PM Monday through Friday and between 8:00 AM and 5:00 PM on Saturday, or as defined by the Owner.

PART 2 – (PRODUCTS) Not Used

PART 3 – (EXCUTION) Not Used

END OF SECTION

BID SET ENVIRONMENTAL PROCEDURES 06/03/2018 01 35 43-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY BLANK

ENVIRONMENTAL PROCEDURES BID SET 01 35 43 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

Section 01 50 00

TEMPORARY FACILITIES

PART 1 – GENERAL

1.1 SUMMARY

A. This Section specifies construction facilities and temporary controls, including, but not limiting to:

1. Temporary utilities include, but are not limited to, the following: a. Water service and distribution. c. Sanitary facilities, including toilets, wash facilities, and drinking-water facilities. d. Heating facilities. e. Ventilation. f. Electric power service. g. Lighting. h. Telephone service.

2. Support facilities include, but are not limited to, the following: a. Project identification and temporary signs. d. Field Office. f. Storage and fabrication sheds. g. Lifts and hoists. h. Temporary staging. i. Temporary stairs. j. Construction aids and miscellaneous services and facilities.

3. Security and protection facilities include, but are not limited to, the following: a. Environmental protection. b. Tree and plant protection. d. Site enclosure fence. f. Security enclosure and lockup. g. Barricades, warning signs, and lights. h. Temporary enclosures. i. Temporary partitions. j. Fire protection.

1.02 RELATED REQUIREMENTS

A. Examine Contract Documents for requirements that affect the Work of this Section. Other Specification Sections that directly relate to Work of this Section include, but are not limited to Section 01 10 00, SUMMARY.

1.03 USE CHARGES

A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner's construction forces, Architect, OPM, occupants of Project, testing agencies, and authorities having jurisdiction.

B. Water Service: Provide temporary water sources for use at construction site. Provide temporary water service and pay all water service use charges, whether metered or otherwise, for water used by all entities engaged in construction activities at the site.

BID SET TEMPORARY FACILITIES 06/03/2020 01 50 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

C. Electric Power Service: Provide temporary power service for use at construction site, for all temporary electrical requirements, including temporary heat, and for all welding equipment. Provide temporary service and pay electric use charges for use of temporary electric service at new building, whether metered or otherwise, for power used by all entities engaged in construction activities at the site.

1.05 SUBMITTALS

A. Temporary Utility Reports: Submit reports of tests, inspections, meter readings, and similar procedures performed on temporary utilities.

B. Implementation and Termination Schedule: Within 15 days of date established for submittal of Contractor's Construction Schedule, submit a schedule indicating implementation and termination of each temporary utility.

C. Location Plan for temporary utilities and field office shall be submitted to the Owner for approval prior to set-up.

1.06 QUALITY ASSURANCE

A. Standards: Comply with ANSI A10.6, NECA's "Temporary Electrical Facilities," and NFPA 241.

1. Trade Jurisdictions: Assigned responsibilities for installation and operation of temporary utilities are not intended to interfere with trade regulations and union jurisdictions. 2. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70.

B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits.

1.07 PROJECT CONDITIONS

A. Conditions of Use: The following conditions apply to use of temporary services and facilities by all parties engaged in the Work:

1. Keep temporary services and facilities clean and neat. 2. Relocate temporary services and facilities as required by progress of the Work.

PART 2 PRODUCTS

2.01 MATERIALS, GENERAL

A. General: Provide new materials. Undamaged, previously used materials in serviceable condition may be used if approved by Architect. Provide materials suitable for use intended. Materials may be new or used but must be adequate in capacity for the required usage, must not create unsafe conditions, and must not violate requirements of applicable codes and standards.

B. Chain-Link Fencing: Minimum 2-inch (50-mm), 0.148-inch- (3.76-mm-) thick, galvanized steel, chain-link fabric fencing; minimum 6 feet (1.8 m) high with galvanized steel pipe posts; minimum 2-3/8-inch- (60-mm-) OD line posts and 2-7/8-inch- (73-mm-) OD corner and pull posts[, with 1-5/8-inch- (42-mm-) OD top rails.

C. Plywood: Comply with Section 06 10 00 – ROUGH CARPENTRY and the following:

TEMPORARY FACILITIES BID SET 01 50 00-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

1. Signs and Directory Boards: Provide exterior grade, Medium Density Overlay (MDO) plywood, conforming to USDC PS1, of size and thickness indicated.

D. Comply with requirements in Section 09 91 00 – PAINTING.

G. Tarpaulins: Fire-resistive labeled with flame-spread rating of 15 or less.

H. Water: Potable.

2.02 TEMPORARY UTILITIES

A. Scope: Temporary utility work includes, but is not limited to:

1. Water service and distribution. 2. Electric power and light. 3. Telephone service and fax line. 4. Network connection to site office.

B. Temporary Water Service and Distribution: Provide water for construction purposes, including water for drinking and fire protection. Pay costs for installation, maintenance, and removal. Install branch piping with taps located so water is available through hoses throughout construction. Protect piping and fittings against freezing.

C. Temporary Electric Power and Light: Arrange with utility company to provide service required for power and lighting.

1. Provide circuit and branch wiring, with area distribution boxes located so power and lighting is available throughout construction by use of construction-type power cords. 2. Provide adequate artificial lighting where natural light is not adequate for work, and for areas accessible to public. 3. Work shall meet applicable requirements of NFPA 70 and Division 26, ELECTRICAL.

D. Temporary Telephone Service: Provide either for cellular telephone service or hard line telephone service or both. Arrange with local telephone company to provide telephone service at construction site for personnel and employees and when providing hard line service for Architect and Owner's representative. Pay costs for installation, maintenance, and removal, and pay service charges for local calls. Toll charges shall be paid by the party who places call.

If providing hard line service comply with the following:

1. One direct line instrument in Field Office. 2. One direct line for facsimile (Fax) machine in field office. 3. One direct line instrument in Field Office of Project Representative. 4. Other instruments at the option of the Contractor, or as required by regulations.

2.03 TEMPORARY CONSTRUCTION AND SUPPORT FACILITIES

A. Scope: Temporary construction and support facilities include, without limitation:

1. Temporary heat. 2. Field offices and storage sheds. 3. Sanitary facilities. 4. Temporary enclosures. 5. Construction aids. 6. Temporary scaffolding.

BID SET TEMPORARY FACILITIES 06/03/2020 01 50 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

7. Waste disposal services. 8. Water control. 9. Pollution and dust control.

B. Temporary Heat and Ventilation: Provide temporary heat and ventilation required to maintain adequate environmental conditions to facilitate progress of Work, to meet manufacturers specified minimum installation conditions, and to protect materials and finishes from damage due to temperature and humidity.

1. Ventilate enclosed areas for curing of installed materials, to disperse humidity, and to prevent hazardous accumulations of dust, fumes, vapors, and gases. 2. Portable heaters shall be standard approved units with controls. 3. Pay costs of installation, maintenance, operation, removal, and fuel consumed. 4. If the project incurs delays that require provision of or extension of the use of temporary heat and ventilation, the party that is responsible for the delay shall pay for the additional temporary heating of the work, excepting that the Contractor shall comply with the required timely notice to the Owner of such costs that will be incurred and that the architect shall decide whether or not temporary heat should have reason to have been included within the contractor’s original proposal. If implementation of this clause is determined to conflict with the General or Supplementary Conditions those provisions shall govern over this clause.

C. Contractor's Field Offices and Sheds: Provide temporary field office space as required. Prior to installation of offices and sheds, submit location plan to Architect and Owner on location, access, and related facilities for approval. Provide field offices and sheds as follows:

1. Provide space for conference table and chairs for at least ten people. Provide racks and files for Project Record Documents in, or adjacent to, the meeting area. 2. Other furnishings: Contractor's option. 3. Storage Sheds: Provide types and sizes required to meet requirements of various trades and to adequately store and handle products. Provide heating and ventilation necessary to comply with manufacturer's product data and with code requirements for products stored.

D. Sanitary Facilities: Provide and maintain clean portable toilet facilities. Do not use permanent facilities within the building unless permitted by Owner in writing.

E. Temporary Enclosures: Provide temporary weathertight enclosures of exterior walls as Work progresses. Design and construct temporary enclosures to provide acceptable working conditions, to provide weather protection for materials, to allow effective temporary heating, and to prevent entry of unauthorized persons.

1. Provide temporary exterior doors with self-closing hardware and padlocks. 2. Design enclosures to be removable to allow handling of materials.

F. Construction Aids: Provide construction aids and equipment required by personnel to facilitate execution of the Work; ladders, stairs, ramps, runways, platforms, railings, h chutes, and other such facilities and equipment.

1. Refer to respective sections for particular requirements for each trade.

G. Hoisting Equipment and Machinery: Furnish, install, operate, and maintain in safe condition all vertical, stationary hoisting equipment and machinery required to properly carry out and complete the work.

1. All hoisting equipment and machinery, and operation shall comply in all respects to the

TEMPORARY FACILITIES BID SET 01 50 00-4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

governing laws and codes.

H. Staging: Furnish, erect, and maintain in safe condition all exterior and interior staging and scaffolding required to properly carry out and complete the work.

1. Staging and Scaffolding shall comply in all respects to the governing laws and codes.

J. Waste Disposal: Maintain all areas under Contractor's control free of extraneous debris. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage and parking areas, or along access roads and haul routes.

1. Provide containers for deposit of debris. 2. Prohibit overloading of trucks to prevent spillage on access and haul routes. 3. Provide periodic inspection of traffic areas to enforce requirements. 4. Schedule periodic collection and disposal of debris. 5. Provide additional collections and disposals of debris whenever the periodic schedule is inadequate to prevent accumulation.

K. Pollution Control: Strictly comply with all pollution control requirements of authorities having jurisdiction.

1. Liquid Waste: Do not dispose of liquid waste into sink drains, storm sewers, sanitary sewers, or onto the ground. Clean paint brushes, painting equipment, and other equipment in environmentally responsible and legal methods. 2. Municipal Sanitary Sewers: Municipal sanitary sewer systems may be used for disposal only in strict compliance with all laws, ordinances, and requirements of authorities having jurisdiction. 3. Flammable and Volatile Waste: Store and dispose of volatile waste in metal containers which have been approved by authorities having jurisdiction. 4. Atmospheric Pollution: Do not release harmful, objectionable, or annoying gases, vapors, mists, fumes, odors, dust, or pollutants into the atmosphere. Do not create a nuisance. Do not release any Class I or Class ll ozone-depleting materials into the environment. 5. Contractor's Responsibilities: The Contractor is responsible for the safe and legal handling, storage, and disposal of all wastes produced and all materials and products. The Contractor shall be solely responsible for all improper or illegal disposal including, without limitation: clean-up and remedial work costs; fines; penalties; and Owner's costs including, without limitation, inspection and procedural costs, legal costs, environmental consultant costs, and other costs.

L. Site Dust Control: Provide positive methods and apply dust control materials to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into the atmosphere.

2.04 EQUIPMENT

A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures.

B. HVAC Equipment: Provide vented, self-contained, liquid-propane-gas or fuel-oil heaters with individual space thermostatic control.

1. Use of gasoline-burning space heaters, open-flame heaters, or salamander-type heating units is prohibited. 2. Heating Units: Listed and labeled for type of fuel being consumed, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

BID SET TEMPORARY FACILITIES 06/03/2020 01 50 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

2.05 TEMPORARY SIGNAGE

A. General: Except for necessary safety and warning signs, no other job site signs are permitted.

B. Project Identification Signs: Provide one (1) project identification signs as follows:

1. Structure and Framing: New, pressure treated wood, structurally adequate. 2. Sign Surfaces: Exterior grade plywood with medium density overlay, minimum 3/4 inch thick, standard large sizes to minimize joints. 3. Rough Hardware: Galvanized. 4. Painted signs of colors and lettering as approved by Owner and Architect; size lettering to provide legibility at 100 foot distance.

C. Contractor Identification Signs: Not permitted.

D. Provide any and all Construction Traffic Directional Signage required by the Architect, OPM or Owner or City of Chelsea.

2.06 SECURITY AND PROTECTION FACILITIES

A. Scope: Security and protection facilities includes, but is not limited to:

1. Barricades, warning signs, lights. 2. Temporary site enclosure fence. 3. Security procedures.

B. Barricades, Warning Signs, and Lights: Provide and maintain barricades, warning signs, warning lights, railings, walkways, and the like. Paint signs and barricades with appropriate colors, graphics, and warnings to inform public and job-site personnel of hazards.

C. Temporary Site Enclosure Fence: As noted in PRODUCTS above. The location shall be proposed by the Contractor and documented in the Location Plan submitted to the Owner.

D. Security Procedures: Secure project against unauthorized entry at all times. Provide secure, locked, temporary entrances to prevent vandalism, theft, and similar violations of security. Provide secure, locked facilities for areas where materials and equipment are stored.

2.07 TEMPORARY FIRE PROTECTION

A. Fire Prevention and Protection:

1. Inspections: Request, schedule, and conduct periodic inspections of all areas of work and all areas under the Contractor's control or supervision by the local fire department and Owner's and Contractor's insurance underwriters. Abide by their instructions and recommendations. 2. Information to Owner and Architect: Notify Owner and Architect prior to all fire and safety inspections and submit copies of all inspection communications and reports. 3. Permits: Obtain permits as required by authorities having jurisdiction.

B. Fire Prevention: Take every possible precaution to prevent fire. Eliminate all hazardous conditions.

1. Burning: Intentional burning of waste or debris at the site is strictly prohibited. 2. Equipment Restrictions: Use spark arrestors on combustion equipment. 3. Storage: Store hazardous or flammable materials including, without limitation, solvents,

TEMPORARY FACILITIES BID SET 01 50 00-6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

brushes, rollers, trays, buckets, rags, and other hazardous or flammable materials, in a manner and at locations acceptable to authorities having jurisdiction. Do not store hazardous or flammable materials in the building, unless within UL listed safety cabinets or containers. Store and dispense hazardous and flammable materials only in UL listed safety containers. 4. Welding and Torch Cutting: Provide effective non-combustible shields to protect nearby flammable materials and materials which could be damaged by sparks and hot metal splatter. 5. Compressed Gases. Securely attach compressed gas tanks to stable dollies or to the building structure to prevent falling and damage. Locate compressed gas tanks near the work and away from high temperatures, direct sunlight, and combustible materials. 6. Welding Equipment: Employ a licensed, competent electrician to install, connect, inspect, and maintain electric welding equipment and power supply.

C. Fire Fighting: Maintain continuous free and clear access to hydrants, standpipes, and other firefighting equipment and facilities.

1. Temporary Fire Extinguishers: Provide at least two fire extinguishers for each work area. Locate fire extinguishers immediately at hand for all cutting, welding, and work which uses open flame, generates high heat, or produces parks.

D. Fire Watches: When work which could cause fires, such as welding, torch cutting, or other "hot work" is performed, provide a fire extinguisher equipped manned fire watch for at least 30 minutes after termination or suspension of such work, including coffee breaks, lunch breaks, and end of day, to inspect for smoldering fires, to take effective action to control fire, and to quickly signal fire alarm.

1. Reference Standards: Comply with requirements of NFPA 51B; and NFPA 241.

PART 3 EXECUTION

3.01 MAINTENANCE, TERMINATION, AND REMOVAL

A. Supervision: Enforce strict discipline in use of temporary facilities. Limit waste and abuse.

B. Maintenance: Maintain temporary facilities in operating condition; repair damages immediately upon discovery. Maintain operation of temporary enclosures, heating and/or ventilation control, and similar facilities on a 24-hour per day basis.

C. Termination and Removal: Unless otherwise requested by Owner or Architect, remove all temporary facilities when no longer useful, or when replaced by permanent facility.

END OF SECTION

BID SET TEMPORARY FACILITIES 06/03/2020 01 50 00-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 ______

THIS PAGE INTENTIONALLY LEFT BLANK

TEMPORARY FACILITIES BID SET 01 50 00-8 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 01 56 20

DUST CONTROL

PART 1. GENERAL

1.1 CONDITIONS

A. General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section and all other Sections.

B. Equality of material, article, assembly, or system other than those named or described in this Section shall be determined in accordance with the provisions of the GENERAL CONDITIONS.

1.2 WORK INCLUDED

A. Furnish and install dustproof partitions to isolate the work area from the public and employees in Chelsea City Hall during construction.

PART 2. PRODUCTS

2.1 MATERIALS

A. Provide wood framing, plywood and polyethylene sheeting, or other materials as required to construct dust proof barriers.

1. Install materials without damage to surrounding surfaces at the entrances to City Hall to allow adequate space and maintain clear passageway for visitors and staff as directed by Owner.

PART 3. EXECUTION

3.1 APPLICATION

A. Maintain dust proof partitions in proper order throughout the construction period as needed.

B. Following the completion of the project, remove the partitions and repair and clean any surfaces that may have been affected.

END OF SECTION

BID SET DUST CONTROL 06/03/2018 01 56 20-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

DUST CONTROL BID SET 01 56 20-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 73 29

CUTTING AND PATCHING

PART 1 – GENERAL

1.1 PROVISIONS INCLUDED

A. The conditions of the Contract and other Sections of Division 1, General Requirements, apply to the work under this Section.

1.2 SUMMARY

A. This Section establishes general requirements pertaining to cutting (including excavating,) coring, fitting, and patching of the Contracted Work in existing or new facilities (structures) required to:

1. Make the several parts fit properly;

2. Uncover work to provide for removal, installing, inspecting, or both, of ill-timed work;

3. Remove and replace work not conforming to requirements of the Contract Documents;

4. Remove and replace defective work.

B. Related Work:

1. In addition to other specified requirements, the CONTRACTOR shall, upon the Architect or Consultant's request, uncover work to provide for inspection by the Architect or Consultant of uncovered work and remove samples of installed materials for testing.

2. Do not cut or alter Work performed under separate Contracts without the Architect’s or Consultant's written permission.

1.3 GENERAL REQUIREMENTS

A Contractor shall be responsible for all cutting, fitting and patching, including attendant excavation and backfill, required to complete the Work or to:

1 Make its several parts fit together properly.

2 Uncover portions of the Work to provide for installation of ill-timed work.

3 Remove and replace defective work.

4 Remove and replace work not conforming to requirements of Contract Documents.

BID SET CUTTING AND PATCHING 06/03/2020 01 73 29 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

5 Remove samples of installed work as specified for testing.

6 Provide penetrations of structural surfaces for installation of piping and electrical conduit. Structural penetrations shall only be made with the approval of the Architect.

B The Contractor shall submit a written request to the Architect well in advance of executing any cutting or alteration which affects:

1 The work of the Owner or any separate contractor.

2 The structural value or integrity of any element of the Project.

3 The integrity or effectiveness of weather-exposed or moisture-resistant elements or systems.

4 The efficiency, operational life, maintenance or safety of operational elements.

5 The visual qualities of sight-exposed elements.

C Prior to doing any cutting or patching, the Contractor shall carry out the following preparatory work:

1 Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching.

2 After uncovering work, inspect the conditions affecting the installation of Products, or performance of the work.

3 Report unsatisfactory or questionable conditions to the Architect in writing; the Contractor shall not proceed with the work until the Architect has provided further instructions.

4 Provide adequate temporary support as necessary to assure the structural value or integrity of the affected portion of the Work.

5 Provide devices and methods to protect other portions of the Project from damage.

6 Provide protection from the elements for that portion of the Project which may be exposed by cutting and patching work, and maintain excavations free from water.

D The Contractor shall carry out any cutting and patching work observing the following requirements:

1 Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs.

2 Execute excavating and backfilling by methods which will prevent settlement or damage to other work.

3 Employ the original Installer or Fabricator to perform cutting and patching for:

a Weather-exposed or moisture-resistant elements.

CUTTING AND PATCHING BID SET 01 73 29 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

b Sight-exposed finished surfaces.

4 Execute fitting and adjustment of products to provide a finished installation to comply with the Specifications with respect to specified products, functions, tolerances and finishes.

5 Restore work which has been cut or removed; install new products to provide completed Work in accordance with requirements of Contract Documents.

6 Fit work airtight to pipes, sleeves, ducts, conduits and other penetrations through surfaces.

7 Refinish entire surfaces as necessary to provide an even finish to match adjacent finishes; on continuous surfaces, refinish to nearest intersection.

END OF SECTION

BID SET CUTTING AND PATCHING 06/03/2020 01 73 29 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

CUTTING AND PATCHING BID SET 01 73 29 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 74 19

CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL

PART 1 – GENERAL

1.01 SECTION INCLUDES

A. Section includes: Special administrative and procedural requirements for the General Contractor and Filed subcontractors as required for the Project waste management and recycling activities and as described herein.

1. Recycling goals and waste management program intent. 2. List of recyclable materials. 3. Resources 4. Waste management plan. 5. Waste management plan implementation. 6. Waste management reporting.

1.02 RECYCLING GOALS AND WASTE MANAGEMENT PROGRAM INTENT

A. Program Goal: It is the Owner’s determination that this Project shall generate the least amount of construction waste possible. The Owner's goal is to salvage and recycle as much nonhazardous demolition and construction waste as possible (minimum 75% waste diversion is mandatory for this project). This program goal shall be accomplished by the following processes:

1. Efficiently use demolition waste materials to the maximum extent as economically feasible:

a) Segregate and salvage existing materials and items for salvage and reuse on site where possible.

b) Segregate demolished materials for salvage and recycling, or to be recycled as mixed debris.

2. Ensure the reduction of waste generated due to errors, poor planning, breakage, mishandling, contamination, or other factors shall be employed.

3. Efficiently use waste material, to the fullest extent possible, in the completion of this Project, including the following.

a) Reuse of materials on site where possible.

b) Recycling of waste generated during the construction processes.

4. The Contractor is encouraged to include additional resource efficient methods in the Project.

BID SET CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 06/03/2020 01 74 19-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Contractor Participation: The Contractor shall take a pro-active, responsible role in the management of construction and demolition waste and require all subcontractors, vendors, and suppliers to participate in the effort.

1. The Contractor is responsible for implementation of special programs involving rebates or similar incentives related to recycling of waste.

2. Revenues or other savings obtained for salvage, or recycling shall accrue to the Contractor. Firms and facilities used for recycling, reuse, and disposal shall be appropriately permitted for the intended use to the extent required by federal, state, and local regulations.

C. Waste disposal: In no case shall material be disposed of in a landfill or incinerator where an approved and less costly recycling or reuse alternative exists. Waste disposal in landfills and incinerators shall be minimized and shall be considered the alternative of last resort.

1.03 LIST OF RECYCLABLE MATERIALS.

A. Materials to be recycled, salvaged, or reused during this project include, but are not limited to, the following:

1. Beverage containers. 2. Carpet and carpet pad trim. 3. Fluorescent light tubes, per local regulatory requirements. 4. Furnishings. 5. Glass. 6. Gypsum wallboard. 7. Insulation. 8. Metals including, but not limited to: stud trim, ductwork, piping, other trim, steel, iron, galvanized sheet steel, stainless steel, aluminum, copper, zinc, lead, brass, and bronze. (ferrous and non-ferrous). 9. Paint. 10. Paper, including bond, newsprint, cardboard, mixed paper, packing materials, and packaging. 11. Plastics, plastic buckets and plastic sheeting. 12. Rigid foam insulation and packing materials. 13. Wood, including clean dimensional wood, pallet wood, plywood, oriented strand board (OSB), particle board.

B. The Contractor should be aware that the Commonwealth of Massachusetts has banned the following waste streams from incineration or landfill disposal. These items may not be included in waste destined for incineration or landfills:

1. Lead-acid batteries 2. Leaves and Yard Waste 3. Whole Tires 4. White Goods (Appliances) 5. Cathode Ray Tubes (CRTs) including computer monitors 6. Metal, Plastic and Glass Containers 7. Recyclable Paper

CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL BID SET 01 74 19-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. The Contractor should be aware that the Commonwealth of Massachusetts has enacted a law, and implemented regulations effective December 31, 2008 that prohibits disposal of mercury-added products in any manner other than recycling, disposing as hazardous waste, or a method approved by the State Department of Environmental Protection. Certain provisions of the law focus on mercury-containing lamps (which include fluorescent, HID and energy-efficient lamps).

1.04 WASTE MANAGEMENT PLAN

A. Draft Waste Management Plan: Within 5 calendar days after receipt of Notice of Award of Bid, and prior to any waste removal, the Contractor shall submit a Draft Waste Management Plan to both Architect and Owner. Submit draft Waste Management Plan and obtain approval from Architect and Owner prior to engagement of waste or recycling subcontractors. The Draft Waste Management Plan shall include as a minimum the following:

1. Analysis of the jobsite waste expected to be generated, categorized by material types and approximate quantities.

a) List specific waste materials that will be salvaged for resale, salvaged and reused, or recycled. b) Estimated percentage of waste diverted by this Plan. c) Identification of materials that cannot be recycled or reused

2. Disposal options: The name of all landfills and incinerators proposed for trash disposal, the respective tipping fees for each of these disposal options including transportation costs, and the projected cost of disposing of all Project waste in the landfills.

3. Schedule of special meetings required to address waste management implementation.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION

3.01 GENERAL WASTE MANAGEMENT

A. Use detailed material estimates to reduce risk of unplanned and potentially wasteful cuts.

B. Provide clearly labeled containers for recycled waste that is to be recycled, with a list of acceptable and unacceptable materials. The list of acceptable materials must be the same as the materials recycled at the receiving material recovery facility or recycling processor.

1. Separate corrugated cardboard in accordance with the Waste Management Plan and place in designated areas for recycling.

2. Separate and recycle waste materials in accordance with the Waste Management Plan and to the maximum extent economically feasible.

3. Place materials defined as hazardous or toxic waste in designated containers.

C. Provide labeled containers for all recycled waste that is to be disposed in a landfill.

BID SET CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 06/03/2020 01 74 19-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

D. Handle and transport recyclable materials in manner to prevent contamination of materials from incompatible products and materials.

E. Conduct regular visual inspections of dumpsters and recycling bins to remove contaminants.

3.02 SOURCE SEPARATION

A. General: Separate recyclable materials from general construction waste. Separate recyclable materials by type.

1. Provide containers, clearly labeled, by type of separated materials or provide other storage method for managing recyclable materials until they are removed from Project site.

B. Source Separation Methods:

1. Waste products and materials that are recyclable shall be separated from trash and sorted into appropriately marked separate containers and then transported to the respective recycling facility for further processing.

2. Comingled Method: Recyclable materials shall be placed into a single container and then transported to a recycling facility where the recyclable materials are sorted and processed.

a) Do not put recycled waste that will be disposed in a landfill into a co-mingled waste recycling container.

3. Other Methods: Other methods proposed by the Contractor may be used when approved by the Architect and Owner.

C. Waste materials not suitable for reuse, but having value as being recyclable, shall be made available for recycling whenever economically feasible.

3.03 REMOVAL OF CONSTRUCTION AND DEMOLITION WASTE MATERIALS

A. Remove recycled waste materials from project site on a regular basis. Do not allow recycled waste to accumulate on-site.

B. Transport recycled waste materials off Owner's property and legally dispose of them.

1. Materials with no practical use or economic benefit shall be disposed at a landfill or incinerator.

END OF SECTION

CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL BID SET 01 74 19-4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 01 78 00

CLOSEOUT

PART 1 – GENERAL

1.01 PROVISIONS INCLUDED

A The conditions of the Contract and other Sections of Division 1, General Requirements, apply to the work under this Section.

1.02 SUMMARY

A This Section specifies administrative and procedural requirements for project closeout, including but not limited to:

1. Inspection procedures.

2. Project record document submittal.

3. Operating and maintenance manual submittal.

4. Submittal of warranties.

5. Final Cleaning.

B Closeout requirements for specific construction activities are included in the appropriate Sections in Divisions 2 through 16.

C A general checklist is provided to inform closeout activities. It is not meant to be exhaustive, full compliance with the Contract Documents is required.

1.03 SUBSTANTIAL COMPLETION

A Preliminary Procedures: The following conditions shall be met before requesting inspection for certification of Substantial Completion. List exceptions in the request.

1. Advise Owner of pending insurance change-over requirements.

2. Submit specific warranties, workmanship bonds, maintenance agreements, final certifications and similar documents.

3. Obtain and submit releases enabling the Owner unrestricted use of the Work and access to services and utilities; include operating certificates and similar releases.

4. Obtain Certificate of Occupancy and transmit to Owner & Architect

5. Deliver tools, spare parts, extra stock, and similar items.

6. Make final change-over of permanent locks and transmit keys to the Owner. Advise the Owner's personnel of change-over in security provisions.

BIDSET CLOSEOUT 06/03/2020 01 78 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

7. Complete start-up testing and balancing of systems and instruction of the Owner's operating and maintenance personnel. Discontinue or change over and remove temporary facilities from the site, along with construction tools, mock-ups, and similar elements.

8. Perform final cleaning and clean-up requirements, including touch-up painting. Touch-up and otherwise repair and restore marred exposed finishes.

B Contractor's List of Incomplete Work: Prior to inspection for Substantial Completion the Contractor shall submit a list of incomplete work which shall be comprehensive and detailed and shall be complete for the entire project and for the work of all trades, and shall be in a form acceptable to the Architect. An incomplete list will be returned to the Contractor for completion prior to arrival on site for inspection.

1. Format: Tabular format, with work listed room by room. Include columns for the following information: a) location of item. b) description of the item of work. c) trade responsible for each item of work.

2. Divide the list into separate sections for work related to the building interior, building exterior and roof, and the project site.

3. Prepare the list using a data base or word processing software such as Microsoft Word or Excel that is compatible with the Architect's computer software.

4. Submit 2 hard copies and 1 copy in electronic format.

C Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed with inspection or advise the Contractor of unfilled requirements. The Architect will prepare the Certificate of Substantial Completion following inspection or advise the Contractor of construction that must be completed or corrected before the certificate will be issued.

1. The Architect will repeat inspection once only when assured that the Work has been substantially completed. Additional repeat inspections requested by the Contractor shall be at the expense of the Contractor.

2. Results of the completed inspection will form the basis of requirements for final acceptance.

3. Items remaining to be complete after Substantial Completion will be assigned monetized values and issued as a list to the contractor.

D The Contractor shall post the Architect's list of incomplete work in a conspicuous place in each room, shall proceed promptly to complete and correct all items on the list, and shall have each trade signify its completion of the item by signing and dating the list. The Contractor shall have the Owner's Project Representative present to witness the signing of the list by the trades.

1.04 FINAL ACCEPTANCE

A Preliminary Procedures: before requesting final inspection for certification of final acceptance and final payment, complete the following. List exceptions in the request.

CLOSEOUT BID SET 01 78 00-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Submit the final payment request with releases and supporting documentation not previously submitted and accepted.

2. Submit an updated final statement, accounting for final additional changes to the Contract Sum.

3. Submit consent of surety to final payment.

B Final Inspection Procedure: The Architect will inspect the Work once only upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except items whose completion has been delayed because of circumstances acceptable to the Architect. Any additional repeat inspections requested by the contractor shall be at the expense of the Contractor.

1. As evidence of completion of this work, submit to the Architect the originals of the lists which were posted on site and which have been signed and dated item-by-item to indicate completion of all the work listed.

2. Upon completion of final inspection, the Architect will prepare a certificate of final acceptance, or advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance.

3. If necessary, final inspection will be repeated, but at the expense of the Contractor.

1.05 RECORD DRAWINGS

A 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 Mechanical and Electrical Subcontractors, the drawings of their Work for the same purpose.

B The Contractor and the above Subcontractors shall keep their record set on the site at all times and note on it in colored ink or pencil, neatly, legibly, and accurately at the end of each working day, the exact location of their Work as actually installed, location and dimension of underground and concealed Work, any variations from the Contract Drawings, and any information requested in their individual Sections. All changes, including those issued by Addendum, Change Order, instructions by the Architect, and those due to all other causes, shall be recorded.

C The architect may periodically inspect the record drawings at the site. The proper and current maintenance of the information required on these drawings shall be a condition precedent to approval of requisitions for periodic payment.

D At Substantial Completion, the Contractor shall submit the complete set of record drawings to the Architect. The Architect will review these drawings and return them to the Contractor with any necessary comments. The Contractor shall then make the following final documents from these corrected drawings for submission to the Architect for transmittal to the Owner:

1. 1 set of reproducible Mylars 2. 1 set of scanned or electronic files of the Record Drawings (PDF format) 3. 1 set of CAD files of the Record Drawings (.dwg format)

BIDSET CLOSEOUT 06/03/2020 01 78 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E Submission of accurate record drawings and their approval by the Architect shall be a condition precedent to final payment.

F The General Contractor is responsible for Record Drawings for all work except that described in Divisions 15 and 16. Record Drawings for work in those divisions shall be prepared by the respective sub-contractors.

G The Architect will make available to the Contractors the project CAD files for their use in providing Record Drawings. CAD files will represent the Bid Set and may or may not contain any information issued in Addenda, Sketches, RFI response or any other Construction Phase documentation. It is the contractor’s sole responsibility to integrate this information into the CAD files.

1.06 OPERATING AND MAINTENANCE MANUALS

A Subcontractors, installers, and suppliers shall furnish to the Contractor two sets of operating and maintenance manuals of all mechanical, electrical, and manually operated equipment furnished and/or installed by them under the Contract. Mechanical and Electrical Subcontractors shall furnish manuals as specified in their respective Sections.

B Maintenance Manuals: Provide 1 digital copy (PDF) of each Manual and provide 1 digital copy and 1 set of hard copy manuals after final review and acceptance. Organize hard copy of operating and maintenance data into suitable sets of manageable size. Bind properly indexed data in individual heavy-duty 2-inch, 3-ring vinyl-covered binders, with pocket folders for folded sheet information. Mark appropriate identification on front and spine of each binder. Include the following types of information:

1. Emergency instructions 2. Spare parts list 3. Copies of warranties 4. Wiring diagrams 5. Recommend "turn around" cycles 6. Inspection procedures 7. Shop Drawings and Product Data 8. Fixture lamping schedule 9. Listing of all finish products with manufacturer and model number/color 10. Listing of all paint colors and numbers and a diagram with locations 11. Training & Maintenance Instruction Videos

C Submission of operating and maintenance manuals shall be a condition precedent to final payment.

1.07 TRAINING & MAINTENANCE INSTRUCTION

A Operating and Maintenance Instructions: Arrange for each installer of equipment that requires regular maintenance to meet with the Owner's personnel to provide instruction in proper operation and maintenance. If installers are not experienced in procedures, provide instruction by manufacturer's representatives. Include a detailed review of the following items:

1. Maintenance manuals

CLOSEOUT BID SET 01 78 00-4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Record documents 3. Spare parts and materials 4. Tools 5. Lubricants 6. Fuels 7. Identification systems 8. Control sequences 9. Hazards 10. Cleaning 11. Warranties and bonds 12. Maintenance agreements and similar continuing commitments

B As part of instruction for operating equipment, demonstrate the following procedures:

1. Start-up 2. Shutdown 3. Emergency operations 4. Noise and vibration adjustments 5. Safety procedures 6. Economy and efficiency adjustments 7. Effective energy utilization

C Each training and maintenance instruction session shall be video recorded and provided to the owner with the Operation and Maintenance Manuals. The requirement for video recording shall not be overridden by any other lesser requirement contained within the project manual.

D Have Owner's representative sign a statement indicating what they have received and are satisfied with the Instructions. Submit a copy of statement to the Architect.

1.08 FINAL CLEANING

A General cleaning during construction is required by the General Conditions and included in Section "Temporary Facilities".

B Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a normal, commercial building cleaning and maintenance program. Comply with manufacturer's instructions.

1. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion.

a) Remove labels that are not permanent labels.

b) Clean transparent materials, including mirrors and glass in doors and windows. Remove glazing compound and other substances that are noticeable vision- obscuring materials. Replace chipped or broken glass and other damaged transparent materials.

c) Clean exposed exterior and interior hard-surfaced finishes to a dust-free condition, free of stains, films and similar foreign substances. Vacuum carpeted surfaces.

BIDSET CLOSEOUT 06/03/2020 01 78 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

d) Wipe surfaces of mechanical and electrical equipment. Remove excess lubrication and other substances. Clean plumbing fixtures to a sanitary condition. Clean light fixtures and lamps.

e) Clean the site, including landscape development areas, of rubbish, litter and other foreign substances. Sweep paved areas broom clean; remove stains, spills and other foreign deposits. Rake grounds that are neither paved nor planted, to a smooth even textured surface.

f) Use only cleaning materials recommended by manufacturers of surface to be cleaned. Use non-toxic, low VOC and “green” products where acceptable by the manufacturer.

g) Remove grease, dust, dirt, stains, labels, fingerprints, and other foreign materials from sight exposed interior and exterior surfaces. This includes cleaning of the Work of all finishing trades as included in their respective specifications.

h) Repair, patch, and touch up marred surfaces to specified finish to match adjacent surfaces.

i) Clean and polish glass on both sides. Clean plastic glazing (if any) on both sides in accordance with the manufacturer's directions.

j) Leave all architectural metals, hardware, and fixtures in undamaged, polished conditions.

k) Leave pipe and duct spaces, plenums, furred spaces, and the like clean of debris and decayable materials.

l) In cleaning items with manufacturer's finish or items previously finished by a Subcontractor, care shall be taken not to damage such manufacturer's or Subcontractor's finish. In cleaning glass and finish surfaces, care shall be taken not to use detergents or other cleaning agent which may stain adjoining finish surfaces.

m) Any damage to finishes caused by cleaning operations shall be repaired by the Contractor at his own expense.

C Removal of Protection: Remove temporary protection and facilities installed for protection of the work during construction.

D Compliance: Comply with regulations of authorities having jurisdiction and safety standards for cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's property. Do not discharge volatile, harmful or dangerous materials into drainage systems. Remove waste materials from the site and dispose of in a lawful manner.

1. Where extra materials of value remaining after completion of associated Work have become the Owner's property, arrange for disposition of these materials as directed.

1.09 PROJECT CLOSEOUT CHECKLIST

CLOSEOUT BID SET 01 78 00-6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

This list is not exhaustive, full compliance with the Contract Documents is required.

A General Requirements DATE COMPLETED

1. Certificate of Substantial Completion (AIA G704) (Executed by Designer, Contractor and Owner) 2. Inspections Certifications a) Certificate of Occupancy (By Building Inspections Officials) b) Copy of Building Official Inspection Card (Showing required inspection approvals) c) Regulatory Inspection Sign-Offs (as applicable) (i) Fire Department (ii) Well Water Quality Test Report (if applicable) (iii) EPA/NESHAPS (iv) Other Certifications as Required (DOT, Local Authorities, Utilities, Board of Health) 3. Closeout Reports & Documentation a) Owner Instruction and Training Sign Off Sheet (Memo/List of Attendees required for each session) b) HVAC Test and Balance Report (Approval cover letter from Designer required) c) Attic Stock Turnover (Transfer to Owner with Typed Inventory Required) d) Keys & Permanent Hardware Changeover (Delivery of Final Keys and Cabinet to Owner & Hardware Changeover Date) e) Insurance Coverage Change Over f) Utility Account Change Over

B Record Document Requirements

1. As-built drawings DATE COMPLETED a) Architectural & Structural b) Mechanical c) Electrical d) Security

2. Operation & Maintenance (O+M) Manuals (Approval cover letter from Designer required)

BIDSET CLOSEOUT 06/03/2020 01 78 00-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

a) Product & Operations Data b) Maintenance Information c) Product Warranty Certificates/Maintenance Agreements

C Final Accounting Requirements – by Contractor 1. Contractor's Certification Of Completion Of Work 2. Affidavit of Release of Liens (AIA G706A) 3. Affidavit of Payment of Debts and Claims (AIA G706) 4. Consent of Surety to Final Payment (AIA G707) 5. Final Request for Payment Certified by Designer

D Final Accounting Requirements – by Designer 1. Cover Letter of Approval for O&M Manuals 2. Certification by Architect of Completed Final Punch List 3. Record Drawings (Electronic files + reproducible sets of all drawings based on Contractor As-Builts)

END OF SECTION

CLOSEOUT BID SET 01 78 00-8 06/03/2020 CHESEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 02 40 00

EXISTING HAZARDOUS MATERIALS INFORMATION

PART 1 – GENERAL

1.1 SUMMARY

a. This Section includes a copy of the Hazardous Materials Survey Report, in Section 41 01 00 Appendix A. b. Scope of work includes removal of caulking from existing windows designated for replacement where shown and/or indicated in the documents.

PART 2 – PRODUCTS (NOT USED)

PART 3 – EXECUTION (NOT USED)

END OF SECTION

BID SET EXISTING HAZARDOUS MATERIALS INFORMATION 06/03/2020 02 40 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

EXISTING HAZARDOUS MATERIALS INFORMATION BID SET 02 40 00-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 02 41 00

DEMOLITION

PART 1 – GENERAL

1.1 DESCRIPTION: This section specifies demolition and removal of structures and debris from site as shown.

1.2 RELATED WORK: A. Construction Waste Management: Section 01 74 19 CONSTRUCTION WASTE MANAGEMENT. B. Interior demolition and salvage items: Section 02 41 19 – SELECTIVE DEMOLITION.

C. Section 02 42 00 - ASBESTOS ABATEMENT

1.3 PROTECTION: A. Perform demolition in such manner as to eliminate hazards to persons and property; to minimize interference with use of adjacent areas, utilities and structures or interruption of use of such utilities; and to provide free passage to and from such adjacent areas of structures. B. Provide safeguards, including warning signs, barricades, temporary fences, warning lights, and other similar items that are required for protection of all personnel during demolition and removal operations. C. Prevent spread of flying particles and dust. Sprinkle rubbish and debris with water to keep dust to a minimum. Do not use water if it results in hazardous or objectionable condition such as, but not limited to; ice, flooding, or pollution. Clean up and remove trash at the works area daily. F. In addition to previously listed fire and safety rules to be observed in performance of work, include following: 2. Wherever a cutting torch or other equipment that might cause a fire is used, provide and maintain fire extinguishers nearby ready for immediate use. Instruct all possible users in use of fire extinguishers.

BID SET 06/03/2020 DEMOLITION 02 41 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

G. Before beginning any demolition work, the Contractor shall survey the site and examine the drawings and specifications to determine the extent of the work. The Contractor shall coordinate the work of this section with all other work. H. The work shall comply with the requirements of the ENVIRONMENTAL PROCEDURES specifications.

PART 2 - PRODUCTS (NOT USED)

PART 3 - EXECUTION

3.1 DEMOLITION: A. Completely demolish and remove specific structures or furnishings and/or equipment, including all appurtenances related or connected thereto, as noted below: 1. As shown and called for in the Construction Documents.

B. Debris, including brick, concrete, stone, metals and similar materials shall become property of Contractor and shall be disposed of by him daily, off-site to avoid accumulation at the demolition site. Contractor shall dispose debris in compliance with applicable federal, state or local permits, rules and/or regulations. C. Remove and legally dispose of all materials as indicated. Materials removed shall become property of contractor and shall be disposed of in compliance with applicable federal, state or local permits, rules and/or regulations, and be hauled to an appropriate disposal facility. E. Remove existing utilities as indicated or uncovered by work and terminate in a manner conforming to the nationally recognized code covering the specific utility. When Utility lines are encountered that are not indicated on the drawings, the City of Chelsea DPW Director shall be notified prior to further work in that area.

3.2 CLEAN-UP: On completion of work of this section and after removal of all debris, leave site in clean condition satisfactory to the City of Chelsea DPW Director. Clean-up shall include disposal of all items and materials not required to remain property of the Owner, as well as all debris and rubbish resulting from demolition operations.

END OF SECTION

BID SET DEMOLITION 06/03/2018 02 41 00 -2 CHELSEA CITY HALL CLOCK TOWEER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 02 41 19

SELECTIVE DEMOLITION

PART 1 – GENERAL

1.1 GENERAL PROVISIONS

A. 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.

B. 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 the Contract.

1.2 DESCRIPTION OF WORK

A. Work Included: Provide labor, materials and equipment necessary to complete the work of this Section, including but not limited to the following:

1. Items to be salvaged / removed and re-installed; contractor to coordinate moving, storage, and associated logistics of the following items:

a. Electrical fixtures and equipment as shown and designated to be re-used. b. Removal and re-installation of Clock Faces, including all hardware or equipment to be refurbished, repaired or re-placed. c. Removal and salvage for re-use of the existing clock movement machinery. d. Removal and salvage for re-use of any masonry elements indicated in the drawings.

PART 2 – PRODUCTS (Not Used)

PART 3 – EXECUTION

3.1 INSPECTION

A. Inspect existing conditions of the Project, including elements subject to damage or to movement during cutting and patching; verify all items to be salvaged are removed / stored safely.

B. Report unsatisfactory or questionable conditions to the Owner.

3.2 PREPARATION

A. Provide adequate temporary support / protection as necessary to assure the structural integrity of the affected portion(s) of the work.

B. Follow all applicable safety standards and best practices for the containment, removal, handling, and disposal of any hazardous materials.

C. Schedule work as noted in Division 01 with owner for coordination of transfer and storage of salvaged items.

END OF SECTION

BID SET 06/03/2020 SELECTIVE DEMOLITION 02 41 19 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No.1801.00

THIS PAGE INTENTIONALLY BLANK

BID SET SELECTIVE DEMOLITION 06/03/2020 02 41 19 -2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 02 42 00

ASBESTOS ABATEMENT

PART 1 – GENERAL

1.1 General Requirements:

General provisions of Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to work specified in this Section.

A. In general, the contractor shall supply labor, equipment, materials, staging, tools, waste hauling and disposal necessary for the proper completion of the work in this section as required by the Awarding Authority. Properly prepare containment structures, remove and dispose of asbestos-containing materials (ACMs) and miscellaneous materials as specified herein.

1.2 Summary of Work:

A. The estimated quantities of asbestos containing materials described below are an approximation and are to be used only as a reference guide. The estimated quantities are listed to assist the Contractor in identifying areas to be abated. The Contractor is required to abate ACM’s throughout the entire area(s) whether specifically listed or not. The Contractor is required to inspect each work area and the contract documents for the preparation of the bid. The Contractor shall confirm each estimated ACM quantity and is to use his own material quantity estimates for the preparation of each bid item. The Contractor is required to completely remove and dispose of contaminated materials, each referenced asbestos-containing material and clean applicable surfaces of visible debris in the work areas at the bid price regardless of minor variations in the actual quantities of materials present.

1. Item No. 1 – Chelsea City Hall Clock Tower, 500 Broadway, Chelsea, MA 02150

Asbestos Containing Materials Summary Table

Estimated Material Location Sample # ('s) Quantity Windows inside the Clock Tower at the Caulking 20 LF per 04 A,B,C Attic Floor Level of Chelsea City Hall Window

1.3 Abatement Methods:

A Caulking:

1. Areas where caulking is present shall be abated according to the following (as detailed in other sections of this document).

a. Removal may be done via open removal methods following all required work practices and applicable regulations.

b. Alternative work practices must be submitted in writing and approved by the owner’s representative prior to the commencement of work.

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00 -1 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

1.4 Abatement Contractor Submittals

A. The Contractor shall submit two (2) complete copies of the submittal documentation items outlined below. Submit site specific documents five (5) working days prior to the start of the project. The Awarding Authority’s Representative shall review the submittals for completeness. The Contractor shall complete and resubmit missing items, incomplete submittals and receive approval on all items prior to starting the work. One additional complete copy shall be maintained on-site by the project supervisor. The list of items required at the following periods is as follows:

1. Pre-Construction Submittals (submitted to Awarding Authority’s Representative 5 working days prior to the start of work):

a. Current, updated Massachusetts DOLWD, Department of Labor and Workforce Development, Division of Occupational Safety Abatement License per CMR 6.00 b. Qualifications and experience of Designated Supervisor(s) – minimum 5 years experience.

c. Abatement Plan (outlined below) to include proposed construction schedule, shift hours, abatement methods, work plan with manpower and dates by location, and anticipated removal completion dates by area prior to the commencement of work.

d. Original Insurance Certificates naming the Awarding Authority as additionally insured. Insurance coverage shall include Asbestos Pollution Occurrence Coverage, General Liability, Auto Insurance and Workman's Compensation Insurance each with limits of not less than One Million Dollars ($1,000,000).

e. MSDS for each material associated with abatement.

f. Designated Waste Hauler and Landfill Site locations, including copies of licenses, permits, phone #s and Insurance Certificate Documentation.

g. Respirator Program (written) to include documentation outlining the Contractor's "initial and negative exposure assessment" for proposed respiratory protection.

h. CPR/First Aid Designate.

i. Federal, State and local notifications (submitted for each phase and time period).

j. Training Records and Worker Licenses for each worker/supervisor.

k. Fit Test and Medical exam records for each worker/supervisor.

l. List of any Sub-Contractors to be utilized for incidentals, waste hauling and disposal issues, including subcontractor’s name(s), addresses and phone #'s and applicable licenses and permits.

m. Name of state accredited laboratory for OSHA PCM personal air sample analysis, including state license and AIHA PAT certificate documentation.

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

n. Written description of three (3) similar abatement projects, including awarding authority, contact and phone numbers.

2. Final Closeout Submittals:

a. Original copies of Waste Disposal Manifests with waste quantities listed for in bag or drum quantities for asbestos waste.

b. Original copies of Contractor OSHA Personal Air Sample Results.

c. Daily Site sign in/out logs with daily waste quantities listed.

d. Copies of each employee’s license, training, medical and fit test records of on-site personnel.

B. Abatement Work Plan:

1. Submit a detailed written abatement work plan for each phase with annotated floor plans, ten (10) working days prior to project initiation to include the following items:

a. Outline containment size including number and location of rooms to be abated by floor and order of work area abatement. b. Describe work area set-up to include number and location of HEPA units.

c. Estimated number of workers and shift schedule.

d. Location of decontamination units.

e. Type of encapsulant, mastic solvents, including MSDS, to be used.

f. Waste Loadout Control Plan and route (within the building) specific for each work area, location of dumpster(s) and waste hauling protocols.

g. Detailed summary of methods and materials for mastic removal.

h. Respiratory protection to be used.

2. The abatement plan shall be approved by the Owner (or owner’s representative) five days prior to the start of abatement work. Incomplete items and submittal sections shall be corrected and resubmitted by the Contractor.

1.5 Phasing

A. The Contractor and Awarding Authority will agree upon exact hours of operation. The contractor shall inform the Awarding Authority immediately of changes in the work shift schedule. The Contractor must schedule work and adequately man the job to ensure completion according to the schedule required by the project

1. Contractor will be allowed to schedule work Monday through Friday 7:00 A.M. to 5:00 P.M.

2. The Contractor shall start and complete the work (including final clearance sampling and tear down) in accordance with the schedule agreed upon by the Owner.

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00 -3 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

1.6 Quality Assurance

A. The Contractor shall utilize Massachusetts DOLWD licensed personnel for asbestos abatement operations during the project. Asbestos licensing requirements shall include a minimum of EPA and State approved courses for both workers and supervisors with yearly refresher training. Each worker shall maintain on-site the following items:

1. Massachusetts DOLWD – DOS asbestos license (current for each year)

2. Fit-test records (updated within 6 months)

3. Training certificate (current)

4. Medical exam certificate (current)

B. The Contractor shall notify the EPA, State of Massachusetts (DOLWD and DEP) and local authorities having jurisdiction over this Project within 10 working days on forms authorized by the EPA and the State of Massachusetts. All permits required for the work including disposal of asbestos in an approved landfill shall be secured prior to the commencement of abatement work. The contractor shall notify the local fire, police and health departments of the abatement work.

1. Copies of each permit and notification shall be submitted to the Awarding Authority and Awarding Authority’s representative within five days prior to project initiation.

C. The Contractor is required to comply with all applicable Federal, state and local laws, regulations and ordinances. All costs and expenses associated with the completion of the Project shall be borne by the Contractor. All laws, regulations and ordinances applicable to the Project, as the same may be amended from time to time shall be deemed to be quoted in full herein and shall be fully adhered to by the Contractor. The Contractor shall inform itself fully of all legal, regulatory and contractual requirements with respect to this Project. Note: Time delays caused by the correction of violations issued by any regulatory agencies, incomplete work or failed tests/inspections shall be at the Contractor's expense.

D. The Contractor maintains responsibility throughout this project for protecting building occupants and the building environment against asbestos fiber exposure. The Awarding Authority’s Representative is only present to observe Contractor's performance and compliance with applicable regulations and the Specifications while on site. The Contractor is responsible for the methods and materials used to perform the work. The Contractor, therefore, indemnifies the Awarding Authority and the Awarding Authority’s Representative from asbestos exposure claims and cleanup costs.

E. The Contractor as listed and signed on the contract and notifications, is forbidden to subcontract any asbestos removal work or asbestos abatement processes. The Contractor shall be responsible for subcontractors' work performance (waste hauling, etc.), conduct and compliance with the specifications.

F. The Contractor is responsible for coordinating and maintaining the health and safety and procedures used for his employees and the building occupants within the building in conformance with Federal and State Occupational Safety Regulations.

1.7 Regulation Reference Standards:

A. The following publications are made part of the Specifications and compliance with relevant sections is mandatory:

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Code of Federal Regulations (CFR):

a. 40 CFR 763 AHERA – The EPA “Asbestos Hazard Emergency Response Act”– Asbestos in Schools: Final Rule.

b. 29 CFR 1910.20 (Access to Employee Exposure/Medical Records)

c. 29 CFR 1910.134 (Respiratory Protection)

d. 29 CFR 1910.145 (Specifications for Accident/Prevention Signs and Tags)

e. 29 CFR 1926.1101 OSHA (Asbestos Construction Standard)

f. 40 CFR 61, Subpart A (General Provisions)

g. 40 CFR 61, Subpart M EPA NESHAPS (National Emission Standard for Hazardous Air Pollutants - Asbestos)

h. 40 CFR 141 (Guidelines for the Land Disposal of Solid Wastes)

i. 40 CFR 257 (Criteria for Classification of Solid Waste Disposal Facilities and Practices)

j. 49 CFR 172, 173 (Department of Transportation-transport of Asbestos Waste)

2. American National Standards Institute (ANSI) Publications:

a. Z9.2 (Fundamentals Governing the Design and Operation of Local Exhaust Systems)

b. Z88.2 (Practices for Respiratory Protection)

3. Underwriters Laboratories, Inc. (UL) Publications:

a. 586 (Test Performance of High Efficiency, Particulate, Air Filter Units)

4. State Asbestos Licensing Regulations:

a. State of Massachusetts Department of Labor and Workforce Development (DOLWD) Department of Occupational Safety - Asbestos Regulations 453-CMR-6.00.

b. State of Massachusetts Department of Environmental Protection Solid Waste Rules 310 CMR 7.00, 18.00 and 19.00.

1.8 Work-in-Progress Monitoring and Visual Inspections

A. The Owner shall employ an independent State DOLWD and AIHA- PAT and/or AAR accredited laboratory and air monitoring technician (licensed project monitor) to perform inspections, air sampling and analysis as required to properly document and inspect the work.

B. During the work, the Owner's testing laboratory’s Project Monitor (Owner’s Representative – Consultant) may collect air samples at critical locations outside the asbestos controlled area (work area), including critical barriers, decontamination systems, at AFD exhaust and outside the building. In addition, the Owner's project monitor may collect air samples inside the asbestos controlled area and on the Contractor's employees at the Project Monitor’s discretion.

C. If at any time during the course of the work, airborne fiber concentrations exceed 0.020 fibers/cc outside of the asbestos controlled area, the Contractor shall be directed to halt removal

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00 -5 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

activities, take corrective measures to reduce airborne fiber concentrations (misting the air, wet- wiping, and HEPA vacuuming, additional HEPA units, etc). Work may not commence until the source of the contamination has been identified, the contaminated area cleaned, and additional air samples have been collected indicating airborne fiber concentrations are below 0.020 fibers/cc. Corrective measures shall be at the Contractor’s expense.

E. A post abatement (final) visual inspection for job completeness shall be performed by the Owner's Representative (licensed project monitor). The work area(s) shall be cleaned free of visible asbestos dust and debris on each surface. Each surface within the asbestos work area, including walls, floors, ceilings, equipment, shelving, structural building materials, piping/wiring systems, decontamination chamber and other items whether previously abated or not shall be cleaned free of debris. Asbestos material and associated layers shall be completely and thoroughly removed from the building surface substrate as asbestos waste. All waste, including bags, drums shall be removed from the work area prior to visual inspections. Equipment, ladders, supplies, etc. shall be decontaminated or sealed in bags and removed from the work area. The Contractor shall supplies ladders, staging, lighting etc. to properly perform the visual inspection. If the work area fails the visual inspection, the Contractor shall re-clean the asbestos work area by wet wiping, HEPA vacuuming and other work practices deemed necessary. Additional cleaning and corrective measures shall be at the Contractor’s expense. After completing the visual inspection, the contractor shall encapsulate the work area with an approved post abatement lock down encapsulant on each decontaminated and work area surface. The lockdown encapsulant shall be compatible with future applied building materials.

1.9 Clearance Air Monitoring Criteria

A. After the visual inspection and encapsulation, post abatement (final clearance) aggressive air sampling will be performed. Final air sampling shall be conducted when the work area surfaces are dry. The work area decontamination unit, critical barriers and negative air pressure shall be operational, maintained and intact during post-abatement sampling. Samples shall be collected utilizing aggressive air sampling procedures. Final clearance - post abatement air sampling will consist of collecting a minimum of 1,200 liters of air. Post- abatement air sampling shall be performed for all interior abatement areas including floor tile and mastics, open asbestos removal and glove bag removal areas.

B. Final Clearance Air Monitoring:

1. Post abatement clearance air sampling will be performed in all areas where asbestos- containing material (ACM) is removed within a negative pressure containment. A minimum of two (2) samples will be collected per work area.

2. Phase Contrast Microscopy (PCM) sample analysis shall be utilized according to applicable regulations. Sampling and analysis shall be performed using approved Commonwealth of Massachusetts Asbestos Regulation sampling and analysis protocols.

C. Work areas shall pass the clearance criteria regardless of environmental conditions and fiber levels outside the work area(s). The abatement work area containment shall be dismantled upon passing the visual inspection and post abatement air sampling and analysis criteria. The post abatement clearance criteria are as follows:

1. PCM Analysis:

a. The asbestos control work area(s) shall pass when each of the samples is analyzed to have a fiber concentration not to exceed 0.010 fibers per cubic centimeter of air (f/cc). Samples collected shall be analyzed by PCM methods using the NIOSH 7400 Method.

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

b. Should airborne fiber concentrations for any sample exceed 0.010 f/cc during final air testing, the Contractor shall re-clean the Asbestos Controlled Area via wet-wiping, HEPA vacuuming techniques and other work practices until the work area is re-sampled and found to be in compliance.

D. Additional inspection, sampling, testing and analysis fees for failed worked areas (inspections, testing and analysis) or for improperly scheduled inspections by the contractor may be deducted from the contractor's application for payment at the Owner's discretion.

E. The Owner is responsible for initial sampling and analysis costs for each work area. The Contractor is responsible for fees and costs associated with additional sampling and PCM analysis costs (after the first set of clearance samples is analyzed) for each failed work area.

1.10 Air Monitoring – Contractor

A. The Contractor shall conduct personal air sampling as required by OSHA 29 CFR Section 1926.1101. An inspection log indicating the Contractor's activities, Asbestos Controlled Area locations, and all other pertinent information, shall be prepared and submitted with each day's sampling results.

B. Draft analytical results of the air sampling shall be submitted to the Awarding Authority’s representative within 48 hours of collection and posted at the work site.

1.11 Respiratory Protection Requirements

A. The Contractor shall provide all workers, foreman, superintendents, authorized visitors and inspectors personally issued and marked respiratory equipment in accordance with OSHA regulation 29 CFR 1926.1101 and 29 CFR 1910.134 (1/8/98). When respirators with disposable filters are employed, Contractor shall provide a sufficient inventory of filters for replacement as necessary by the worker.

B. The Contractor shall require that each person entering the asbestos control work area wear an approved respirator and proper protective clothing. There shall be no exceptions to this rule.

C. All respiratory equipment shall be inspected by the Contractor's Project supervisory personnel at the beginning of each work period.

D. Respiratory protection shall be determined by airborne fiber concentrations (fibers per cubic centimeter of air) within the work area as indicated in previous, comparable and applicable negative exposure assessments as well as current personal air monitoring as follows:

Less than 0.10 F/cc - Class A Dual Cartridge, Air Purifying respirator with HEPA cartridge. 0.1 - 1.0 F/cc - Class B Full Face, Powered Air Purifying respirator with HEPA cartridge. 1.0 F/cc and above - Class C, Full Face pressure demand supplied air respirator.

1. Class B Full Face, Powered Air Purifying respirators with HEPA cartridges shall be utilized during gross removal activities for Class I removal projects.

E. No one is to be permitted into the asbestos control area without proper respiratory and body protection. Half-face air purifying respirators are required during work area preparation. Where half-face respirators are worn, eye protection is also mandatory. A minimum of full-face, powered air-purifying respirators are mandatory during regulated demolition and at the beginning of removal operations until airborne fiber concentrations are established.

F. At no time during actual removal or clean-up operations shall class A respirators be allowed

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00 -7 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

unless a full 8-hour time weighted average (TWA) has been conducted, representative of "worst case" situations and reviewed by the Awarding Authority’s Representative.

G. At no time in the Project shall disposable dust masks be utilized for respiratory protection against the inhalation of airborne asbestos fibers.

H. All personnel engaged in asbestos removal procedures requiring a respirator shall have an unobstructed face/mask seal (i.e. no facial hair) and shall have received required and current six month fit testing and current yearly medical screening as mandated in OSHA Regulation 1926.1101 and its appendices.

1.12 Definitions

A. The following abbreviated list is provided for informational purposes only in relation to the Asbestos Abatement Specification.

Abatement Plan - Formal document prepared by the Awarding Authority’s Representative outlining Specific project components equivalent to the technical Specifications. A contractor’s abatement plan shall outline the specific tasks and schedule the Contractor shall undertake to complete the work.

AHERA – The EPA “Asbestos Hazard Emergency Response Act” 40 CFR 763 – Asbestos in Schools: Final Rule.

Amended Water - Water containing a wetting agent of surfactant.

Asbestos - A class of magnesium silicate minerals that occur in fibrous form. Minerals that are included in this group are chrysotile, crocidolite, amosite, anthophylite asbestos, tremolite asbestos, and actinolite asbestos.

Asbestos Containing Materials (ACM) - Material composed of asbestos of any type and in an amount greater than 1 percent, either alone or mixed with other fibrous or non- fibrous materials. ACMs shall include each applied layer of material to the substrate. Asbestos-containing pipe insulation shall include continuous runs and each continuous, associated insulated fitting, valve elbow. Cementitious fitting insulation shall include each cementitious insulated fitting, valve, tee, elbow, union and hanger of each diameter size.

Asbestos Controlled Area - An area where asbestos removal operations are performed which is Isolated by physical boundaries (including decontamination chambers) to prevent the spread of asbestos dust, fibers, or debris. The area shall include operations during demolition, work area preparation, non-friable abatement and glove bag removal. Equivalent to asbestos work area and negative pressure containment.

Asbestos Fibers - Fibers (regardless of type) having an aspect ratio of at least 3:1 and 5 micrometers or longer.

Asbestos Permissible Exposure Limit ("PEL") - 0.1 fibers (longer than 5 micrometers) per cubic centimeter as an 8-hour time weighted average as defined by OSHA 1926.1101.

Asbestos Project - Any activity involving the removal, enclosure, or encapsulation of asbestos materials or any renovation, repair or demolition which disturbs or potentially disturbs asbestos- containing materials.

Area Monitoring - Sampling of asbestos fiber concentrations within the Asbestos Control Area and outside the Asbestos Control Area which is representative of the airborne concentrations of

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00 asbestos fibers which may reach the breathing zone.

Awarding Authority – Entity who contracts with the abatement contractor to perform the work. Equivalent to the Awarding Authority, building manager and client.

Bidder - A licensed Contractor who, by invitation or advertisement, submits a bid to perform the Project.

Certified Industrial Hygienist - An industrial hygienist certified by the American Board of Industrial Hygiene with prior experience in the health and safety aspects of a removal Project.

Contractor - Any person or entity who contracts with the Awarding Authority to perform the asbestos Abatement Project. The contractor is responsible for the proper completion of project activities in accordance with the contract specifications. This includes all subcontractors that have been retained to perform the actual abatement work.

Critical Barrier – Any opening or space that may allow the release of airborne fibers from the asbestos control area. Critical barriers shall include but are not limited to doors, windows, seams, holes and openings.

Decontamination Unit - An enclosed area adjacent and connected to the Asbestos Control Area and consisting of an equipment room, shower area, and clean room which are used for decontamination of workers, materials, and equipment.

Encapsulate - The process whereby an encapsulant is applied to ACM to control the release of asbestos fibers into the air.

Encapsulant (Sealant) - A liquid material which can be applied to ACM and which controls the possible release of asbestos fibers from the material either by creating a membrane over the surface (bridging encapsulant) or by penetrating into the material and binding its components together (penetrating encapsulant).

Equipment Room (Change Room) - A room located within the decontamination area that is supplied with impermeable bags or containers for the disposal of contaminated protective clothing and equipment.

Fibers - Fibers regardless of composition as counted in the NIOSH Physical and Chemical Analysis Method (P&CAM) or 7400 procedure, or asbestos fibers of any size as counted using either scanning or transmission electron microscopy.

Friable Asbestos Material - Material that contains more than 1 percent asbestos by weight which can be crumbled, pulverized, or reduced to powder by hand pressure when dry.

HEPA Filter Equipment - High efficiency particulate air (HEPA) filtered vacuuming equipment with a UL 586 filter system capable of collecting and retaining asbestos fibers. Filters shall be of 99.97 percent efficiency for retaining 0.3 micrometer diameter particles.

Industrial Hygienist - An individual trained as an asbestos abatement air monitor, equivalent to project monitor and Awarding Authority’s Representative.

Medical Examinations - Examinations whose content is consistent with 29 CFR 1926.1101. This examination is not required if adequate records show the employee has been examined as required by 29 CFR 1929.1101 within the past year. The same medical examination shall be given on an annual basis to employees engaged in an occupation involving asbestos fibers and within 30 calendar days before or after the termination of employment in such occupation. Specifically, identify x-ray films of asbestos workers to the consulting radiologist, and mark medical record

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00-9 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

jackets with the work "ASBESTOS." Interpretation and classification of x-ray films shall be conducted in accordance with Appendix E, 29 CFR 1926.1101.

Medical Records - Records as required by 29 CFR 1926.1101 of employees' medical examinations for a period of at least 30 years after termination of employment.

NESHAPS - US EPA Title 40 CFR Part 61, “National Emission Standards for Hazardous Air Pollutants”.

Non-friable Asbestos Material - Material that contains asbestos in which the fibers have been locked in by a bonding agent, coating, binder, or other material so that the asbestos is well bound and may not release fibers in excess of the action level during any appropriate use, handling, storage, transportation, or processing. Non-friable asbestos material is considered hazardous and friable during removal, transportation and disposal procedures unless specific protocols are met to prevent the material from breaking. Non-friable materials including transite, floor tiles and mastic are considered asbestos if any amount of asbestos is found within the material matrix and not the standard > 1% by weight rule.

OSHA – Federal Occupational Safety and Health Administration, Title 29 CFR Part 1910.1101 “Construction Standard”.

Awarding Authority 's Representative - Shall refer to the Awarding Authority ’s independent consultant or authorized visitor equivalent to licensed laboratory, project monitor, project designer and industrial hygienist.

Personal Monitoring - Sampling of asbestos fiber concentrations within the breathing zone of an employee.

Prior Experience - Experience required of the Contractor and Industrial Hygienist on asbestos projects of similar nature and scope to insure capability of performing the asbestos removal in a satisfactory manner. Similarities shall be in areas related to material composition, Project size, number of employees and the work practice and personal protection controls required.

Proposal - That document (Bid) issued by the Contractor to the Building Awarding Authority outlining the Contractor's knowledge of the Scope of Work and the cost to perform the Scope of Work as per the Abatement Plan.

Project - All work to be performed by the Contractor in accordance with the Contract, Contract Documents and the Asbestos Abatement Plan and Specification.

Training - State of Massachusetts licensing, that an employee has received approved training in the proper handling of materials that contain asbestos; understands the health implications and risks involved, including the illnesses possible from exposure to airborne asbestos fibers; understands the use and limits of the respiratory equipment to be used; understands the results of monitoring of airborne quantities of asbestos as related to health and respiratory equipment; and understands engineering and other hazard control techniques and procedures.

Time Weighted Average (TWA) – The TWA is an 8-hour time weighted average of airborne concentration of fibers (5 micrometers of longer) per cubic centimeter of air as sampled during personal monitoring.

Warning Signs - Signs in accordance with OSHA 1926.1101 used to demarcate regulated areas and displayed at each location where asbestos levels may be in excess of the PEL. Signs shall be posted at such a distance from such a location that an employee may read the signs and take necessary protective steps before entering the Work Site marked by the signs.

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Work Site - Designated rooms (including decontamination chambers), spaces or areas of the project, including associated exterior or subsurface areas, in which asbestos abatement actions are to be undertaken or which may become contaminated as a result of such abatement actions and are required to be sealed and protected.

PART 2 – PRODUCTS and EQUIPMENT

2.1 Personal Protective Equipment:

A. The Contractor shall provide to all workers, foremen, superintendents and authorized visitors and inspectors protective disposable clothing consisting of full-body coveralls, foot coverings, head covers, and gloves. Disposable clothing shall be of “TYVEK” quality or equivalent.

1. Protective clothing shall be of the nonporous type and/or specifically manufactured for use in asbestos regulated areas.

2. The Contractor shall provide disposable suits to each authorized visitor as required.

3. The Contractor shall provide workers and authorized visitors with eye protection and hard hats as required by job conditions and safety regulations.

4. All personal assigned to the project shall have a minimum of work boots, safety glasses, long pants, and shirts with sleeves regardless of task.

B. Reusable footwear, hard hats and eye protection devices shall be left in the "Contaminated Equipment Room" until they can be completely decontaminated at the end of the asbestos abatement work.

C. Disposable protective clothing shall be discarded and disposed of as asbestos waste every time the wearer exits from the workspace to the outside through the decontamination facility.

2.2 Equipment:

A. Air filtering devices (AFDs) and vacuuming equipment capable of filtering asbestos fibers to 0.3 um 99.97% efficiency and of sufficient quantity and capacity to cause air changes within enclosed asbestos control areas once every 10 minutes and provide 0.02 inches of water negative pressure. The requirement of 0.02 inches of water shall be demonstrated at all barrier locations. Each unit must have a minimum of 1 replacement HEPA filter stored on-site. All air filtration devices shall be DOP tested, be equipped with audible alarms and vent to the outside of the building where feasible.

B. Scaffolding, staging and ladders shall be in good working order and structurally intact. Scaffolding and staging shall be erected in accordance with each applicable OSHA and State (DOLWD) safety regulation in manner to properly complete the specified work.

C. Hard hats, safety goggles, safety harness and other equipment shall be in good condition, proper working order and comply with applicable OSHA and State industrial Safety regulations.

2.3 Materials:

A. Polyethylene Sheeting – The minimum thickness for all polyethylene sheeting and disposable waste bags used on-site shall be 6-mil. No 4-mil polyethylene sheeting shall be allowed for use.

B. Duct Tape - Duct tape shall be a minimum of two inch width and shall be fabric type. No

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00-11 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

masking tape shall be allowed.

C. Plywood and lumber used on-site shall be fire-retardant grade and labeled as such. D. Scaffolding, ladders and staging shall be in good working order and structurally intact. Scaffolding and staging shall be erected in accordance with each applicable OSHA and State (DOLWD) safety regulation in manner to properly complete the specified work.

E. Ground Fault Circuit Interrupters (GFCI) – GFCI’s shall be used on all electrical cords and shall be UL approved and meet State Electrical Codes.

F. Other tools, equipment used on-site shall be free of debris, in good working condition and shall meet applicable safety codes.

G. Mastic Solvent: The Contractor shall use a low odor, non-toxic solvent for mastic removal. Each removal solvent shall be pre-approved by the Awarding Authority and Awarding Authority’s Representative prior to use. MSDS sheets shall be submitted for each solvent.

H. Sufficient inventory of protective clothing, respirators, filter cartridges, 6 mil plastic sheeting of specified size and thickness, duct tape, glue, spray-on adhesive, air filters, etc. for workers' use.

1. Provide list and MSDS for each item and material used.

PART 3 - EXECUTION

3.1 General Requirements:

A. This section covers the furnishing of materials, facilities, equipment and services necessary to perform the work required for asbestos abatement in accordance with the Project. The Contractor shall be fully knowledgeable of the Specifications, EPA NESHAPS regulations, EPA AHERA regulations, OSHA regulations, NIOSH recommendations, State of Massachusetts and any other applicable Federal, state and local laws and regulations. When there is a conflict or overlap of these Specifications with any of the above references, the most stringent provisions shall apply.

1. Each work area enclosure and abatement procedure shall be approved by the Awarding Authority’s Representative before the commencement of any removal/demolition activities.

B. The Contractor shall install a GFCI equipped power panel for power equipment in each wing of each building during the project. The panel shall be supplied and installed by the Contractor. Each power source (extension cords) leading into and utilized in the work area shall be GFCI equipped at the source.

C. The Contractor shall ensure that electrical power to the work areas are shut down and locked out. No existing electrical power in the buildings shall be activated during abatement unless conducted with the general contractor’s supervision. Power sources shall originate from areas outside the asbestos control areas.

D. The Contractor shall post required OSHA asbestos warning signs at all entrances to the Asbestos Control Area and where waste materials are to be deposited. These signs shall remain in place until the successful completion of visual inspection and final clearance testing. The signs shall be posted in such a manner and locations that a person easily may read the legend:

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -12 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

DANGER ASBESTOS CANCER AND LUNG DISEASE HAZARD AUTHORIZED PERSONNEL ONLY RESPIRATORS AND PROTECTIVE CLOTHING ARE REQUIRED IN THIS AREA

E. The Contractor shall pre-clean each work area surface free of debris prior to masking and sealing. Floors, walls, ledges, sills, frames, fixed stationary items and equipment shall be wet- wiped and HEPA-vacuuming prior to sealing with polyethylene sheeting.

1. Prior to commencing work area preparations, the Contractor shall wet, clean, remove and bag any gross or residual asbestos material/debris identified within the Asbestos Controlled Area.

F. Prior to completing the preparation work, the Contractor shall initially isolate the work area utilizing asbestos warning tape and polyethylene sealed critical barriers over all entrances, windows, doors, lights, openings and critical barriers. Fixed stationary items and equipment shall be sealed and protected. Isolate the area utilizing critical barriers on all openings, windows, doors, ducts, grills, diffusers, univents and any other penetrations of the Asbestos Controlled Area with a minimum of one layer of 6 mil plastic sheeting and tape.

G. The Contractor shall remove non-contaminated, moveable items to the fullest extent possible out of the work area to an area designated by the Awarding Authority prior to commencement of abatement activities. Fixed items and equipment to remain shall be covered and completely sealed with six mil polyethylene sheeting. Surfaces, equipment and items shall be thoroughly cleaned with HEPA vacuuming and wet-wiping techniques. Cloths used for cleaning shall be disposed of as contaminated waste.

1. Fixed shelving, cabinets, tables, counters, sinks and metal stands shall be removed by the Contractor to fully access interior and enclosed ACMs.

H. Heating, ventilating and air-conditioning systems (HVAC) in the Asbestos Control Area shall be isolated to the fullest extent feasible by the Contractor under the direction of the Awarding Authority. The Contractor under the Awarding Authority s direction shall shut down and lock out the system then completely seal openings with a minimum of two independent layers of 6 mil plastic sheeting to prevent contamination and fiber dispersal to other areas of the building. If required, the contractor shall seal and isolate the interior of the duct systems at the work area perimeter to eliminate and restrict airflow to/from the work area.

I. Install negative air HEPA ventilation system in accordance with Section ANSI Z9.2. Each negative air unit shall be vented outdoors through a solid barrier manifold situated in the perimeter opening. Air filtration devices (AFDs) – HEPA Filtered fan units shall be in sufficient quantity to provide a minimum of 4 air exchanges per hour and a pressure differential of 0.02 inches of water. This static pressure shall be demonstrated and maintained prior to and during asbestos removal activities. Note: Static Pressure of 0.02 inches of water is not mandatory for glove bag removal; however, negative air units must be employed to provide the required air changes.

1. The Contractor shall maintain an operational, calibrated manometer with strip recorder readings to be utilized where entire floors and wings are contained until post abatement clearance sampling and dismantling or otherwise ensure a minimum air exchange rate of four changes per hour.

2. A minimum of one (1) spare 2,000 CFM HEPA exhaust unit shall be maintained on-site for full containment work area(s) to back up the operational units.

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00 -13 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

3. HEPA unit flexible exhaust ducting shall be exhausted outside the building through a solid barrier manifold in the window unit(s). The solid foam board or plywood manifold shall be sealed with two layers of six mil polyethylene sheeting.

4. If HEPA-filtered exhaust fans cannot be exhausted outside and all options are investigated, the Contractor shall receive prior approval from the Awarding Authority and Awarding Authority’s Representative to allow the units to be exhausted indoors. HEPA units, with prior approval by the Awarding Authority’s Representative, that are exhausted indoors shall pass an onsite DOP efficiency test and approved for use.

J. Construct decontamination systems in accordance with these specifications. Previously established airlocks into the Asbestos Controlled Area shall be sealed at this time with the exception of decontamination systems and provisions for emergency exits. Provide dedicated hot and cold running water to each unit. Provide HEPA-filtration (5 micron) for decontamination unit wastewater.

Note: Remote decontamination systems are acceptable for specific abatement methodologies (i.e. glovebag) and must be approved by the Awarding Authority’s Representative. Each work area shall have a minimum of a one-stage decontamination unit.

K. After sealing critical barriers, the contractor shall completely mask and seal the porous floors and porous walls of the work area(s) using 6 mil polyethylene sheeting and duct tape.

3.2 General Method of Asbestos Removal A. All asbestos and asbestos-containing contaminated waste shall be properly packaged. All waste shall be thoroughly wetted with amended water before being placed into approved containers for disposal. The wet contaminated material from each section shall be packed and sealed into labeled 6 mil plastic waste bags or equivalent items (drums, etc.). Water-soaked material shall be picked up while wet to prevent water loss due to evaporation.

B. Negative air HEPA-filtered fan units shall be installed and operated in accordance with ANSI Z9.2. All air filtration devices (AFDs) shall be vented outside of the building. AFDs shall be in sufficient quantity to provide a minimum of 4 air exchanges per hour and a pressure differential of 0.02 inches of water. The local exhaust system shall be operated continuously, 24 hours a day, until the enclosure of the asbestos control area is removed.

1. Prefilters and secondary filters shall be replaced daily or upon visible buildup of debris.

C. Material from within the Asbestos Controlled Area shall not be permitted outside of the Asbestos Controlled Area except in leak-tight containers. Equipment that is to be reused shall be thoroughly decontaminated so that no visible residue remains prior to removal from the Asbestos Controlled Area. If equipment is not thoroughly decontaminated, it shall be sealed in leak-tight containers so that no residue appears on the outside surfaces.

1. At the start and completion of each shift, the Contractor shall inspect the integrity of the negative pressure containment. Loose and fallen polyethylene, openings, water leaks, breaches in critical barriers and the negative pressure containment, etc. shall be fixed by retaping and sealing, additional HEPA-vacuuming, etc. as needed.

D. Bags and drums shall be marked with the label prescribed by 40 CFR, Section 61.152 and 29 CFR, Section 1926.1101 of OSHA Regulations. The outside of all containers shall be wet- cleaned or HEPA vacuumed before leaving the Asbestos Controlled Area.

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -14 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. All accessory equipment shall be moved to the Equipment Room and decontaminated for removal. All free water in contaminated areas retrieved and placed in plastic-lined, leak-tight drums, bags or added to the asbestos waste.

F. Flammable materials, solvents, spray cans, etc. shall be removed at the end of each shift from the asbestos work area daily and shall be stored in a proper storage cabinet.

G. Water supply sources shall be shut down at the valve source at the end of each shift to eliminate water leaks.

3.3 Electricity/Water

A. Electrical power and water shall be supplied by the Awarding Authority at one location at or near the work area. The Contractor is responsible for additional connections, extensions and equipment runs to properly supply each work area with water and power. Temporary power needed for abatement removal shall be provided in accordance with 29 CFR 1926 Construction Industry Safety and Health Standards and each circuit shall be protected by the use of ground fault circuit interrupter (GFCI). The GFCIs source shall be located outside the asbestos control area.

1. The Contractor shall is responsible for installing a GFCI equipped power panel in locations designated by the Supervisor. The power panel shall provide electricity for lighting, equipment and sampling pumps. In general, one location per building or wing will be designated as a power panel source.

2. The Contractor shall provide adequate lighting in accordance with OSHA regulations throughout the work areas to perform abatement, cleaning and inspections. The lighting shall be GFCI protected and the power source shall originate from outside the work area. The lighting shall remain in use until the contractor receives permission from the Awarding Authority to dismantle the lighting.

3. The Awarding Authority shall supply one power source in each building that is sufficient to handle the electrical power requirements of the Contractor.

B. No fuel powered generators will be allowed to supply power to the work areas where abatement takes greater than one day. Small work areas where abatement can be completed in one 8 hour shift may utilize a generator. The use of generators will not be used indoors and shall only be allowed with prior approval from the Awarding Authority’s Representative.

C. The Contractor shall verify that adequate electrical supply is available prior to the commencement of asbestos removal and all active wiring systems within the Asbestos Control Area have been properly identified and tagged as “live”. All extension cords used in the removal Work Site shall be of appropriate rating for the usage.

3.4 Decontamination Facilities

A. Location of both the personnel and waste (optional) decontamination chamber facility shall be determined by the OSHA Competent Person and shall have the approval of the Awarding Authority’s Representative before assembly. It shall be located in such a manner as to provide a minimum of inconvenience to the other building occupants. Both decontamination systems shall be constructed to be secure from unauthorized access and be equipped with locking doors and keys kept by the Awarding Authority’s Representative, Awarding Authority and Contractor's superintendent.

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00-15 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

B. The personnel decontamination facility shall consist of three separate chambers directly attached to each other and the work area. The chambers shall be arranged so that the clean room precedes the shower room, which precedes the equipment room, which precedes the Asbestos Control Area. Each chamber shall not be less than 4 feet wide and seven feet high. Each chamber shall have two flaps (one on each side) that fully cover each opening. The decontamination facilities shall be kept locked while not in use or utilized as an emergency escape exit.

1. The decontamination system shall be so sized that there is a minimum of one shower per 8 workers calculated on the basis of the largest shift and shall have showers supplied with hot and cold water adjustable at the shower and shall contain liquid bath soap, shampoo and clean dry towels in sufficient quality for each worker for each showering.

2. The optional waste decontamination facility, if installed, shall consist of three separate chambers directly attached to each other and the Asbestos Control Area. The chambers shall be arranged so that the exit chamber precedes the wash chamber, which precedes the entry chamber, which precedes the Asbestos Control Area. The wash station shall be equipped with a water supply adjustable in the chamber and an appropriate basin for collection of excess water.

3.5 Removal Within Full Enclosures (Friable Materials)

A. This method shall be utilized for the removal of all thermal system insulation, ceiling systems and friable abatement not covered by small-scale short duration removal (i.e. glove bag).

B. Pre-clean and construct critical barriers by sealing all windows, doors, openings, lighting, open holes and gaps, equipment, panels, controls and HVAC openings with a minimum of one layer of six polyethylene sheeting.

C. The asbestos control work area shall be enclosed and sealed in 2 layers of 6 mil plastic sheeting on the walls and 2 layers of 6 mil plastic sheeting on the floors extending a minimum of 18 inches up the walls. All penetrations on the floor, walls and ceilings shall be initially sealed with 6-mil polyethylene plastic and duct tape. Sealed joints using sprayed adhesive using duct tape.

1. Were thermal system insulation extends into the floors, ceilings and walls, seal the opposite side with polyethylene sheeting and duct tape to fully access and remove the ACMs.

D. Negative air HEPA ventilation system shall be installed and operated in accordance with ANSI Z9.2. All air filtration devices (AFDs) shall be vented outside of the building. Each flexible exhaust ducting shall be exhausted through a sealed solid barrier manifold firmly supported in perimeter window units. AFDs shall be in sufficient quantity to provide a minimum of four (4) air exchanges per hour and a pressure differential of -0.02 inches of water to assure negative pressure are being maintained. The local exhaust system shall be operated continuously, 24 hours a day, until the enclosure of the asbestos control area is removed.

E. Install a 3-stage personnel decontamination unit contiguous to each work area. The Contractor may install a separate waste load out decontamination chamber. The waste loadout chamber shall be a minimum of two stages. The personnel and waste load-out decontamination chambers shall be sealed shut when the other is not in use.

F. Remove and dispose of building materials, including walls and ceilings as required to access the ACMs (above ceilings, in wall). Contaminated materials, including ceiling tiles, solid ceiling and wall materials that cannot be decontaminated shall be removed and disposed of as asbestos waste.

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -16 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

G. Complete asbestos removal, work area cleanup, waste loadout, encapsulation, final inspections and testing as specified herein.

3.6 Glove Bag Removal

A. Seal critical barriers with a minimum of one layer of 6 mil polyethylene sheeting on all doors, windows, openings and other apertures in the designated work areas.

B. Glove bag work shall be coordinated so that the removal is performed within an existing negative pressure work area. Negative air filtration units shall be situated in the work area and be exhausted outside. Construct a 3-stage decontamination system at the entrance to the glove bag work area (where feasible). A 2-stage decontamination chamber can be utilized upon approval by the Awarding Authority’s Representative and incorporate a remote 3-stage decontamination system.

C. Pre-clean floor area immediately below the designated caulking to be removed. Place one layer of 6 mil plastic sheeting on walls, floor and ceiling, surrounding the window area to form a tent. Entire rooms or areas may be within the asbestos control area by sealing each porous floor and wall surface.

D. Remove designated caulkin utilizing standard glove bag procedures as described by glove bag manufacturer’s methodology. A HEPA vacuum shall be utilized to evacuate the glove bag prior to bag removal.

E. Remove drop sheeting from the floor and dispose as asbestos waste. Wet-wipe and HEPA vacuum the floor area, abated and surrounding surfaces free of dust and debris.

G. Remove, clean surfaces free of debris, conduct final visual inspections and post abatement air sampling as outlined herein.

3.9 Mini-Containments

A. Removal of less than 25 linear or square feet of ACM may be performed within a mini- containment. The mini-containment shall be erected consisting of pre-cleaning, sealing critical barriers using one layer of polyethylene sheeting to erect the work area.

B. A one-stage decontamination unit (change room) shall be constructed contiguous to the work area. HEPA-vacuums and HEPA-filtered fan units shall be utilized. Surfaces shall be cleaned free of dust and debris.

C. Remove, clean surfaces free of debris, conduct final visual inspections and post abatement air sampling as outlined herein.

3.10 Decontamination of Work Site

A. Upon completion of asbestos removal, the Asbestos Controlled Area shall undergo complete decontamination procedures as described below prior to visual inspection by Awarding Authority's Representative.

B. After completion of successive cleaning operations, the Awarding Authority’s Representative shall perform a complete visual inspection of the Asbestos Controlled Area to ensure that it is dust free. The sequence of wet cleaning and vacuuming shall be repeated until the Awarding Authority’s Representative observes no visible residue in the Asbestos Controlled Area.

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00-17 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

C. Upon passing of the visual inspection, the Contractor shall encapsulate the outer layer of polyethylene sheeting which has been used to cover walls, floors and/or non-removable fixtures and dispose of the plastic sheeting as asbestos waste. The removal surfaces shall be encapsulated at this time. The Awarding Authority’s Representative may inspect the encapsulation and require additional spraying.

3.11 Transportation and Disposal

A. All routes through the building and exterior walkways to be used for the transportation of contaminated wastes shall be at the direction of the Awarding Authority and Awarding Authority's Representative.

B. During waste load out activities, the contractor shall restrict public access through the waste load out route. Seal off or use barrier tape to restrict access. Surfaces within the waste load out route shall be left free of debris and water leaks and spills. The contractor is responsible for cleanup activities of spills and contamination.

C. Asbestos waste will be removed from the work site daily whenever possible. Provisions for temporary on-site storage (dumpster) will be allowed only with the approval of the Awarding Authority. The Awarding Authority shall approve the location of the on-site dumpster. Other wise, all waste will be transported to the contractor's TSD (Transfer, Storage, Disposal Facility) or directly to the designated landfill.

1. The waste dumpster (cargo hold) shall be properly labeled with asbestos signs and locked to prevent access.

2. The waste dumpster or truck body used to haul friable asbestos waste shall be metal lined on all six sides of the container.

C. The cargo area of the waste truck/waste trailer or dumpster shall be free of debris and lined with 6-mil plastic sheeting on the walls and floors. If asbestos waste is transported only in sealed clean drums, then plastic sheeting may not be required.

D. No visible discharge of wastewater shall be permitted from the waste truck. Where water discharge is found, all removal activities will cease. Work shall not begin until the contaminated Work Site is cleaned, and the cause of the leak rectified.

E. No materials shall be thrown from windows or doors of buildings. Building waste system shall not be used to remove refuse. Premises shall be left neat and clean after each work shift.

F. The contractor will present the Awarding Authority’s Representative with a waste log of quantities of waste removed on a daily basis.

3.12 Disposal of Contaminated Waste

A. Procedures for hauling and disposal of asbestos waste shall comply with 40 CFR 61, Subpart M, 40 CFR 141 and 257, and State of Massachusetts Department of Environmental Protection Solid Waste Rules, regional, and local standards. The landfills to be utilized shall be pre- approved by the Awarding Authority.

B. The asbestos Contractor shall obtain trip tickets (waste shipment records) at the landfill to document disposal of all asbestos and/or solvent waste. The landfill operator shall sign trip tickets and copies shall be submitted with the waste manifests.

C. Waste Shipment Records (manifests) including the names of the building, Awarding Authority, BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -18 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Contractor and disposal Site, the estimated quantity of asbestos waste, and the type and numbers of containers used shall be completed, signed by a officer of the contracted abatement firm and notarized to provide appropriate documentation of waste disposal. The waste manifest shall show the chain of custody for the material, appropriate quantities and respective dates. These manifests shall be submitted to the Awarding Authority’s Representative in triplicate after the completion of each waste disposal sequence.

D. When a rental vehicle is used to transport asbestos waste, the Contractor shall provide the Awarding Authority with a written statement as to the intended use of the vehicle. Copies of the statement shall be submitted to the Awarding Authority’s Representative and Awarding Authority.

3.13 Re-Establishment of the Work Area and Building Systems

A. Reestablishment of the work area shall occur only after the completion of cleaning procedures, and after clearance air monitoring has been performed and documented by the Awarding Authority’s Representative to the satisfaction of the Awarding Authority. No extra cost will be allowed for additional site visits to complete the punch list items.

B. The following steps shall be taken prior to project completion after completing clearance testing unless not required by the Awarding Authority and General Contractor.

1. Polyethylene wall, floor and critical barrier coverings shall be misted with amended water and then removed and handled as contaminated ACM waste. Bag and dispose of polyethylene sheeting as ACM waste.

2. The Contractor and Awarding Authority’s Representative shall jointly inspect the floors and walls for any visible asbestos residue. If present, additional cleaning by HEPA vacuuming and wet wiping may be required of the Contractor and sampling procedures may be performed.

3. Following satisfactory inspection of floors and walls, all remaining polyethylene barriers and coverings, including the decontamination facilities, may be removed and handled as asbestos waste.

4. The Contractor shall complete the work items outlined in a punch list after the Awarding Authority and Awarding Authority’s Representative final inspection in order to complete the requirements of the Project and Contract.

5. The Project shall not be deemed complete until the contractor in accordance with the Contract Documents and to the Awarding Authority’s satisfaction has completed each punch list item identified by the Awarding Authority and Awarding Authority’s Representative.

END OF SECTION

BID SET 02/17/2016 ASBESTOS ABATEMENT 02 42 00-19 CHELSEA CITY HALL – HEALTH & HUMAN SERVICES RENOVATION Chelsea, Massachusetts 02150 Project No. 1801.00

THIS PAGE INTENTIONALLY LEFT BLANK

BID SET ASBESTOS ABATEMENT 02/17/2016 02 42 00 -20 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 02 83 10

LEAD-BASED PAINT AWARENESS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. General Provisions of Contract, including General Supplementary Conditions shall apply to this Section.

B. Contract Document Drawings prepared by Context Architecture.

SUMMARY OF WORK

1.2

A. Work of this Section includes requirements for worker protection and waste disposal related to demolition involving lead-based paint (LBP)-coated building components and surfaces (the “Work) at the Chelsea City Hall Clock Tower in Chelsea, Massachusetts (the “Site”).

B. The procedures referenced herein shall be utilized during required demolition work specified elsewhere, that may impact building components coated with LBP. It is assumed that certain elements of the existing structure that were painted may be coated with LBP.

C. Work impacting LBP- coated components may result in dust and debris exposing workers to levels of lead above the Occupational Safety and Health Administration’s (OSHA) Action Level. Worker protection, training, and engineering controls referenced herein shall be strictly followed, until completion of exposure assessment with results indicating exposures below the “Action Level”. This Section does not involve lead abatement, but identified worker protection requirements for trades involved in the demolition and disposal procedures if LBP is involved in the demolition waste stream.

D. Construction activities disturbing surfaces coated with LBP that are likely to be employed, such as demolition, sanding, grinding, welding, cutting, and burning, have been known to expose workers to levels of lead in excess of the OSHA Permissible Exposure Limit (PEL). All work specified in the Contract Documents shall also be in conformance with this Section. DEFINITIONS

1.3

A. The following definitions relative to LBP shall apply:

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Action Level (AL) - The allowable employee exposure, without regard to use of respiratory protection, to an airborne concentration of lead over an eight (8)-hour time- weighted average (TWA) as defined by OSHA. The current action level is thirty micrograms per cubic meter (30 µg/m3) of air. 2. Architect - Context Architecture. 3. Area Monitoring - The sampling of lead concentrations, which is representative of the airborne lead concentrations that may reach the breathing zone of personnel potentially exposed to lead. 4. Biological Monitoring - The analysis of a person’s blood and/or urine, to determine the level of lead concentration in the body. 5. CDC - The Center for Disease Control. 6. Change Room - An area provided with separate facilities for clean protective work clothing and equipment and for street clothes, which prevents cross-contamination. 7. Competent Person - A person employed by the Contractor who is capable of identifying existing and predictable lead hazards in the surroundings or working conditions, and who has authorization to take prompt corrective measures to eliminate them as defined by OSHA. 8. Consultant - Fuss & O’Neill EnviroScience, LLC. 9. EPA - The United States Environmental Protection Agency. 10. Exposure Assessment - An assessment conducted by an employer to determine if any employee may be exposed to lead at or above the AL. 11. High-Efficiency Particulate Air (HEPA) - A type of filtering system capable of filtering out particles of 0.3 microns diameter from a body of air at 99.97% efficiency or greater. 12. HUD - The United States Housing and Urban Development. 13. Lead - Refers to metallic lead, inorganic lead compounds, and organic lead soaps. Excluded from this definition are other organic lead compounds. 14. Lead Work Area - An area enclosed in a manner to prevent the spread of lead dust, paint chips, or debris resulting from LBP disturbance. 15. Lead-Based Paint - Refers to paints, glazes, and other surface coverings containing a toxic level of lead. 16. MSHA - The Mine Safety and Health Administration. 17. NARI - The National Association of the Remodeling Industry. 18. NIOSH - The National Institute of Occupational Safety and Health. 19. OSHA - The Occupational Safety and Health Administration. 20. Owner - City of Chelsea. 21. Permissible Exposure Limit (PEL) - The maximum allowable limit of exposure to an airborne concentration over an 8-hour TWA, as defined by OSHA. The current PEL for 3 lead is fifty (50) µg/m of air. Extended workdays lower the PEL by the formula: PEL equals 400 divided by the number of hours of work. 22. Personal Monitoring - Sampling of lead concentrations within the breathing zone of an employee to determine the 8-hour TWA concentration in accordance with OSHA Title 29 CFR, Parts 1910.1025 and 1926.62. Samples shall be representative of the employee’s work tasks. Breathing zone shall be considered an area within a sphere with a radius of eighteen (18) inches and centered at the nose or mouth of an employee.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 2 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

23. Resource Conservation and Recovery Act (RCRA) - RCRA establishes regulatory levels of hazardous chemicals. There are 8 heavy metals of concern for disposal: arsenic, barium, cadmium, chromium, lead, mercury, selenium, and silver. Six (6) of the metals are typically in paints, excluding selenium and silver. 24. SDS - Safety Data Sheets. 25. Toxic Level of Lead - A level of lead, when present in dried paint or plaster, contains more than 0.50% lead by dry weight as measured by atomic absorption spectrophotometry (AAS) or 1.0 milligram per square centimeter (mg/cm2) as measured by on-site testing utilizing an x-ray fluorescence analyzer. 26. Toxicity Characteristic Leaching Procedure (TCLP) - The EPA required sample preparation and analysis method for determining the hazard characteristics of a waste material. 27. TWA - Time-Weighted Average.

1.4 REGULATIONS AND STANDARDS

A. The following regulations, standards, and ordinances of federal, state, and local agencies are applicable and made a part of this specification by reference:

1. American National Standards Institute (ANSI) a. ANSI 288.2 - 1980 Respiratory Protection

2. Code of Federal Regulation (CFR)

a. Title 29 CFR, Part 1910.134 - Respiratory Protection b. Title 29 CFR, Part 1910.1025 - Lead c. Title 29 CFR, Part 1910.1200 - Hazard Communication d. Title 29 CFR, Part 1926.55 - Gases, Vapors, Fumes, Dusts, and Mists e. Title 29 CFR, Part 1926.57 - Ventilation f. Title 29 CFR, Part 1926.59 - Hazard Communication in Construction g. Title 29 CFR, Part 1926.62 - Lead in Construction Interim Final Rule h. Title 40 CFR, Parts 124 and 270 - Hazardous Waste Permits i. Title 40 CFR, Part 172 - Hazardous Materials Tables and Communication Regulations j. Title 40 CFR, Part 178 - Shipping Container Specifications k. Title 40 CFR, Part 260 - Hazardous Waste Management Systems: General l. Title 40 CFR, Part 261 - Identification and Listing of Hazardous Waste m. Title 40 CFR, Part 262 - Generators of Hazardous Waste n. Title 40 CFR, Part 263 - Transporters of Hazardous Waste o. Title 40 CFR, Part 264 - Owner and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities p. Title 40 CFR, Part 265 - Interim Statutes for Owner and Operators of Hazardous Waste Treatment, Storage, and Disposal Facilities q. Title 40 CFR, Part 268 - Lead Disposal Restrictions r. Title 49 CFR, Parts 170 - 180 Hazardous Wastes

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3. Underwriters Laboratories, Inc. (UL)

a. UL586 - 1990 High Efficiency Particulate Air Filter Units

1.5 QUALITY ASSURANCE

A. Hazard Communication Program

1. The Contractor shall establish and implement a Hazard Communication Program as required by OSHA Title 29 CFR, Part 1926.59.

B. Compliance Plan (Site-Specific)

1. The Contractor shall establish a written compliance plan, which is specific to the Site, to include the following:

a. A description of work activity involving LBP disturbance including equipment used, material included, controls in place, crew size, employee job responsibilities, operating procedures, and maintenance practices. b. Methods of engineering controls to be used to control lead exposure. c. The proposed technology the Contractor will implement in meeting the PEL. d. Air monitoring data documenting the source of lead emissions. e. A detailed schedule for implementing the program, including documentation of appropriate supply of equipment, etc. f. Proposed work practice which establishes proper protective work clothing, housekeeping methods, hygiene facilities, and practices. g. Worker rotation schedule, if proposed, to reduce TWA. h. A description of methods for informing workers of potential lead exposure.

C. Hazardous Waste Management

1. The Contractor shall establish a Hazardous Waste Management Plan, which shall comply with applicable regulations and address the following:

a. Identification of hazardous wastes. b. Estimated quantity of waste to be disposed. c. Names and qualifications of each subcontractor who will be transporting, storing, treating, and disposing of wastes. d. Disposal facility location and 24-hour point of contact. e. Establish EPA state hazardous waste and identification numbers, if applicable. f. Names and qualifications (experience and training) of personnel who will be working on-site with hazardous wastes. g. List of waste handling equipment to be used in performing the work to include cleaning, volume reduction, if applicable, and transport equipment. h. Qualifications of laboratory to be utilized for TCLP sampling and analysis, if applicable. i. Spill Prevention, Containment, and Countermeasure (SPCC) plan.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

j. Work plan and schedule for waste containment, removal, treatment, and disposal.

D. Medical Examinations

1. Before exposure to lead-contaminated dust, provide workers with a comprehensive medical examination as required by OSHA Title 29 CFR, Parts 1910.1025 and 1926.62. 2. The examination shall not be required if adequate records show that employees have been examined as required by OSHA Title 29 CFR, Part 1926.62 within the last year. 3. Medical examination shall include, at a minimum, biological monitoring and approval to wear respiratory protection.

E. Training

1. The Contractor shall ensure that workers are trained to perform LBP disturbing activities and disposal operations prior to the start of work, in accordance with OSHA Tile 29 CFR, Part 1926.62.

F. Respiratory Protection Program

1. The Contractor shall furnish each employee required to wear a negative pressure respirator with a respirator fit test at the time of initial fitting and at least once every 6 months thereafter, as required by OSHA Title 29 CFR, Part 1926.62. 2. The Contractor shall establish a Respiratory Protection Program in accordance with ANSI Z88.2 and OSHA Title 29 CFR, Parts 1910.134 and 1926.62.

1.6 SUBMITTALS

A. The Contractor shall submit to the Consultant, in one complete package, the following prior to the pre-construction meeting and at least ten (10) business days before the start of the Work:

1. Submit a schedule to the Owner and the Consultant, which defines a timetable for executing and completing the project, including work area preparations, removal, cleanup, and decontamination. 2. Submit a current, valid certificate of insurance. 3. Submit the name and address of the hauling contractor and location of the landfill to be used. Also, submit current valid operating permits and certificates of insurance for the transporter and landfill. 4. Submit the plans and construction details for the decontamination systems and the isolation of the work areas as may be necessary for compliance with this Section and applicable regulations. 5. Submit copies of medical records for each employee to be used on the project, including results of biological monitoring and a notarized statement by the examining physician that such an examination occurred. 6. Submit valid training certificates for each employee to be used on the project.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

7. Submit a successful respirator fit testing record performed by a qualified individual within the previous six months for each employee to be used on this project. The employee’s name and social security number must be provided with each record. 8. Submit the name and address of the Contractor’s blood lead testing lab, OSHA CDC listing, and state certification. 9. Submit detailed product information on all materials and equipment proposed for demolition work on this project. 10. Submit pertinent information regarding the qualifications of the Project Supervisor (competent person) for this project, as well as a list of past projects completed. 11. Submit a chain-of-command for the project. 12. Submit a site-specific Emergency Action Plan for the project. 13. Submit a written, site-specific Respiratory Protection Program for employees, including make, model, and NIOSH approval numbers of respirators to be used at the Site (if applicable). 14. No work on the Site will be allowed to begin until the Owner and the Consultant, as listed herein, accept the Pre-Construction Submittals. Any delay caused by the Contractor’s refusal or inability to submit this documentation accurately, completely, and in a timely manner does not constitute a cause for change order or a time extension.

B. The following shall be submitted to the Consultant during the Work:

1. Results of personal air sampling. 2. Training and medical records for new employees to start Site work (24-hours in advance).

C. The following shall be submitted to the Consultant at the completion of the Work:

1. Copies of all air sampling results. 2. Contractor logs. 3. Copies of manifests and receipts acknowledging disposal of all waste material from the project showing delivery date, quantity, and appropriate signature of landfill’s authorized representative.

1.7 PERSONAL PROTECTION

A. Exposure Assessment

1. The Contractor shall determine if any worker will be exposed to lead at or above the AL. 2. The exposure assessment shall identify the level of exposure a worker would be subjected to without respiratory protection. 3. The exposure assessment shall be achieved by obtaining personal air monitoring samples representative of a full shift, at least an 8-hour TWA. 4. During the period of the exposure assessment, the Contractor shall institute the following procedures for protection of workers:

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

a. Protective clothing shall be utilized b. Respiratory protection c. Change areas shall be provided d. Hand washing facilities and shower shall be provided e. Biological monitoring f. Training of workers

B. Respiratory Protection

1. The Contractor shall furnish appropriate respirators approved by NIOSH/MSHA for use in atmospheres containing lead dust. 2. Respirators shall comply with the requirements of OSHA Title 29 CFR, Part 1926.62. 3. Workers shall be instructed in all aspects of respiratory protection. 4. The Contractor shall have an adequate supply of HEPA-filter cartridges and spare parts on-site for all types of respirators in use. 5. The following minimum respirator protection for use during paint removal or demolition of components and surfaces with LBP shall be the half-face, air-purifying respirator with a minimum of dual P100 filter cartridges (for exposures not in excess of 500 µg/m3 or 10 x PEL).

C. Protective Clothing

1. Personal protective clothing shall be provided for all workers, supervisors, and authorized visitors entering the work area. 2. Each worker shall be provided daily with a minimum of two (2) complete disposable coverall suits. 3. Removal workers shall not be limited to 2 coveralls, and the Contractor shall supply additional coveralls as necessary. 4. Under no circumstances shall anyone entering the abatement area be allowed to re-use a contaminated disposable suit. 5. Disposable suits (TYVEK™ or equivalent) and other personal protective equipment (PPE) shall be donned prior to entering a lead work area. A change room shall be provided for workers to don suits and other PPE with separate areas to store street clothes and personal belongings. 6. Eye protection for personnel engaged in lead operations shall be furnished when the use of a full-face respirator is not required. 7. Goggles with side shields shall be worn when working with power tools, a material that may splash or fragment, or if protective eye wear is specified on the SDS for a particular product to be used on the project.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.8 PERSONAL MONITORING

A. General

1. The Contractor shall be required to perform the personal air sampling activities during LBP disturbing work. The results of such air sampling shall be posted, provided to individual workers, and submitted to the Client, as described herein.

B. Air Sampling

1. Air samples shall be collected for the duration of the work shift or for 8 hours, whichever is less. Personal air samples need not be collected every day after the first day, if working conditions remain unchanged, but must be collected each time there is a change in removal operations, either in terms of the location or in the type of work. Sampling will be used to determine the 8-hour TWA. The Contractor shall be responsible for personal air sampling as outlined in OSHA Title 29 CFR, Parts 1910.1025 and 1926.62. 2. Air sampling results shall be reported to individual workers, in written form, no more than 48 hours after the completion of a sampling cycle. The reporting document shall list each sample’s result, sampling time and date, personnel monitored and their social security numbers, flow rate, sample duration, sample yield, cassette size, and analyst’s name and company, and shall include an interpretation of the results. Air sample analysis results will be reported in µg/m3.

C. Testing Laboratory

1. The Contractor’s testing lab shall be currently participating in AIHA’s Environmental Lead Laboratory Accreditation Program (ELLAP). The Contractor shall submit to the Consultant for review and acceptance, the name and address of the laboratory, certification(s) of AIHA participation, a listing of relevant experience in air lead analysis, and presentation of a documented Quality Assurance and Quality Control Program.

PART 2 - PRODUCTS

2.1 GENERAL

A. Any substitution in materials, equipment, or methods to those specified shall be approved by the Owner and Consultant prior to use. Any requests for substitution shall be provided in writing to the Owner and Consultant. The request shall clearly state the rationale for the substitution.

B. Submit to the Owner and Consultant product data for all materials and equipment and samples of all materials to be considered as an alternate.

BIDD SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Product data shall consist of manufacturer catalog sheets, brochures, diagrams, schedules, performance charts, illustrations, SDS, and other standard descriptive data. Submittal data shall be clearly marked to identify pertinent materials, products, or equipment and show performance characteristics and capacities.

D. Samples shall be of sufficient size and quantity to clearly illustrate the functional characteristics of the product or material with integrally related parts and attachment devices.

2.2 MATERIALS AND PRODUCTS

A. Deliver all materials in the original packages, containers, or bundles bearing the name of the manufacturer and the brand name and product technical description.

B. Damaged or deteriorating materials shall not be used and shall be removed from the premises.

C. The Contractor shall have available sufficient inventory or dated purchase orders for materials necessary for the project including protective clothing, respirators, filter cartridges, polyethylene (poly) sheeting of proper size and thickness, tape, and air filters.

D. Materials

1. Poly sheeting in a roll size to minimize the frequency of joints shall be delivered to the Site with factory label indicating 6-mil. 2. Poly disposable bags shall be 6-mil. Tie wraps for bags shall be plastic, five (5)-inches long (minimum), pointed and looped to secure filled poly bags. 3. Tape or spray adhesive will be capable of sealing joints in adjacent poly sheets and for attachment of poly sheeting to finished or unfinished surfaces of dissimilar materials and capable of adhering onto both dry and wet conditions, including use of amended water. 4. Impermeable containers are to be used to receive and retain any lead-containing or lead- contaminated materials until disposal at an acceptable disposal site. The containers shall be labeled in accordance with EPA and DOT standards. 5. HEPA-filtered exhaust systems shall be used during powered dust-generating removal operations. The use of powered equipment without HEPA exhaust systems in-place on this Site is prohibited.

2.3 TOOLS AND EQUIPMENT

A. Provide suitable tools for all LBP disturbing operations.

B. The Contractor shall provide (as needed) temporary electrical power panels, electrical power cables, and electrical power sources (such as generators). Any electrical connection work affecting the building electrical power system shall be performed by a Commonwealth of Massachusetts-licensed electrician.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Vacuum units, of suitable size and capacities for the project, shall have HEPA filter(s) capable of trapping and retaining 99.97% of all mono-dispersed particles of 0.3 micrometers in diameter.

D. The Contractor will have reserve units so that system will operate continuously.

PART 3 - EXECUTION

3.1 PRE-CONSTRUCTION MEETING

A. At least one week prior to the start of work, a Pre-Construction Meeting will be scheduled and must be attended by the Contractor and any Subcontractors. The assigned Contractor Site Supervisor must attend this meeting.

B. The Contractor shall present a detailed project schedule and project submittal package at the Pre-Construction Meeting. Variations, amendments, and corrections to the presented schedule will be discussed, and the Owner and Consultant will inform the Contractor of any scheduling adjustments for this project.

C. Following the Pre-Construction Meeting, the Contractor shall submit a revised schedule (if needed) no later than one week after the meeting.

3.2 WORKER PROTECTION/TRAINING

A. The Contractor shall provide appropriate training, PPE, and biological monitoring for each worker and ensure proper usage during potential lead exposure and the initial exposure assessment.

3.3 CONTRACTOR’S RESPONSIBILITIES

A. The Contractor shall be responsible for establishing and maintaining controls referenced herein to prevent lead contamination outside the lead work area.

B. The Contractor shall also be responsible for conducting work with applicable federal, state, and local regulations as referenced herein.

3.4 WORKER HYGIENE PRACTICES (Required during initial exposure assessment and if results of air sampling are above OSHA AL)

A. Work Area Entry

1. Workers shall don PPE, including respiratory protection, disposable coveralls, gloves, headgear, and footwear, prior to entering the work area.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Work Area Departure

1. While leaving respirators on, workers shall remove all gross contamination, debris, and dust from disposable coveralls and proceed to change room to remove coveralls and footwear and place in hazardous waste disposal container.

C. Hand-Washing Facilities

1. All workers must wash their hands and faces upon leaving the work area.

D. Equipment

1. All equipment used by workers inside the work area shall be wet-wiped or bagged for later decontamination before removal from the work area.

E. Prohibited Activities

1. Under no circumstances shall workers eat, drink, smoke, chew gum or tobacco, apply cosmetics, or remove their respirators in the work area.

F. Shock Hazards

1. The Contractor shall be responsible for using safe procedures to avoid electrical hazards. All temporary electrical wiring will be protected by ground-fault circuit interrupters (GFCI).

3.5 LEAD WORK AREA (Required during initial exposure assessment and if results of air sampling are above OSHA AL)

A. The Contractor shall place lead warning signs at all entrances and exits from the work area. Signage shall be a minimum of 20” x 14” and shall state the following:

WARNING LEAD WORK AREA POISON NO SMOKING OR EATING OR DRINKING UNAUTHORIZED ENTRY PROHIBITED

B. The Contractor shall designate a change room as specified in this Section. The change room shall consist of 2 layers of 6-mil poly sheeting on the floor surface adjacent to the lead work area. The change room shall have separate storage facilities for street clothes to avoid cross- contamination.

C. The Contractor shall provide potable water for hand and face washing.

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

D. The Contractor shall place 6-mil poly sheeting on floor/ground surfaces prior to beginning removal work to facilitate clean-up.

3.6 WORK AREA CLEAN-UP

A. The Contractor shall remove all loose chips and debris from floor surfaces and place in hazardous waste disposal bags.

B. The Contractor shall clean adjacent surfaces using a HEPA-filtered vacuum equipment to remove dust and debris.

C. Poly sheeting shall be cleaned and properly disposed as general construction and demolition waste.

3.7 WASTE DISPOSAL

A. The Contractor’s contractual liability shall be the proper disposal of all non-hazardous wastes generated at the Site in accordance with all applicable federal, state, and local regulations as referenced herein.

1. The Contractor shall be responsible for collecting a waste characterization sample for TCLP analysis, as is required by the disposal site. Results of the TCLP analysis shall be forwarded by the Contractor to the Consultant prior to the waste being transported off- Site.

3.8 CONSULTANT

A. The Owner may retain a Consultant for the purpose of construction administration and project monitoring during demolition work at the Site.

B. The Consultant will represent the Owner in all tasks of the project at the discretion of the Owner.

END OF SECTION

BID SET LEAD-BASED PAINT AWARENESS 06/03/2020 02 83 10 - 12 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 01 10

MASONRY CLEANING

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of masonry cleaning as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Cleaning general soiling from brick, cast stone and terra cotta masonry using chemical cleaners and pressurized water rinsing. 2. Cleaning heavy soiling from brick, cast stone and terra cotta masonry using chemical cleaners and pressurized water rinsing. 3. Removing iron stains from masonry using chemical removers and water rinsing. 4. Removing copper stains from masonry using chemical removers and water rinsing. 5. Removing efflorescence from masonry using poultices and water rinsing. 6. Removing sealant and sealant residue from masonry using mechanical methods followed by chemical strippers and water rinsing. 7. Removing paint from masonry using chemical strippers and water rinsing. 8. Protecting openings in building exterior from water entry before beginning masonry cleaning.

B. Related Work Specified Elsewhere

1. Section 04 05 13.91 – Masonry Pointing 2. Section 04 01 20.91 – Brick Masonry Restoration 3. Section 04 01 25.91 – Terra Cotta Masonry Restoration 4. Section 04 72 00 – Cast Stone Restoration 1.3 QUALITY ASSURANCE

A. Masonry Cleaning Specialist: Award masonry cleaning work to a firm regularly engaged in cleaning masonry on historic buildings that can demonstrate to Owner’s satisfaction that, within previous ten years, the firm has successfully completed at least five projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Masonry cleaning shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Masonry

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Cleaning Specialist. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Masonry cleaning shall be carried out by a steady crew of skilled mechanics who are thoroughly experienced with materials and methods specified and have a minimum of three years’ experience cleaning masonry on historic buildings similar to the work required by this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at shop and at Project site during all periods when work of this Section is being performed in each location. In each case in which there is conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. American Institute for Conservation of Historic & Artistic Works (AIC), Code of Ethics and Guidelines for Practice. 2. United States Secretary of the Interior, Standards for Rehabilitation and Guidelines for Rehabilitating Historic Buildings.

D. Alternate Masonry Cleaning Methods: If Contractor proposes use of cleaning procedures and products other than those specified and Architect or Restoration Consultant gives preliminary approval following required submittals, Contractor shall perform tests and create mock-ups demonstrating ability of proposed products and procedures to produce specified cleaning results and for comparison with specified mock-ups at no additional cost. No alternate method shall be permitted until Architect or Restoration Consultant has approved it.

E. Daily Log: Contractor shall keep onsite and available for inspection a daily log describing masonry cleaning operations. Log shall record temperature at beginning and ending of work, weather conditions, whether masonry was wet or dry prior to beginning work, personnel on site, areas cleaned and procedures used, areas inspected and accepted, and other relevant information.

F. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Extent of Access: Provide Architect or Restoration Consultant with hands- on access to areas in which testing and mock-ups are being conducted and to each and every area of masonry surface that has been cleaned. No approval of masonry cleaning will be given before Architect or Restoration Consultant is provided hands-on access to all surfaces that have been cleaned. Provide access for reinspection of all areas where masonry cleaning work was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Architect or Restoration Consultant with hands-on access to each and every surface of masonry that has been cleaned and to each and every masonry surface that has been cleaned after previous cleaning work was rejected, Contractor reinstall means of access to provide for close-up inspection by Architect or Restoration Consultant at no additional cost to Owner.

G. Building Elevations Showing Masonry Cleaning Progress: On large-scale mounted elevations of the building indicate daily the following: areas currently being cleaned, areas previously cleaned but not yet accepted by Architect or Restoration Consultant, and areas cleaned and accepted by Architect or Restoration Consultant. Indicate required information using visual means acceptable to Architect or Restoration Consultant.

H. Measurements of Existing Conditions: Measure and record conditions at Project site to allow assessment of conditions during masonry cleaning work.

1. Temperature Measurement: Measure temperature before beginning and during progress of work of this Section as required to ensure compliance with all specified conditions and manufacturer’s recommendations for masonry cleaning. 2. pH Measurement: Measure pH of masonry surfaces following chemical cleaning using non-staining litmus paper or litmus strips with appropriate range to ensure that each surface has been properly neutralized.

I. Prohibited Materials and Methods: The following methods are strictly prohibited and shall not be used for work of this Contract: sandblasting, steam (except as specifically indicated herein and approved by Architect or Restoration Consultant), and use of nonproprietary acids, alkalis, and other products not formulated specifically as products for masonry cleaning.

J. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect or Restoration Consultant’s approval.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least five completed projects similar in size, scope, and character to the work required on this Project. For each project list project name, address, architect or restoration consultant, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Work Description: Prior to any masonry cleaning work on site, submit detailed description of proposed materials and procedures for each substrate and condition requiring masonry cleaning. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Do not begin work on site until work description has been approved in writing. Description for each condition shall include, but not be limited to:

1. Cleaning: Materials, methods, tools, and equipment for each type of masonry cleaning specified herein. 2. Protection: Description, including drawings, of proposed materials and methods of protection for preventing harm, damage, and deterioration caused by work of this Section to persons (whether involved in the Work or not); building elements, materials, and finishes; surrounding plants, landscape, and site; and the environment (including air and water). 3. Alternate Masonry Cleaning Methods and Materials (If Any): Contractor proposed alternate methods and materials (if any) to those specified for any phase of masonry cleaning. Provide evidence of successful use on comparable projects and demonstrate effectiveness for use on this Project.

D. Product Data: Submit manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

E. Schedule of Masonry Cleaning: Prior to commencing masonry cleaning operations, submit a complete detailed schedule for testing and mock-ups and for completion of masonry cleaning.

1. Provide schedule in visual form and in 8-1/2 by 11 inch format or foldout therefrom. 2. After masonry cleaning operations commence, submit updated schedule on a weekly basis.

F. Waste Disposal Program: Prior to commencing masonry cleaning operations, submit a written description of proposed materials and methods for collection, treatment, and disposal of wastes resulting from masonry cleaning operations.

G. Daily Log: Submit copy of daily log to Architect or Restoration Consultant each week.

H. Testing and Mock-Ups: Prepare test panels and mock-ups as described in Articles “Testing” and “Mock-Ups,” below.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.5 TESTING

A. General: Before beginning mock-ups or general masonry cleaning work, test cleaning and coating removal methods on sample areas to determine most effective product and procedure for cleaning each substrate and for removing each type of coating from each substrate. Do not proceed with mock-ups or general masonry cleaning work until Architect or Restoration Consultant has approved results of testing in writing.

1. Perform tests in locations directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of testing. 3. Architect or Restoration Consultant will monitor testing. No testing done in absence of Architect or Restoration Consultant will be accepted. 4. Use crew that will perform the work and follow requirements of this Section. 5. All materials, dilutions, dwell times, and procedures are subject to modification by Architect or Restoration Consultant during testing process. Architect or Restoration Consultant will choose products and procedures to be used for cleaning masonry and for removing soiling and coatings based on results of test panels. Modifications of sequence, chemical dilution, substitute reagents, and equivalent procedures shall be executed at no additional cost.

a. Do not apply products to masonry surfaces without verifying dilution with Architect or Restoration Consultant.

6. After test panels are complete, allow seven days for thorough drying and appearance of possible adverse effects prior to final evaluation. 7. Perform additional testing as necessary to determine proper chemicals and procedures, including dilutions and dwell times, to Architect’s or Restoration Consultant’s satisfaction.

B. Provide the Following Test Panels

1. Cleaning General Soiling from Brick Masonry Using Chemical Cleaners and Pressurized Water Rinsing: Prepare at least one 2-sq.-ft. test panel for each product specified for testing. Prepare additional test panels using different products, application procedures, dwell times, and removal procedures as directed. 2. Cleaning General Soiling from Cast Stone Masonry Using Chemical Cleaners and Pressurized Water Rinsing: Prepare at least one 2-sq.-ft. test panel for each product specified for testing. Prepare additional test panels using different products, application procedures, dwell times, and removal procedures as directed. 3. Cleaning General Soiling from Terra Cotta Masonry Using Chemical Cleaners and Pressurized Water Rinsing: Prepare at least one 2-sq.-ft. test panel for each product specified for testing. Prepare additional test panels using different products, application procedures, dwell times, and removal procedures as directed. 4. Cleaning Heavy Soiling from Masonry Using Chemical Cleaners and Pressurized Water Rinsing: Prepare at least one 2-sq.-ft. test panel for each masonry material and product specified for testing. Prepare additional test panels using different products, application procedures, dwell times, and removal procedures as directed.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

5. Removing Iron Stains from Masonry Using Chemical Removers and Water Rinsing: Prepare at least one test panel, 1-sq.-ft. or size of stain, whichever is smaller, on each type of masonry from which iron stains are to be removed using each chemical remover specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed. 6. Removing Copper Stains from Masonry Using Chemical Removers and Water Rinsing: Prepare at least one test panel, 1-sq.-ft. or size of stain, whichever is smaller, on each type of masonry from which copper stains are to be removed using each chemical remover specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed. 7. Removing Efflorescence from Masonry Using Poultices and Water Rinsing: Prepare at least one 1-sq.-ft. test panel on each type of masonry from which efflorescence is to be removed using poultice specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed. 8. Removing Asphalt and Adhesive Residue from Masonry Using Chemical Strippers and Water Rinsing: Prepare at least one test panel, 1-sq.-ft. or size of asphalt or adhesive, whichever is smaller, on each type of masonry from which asphalt and adhesive is to be removed using each remover specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed. 9. Removing Sealant Residue from Masonry Using Chemical Strippers and Water Rinsing: Prepare at least one test panel at least 16 inches long by width of sealant on each type of masonry from which sealant residue is to be removed using each remover specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed. 10. Removing Paint from Masonry Using Chemical Strippers and Water Rinsing: Prepare at least one 1-sq.-ft. test panel on each type of masonry from which paint is to be removed using each chemical stripper specified for testing. Provide additional test panels using different products, application methods, dwell times, and removal methods as directed.

1.6 MOCK-UPS

A. General: Following completion of testing and before beginning general masonry cleaning work, prepare mock-ups to provide standards for work of this Section. Do not proceed with masonry cleaning until Architect or Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of each mock-up. 3. Architect or Restoration Consultant will monitor mock-ups. Mock-ups not performed in presence of Architect or Restoration Consultant will be rejected. 4. Use crew that will perform the work and follow requirements of this Section. 5. Repeat mock-ups as necessary to obtain Architect’s or Restoration Consultant’s approval. 6. Allow mock-ups to dry for one week to allow natural color to return and

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

problems to appear. Notify Architect or Restoration Consultant when mock-ups are ready for inspection. 7. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 8. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 9. Approved mock-ups will represent minimum standards for masonry cleaning. Subsequent masonry cleaning work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Cleaning General Soiling from Brick Masonry: One location, 16 sq. ft. 2. Cleaning Heavy Soiling from Brick Masonry: One panel, 9 sq. ft. or size of heavy soiling, whichever is less, for each type of heavy soiling. 3. Cleaning General Soiling from Cast Stone Masonry: One panel, 16 sq. ft. 4. Cleaning Heavy Soiling from Cast Stone Masonry: One panel, 9 sq. ft. or size of heavy soiling, whichever is less, for each type of heavy soiling. 5. Cleaning General Soiling from Terra Cotta Masonry: One panel, 16 sq. ft. 6. Cleaning Heavy Soiling from Terra Cotta Masonry: One panel, 9 sq. ft. or size of heavy soiling, whichever is less, for each type of heavy soiling. 7. Removing Iron Stains from Masonry: One panel, 2 sq. ft. or size of iron stain, whichever is less, on each type of masonry from which iron stains are to be removed. 8. Removing Copper Stains from Masonry: One panel, 2 sq. ft. or size of copper stain, whichever is less, on each type of masonry from which copper stains are to be removed. 9. Removing Efflorescence from Masonry: One panel 9 sq. ft. or size of efflorescence deposit, whichever is less, on each type of masonry from which efflorescence is to be removed. 10. Removing Asphalt and Adhesive from Masonry: One panel, 2 sq. ft. or size of asphalt or adhesive, whichever is less, for each type of asphalt or adhesive to be removed from each type of masonry from which it is to be removed. 11. Removing Sealant and Sealant Residue from Masonry: One panel, 4 feet long x width of sealant, for each type of sealant to be removed from each type of masonry from which sealant is to be removed. 12. Removing Paint from Masonry: One panel 36 sq. ft. for each type of paint on each type of masonry from which paint is to be removed. 13. Sealing Openings To Prevent Water Entry: One entire window.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to site in manufacturer’s original containers with labels identifying manufacturer, product, ingredients, instructions for use, and safety precautions. Do not deliver products until MSDS sheets for products are available on site.

B. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material.

C. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.8 PROJECT CONDITIONS

A. Safety: Protect persons, whether involved with work of this Section or not, from harm caused by work of this Section.

1. Erect temporary protective covers at doorways to building that must remain in operation during course of masonry cleaning work when work is ongoing around or above doorways. 2. Provide protection to prevent persons, except properly protected masonry cleaning personnel, from coming in contact with masonry cleaning materials and waste from masonry cleaning process. 3. Provide workers all means of protection necessary to prevent harm caused by work of this Section.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by masonry cleaning work. Repair damage to materials and damage to finishes resulting from work of this Section to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1. Adjacent Materials: Protect adjacent materials, including but not limited to masonry, metals, glass, paint, and sealants, from masonry cleaning solutions and abrasives that might adversely affect such materials. 2. Spread of Masonry Cleaning Solutions: Do not clean masonry during winds of sufficient force to spread masonry cleaning solutions to unprotected surfaces. Cease masonry-cleaning operations when winds may carry chemicals, rinse water, or run-off from chemical cleaning to unprotected areas. 3. Window and Door Openings and Other Penetrations in Building Skin: Prevent masonry cleaning solutions and waste products from entering behind masonry surface at penetrations in skin. Provide reversible temporary seals that will prevent water and chemicals from entering openings and that will not damage or deteriorate substrate. Remove temporary seals following masonry cleaning. Restore substrates to condition before installation of temporary seals.

a. Infiltration: If Contractor notices that water or chemicals are penetrating building skin or if Contractor is told that water or chemicals are penetrating building skin, Contractor shall cease masonry cleaning operations immediately. Masonry cleaning operations shall not proceed until cause of infiltration has been eliminated.

4. Monitoring for Water Entry: During periods when water, detergents, or chemicals are being applied to the exterior masonry, Contractor shall designate one trained person to examine interior spaces and surfaces for evidence of water infiltration. If water infiltration is detected, masonry cleaning operations shall cease immediately. Masonry cleaning operations shall not proceed until cause of infiltration has been eliminated.

C. Protection of Surroundings: Protect adjacent buildings, site, landscape features, public rights of way, motor vehicles, and other surrounding elements from damage and from deterioration resulting from masonry cleaning work.

1. Collect and dispose of runoff and residue from masonry cleaning

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

operations by legal means and in manner that prevents soil erosion, undermining of paving and foundations, damage to sidewalks, water penetration into building interiors, and harm to buildings, landscape elements, and natural bodies of water and water table.

D. Surfaces To Receive Work: The Drawings are two-dimensional representations of three-dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members and of ornament; and surfaces of profiled members and of ornament not drawn in detail. Perform work on surfaces of projections, reveals, returns, profiled members, and ornaments associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

E. Coordination

1. Sequence: Clean masonry before beginning masonry restoration as specified in Section 04 01 20.91 – “Brick Masonry Restoration,” Section 04 01 25.91 – “Terra Cotta Masonry Restoration,” Section 04 72 00 – “Cast Stone Restoration,” except as specifically indicated otherwise. 2. Staging: Schedule and stage masonry cleaning so that no runoff from masonry cleaning operations comes in contact with previously cleaned masonry.

F. Preconstruction Meeting: Convene a preconstruction meeting to discuss masonry cleaning and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect or Restoration Consultant, Construction Manager, firm(s) that will perform masonry cleaning, and other entities that might be affected by masonry cleaning work.

1.9 ENVIRONMENTAL REQUIREMENTS

A. Use of Water: Do not perform masonry cleaning work that will wet masonry materials or cause them to be wet when ambient temperature is below 40 deg F or when temperature of air or masonry is expected to drop below 40 deg F within 72 hours as predicted for Boston by AccuWeather the National Weather Service. Do not begin work when any part of wall or any materials are frozen or subject to freezing.

1.10 COLLECTION AND DISPOSAL OF WASTE PRODUCTS

A. General: Collect, contain, test, and dispose of solid and liquid wastes in accordance with applicable federal, state, and local laws and regulations.

B. Collection: Provide gutters and troughs to collect runoff from masonry cleaning operations for pretreatment prior to disposal. Do not allow waste materials from masonry cleaning operations to flow or drop onto adjacent roofs; setbacks; sidewalks; trees, shrubs, plants, grass, and other plantings; soil; or structures. Direct waste materials to collection vessels for treatment.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Neutralizing: Neutralize masonry cleaning waste products to a pH of between 5.0 and 9.5. Propose specific methods and materials for neutralization in Waste Disposal Program submission.

D. Disposal: Dispose of masonry cleaning run-off by legal means that prevent: erosion, undermining, damage to plant material, and water penetration into building.

1. Install protection and waste collection systems before beginning masonry cleaning work. 2. Test drains and other water removal systems to ensure that they are functioning properly before masonry cleaning operations begin. Notify Architect or Restoration Consultant at once if drains or systems are stopped or blocked. Do not begin work of this Section until drains are in good working order. 3. Filter masonry cleaning runoff to prevent suspended solids such as masonry residue from entering drains and drain lines. Clean out drains and drain lines that become blocked or filled with sand or other solids as a result of masonry cleaning work at no additional cost to Owner. 4. Dispose of waste products at frequent, regular intervals. Do not allow waste products to accumulate on site.

1.11 POSSIBLE HARMFUL EFFECTS OF BIRD MATTER

A. During work of this Section, bird droppings and other bird related matter may be encountered. This matter may contain substances, including agents of diseases such as Histoplasmosis and Cryptococcosis, that are harmful, and occasionally fatal, to humans.

B. Prevent people other than properly protected workers from coming in contact with such matter.

C. Prevent workers without appropriate protection from touching, ingesting, inhaling, or contacting in any other way bird droppings and other bird related matter.

D. Handle and dispose of bird related matter in compliance with applicable federal, state, and local laws and regulations and in a manner that does not threaten health and welfare of public and workers.

1.12 LEAD-CONTAINING PAINT (LCP)

A. General: Perform work that disturbs lead-containing paint (LCP), handle material that involves lead-containing paint, and transport and dispose of lead-containing paint and residue in compliance with applicable federal, state, and local laws and regulations for identification, removal, labeling, handling, containerization, transportation, and disposal of lead-containing material including, but not limited to, those referenced herein.

B. U.S. Department of Labor OSHA Regulations: Including but not limited to: Title 29, Code of Federal Regulations (CFR) Section 1926.62: “Lead Exposure in Construction” and Title 29, CFR Section 1910.1200: “Hazard Communication Standard.”

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. U.S. Environmental Protection Agency (USEPA) Regulations: Including but not limited to: Title 40 CFR Part 262: “Standards Applicable to Generators of Hazardous Waste” and Part 263: “Standards Applicable to Transporters of Hazardous Waste.”

D. U.S. Department of Transportation (USDOT) Regulations: Including but not limited to: 49 CFR Parts 172, 173, 174, 175, 177, 178, 179, and 180.

E. Massachusetts Department of Labor Standards: Including but not limited to: Title 454 CMR 22.00 “Deleading and Lead-Safe Renovation Regulation.”

PART 2 – PRODUCTS

2.1 MANUFACTURERS AND SUPPLIERS

A. General: Provide products by the following manufacturers or approved equals.

B. Cathedral Stone Products, Inc., 7266 Park Circle Drive, Hanover, MD 21076 (800- 684-0901).

C. Chemique, Inc., 315 North Washington Avenue, Moorestown, NJ 08057 (800-225- 4161).

D. Hydrochemical Techniques, Inc. 253 Locust Street, Hartford, CT 06114 (800-278- 7681).

E. ProSoCo, Inc., 3741 Greenway Circle, Lawrence, KS 66046 (800-255-4255).

2.2 CLEANING MATERIALS FOR WATER, DETERGENT AND CHEMICAL CLEANING

A. General: Provide the following products for use in testing for cleaning substrates and conditions indicated. Test using dilutions as specified by Architect or Restoration Consultant. Provide products selected during testing for use in mock- ups and for use in cleaning building and at dilutions as selected and approved by Architect or Restoration Consultant in each case at no additional cost to Owner.

B. Cleaners for Testing for Removing General Soiling and Heavy Soiling from Masonry. Test each of the following or approved equal:

1. Enviro Klean® Klean ‘N Release Cleaner, manufactured by ProSoCo, Inc. 2. Enviro Klean 2010 All Surface Cleaner, manufactured by ProSoCo, Inc. 3. Sure Klean Light Duty Restoration Cleaner, manufactured by ProSoCo, Inc.

C. Cleaners for Testing for Removing Efflorescence from Masonry. Test each of the following or approved equal:

1. Sure Klean Marble Poultice, manufactured by ProSoCo., Inc., mixed with distilled water.

D. Strippers for Testing for Removing Asphalt and Adhesive from Masonry Substrates: Test each of the following, or approved equal:

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. HT-80 Adhesive Remover, as manufactured by Hydrochemical Techniques, Inc. 2. Sure Klean Asphalt and Tar Remover, as manufactured by ProSoCo., Inc. 3. HT-350 Epoxy and Urethane Paint Remover, as manufactured by Hydrochemical Techniques, Inc.

E. Strippers for Testing for Removing Sealant from Masonry Substrates: Test each of the following, or approved equal:

1. Sure Klean Dicone NC15 Gel, as manufactured by ProSoCo., Inc. 2. HT-350-Epoxy and Urethane Paint Remover, as manufactured by Hydrochemical Techniques, Inc.

F. Strippers for Testing for Removing Paint from Masonry Substrates: Test each of the following, or approved equal:

1. Enviro Klean SafStrip, manufactured by ProSoCo., Inc. 2. Enviro Klean SafStrip 8, manufactured by ProSoCo., Inc. 3. Light Duty Paint Remover (Fast Acting Paint Stripper) available from Cathedral Stone Products, Inc.

G. Removers for Testing for Removing Iron Stains from Masonry Substrates: Test each of the following, or approved equal:

1. Artisan Light Duty Rust Remover, as manufactured by Chemique, Inc. 2. Artisan Light Duty Rust Remover, as manufactured by Chemique, Inc., mixed with attapulgite clay, available from Superior Materials, Inc., to form a poultice. 3. Chemique Masonry Rust Remover, as manufactured by Chemique, Inc.

H. Water for Water Misting, Chemical Cleaning, Low Pressure Hot Water (Steam) Cleaning, Pressure Rinsing, and Other Work of this Section: Clean, potable, free of oils, acids, alkalis, salts, organic matter, soluble and insoluble iron, and other substances detrimental to surfaces being cleaned and non-staining.

1. Source: Subject to requirements specified, water may be obtained from city water supply. 2. Distribution: Pump water to locations where work of this Section is being performed at pressure and flow rate required for optimum cleaning using each process.

2.3 EQUIPMENT FOR WATER RINSING AND WATER MISTING

A. General: Provide all equipment and accessories to distribute water at pressures and flow rates required for masonry cleaning.

B. Pressure Pumps: Pressure pumps capable of producing water flow at a rate of 6 gallons per minute at a pressure of 800 psi at nozzle on end of hose. Pumps, or a combination of pumps plus pressure reducing valves, shall have capability of providing water at a steady pressure and flow rate at all pressures from 100 psi to 800 psi. Pumps shall have working pressure gauges. Pumps found to be without working pressure gauges shall be removed from site, and work shall cease until pumps have been replaced with pumps having working pressure gauges. Pumps

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -12 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

shall have no ferrous elements in contact with liquid stream.

C. Particulate Filter: Provide a 5-micron particulate filter in line with water supply. All water used for masonry cleaning shall be filtered.

1. Replace particulate filter as required to provide filtered water with no particles greater than 5 microns at pressure and flow rate specified.

D. In-line Pressure Gauges: Each water line used for pressure rinsing shall have a working pressure gauge within 15 feet of nozzle used for rinsing.

E. Spray Nozzles for Pressure Rinsing: Nozzles shall be of nonferrous metal and shall have a minimum 15-degree fan tip.

F. Misting Equipment: Custom designed and constructed apparatus that provides gentle, uniform, even misting of masonry surfaces without dry spots or locations of excessive rundown.

1. System: Provide manifolds complete with a variety of adjustable spray nozzles, fan and cone type spray heads, hoses, pumps, pressure reducers, pressure regulators, timers, valves, adjustable support systems, and all necessary connections and accessories.

a. Customize equipment as necessary to provide even, uniform, misting of all surfaces to be cleaned by water misting and pressure rinsing, including profiled surfaces and ornament. b. Design system to achieve even wetting using minimum amount of water.

2. Materials: Manifold piping for misting equipment shall be polyvinyl chloride (PVC) tubing and fittings. Hoses, fittings, pumps, valves, and other equipment shall be of materials with no ferrous components or other corrosive components contacting water stream and shall be completely non-staining. 3. Supports: Provide solid, firm support systems that ensure misting systems remain secure, steady, and at their desired position during entire misting period in each location. 4. Winds and Air Currents: During periods in which winds or air currents disrupt water flow from spray heads or otherwise prevent misting apparatus from providing even, uniform misting of surfaces, including ornament, enclose misting apparatus, adjust water pressure, reposition spray heads, supply additional spray heads, and/or provide other methods as necessary to ensure even misting of masonry surfaces. 5. Rundown: Provide and alter system (including, but not limited to, water pressure and/or flow rate, nozzle size and distance from surface, and time on and time off) as necessary during course of water misting to ensure continuously damp surfaces without significant rundown at bottom of areas being misted.

2.4 EQUIPMENT FOR LOW-PRESSURE HOT WATER (STEAM) CLEANING

A. Equipment: Apparatus consisting of boiler, valves, filters, pressure gauges, hoses, nozzles, and all accessories to provide steam at steady pressure at nozzle and

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -13 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

approved by Architect or Restoration Consultant. System shall have no ferrous parts or other parts that might induce metal ions into the steam in contact with the water or steam.

2.5 MISCELLANEOUS MATERIALS

A. Sealant: Manufacturer’s standard one part acrylic latex sealant. Use exclusively for temporary sealing of cracks and joints around penetrations during masonry cleaning work.

1. Do not use sealant containing silicone or other elastomeric product.

B. Backer Rod: Closed cell expanded polyethylene rod, sized 25 percent greater than joint to be sealed.

C. Protection Materials: Provide materials recommended by cleaner manufacturers for products to be used that will protect from damage caused by chemicals without causing damage to materials to be protected.

1. Glass and Metal Protection: “Strippable Acid Stop” manufactured by ProSoCo, Inc., or approved equal. 2. Plastic Sheeting: Polyethylene sheeting, 6 mils thick minimum.

D. Brushes: Natural fiber bristle or synthetic fiber bristle only. No metal bristle brushes are permitted.

E. pH Indicator: Non-staining litmus paper or strips with appropriate range approved by Architect or Restoration Consultant. Furnish pH strips on site during all work of this Section.

2.6 MIXING CHEMICAL CLEANING SOLUTIONS

A. General: Dilute chemical cleaning materials as determined following results obtained through test panels. Manufacturer’s recommended dilutions may be modified to reflect results of test panels and approved mock-ups.

1. Supply all dilutions of chemical cleaners at no additional cost.

B. Create test panels using a minimum of two dilutions for each product where dilution is recommended by manufacturer or requested by Architect or Restoration Consultant.

PART 3 – EXECUTION

3.1 GENERAL MASONRY CLEANING REQUIREMENTS

A. General: These requirements apply to all work of this Section.

B. Areas To Be Cleaned: Masonry surfaces to be cleaned to remove general soiling and heavy soiling are designated on Drawings.

1. Stains, Coatings, and Other Substances to be Removed: Locations of stains, coatings, and other substances to be removed from masonry are

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -14 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

designated on Drawings insofar as possible. Some stains, coatings, and other substances may not be apparent until masonry has been cleaned to remove general and heavy soiling. Clean to remove all substances as specified herein and as directed by Architect or Restoration Consultant.

C. Masonry Cleaning Progress: Clean masonry systematically in full-height, top-to- bottom sections of areas to be cleaned.

1. Masonry Cleaning with Water: Begin masonry cleaning using water at top of section to be cleaned and proceed to bottom of section before moving to adjacent section, except for remover of paint strippers where manufacturer specifically requires that removal begin at bottom of area coated with stripper.

D. Timing: Control timing of masonry cleaning operations (including dwell times of cleaners and misting times) to ensure that specified times are maintained. Do not allow chemicals to remain on surfaces longer than dwell times determined during testing and confirmed during mock-ups. Do not allow surfaces to be water misted longer than times determined by testing and confirmed during mock-ups.

E. Water Pressure and Flow Rate: Limit water pressure and flow rates to maximum pressures specified herein and to lower pressures as required to avoid damaging masonry, metals, sealants, and other materials and finishes.

1. Pressure: 800 psi or less as required to avoid damage to materials being cleaned. 2. Flow Rate: 6 gallons per minute. 3. Nozzle Position: Hold nozzle at a uniform distance from and angle to masonry surface as determined by testing and confirmed by mock-ups to provide optimum cleaning without damaging masonry surface. Nozzle shall be at least 12 inches from masonry surface. 4. Adjustments: If any building material is damaged or deteriorated by water rinsing, immediately cease work. Do not resume pressure rinsing until water pressure and flow rate have been adjusted to avoid damage to building materials.

F. Pressure of Low-Pressure Micro-Abrasive Cleaning: Limit pressure of low-pressure micro-abrasive cleaning to pressure selected during testing and approved by Architect or Restoration Consultant. Stop low-pressure micro-abrasive cleaning immediately if cleaning procedure damages masonry or other building fabric. Do not begin cleaning until pressures and procedures have been altered to avoid damage.

G. Uniform Cleaning: Clean masonry to achieve even, uniform surfaces so that edges, corners, crevices, profiles, recessed areas, and ornament are cleaned to the same extent as flat surfaces.

H. Adjustment and Alteration: Masonry cleaning procedures, including cleaning chemical, chemical dilution, dwell time, and application and removal procedures may be adjusted and/or altered by Architect or Restoration Consultant based on site conditions.

I. Completion of Masonry Cleaning: Cleaned masonry shall match approved mock-

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -15 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

ups. Areas are subject to additional cleaning as directed by Architect or Restoration Consultant in order to match mock-ups. Work of masonry cleaning on each surface shall not be considered complete until Architect or Restoration Consultant has inspected surface and so notified Contractor in writing.

3.2 TESTING

A. General: Perform testing under direction of Architect or Restoration Consultant following requirements of Article “Testing,” above, to determine most appropriate products and procedures for cleaning each substrate before preparing mock-ups or beginning general masonry cleaning work.

3.3 MOCK-UPS

A. General: Provide mock-ups under direction of Architect or Restoration Consultant following requirements of “Mock-Ups” Article, above, to confirm products and procedures selected during testing and to provide standards for evaluation of the masonry cleaning work.

3.4 CLEANING GENERAL SOILING FROM MASONRY USING WATER MISTING AND PRESSURIZED WATER RINSING

A. General: Clean masonry free of general soiling using water misting and pressurized water rinsing to match approved mock-up.

B. Misting: Mist masonry surfaces for period determined during testing and confirmed during mock-ups. Carefully control misting procedures and misting time so that all masonry surfaces are uniformly misted. Masonry surfaces shall be damp during entire misting period and rundown at base of area misted shall be minimal.

1. Misting may be timed with on/off cycles.

C. Rinsing: Carefully rinse masonry surface using water at a pressure of 750 psi and flow rate of 6 gpm. Hold nozzle at a consistent distance from and angle to masonry surfaces as determined during testing. Overlap passes slightly to ensure surfaces are thoroughly and uniformly rinsed. Rinse surfaces at least twice, first with vertical passes and then with horizontal passes to ensure complete coverage.

D. Additional Cleaning: Repeat above procedure as necessary to achieve uniformly clean masonry surface matching standard of approved mock-up.

3.5 CLEANING GENERAL SOILING FROM MASONRY USING LOW PRESSURE HOT WATER (STEAM)

A. General: Clean masonry free of general soiling using low pressure hot water and detergents, if necessary, to match approved mock-up.

B. Cleaning: Clean masonry surfaces at pressure and for period determined during testing and confirmed during mock-ups. Scrub surface with a natural bristle brush if required to loosen soiling. Masonry surfaces shall be damp during entire cleaning period.

1. If determined to be necessary during testing, apply detergent solution to

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -16 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

masonry before applying low pressure hot water. Scrub surface after application of low pressure hot water.

C. Rinsing: Rinse masonry surface using low pressure hot water at the pressure determined by testing. Hold nozzle at a consistent distance from and angle to masonry surfaces as determined during testing. Overlap passes slightly to ensure surfaces are thoroughly and uniformly rinsed. Rinse surfaces at least twice, first with vertical passes and then with horizontal passes to ensure complete coverage.

D. Additional Cleaning: Repeat above procedure as necessary to achieve uniformly clean masonry surface matching standard of approved mock-up.

3.6 CLEANING SOILING FROM MASONRY USING CHEMICAL REMOVER AND PRESSURIZED WATER RINSING

A. General: Clean masonry free of soiling using cleaning chemical selected during testing followed by pressurized water rinsing. Cleaned masonry shall match approved mock-up to Architect’s or Restoration Consultant’s satisfaction.

B. Cleaner Application and Removal: Apply and remove cleaner following method of application and dwell times determined during testing and confirmed during mock- ups. Scrub surface gently with fiber bristle brushes. Rinse surface thoroughly using water at a pressure of 750 psi and flow rate of 6 gpm.

C. Additional Cleaning: Repeat above procedure as necessary to achieve uniformly clean masonry surface matching standard of approved mock-up.

3.7 REMOVING SEALANT FROM MASONRY USING MECHANICAL METHODS, CHEMICAL REMOVERS, AND WATER RINSING

A. General: Remove sealant from joints in masonry and joints between masonry and adjacent materials using mechanical methods, remove remaining sealant and sealant residue using chemical removers and water rinsing. Cleaned masonry shall match approved mock-ups to Architect’s or Restoration Consultant’s satisfaction.

B. Mechanical Removal: Cut and pull sealant from joints between masonry units and from joints between masonry and adjacent materials using sharp blades to cut along masonry units and other materials. Remove as much of the sealant as possible without damaging masonry units.

C. Stripping Sealant and Sealant Residue: Remove sealant remaining following mechanical removal and sealant residue from joint substrates using remover and procedure selected during testing and confirmed during mock-ups. Do not spread dissolved sealant over masonry surfaces or allow sealant residue to be absorbed into masonry units. Wipe repeatedly using appropriate solvent and clean white cloths to remove sealant residue.

D. Additional Cleaning: Repeat removal as specified above as required to achieve uniformly clean masonry without evidence of sealant matching approved mock- ups.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -17 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.8 REMOVING BITUMINOUS COATINGS FROM MASONRY USING DRY ICE BLASTING

A. General: Remove bituminous coatings from each type of masonry from which bituminous coatings are to be removed using dry ice blasting equipment and procedures selected during testing and confirmed during mock-ups. Cleaned masonry shall match approved mock-ups to Architect’s or Restoration Consultant’s satisfaction.

3.9 REMOVING ASPHALT FROM MASONRY USING MECHANICAL METHODS, CHEMICAL REMOVERS, AND WATER RINSING

A. General: Remove asphalt from masonry using mechanical methods and remove remaining asphalt and asphalt residue using chemical removers and water rinsing. Cleaned masonry shall match approved mock-ups to Architect’s or Restoration Consultant’s satisfaction.

B. Mechanical Removal: Scrape asphalt from surface using plastic or wood scrapers with rounded corners that will not damage masonry. Remove as much of the asphalt as possible without damaging masonry.

C. Stripping Asphalt and Asphalt Residue: Remove asphalt remaining following mechanical removal and asphalt residue from masonry surfaces using remover and procedure selected during testing and confirmed during mock-ups. Do not spread dissolved asphalt over masonry surfaces or allow asphalt residue to be absorbed into masonry units. Wipe repeatedly using appropriate solvent and clean white cloths to remove asphalt residue.

D. Additional Cleaning: Repeat removal as specified above as required to achieve uniformly clean masonry without evidence of asphalt residue matching approved mock-up.

3.10 REMOVING ADHESIVE FROM MASONRY USING CHEMICAL REMOVERS AND WATER RINSING

A. General: Remove adhesive and adhesive residue from masonry using chemical removers and water rinsing. Cleaned masonry shall match approved mock-ups to Architect’s or Restoration Consultant’s satisfaction.

B. Stripping Adhesive and Adhesive Residue: Remove adhesive and adhesive residue from masonry surfaces using remover and procedure selected during testing and confirmed during mock-ups. Do not spread dissolved adhesive over masonry surfaces or allow adhesive residue to be absorbed into masonry units. Wipe repeatedly using appropriate solvent and clean white cloths to remove adhesive residue.

C. Additional Cleaning: Repeat removal as specified above as required to achieve uniformly clean masonry without evidence of adhesive residue matching approved mock-up.

3.11 REMOVING PAINT FROM MASONRY USING CHEMICAL STRIPPERS AND PRESSURIZED WATER RINSING

A. General: Remove paint from masonry using strippers and form of stripper (liquid,

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -18 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

gel, and/or poultice) selected during testing and confirmed during mock-up to achieve masonry surface free of paint matching approved mock-up to Architect’s or Restoration Consultant’s satisfaction.

B. Stripper Application and Removal: Apply stripper following method of application and dwell time determined during testing and confirmed during mock-ups. Remove stripper and paint following manufacturer’s directions. Rinse surface thoroughly using water at a pressure of 750 psi and flow rate of 6 gpm, overlapping passes slightly.

C. Additional Removal: Repeat above procedure as necessary to achieve uniformly clean masonry free of paint with surface matching standard of approved mock-up.

3.12 REMOVING IRON STAINS FROM MASONRY USING CHEMICAL STAIN REMOVERS AND WATER RINSING

A. General: Remove iron stains from masonry using chemical stain remover and form of stain remover (liquid, gel, and/or poultice) selected during testing and confirmed during mock-up to achieve masonry surface free of iron stains matching approved mock-up to Architect’s or Restoration Consultant’s satisfaction.

B. Remover Application and Removal: Apply remover following method of application and dwell time determined during testing and confirmed during mock-ups. Remove chemical following manufacturer’s directions. Rinse surface thoroughly using water at a pressure of 750 psi and flow rate of 6 gpm, overlapping passes slightly.

C. Additional Removal: Repeat above procedure as necessary to achieve uniformly clean masonry free of iron stains with surface matching standard of approved mock-up.

3.13 REMOVING EFFLORESCENCE FROM MASONRY USING POULTICES AND WATER RINSING

A. General: Remove efflorescence from masonry using poultice selected during testing and confirmed during mock-up to achieve masonry surface free of efflorescence matching approved mock-up to Architect’s or Restoration Consultant’s satisfaction.

B. Remover Application and Removal: Prepare poultice as determined during testing. Apply poultice following method of application and dwell time determined during testing and confirmed during mock-ups. Remove poultice and efflorescence by brushing with natural or synthetic fiber bristle brushes. Rinse surface thoroughly using low-pressure water.

C. Additional Removal: Repeat above procedure as necessary to achieve uniformly clean masonry free of efflorescence with surface matching standard of approved mock-up.

3.14 ADJUSTMENT AND PROTECTION

A. Reclean masonry surfaces that do not have an even, uniform clean appearance matching approved mock-ups to achieve uniformly clean surfaces matching approved mock-ups.

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -19 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Protect cleaned surfaces from dirt and soiling from other than normal atmospheric pollution until Project completion. Reclean surfaces that become dirty or soiled to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

END OF SECTION

BID SET MASONRY CLEANING 06/03/2020 04 01 10 -20 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 01 20

BRICK MASONRY RESTORATION

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Provide labor, materials, equipment, services and transportation required to complete brick masonry restoration work shown on the Drawings, as specified herein, or both, including but not limited to items noted below.

1. Providing salvaged and new brick masonry to rebuild displaced brick at locations as indicated on Drawings. New brick to match existing original brick. 2. Providing salvaged and new brick masonry to replace deteriorated or damaged brick masonry as indicated on the Drawings. New brick to match existing original brick. 3. Removing abandoned anchors, anchors from abandoned piping and conduit removed from building, and previous patches at anchor holes and patching resulting holes.

B. RELATED WORK 1. Section 04 01 10 – Masonry Cleaning 2. Section 04 05 13 – Restoration Mortars 3. Section 04 05 15 – Masonry Pointing 4. Section 07 92 10 – Joint Sealants

1.3 QUALITY ASSURANCE

A. Masonry Restoration Specialist: Award brick masonry restoration to a firm regularly engaged in restoration of brick masonry on historic buildings that can demonstrate to Owner’s satisfaction that, within previous five years, firm has successfully performed and completed in a timely manner at least three projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Brick masonry restoration shall be directly supervised by a full- time foreman with experience equal to or greater than that required of Masonry Restoration Specialist. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems his performance unacceptable. 2. Mechanics: Brick masonry restoration shall be carried out by a steady crew of skilled masons who are thoroughly experienced with restoration of historic brick masonry and materials and methods specified and have a minimum of three years’ experience with work on historic buildings similar to that required by this Section. In acceptance or rejection of work

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -1

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at Project site when work of this Section is being performed. In each case in which there is a conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM)

a. ASTM A 951, Standard Specification for Masonry Joint Reinforcement. b. ASTM C 67, Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile. c. ASTM C 62, Standard Specification for Building Brick (Solid Masonry Units Made From Clay or Shale). d. ASTM C 216, Standard Specification for Facing Brick.

D. Sources of Materials: Obtain each type of material required for brick masonry restoration from a single source to ensure a match in quality, performance, and appearance.

E. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide means of access complying with laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Architect or Restoration Consultant with hands-on access to each and every area of brick masonry that has been restored. No approval of brick masonry restoration will be given before Architect or Restoration Consultant is provided hands-on access to all brick masonry surfaces that have been restored. Provide access for reinspection of areas where brick masonry restoration work was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves means of access before providing Architect or Restoration Consultant with hands-on access to each and every location in which brick masonry has been restored and to each and every location in which brick masonry has been restored after previous brick masonry restoration work was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Architect or Restoration Consultant at no additional cost to

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -2

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Owner.

F. Manufacturer’s Technical Representative: A knowledgeable technical representative of the manufacturer of helical masonry anchors shall be present at the site during testing and mock-ups to test pull-out strength of ties and to demonstrate proper procedures for drilling holes and installing anchors and as requested by Contractor or by Architect or Restoration Consultant during progress of the work to ensure helical anchors are being properly installed.

G. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

H. Restoration of Damaged Masonry Units: Repair or replace all broken, lost, and damaged masonry units resulting from work of this Section to Architect or Restoration Consultant’s satisfaction at no additional cost to Owner.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect or Restoration Consultant’s approval.

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Work Description: Detailed description of proposed brick masonry restoration work for each type of brick masonry restoration work to be performed. Do not begin work on site until work description has been approved in writing. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Description for each condition shall include, but not be limited to:

1. Materials and Procedure: Materials, methods, tools, and equipment to be used. 2. Protection: Description, including drawings, of proposed materials and methods of protection for preventing harm, damage, or deterioration caused by work of this Section to persons (whether involved in the Work or not), building elements, materials, and finishes, surrounding landscape and site, and the environment (including air and water). 3. Alternate Methods and Materials (If Any): Proposed alternate methods and materials (if any) to those specified for brick masonry restoration. Provide evidence of successful use on comparable projects and demonstrate effectiveness for use on this Project.

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -3

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

D. Product Data: Submit manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

E. Samples

1. Face Brick: Sets of each type of brick to be used including sufficient numbers of brick to show full range of colors and textures to be expected in completed work. Brick shall match existing brick. 2. Anchors and Fasteners: Each type and configuration specified and/or proposed for work of this Section. 3. Reinforcing: Each type and configuration, 12-inch-lengths. 4. Accessories: Each type proposed for use in work of this Section.

F. Prepare mock-ups as specified in Article Mock-Ups, below.

1.5 MOCK-UPS

A. General: Before beginning general brick masonry restoration, prepare mock-ups to provide standards for work of this Section. Do not proceed with brick masonry restoration until Architect or Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of each mock-up. 3. Architect or Restoration Consultant will monitor mock-ups. Mock-ups not performed in presence of Architect or Restoration Consultant will be rejected. 4. Use crew that will execute the work and follow requirements of this Section. 5. Allow mock-ups with mortar to dry for seven days to allow material to reach final color and allow potential problems to appear. Notify Architect or Restoration Consultant when mock-up is ready for review. 6. Repeat mock-ups as necessary to obtain Architect’s or Restoration Consultant’s approval. 7. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 8. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 9. Approved mock-ups will represent minimum standards for brick masonry restoration. Subsequent brick masonry restoration work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Providing New Brick to Replace Damaged Brick and Deteriorated Brick: Two locations. 2. Rebuilding of Brick: One location. 3. Removing Abandoned Anchors and Patching Holes: Two locations.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage,

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -4

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

deterioration, degradation, and intrusion of foreign material.

B. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

1.7 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not involved in the work of this Section, from harm caused by or resulting from work of this Section.

1. Protection from Hazardous Materials: Use procedures necessary to protect workers and other persons from contact with hazardous materials resulting from work of this Section.

a. Silica: Overexposure to respirable crystalline silica may lead to silicosis, which is a disabling, nonreversible, and sometimes fatal lung disease. Prevent workers from exposure to respirable crystalline silica.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair damage to materials and damage to finishes to Architect or Restoration Consultant’s satisfaction at no additional cost to Owner.

1. Exclusion of Water: Cover open joints and areas from which units have been removed during periods when work is suspended to ensure materials and finishes are not damaged by water penetration. 2. Prevention of Staining: Prevent mortar from staining exposed faces of masonry. 3. Protection from Fire: Take precautions necessary to prevent fire and spread of fire.

a. Covers: Membranes, insulation blankets, and other materials used to cover masonry shall be flame retardant and fire resistant. b. Warming Devices: Heating blankets, infrared heaters, and other warming devices shall be UL approved and inspected for damage before use. c. Open Flame Heaters: No open flame heaters shall be used to protect finished masonry.

C. Surfaces To Receive Work: The Drawings are two-dimensional representations of three-dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown. Perform work on surfaces of projections, reveals, returns, and profiled members associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

D. Dust: Use procedures necessary to limit dust generated in the execution of work of this Section and to minimize dissemination of dust generated during work of

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -5

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

this Section to greatest extent possible.

1. Contractor shall hold Owner, Architect, and their consultants harmless from claims relating to dust resulting from work of this Section.

E. Debris Removal

1. Do not drop or throw materials from any height. Remove debris using suitable containers or conveyances. Lower materials to ground in containers. Use methods that keep dust and impact to absolute minimum. 2. Keep premises clean by removing accumulation of waste materials, rubbish, and debris from site daily. Dispose of waste, rubbish, and debris in a proper manner in accordance with federal, state, and local laws and regulations, to the satisfaction of authorities having jurisdiction, and to the satisfaction of the Architect or Restoration Consultant. Keep site and public rights of way clear. 3. Do not store or permit excess debris to accumulate on site.

F. Coordination: Coordinate work of this Section with work of other sections as necessary to ensure optimum performance of work of this Contract.

1. Clean brick masonry as specified in Section 04 01 10 – “Masonry Cleaning” before beginning brick masonry restoration.

G. Preconstruction Meeting: Convene a preconstruction meeting to discuss brick masonry restoration and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect, Construction Manager, firm(s) that will perform brick masonry restoration, and other entities that might be affected by brick masonry restoration work.

1.8 ENVIRONMENTAL REQUIREMENTS

A. General: Do not use any material in brick masonry restoration work unless air and masonry temperatures are within range recommended by material manufacturer or specified herein. In case of conflict, the most restrictive requirement shall govern.

B. Cold Weather Construction: Work shall not be permitted when temperature of air or wall is at or below 40 deg F or is expected to go below 40 deg F within 48 hours as predicted for Boston by the National Weather Service without Architect or Restoration Consultant’s prior written approval. No work shall begin when any part of wall or materials in use are frozen or subject to freezing temperatures.

C. Hot Weather Construction: Work shall not be permitted when temperature of air or wall is at or above 100 deg F or when temperature of air is 90 deg F or above and the wind speed is 8 mph or greater without Architect or Restoration Consultant’s prior written approval.

D. Damage Caused by Freezing: Remove brick masonry restoration work determined by Architect or Restoration Consultant to have been damaged by freezing conditions. Replace work to comply with requirements of this Section.

E. Damage Caused by Too-Rapid or Premature Drying: Remove brick masonry

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -6

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

restoration work determined by Architect or Restoration Consultant to have been damaged by too rapid or premature drying. Replace work to comply with requirements of this Section.

PART 2 – PRODUCTS

2.1 BRICK

A. Salvaged Face Brick: Sound, whole, salvaged brick cleaned free of mortar, grout, dirt, and other contaminants.

1. Brick Salvaged from Another Source: Brick that has been salvaged from another building that matches existing face brick in size, color, surface texture and reflectance, and weatherability.

B. New Face Brick: Replacement face brick shall comply with requirements of ASTM C 216, Grade SW, shall have a minimum compressive strength of 10,000 psi, and shall match existing original face brick in hardness and weatherability, size, color, and surface texture and reflectance.

1. Custom Manufactured Brick: Provide custom manufactured brick if necessary to provide brick exactly matching existing face brick to the Architect or Restoration Consultant’s satisfaction. 2. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated “not effloresced.”

C. New Common Brick: Replacement common brick for backup construction shall comply with requirements of ASTM C 62, Grade SW, shall have a minimum compressive strength of 6,000 psi, and shall match existing common brick in size.

1. Efflorescence: Provide brick that has been tested according to ASTM C 67 and is rated “not effloresced.”

2.2 MORTARS, PATCHING MORTARS, AND GROUTS

A. Comply with requirements of Section 04 01 10 – “Restoration Mortars.”

2.3 TIES AND ANCHORS

A. Wire Anchors: 1/4-inch-diameter wire of AISI Type 302 stainless steel.

B. Brick Ties: 12 gauge corrugated buck anchors of Type 304 stainless steel, minimum 1-1/2-inch wide, of length to extend to within 1 inch of exterior face of wall.

C. Brick Tie Anchors: Noncorrosive, 1/4-inch-diameter, 1-1/2 inch long nail drive anchor with zamak body and Type 304 stainless steel drive screws. Provide “Zamac Hammer-Screw”Ò by Powers Fasteners, 2 Powers Lane, Brewster, NY 10509 (914-235-6300), or approved equal.

D. Helical Ties: Helical ties specifically designed for stabilizing multi-wythe masonry fabricated from ASTM A 276 or ASTM A 666 Type 304 stainless steel. Provide DryFix helical wall ties, 8 mm diameter, 8 inches long, as manufactured by Helifix

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -7

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

North America Corporation, 110 Maplecrete Rd., Concord, ON, Canada L4K 1A4 (888-992-9989), or approved equal.

1. Tools for Installation: Furnish tools recommended by helical tie manufacturer for preparation, installation, and testing of helical anchors to ensure optimum performance.

E. Miscellaneous Ties and Anchors: Of Type 302, Type 304, Type 304L, Type 316, or Type 316L stainless steel and of size and configuration appropriate for use intended and approved by Architect or Restoration Consultant.

2.4 REINFORCMENT

A. General: Provide reinforcement as indicated on Drawings and as specified herein.

B. Joint Reinforcement: Complying with ASTM A 951 and as follows:

1. Material: Type 304 stainless steel conforming to ASTM A 580. 2. Form: Welded truss design of 9 gauge deformed stainless steel wire, consisting of two deformed longitudinal wires welded to a continuous diagonal cross wire at 8 inches o.c.

a. Width for Rebuilding Full Thickness Walls: Out-to-out spacing 1- 1/2 to 2 inches less than the nominal wall thickness. b. Width for Rebuilding Less than Full Thickness of Walls: Width so that reinforcement extends from within 1 inch of remaining portion of wall to a point 1 inch back of face of wall.

3. Corners: Provide special formed prefabricated pieces at corners. 4. Manufacturer: Provide joint reinforcing by Dur-O-Wall, Hohmann & Barnard, Inc., or approved equal.

C. Reinforcing Bars: Deformed, steel reinforcing bars complying with ASTM A 615 and galvanized after fabrication to comply with ASTM A 767 in sizes and configurations indicated on Drawings.

2.5 EQUIPMENT AND TOOLS FOR CLEANING ANCHOR HOLES

A. Brushes for Cleaning Anchor Holes: Stiff wire bristle or nylon bristle brushes of diameter to ensure full cleaning of dust and debris from masonry substrate at sides and bottom of hole. Furnish brushes specifically manufactured for cleaning anchor holes in masonry substrates as available from Hilti, Inc., PO Box 21148, Tulsa, OK 74121 (800-879-8000), Powers Fasteners, Inc., 2 Powers Lane, Brewster, NY 10509 (914-235-6300), Simpson Strong-Tie, 26 International Street, Columbus, OH 43228 (614-876-8060), or approved equal. Brushes shall be sized appropriately for holes in which they are to be used so that they firmly contact entire circumference of hole at the same time. Use sizes recommended by anchor manufacturer and approved by Architect or Restoration Consultant.

2.6 MISCELLANEOUS MATERIALS

A. Equipment for Injection of Cementitious Grouts: Equipment approved by grout manufacturer and by Architect or Restoration Consultant for application of

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -8

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

cementitious grouts to cracks in masonry units. Equipment may be for gravity flow, hand pump operation, or power-operated pump operation as required to inject grout throughout voids in brick masonry to be grouted. Equipment shall include accessories, including but not limited to, hoses, nozzles, valves, traps, and pressure gauges, as necessary for optimum installation of cementitious grout under each condition in which cementitious grout is to be installed.

B. Galvanizing Repair Coating: Complying with SSPC-Paint 20 and specifically formulated for field repair of hot-dipped galvanized coating on steel with 95 percent zinc in dried film. Provide ZRC Galvilite Galvanizing Repair Compound as manufactured by ZRC Worldwide, 145 Enterprise Drive, Marshfield, MA 02050 (800-831-3275).

C. Sealant and Sealant Accessories for Expansion Joints: Comply with requirements of Section 07 92 00 – “Joint Sealants.”

PART 3 – EXECUTION

3.1 GENERAL

A. Protection: Before leaving fresh or unfinished work, fully cover and protect wall against rain and wind in an approved manner. Before continuing, brush clean previously laid work.

B. Wetting Bricks and Existing Masonry: Thoroughly wet brick and existing masonry prior to installation to ensure that brick and masonry are nearly saturated but free of surface water (saturated, surface dry) when mortar is applied.

C. Full Shoved Joints: Ensure that bed, head, and collar joints in masonry are shoved full so that mortar fully contacts all surfaces of masonry units in joints and there are no voids in brickwork. Do not slush joints.

3.2 BRICK MASONRY

A. General: Lay brick plumb, level, and true to line in full beds of mortar with bond pattern matching original bond pattern and courses and joints meeting those of adjacent brick masonry. Provide anchors and ties as indicated on approved shop drawings to ensure solid, stable construction.

B. Cutting Masonry Units: Where brick are to be cut to size, make cuts neatly with a power-driven saw. Do not expose cut face to weather.

C. Jointing: Jointing of rebuilt masonry shall match that of existing masonry. Each course shall align with and be flush with existing work. Joints shall be uniform, matching widths of existing joints.

D. Joints: Fill joints in brickwork completely full with mortar as each course is laid.

1. Bed Joints: Form bed joints in one of the following ways:

a. Apply a thick layer of smooth or slightly furrowed mortar on top of units previously laid and shove brick in place. b. Apply a full coat of mortar to bottom of brick and shove it into place.

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -9

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Head and Collar Joints: Form head and collar joints by applying a full coat of mortar to entire end or entire side as case requires and then shoving mortar covered end and/or side of brick tightly against bricks previously laid. Apply 3/8-inch-thick coat of mortar to back of facing brick before brick is installed. 3. Preparation for Pointing Joints in Brick Masonry: Rake joints in exposed brick masonry to prepare for pointing as specified in Section 04 05 15 – “Masonry Pointing.”

E. Supports, Anchors, and Fasteners: Build in supports, anchors, and fasteners as shown on approved shop drawings. Anchor fasteners solidly into sound masonry using approved methods.

F. Joint Reinforcement: Provide continuous joint reinforcing in bed joints at a spacing not to exceed 8 inches o.c. vertically.

G. Vertical Reinforcement: Provide reinforcing bars at locations and spacing as indicated on Drawings. Touch up damaged galvanizing on reinforcing bars using galvanizing repair coating to ensure complete, unbroken zinc coating on each bar at time of installation.

H. Disturbed Masonry Units: Remove masonry units disturbed after laying and relay in fresh mortar. If adjustments are required, remove masonry units and reset in fresh mortar; do not pound or tap masonry units to adjust.

I. Damaged Masonry Units: Remove and replace brick that are loose, chipped, broken, stained or damaged by freezing or for any other reason, and units that do not match adjoining units as intended. Furnish new units to match adjoining units and install in fresh mortar, pointed to eliminate evidence of replacement.

3.3 REPLACING DAMAGED AND DETERIORATED BRICK

A. General: Replace damaged and deteriorated brick with salvaged brick or new brick where salvaged brick is not available to match original in size, color, surface texture, light reflectance, and other physical properties.

B. Removal: Carefully remove brick to be replaced and mortar from joints around it. Do not disturb adjacent brick. In each case where bond of brick is broken, remove brick and mortar around brick and reset brick.

C. Cleaning: Remove dirt and dust from hole using stiff bristle brush followed by clean compressed air.

D. Wetting: Thoroughly wet brick to be inserted and surfaces at hole in masonry to receive brick to ensure that masonry is nearly saturated but surface dry at time of installation.

E. Inserting Brick: Apply mortar to all surfaces in hole to receive replacement brick and to all surfaces of brick to be inserted, except for surfaces to be exposed, to ensure that voids are filled with mortar. Excess mortar shall be squeezed out of joints around brick as it is inserted.

F. Preparation and Pointing: Rake joints to prepare for pointing. Point joints following requirements of Section 04 05 15 – “Masonry Pointing.”

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -10

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.4 REMOVING ABANDONED ANCHORS AND PATCHING HOLES

A. General: Remove abandoned anchors as indicated and patch holes to match adjacent surface.

1. If anchor hole extends across joint, provide two patches, one on either side of joint, and point joint to comply with requirements of Section 04 05 15 – “Masonry Pointing.” Do not patch across joint.

B. Carefully remove anchors by drilling with a rotary drill using a sharp masonry bit or masonry core bit 1/8 inch larger in diameter than existing hole. Do not use hammer drill. Do not damage adjacent masonry or chip edges of drill hole.

C. Clean hole to remove dirt and loose debris.

D. Wet masonry around hole to ensure that brick will not rapidly draw water from patching mortar.

E. Fill hole with custom patching mortar matching color of adjacent brick surface. Finish surface in plane of adjacent surface. Tool surface to match texture of adjacent brick.

3.5 POINTING

A. Point mortar joints in brick masonry to comply with the requirements of Section 04 05 15 – “Masonry Pointing.”

3.6 ADJUST AND CLEAN

A. Clean masonry prior to final setting of mortar. Remove mortar and stains from face of brickwork with dry, stiff bristle brushes. Architect or Restoration Consultant may require additional cleaning procedures, if masonry staining occurs. Keep walls clean as work progresses. After mortar has cured, perform final cleaning, using only clean water and stiff fiber bristle brushes.

B. Clean mortar joints as specified in Section 04 05 15 – “Masonry Pointing.”

C. Remove work of this Section that does not comply with requirements of this Section or does not match approved mock-up as determined by Architect or Restoration Consultant. Provide new work matching requirements of this Section at no additional cost to Owner.

END OF SECTION

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -11

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE WAS INTENTIONALLY LEFT BLANK

BID SET BRICK MASONRY RESTORATION 06/03/2020 04 01 20 -12

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 04 01 25.91

TERRA COTTA MASONRY RESTORATION

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this section, as shown or specified, shall be in accordance with the requirements of the contract documents.

1.2 WORK INCLUDED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of terra cotta masonry restoration as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Documenting, dismantling, and rebuilding areas of terra cotta masonry as indicated on Drawings including providing new flashings and weep holes. 2. Documenting, dismantling, and reinstalling displaced terra cotta units. 3. Removing existing deteriorated terra cotta units and installing new terra cotta or precast stone units to match original terra cotta units. 4. Anchoring loose terra cotta units using stainless steel rods and epoxy adhesive. Preparing holes and routing cracks. Patching holes and cracks with composite patching mortar to match adjacent surface. 5. Removing anchors and patching holes with composite patching mortar to match adjacent surface. 6. Patching losses in terra cotta units with composite patching material to match original planes and profiles and coating patches with manufacturers’ compatible glazing compound to match adjacent surface. 7. Removing existing cementitious patches, patching losses in terra cotta units with composite patching material to match original planes and profiles, and manufacturers’ compatible glazing compound to match adjacent surface. 8. Installing lead “T” joint covers in terra cotta joints where indicated on the drawings. 9. Provide Unit Pricing for the following:

a. Coating cracks in glaze of terra cotta units. b. Repairing cracks in glaze of terra cotta units. c. Coating glaze spalls and composite patching mortar patches with coating to match adjacent surface. d. Patching losses in terra cotta units with composite patching material and coating patches. e. Replacing deteriorated terra cotta units with new terra cotta units.

B. RELATED WORK:

1. Section 04 01 10 – Masonry Cleaning 2. Section 04 05 13 – Restoration Mortars 3. Section 04 01 10.91 – Masonry Pointing 4. Section 04 01 20 Brick Masonry Restoration 5. Section 04 72 00 – Cast Stone Masonry Restoration

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -1

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

6. Section 04 72 20 – Cast Stone Units 1.3 DEFINITIONS

A. “Spall”: An area of terra cotta unit from which a fragment of terra cotta has spalled off.

B. “Glaze Spall”: An area of a terra cotta unit from which glaze has spalled off.

C. “Spall Repair”: Use of a composite patching material and pigmented coating to restore profile and surface color and reflectivity of a terra cotta unit that has a spall.

D. “Glaze Spall Repair”: Use of a pigmented coating to restore surface color and reflectivity of a terra cotta unit that has a glaze spall.

E. “Cold Weather Terra Cotta Masonry Restoration” as used herein refers to work of this Section when temperature is below 40 deg F or predicted to go below 40 deg F within 48 hours of use of mortar.

F. “Hot Weather Terra Cotta Masonry Restoration” as used herein refers to work of this Section when temperature is above 100 deg F or when temperature is above 90 deg F and wind is above 8 mpg or when either of these conditions is predicted within 48 hours of use of mortar.

1.4 QUALITY ASSURANCE

A. Terra Cotta Masonry Restoration Specialist: Award terra cotta masonry restoration work to firm regularly engaged in restoration of terra cotta masonry that can demonstrate to Owner’s satisfaction that, within previous five years, it has successfully completed at least three projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities. 1. Foreman: Terra cotta masonry restoration shall be directly supervised by a full- time foreman with experience equal to or greater than that required of Terra Cotta Masonry Restoration Specialist. Foreman shall read and speak English fluently. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Terra cotta masonry restoration shall be carried out by a steady crew of skilled masons who are thoroughly experienced with materials and methods specified and have a minimum of three years’ experience with work on historic terra cotta masonry similar to the work required on this Project. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill. B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -2

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

of each of the following standards at Project site when work of this Section is being performed. In each case in which there is conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM) a. ASTM A 276, Standard Specification for Stainless Steel Bars and Shapes. b. ASTM A 666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. 2. American Institute for Conservation of Historic & Artistic Works (AIC), Code of Ethics and Guidelines for Practice.

3. American Welding Society (AWS) a. A5.4 Specification for Stainless Steel Electrodes for Shielded Metal Arc Welding. b. A5.9 Specification for Bare Stainless Steel Welding Electrodes and Rods. c. D1.6 Structural Welding Code – Stainless Steel. d. The work of all masonry sections shall comply with the United States Department of the Interior Secretary of the Interior’s Standards for Rehabilitation of Historic Buildings. D. Anchorage: Anchoring systems for terra cotta units shall be designed by a structural engineer licensed in the state of Massachusetts and regularly engaged in designing anchoring systems for masonry and employed by the Contractor or engaged by the Contractor at Contractor’s sole expense. Structural engineer shall coordinate anchorage design with the terra cotta manufacturer. Terra cotta anchorage shall be designed to withstand loads from wind, earthquake, gravity, building movement, and thermally induced movement to comply with the requirements of the governing building code and sound engineering practice.

E. Documentation of Existing Conditions: Document conditions of terra cotta units to be restored using photographs. Document configurations and locations of terra cotta units to be salvaged and reinstalled using drawings with identification system. 1. Drawings: Document with drawings showing location of each unit and containing identification for each unit using approved labeling system. 2. Photographs: Photographs showing overall units and additional detail photographs showing areas of damage and deterioration to be repaired if such areas are not clearly visible and understandable in the overall photographs of terra cotta units. Key detailed photographs to overall photographs. Clearly show all existing conditions, including conditions that might be misconstrued as damage resulting from work of this Section. a. Images: Clear, sharp, high-resolution, color images. Unclear images, out-of-focus images, underexposed images, and overexposed images will not be accepted. b. Format: i. Digital Images: High-resolution JPEG (.jpg) color images (minimum 6 megapixel images with color information yielding files of at least 1 megabyte each). Provide two copies of each CD. Clearly label CDs using method that will not cause images to deteriorate and that will not contribute to image deterioration.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -3

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

ii. Identification and Keying: Label each photograph with project name, date and time photograph was taken, and location. Key overall photographs to drawings and key detail photographs to overall photographs and to drawings so that area depicted in photograph is easily identifiable. iii. Digital Images: Provide identification and keying information, including text description and images of drawings and key photographs, for all photographs on each CD in text file (Word) or in PDF file on same CD as images. In addition, submit printed black and white copies of key drawings and key photographs together with the CDs. F. Sources of Materials: Obtain each type of material required for terra cotta masonry restoration (anchors, grout, coatings, etc.) from a single source to ensure a match in quality, performance, and appearance.

G. Manufacturer’s Representative: A technical representative of the manufacturer of patching and coating materials for restoration of terra cotta shall be present at site during preparation of mock-ups and also when requested by or Architect or Restoration Consultant or Contractor during construction to advise on optimum preparation and use of products.

H. Qualification of Welders: Qualify welding processes and welding operators in accordance with AWS D1.6 Structural Welding Code – Stainless Steel requirements for welding stainless steel, and as required by authorities having jurisdiction.

1. Certify that each welder has satisfactorily passed AWS qualification tests for welding processes involved in work of this Section and, if pertinent, has undergone recertification.

I. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Architect or Restoration Consultant with hands-on access to each and every area of terra cotta masonry that has been restored. No approval of terra cotta masonry restoration will be given before Architect or Restoration Consultant is provided hands-on access to all terra cotta masonry surfaces that have been restored. Provide access for reinspection of areas where terra cotta masonry restoration work was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work.

J. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -4

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

K. Restoration of Damaged Masonry: Repair or replace broken, lost, and damaged terra cotta masonry resulting from work of this Section to configuration and condition existing before work began to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1.5 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Restoration Consultant’s approval.

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect or restoration consultant, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Documentation: Documentation as specified in “Quality Assurance” Article, above. Drawings and photographs documenting terra cotta units to be removed and reinstalled, units to be pinned, units to be patched, and units to be coated. Drawings shall clearly identify individual blocks. Key photographs to drawings.

D. Product Data: Submit manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

E. Work Description: Detailed description of each type and procedure of proposed terra cotta masonry restoration work. Do not begin work on site until Work Description has been approved in writing. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Work description for each condition shall include, but not be limited to: 1. Materials and Procedure: Description of materials, methods, tools, and equipment to be used. 2. Protection: Description, including drawings, of proposed materials and methods of protection for preventing harm, damage, and deterioration caused by work of this Section to persons (whether involved in the Work or not), building elements, materials, and finishes, surrounding landscape and site, and the environment (including air and water). F. Shop Drawings: Dimensioned drawings at appropriate scales that clearly depict all information. Include details of anchors and fasteners, half-size, minimum. Submit newly prepared drawings showing site-verified conditions and materials. Photocopies of Contract Documents and/or electronic scans of Contract Documents will not be accepted for Shop Drawing submittals. 1. Anchoring New Units: Details of backup masonry and anchoring of new terra cotta units showing each typical condition and corresponding calculations. Drawings shall be at a scale of at least 1-1/2 inch equals 1 foot. Anchorage drawings and calculations shall bear the stamp and signature of the Professional

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -5

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Engineer licensed in the State of Massachusetts responsible for their preparation. 2. Anchoring Existing Units in Place: Details showing reanchoring of existing terra cotta units. Show each typical condition. G. Schedule of Anchors: Schedule of anchors, hangers, out-hooks, etc. necessary to secure and support terra cotta units in a manner approved by Restoration Consultant.

H. Samples 1. Cramps and Anchors: Each type of cramp, anchor, dowel, and other supports and fasteners to be used. 2. Terra Cotta Patching Mortar: Each color necessary to match existing terra cotta body, 6 inch x 6 inch by 1 inch cured samples. 3. Terra Cotta Coating Material: Each color necessary to match existing terra cotta glaze, on 6 inch x 6 inch samples of cured patching mortar. I. Mock-ups: Prepare mock-ups as specified in Article “Mock-Ups,” below.

1.6 MOCK-UPS

A. General: Before beginning general terra cotta masonry restoration work, prepare mock- ups to provide standards for work of this Section. Do not proceed with terra cotta masonry restoration work until Architect or Architect or Restoration Consultant has approved mock-ups. 1. Locate mock-ups as directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of each mock- up. 3. Architect or Restoration Consultant will monitor mock-ups. 4. Use crew that will execute the work and follow requirements of this Section. 5. Allow mock-ups with mortar or composite patching mortar to dry for seven days to allow material to reach final color and allow potential problems to appear. Notify Architect or Restoration Consultant when mock-up is ready for review. 6. Repeat mock-ups as necessary to obtain Architect’s or Restoration Consultant’s approval. 7. Protect approved mock-ups to ensure that they are without damage, deterioration, and alteration at time of Substantial Completion. 8. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 9. Approved mock-ups will represent minimum standards for terra cotta masonry restoration. Subsequent terra cotta masonry restoration work that does not meet standards of approved mock-ups will be rejected. B. Prepare the Following Mock-Ups 1. Dismantling and Rebuilding Terra Cotta Masonry: One location. 2. Installing New Terra Cotta Units with Cast Stone Units: One location, two adjacent terra cotta units. 3. Removing and Resetting Loose and Displaced Terra Cotta Units: Two units. 4. Securing Cracked Terra Cotta Units Using Pins: One unit, including filling crack. 5. Providing New Anchors for Terra Cotta Units: One unit for each type of unit to receive new anchors. 6. Removing Anchors and Patching Holes: Two anchors. 7. Routing and Filling Cracks in Terra Cotta Units: Two locations. 8. Patching Spalled Terra Cotta (Including Coating Patch with Glaze Replacement Coating): Two locations.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -6

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

9. Inpainting Glaze Losses with Glaze Replacement Coating: Two locations. 10. Removing Glaze and Painting Units with Glaze Replacement Coating: Two units. 11. Installing lead “T” joint covers: Two locations. 1.7 PRODUCT DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material.

B. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

C. Deliver and store materials in manufacturers’ original sealed containers or packaging, clearly labeled with manufacturer’s name, address, and product identification, including grade, type, and color. Immediately reseal containers after partial use.

D. Storage of Terra Cotta Units: Store units in their original packing material until ready for use. Crates shall not be stacked and shall remain in an upright position. Store units on firm, level, and smooth surface. The units shall be protected from weather before setting, to prevent staining.

1.8 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not involved in the work of this Section, from harm caused by or resulting from work of this Section. 1. Protection from Hazardous Materials: Protect workers and other persons from contact with hazardous materials resulting from work of this Section. a. Silica: Overexposure to respirable crystalline silica may lead to silicosis, which is a disabling, nonreversible, and sometimes fatal lung disease. Provide personal protective equipment and other protections necessary to prevent workers from exposure to respirable crystalline silica. 2. Protection from Noise: Limit noise generated by work of this Section to an absolute minimum. Prevent persons, whether or not involved with the work of this Section, from noise that might adversely affect them B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair damage to materials and damage to finishes to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner. 1. Exclusion of Water: Cover open joints and areas from which units have been removed during periods when work is suspended to ensure materials and finishes are not damaged by water penetration. 2. Prevention of Staining: Prevent grout, mortar, and patching materials from staining exposed faces of masonry. 3. Protection from Fire: Take precautions necessary to prevent fire and spread of fire. a. Covers: Membranes, insulation blankets, and other materials used to cover masonry shall be flame retardant and fire resistant. b. Warming Devices: Heating blankets, infrared heaters, and other warming devices shall be UL approved and inspected for damage before use. c. Open Flame Heaters: No open flame heaters shall be used to protect finished masonry.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -7

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Surfaces To Receive Work: The Drawings are two-dimensional representations of three- dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members and of ornament; and surfaces of profiled members and of ornament not drawn in detail. Perform work on surfaces of projections, reveals, returns, profiled members, and ornaments associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

D. Responsibility for Dimensions: Dimensions of existing elements and conditions in Contract Documents, whether numerical, tabular, or graphic, are provided for bidding purposes and for Contractor’s information and are not guaranteed. Contractor shall measure existing elements and conditions in field and in shop before preparing shop drawings, ordering materials, or starting construction and shall certify on shop drawings that dimensions have been field verified. Contractor is responsible for verifying dimensions of existing construction and for preparation of new work and replacement work fitting into and aligning with existing construction.

E. Debris Removal 1. Do not drop or throw materials from any height. Remove debris using suitable containers or conveyances. Lower materials to ground in containers. Use methods that keep dust and impact to absolute minimum. 2. Keep premises clean by removing accumulation of waste materials, rubbish, and debris from site daily. Dispose of waste, rubbish, and debris in a proper manner in accordance with federal, state, and local laws and regulations, to the satisfaction of authorities having jurisdiction, and to the satisfaction of the Architect or Restoration Consultant. Keep site and public rights of way clear. 3. Do not store or permit excess debris to accumulate on site. F. Coordination: Coordinate work of this Section with work of other sections as necessary to ensure optimum performance of work of this Contract.

1. Clean terra cotta masonry as specified in Section 040110.11 – “Masonry Cleaning” before beginning terra cotta masonry restoration.

G. Preconstruction Meeting: Convene a preconstruction meeting to discuss terra cotta masonry restoration and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect or Restoration Consultant, Construction Manager, firm(s) that will perform terra cotta masonry restoration, and other entities that might be affected by terra cotta masonry restoration work.

1.9 ENVIRONMENTAL CONDITIONS

A. General: Perform work only when temperature of products being used and of existing and new materials and when air temperature and humidity comply with manufacturer’s requirements and requirements of this Section. In case of conflict, the most stringent requirements shall govern.

B. Terra Cotta Patching and Coating: Do not perform patching, coating, or adhesive work on terra cotta masonry unless temperatures are between 50 deg F and 80 deg F and will remain within that range for at least 48 hours after work has been completed.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -8

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Damage from Work in Cold Weather or in Hot Weather: Remove work of this Section damaged by freezing during cold weather masonry work and/or damaged by premature or too-rapid drying during hot weather masonry work and replace with new masonry work complying with the requirements of this Section at no additional cost to Owner.

PART 2 – PRODUCTS

2.1 TERRA COTTA UNITS

A. Salvaged Terra Cotta Units: Sound, undamaged, salvaged terra cotta units cleaned free of mortar and surface contaminants. Each terra cotta unit salvaged for reuse shall be accepted by Architect or Restoration Consultant before installation.

B. Replacement of Terra Cotta Units: New sound precast stone matching configuration and appearance of original units. Comply with requirements of Section 04 72 20 – “Cast Stone Units.”

2.2 MORTARS

A. Comply with requirements of Section 040513.10 – “Restoration Mortars.”

2.3 TIES AND ANCHORS

A. Anchors for Securing Units to Backup Masonry: Adhesive-fastening systems specifically designed to anchor elements to masonry and of size indicated on Drawings and approved shop drawings. Provide fasteners using stainless steel bolts and washers or threaded stainless steel rods and nuts and washers, screen tubes, appropriate structural adhesive, and accessories specifically designed for anchoring to masonry. Provide adhesive fastening systems by Hilti, P.O. Box 21148, Tulsa, OK (800-879-8000) Hilti, P.O. Box 21148, Tulsa, OK (800-879-8000); Ramset/Red Head, 1300 N. Michael Dr., Wood Dale, IL, 60191 (630-350-0370); Simpson Strong-Tie, 26 International Street, Columbus, OH 43228 (614-876-8060); or approved equal. Furnish accessories for mixing and installation as recommended by manufacturer for optimum performance.

B. Screen Tubes: Stainless steel screen tubes designed for use with structural adhesive masonry anchoring systems. Provide stainless steel screens designed specifically for use with adhesive being used to secure anchor. Provide screen tubes by Hilti, P.O. Box 21148, Tulsa, OK (800-879-8000); Powers Fasteners, 2 Powers Lane, Brewster, NY 10509 (800-524-3244); ITW Red Head, 2171 Executive Drive, Addison, IL 60101 (630- 350-0370); or approved equal.

C. Concealed Front Anchors for Anchoring Individual Units: Split anchors specifically designed to secure individual masonry units inserted into existing masonry with plates and sleeves of Type 304 stainless steel complying with ASTM A 666 and dowels of Type 304 stainless steel complying with ASTM A 580 and with a record of successful in-service performance. Provide Type HB C3 anchors by Hohmann & Barnard, Inc., 30 Rasons Court, Hauppauge, NY 11788 (631-234-0600), or approved equal.

D. Rod Anchors for Anchoring Existing Units: 3/8-inch-diameter threaded stainless steel rods together with stainless steel washers, nuts, couplings, and fittings as shown and required for secure anchorage as shown on approved shop drawings.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -9

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. Threaded Dowels for Pinning Existing Units: 3/8-inch-diameter threaded stainless steel rods, length as indicated or as required for secure attachment, together with stainless steel washers, nuts, and fittings as shown on approved shop drawings.

F. Brick Ties: Corrugated ASTM A 666 Type 304 stainless steel, 12 gauge, minimum 1-1/2- inches wide, and of appropriate length to extend to a distance 1 inch behind face of masonry.

G. Miscellaneous Anchors and Fasteners: ASTM A 666, 300 Series stainless steel, of configuration suitable for use intended and approved by Architect or Restoration Consultant.

H. Welding Electrodes for Stainless Steel: Electrodes for ASTM A 276 and ASTM A 666 stainless steel, grade 316, shall conform to AWS A5.4 for shielded metal arc welding, electrode class E316; or to AWS A5.9 for gas metal arc welding, electrode class ER316, (Ft = 70ksi).

2.4 ADHESIVES

A. Epoxy Injection Adhesive: High-modulus, high-strength, moisture-insensitive, 100 percent solids, two-component epoxy adhesive manufactured specifically for structural repair of masonry by pressure injection. Provide products by Sika Corporation, 201 Polito Avenue, Lyndhurst, NJ 07071 (800-933-7452). 1. Wide Cracks: Adhesive of paste consistency. Provide Sikadur Injection Gel. 2. Narrow Cracks: Adhesive of low viscosity. Provide Sikadur 35, Hi-Mod LV, or Sikadur 55, Hi-Mod LV as appropriate for width of crack. B. Structural Adhesive for Use in Screen Tubes: Structural adhesive specifically manufactured for use with screen tubes in masonry anchoring systems and approved by manufacturer of screen tubes selected and by Architect or Restoration Consultant. Provide Hit-HY70 by Hilti, P.O. Box 21148, Tulsa, OK 74121 (800-879-8000); Acrylic-Tie by Simpson Strong-Tie, 4120 Dublin Blvd., Dublin, CA 94568 (800-999-5099); Epcon A7 by Ramset/Red Head, 1300 N. Michael Dr., Wood Dale, IL, 60191 (630-350-0370); or approved equal.

2.5 TERRA COTTA GROUTING AND PATCHING MORTARS

A. General: Comply with requirements of Section 040513.10 – “Restoration Mortars.”

2.6 TERRA COTTA GLAZE REPAIR COATINGS

A. Coatings: Provide one of the following coating systems. 1. Coating System: Mineral coating and finish coating available from Cathedral Stone Products, Inc., 7266 Park Circle Dr., Hanover, MD (800-684-0901). a. Mineral Coating: Potassium silicate coating, “masonRE Coating.” b. Finish Coating: Acrylic coating, “masonRE Terra Coat.” 2. Coating System: Sealer and coating available from Benjamin Moore & Co., 101 Paragon Dr., Montvale, NJ (866-708-9180). a. Sealer: “Super Spec 100% Acrylic Masonry Sealer (066).” b. Coating: “Aura Waterborne Exterior Paint Semi Gloss Finish 632.” 3. Coating System: Coating and finish coating. a. Coating: “Breathable Masonry Coating II,” available from ProSoCo, Inc., 3741 Greenway Circle, Lawrence, KS 66046 (800-255-4255).

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -10

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

b. Finish Coating: Acrylic coating, “masonRE Terra Coat,” available from Cathedral Stone Products, Inc., 7266 Park Circle Dr., Hanover, MD (800- 684-0901). B. Colors: Supply repair coatings in color to match cleaned glaze of existing units. Colors of prime coats and undercoats shall approximate color of final coat, but each coat shall have a slight variation of color to distinguish it from preceding coat. Paints shall be “ready-mixed” matching stable adjacent glaze surfaces. Colors shall be pure, non-fading pigments, mildew-proof, sun-proof, finely ground in approved medium, and shall not be restricted to manufacturer’s standard colors.

2.7 MISCELLANEOUS MATERIALS

A. Rust-Inhibiting Coating: Two-component polyamide epoxy-based paint formulated for corrosion protection of ferrous metal and for application to marginally cleaned steel with minimum 78 percent solids by volume and a record of successful in-service performance. Provide manufacturer’s standard color matching adjacent concrete. Provide one of the following, or approved equal, in approved color: 1. Series 135 Chembuild, Modified Polyamidoamine Epoxy, manufactured by Tnemec, 6800 Corporate Drive, Kansas City, MO 64120 (800-863-6321). 2. Steeltech Epoxy Mastic Primer S3608 and Activator S3698, manufactured by Pratt & Lambert, 101 Prospect Ave., NW, Cleveland, OH 44115 (800-289-7728). 3. M45/M46 Epoxy Mastic Coating, manufactured by Benjamin Moore & Co., 51 Chestnut Ridge Road, Montvale, NJ 07645 (201-573-9600). B. Detergent: Non-ionic detergent. Provide Surfonic JL-80X, available from Conservation Support Systems, P.O. Box 91746, Santa Barbara, CA 93190 (800-482-6299); Tergitol 15-S-5, available from Sigma-Aldrich Corporation, 3050 Spruce Street, St. Louis, MO 63103 (314-771-5765); Igepal Co-630, available from Rhone-Poulenc, Prospect Plains Road, Cranbury, NJ 08512 (609-395-8300); or approved equal.

C. Temporary Crack Sealer: Two-component, non-sag, polyurea paste designed for temporarily sealing surfaces of cracks and delaminations in masonry to allow pressure injection of adhesives and grouts. Subject to specified requirements, provide “StripSEAL” manufactured by ChemCo Systems, 2800 Bay Road, Redwood City, CA 94063 (800- 757-6773), or approved equal. Test crack sealer to ensure that it can be applied and removed without damaging or staining terra cotta.

D. Lead “T” Joint Covers: Refer to Specification Section 040513.91 – “Masonry Pointing”.

2.8 FLASHING AND WEEP TUBES

A. Copper-Laminated Flashing: Manufacturer’s standard laminated flashing consisting of 5- oz. per sq. ft. sheet copper bonded with asphalt between two layers of glass-fiber cloth. Use where flashing is fully concealed in masonry.

1. Metal Flashing Terminations at Sealant Joints: Fabricate metal flashing terminations from 10-oz. per sq. ft. sheet copper. Extend at least 3 inches into wall and out to exterior face of wall. At exterior face of wall, bend metal back on itself for 3/4 inch and then down into joint 3/4 of joint width to form a stop for retaining sealant backer rod.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -11

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Adhesives, Primers, and Seam Tapes for Flashings: Flashing manufacturer’s standard products or products recommended by flashing manufacturer for bonding flashing sheets to each other and to substrates.

C. Round Plastic Weep Tubing: Medium-density polyethylene, 3/8-inch outside diameter x 4 inches long.

D. Rectangular Plastic Weeps: Rectangular plastic weeps with stainless steel screens and rope wicks designed to replace mortar in head joints, 3/8-inch wide x depth equal to depth of outer wythe. Provide weeps by Hohmann & Barnard, 30 Rasons Court, Hauppauge, NY 11788 (631-234-0600), or approved equal.

E. Sheet Copper Flashing: 16 oz. per sq. ft. minimum weight.

2.9 EQUIPMENT

A. Pump for Epoxy Injection: A two-line epoxy pump with a head for mixing epoxy components immediately behind nozzle. Equipment shall be capable of completely mixing components at proper ratio and of discharging mixed grout at pressures of up to 200 psi.

1. Check equipment for proper mixing ratio and delivery pressure each day before beginning work. Check proper mixing ratio by disconnecting mixing head from equipment, pumping the two epoxy components simultaneously into separate calibrated containers, and measuring amounts delivered during same time period. Do not begin injection work until Architect or Restoration Consultant has approved mixing ratio.

B. Drill for Providing Holes in Existing Masonry: Rotary drill with sharp masonry bits or core bits. No hammer drills or percussive tools will be permitted.

PART 3 – EXECUTION

3.1 EXAMINATION

A. General: Contractor shall examine terra cotta masonry together with the Architect or Restoration Consultant to determine the condition and type of repair for each unit. The Architect’s or Restoration Consultant’s decision as to the type of repair for each condition of each unit shall be final.

3.2 DOCUMENTATION AND IDENTIFICATION

A. General: Completely document existing conditions using drawings and photographs. Do not begin removal or restoration of terra cotta units until Architect or Restoration Consultant has approved documentation in writing.

B. Terra Cotta Units to Be Removed and Reinstalled 1. Drawings: Document units with drawings. Identify units using identification system approved by Architect or Restoration Consultant. 2. Photographs: Document units using photographs to show areas of damage and deterioration. Comply with requirements of Paragraph “Documentation” in “Quality Assurance” Article, above.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -12

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Terra Cotta Units to Be Restored in Place: Document units using photographs to show areas of damage and deterioration. Comply with requirements of Paragraph “Documentation” in “Quality Assurance” Article, above.

3.3 REMOVAL OF TERRA COTTA UNITS AND DETERIORATED BACKUP MASONRY

A. Removal of Terra Cotta Units: Remove terra cotta units indicated to be removed and replaced with new terra cotta and terra cotta units indicated to be removed and reset.” Use extreme care to avoid damage to adjacent masonry and damage to units to be reset. Repair or replace terra cotta units damaged during removal work to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1. Identification: Label and number units to be salvaged with water-resistant materials in places that will not be visible in finished work using identification on accepted documentation drawings. Labels and numbers shall remain legible for duration of Contract.

B. Removal of Unsound Backup Masonry: Remove unsound backup masonry to sound masonry. Remove whole bricks and tooth edges of hole to provide for mechanical bonding of replacement masonry. Remove mortar from surfaces of masonry units adjacent to hole to be filled with new brick masonry.

3.4 RECONSTRUCTION OF BACKUP MASONRY

A. General: Reconstruct backup brick masonry to provide sound, secure, solid masonry for support and anchoring of terra cotta. Comply with requirements of Section 040120 – “Brick Masonry Restoration.”

3.5 INSTALLATION OF TERRA COTTA UNITS

A. General: Set terra cotta units accurately in accordance with shop and setting drawings and to comply with manufacturer’s recommendations using experienced masons. Anchor terra cotta units to backup masonry or structural steel. Unless otherwise noted, set every unit in a full bed of mortar with vertical joints shoved full. Firmly place anchors and dowels, and completely fill anchor holes, dowel holes, and similar holes with mortar after anchors or dowels are set.

1. Do not cut-to-size any ornamental terra cotta, without Architect’s or Restoration Consultant’s written approval. Where terra cotta units do not fit to match original construction and provide joints matching original joints, furnish and install new units of appropriate size and configuration to Architect’s or Restoration Consultant’s satisfaction.

B. Anchors: Install terra cotta units using anchoring system designed by Contractor’s Professional Engineer as shown on approved shop drawings.

1. Anchoring Inserted Individual Units: Unless otherwise noted, set individual units in locations where adjacent units are already in place with specified anchoring system where one pin is set in existing adjacent unit and one pin is set in new unit. After units are in place, slip collar on tabs that project out from joint. Turn tabs upward or downward so that they are concealed behind surface of units.

a. Alternatively, draw pins may be used.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -13

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Presoaking: When setting terra cotta units with mortar, soak units in clean water for one hour or more, remove from water, and allow excess water to evaporate before setting. At the beginning of each day’s work, soak walls to receive terra cotta units using hose and spray nozzle. Soak walls again with water not more than one hour before setting units.

D. Alignment 1. Projecting Courses: Set terra cotta units in projecting courses so that an arris casting a shadow is true to a line. 2. Bearing Surfaces: New horizontal terra cotta surfaces that provide bearing for additional terra cotta shall be smooth and level. E. Cores: Exposed free-standing construction, subject to the absorption of water through mortar joints and liable to injury from subsequent freezing or the expansion of improper filling material, should generally be left unfilled and should be ventilated by means of small, inconspicuously placed weep-holes indicated by “W.H.” on the shop drawings.

F. Preparation for Pointing: After each unit has been set, rake exposed joints to a depth of 3/4 inch from face for pointing. Sponge off face of each unit to remove splashed mortar and mortar smears.

G. Pointing: Point joints as specified in Section 040513.91 – “Masonry Pointing.”

3.6 TERRA COTTA RESTORATION, GENERAL

A. Scope of Terra Cotta Restoration: Restoration shall include pinning terra cotta blocks, patching of broken edges, patching of chipped and spalled surfaces, filling of holes, and grouting of cracks and fissures. Repairs shall be made with specified patching materials, following manufacturer’s recommended procedures and as specified herein. Repairs shall match form and profile of original element and color and texture of adjacent terra cotta surface.

B. Drilling Terra Cotta Units: Drill holes in terra cotta units for anchoring and pinning and for installing pins for composite patching mortar using rotary drill with sharp masonry bits or core bits. Do not use a hammer drill or reciprocating tool.

3.7 ANCHORING TERRA COTTA UNITS

A. General: Anchor terra cotta units as indicated on Drawings by installing stainless steel rods in screen tubes through faces of units using epoxy adhesive and stainless steel rods into backup masonry using epoxy adhesive.

B. Preparation: Drill hole in supporting masonry and hole through face of terra cotta unit. Use care to avoid damage to terra cotta units. Remove dust and debris using natural bristle brush followed by clean, oil-free compressed air. Protect exterior face of terra cotta unit from contact with adhesive using approved methods.

C. Installation: Fill screen tube with epoxy adhesive, insert in hole in terra cotta block, and insert rod into screen tube. Ensure that faces of screen tube and rod are 3/8-inch behind face of terra cotta unit. Fill hole in backup masonry with epoxy resin and insert rod. When adhesive has set, install coupling and fitting to ensure secure attachment.

D. Patching Holes: Patch holes with patching mortar matching profile and finish of adjacent terra cotta surface as specified in Article “Filling Holes,” below. Coat patches with glaze

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -14

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

repair coating to match adjacent surface as specified in Article “Repairing Glaze Spalls”, below.

3.8 PINNING TERRA COTTA UNITS

A. General: Pin terra cotta units as indicated on Drawings by installing screen tubes and stainless steel anchors through faces of units into masonry backup or structural system and patching holes with composite patching mortar and glaze repair coating to match adjacent surface.

B. Preparation: Drill holes in terra cotta pieces to receive anchors. Blow debris from holes with filtered, oil-free compressed air.

C. Pinning: Insert screen tubes, inject structural adhesive, and insert threaded dowels, pushing until dowel ends are at least 3/8 inch below terra cotta surface.

D. Patching: Rout and fill cracks following requirements of Article “Routing and Filling Cracks,” below. Patch holes used to insert rods with patching mortar matching profile and finish of adjacent terra cotta surface.

E. Applying Glaze Repair Coating: Prepare and coat surface of repaired crack with glaze repair coating following procedures for surface preparation, priming, and coating specified in Article “Repairing Glaze Spalls,” below.

3.9 INJECTING NARROW CRACKS WITH EPOXY ADHESIVE

A. General: Inject narrow cracks in terra cotta units with epoxy adhesive. Fill injection ports with composite patching mortar and coat mortar with glaze repair coating to match adjacent surface.

1. Do not begin epoxy injection each day until Architect or Restoration Consultant has approved equipment mixing ratio and pressure.

B. Preparation 1. Blow out loose granular material from cracks with clean, oil-free compressed air, being careful not to break or detach portions of terra cotta. 2. Do not damage or deteriorate sound units. Chipping of edges will not be permitted. C. Sealing Crack: Before beginning injection of epoxy adhesive, seal surfaces of exposed cracks with temporary sealer.

D. Injecting Epoxy Adhesive: After surfaces of crack have been sealed, drill 1/4-inch- diameter injection ports in crack 6 inches on center maximum. Insert nipple and pump epoxy into injection port until crack is filled halfway to next injection port. Repeat at successive injection ports until crack is full. Remove adhesive from front 3/8-inch depth of injection ports to provide space for patching material.

E. Cleaning Excess Adhesive from Surfaces: Thoroughly clean excess epoxy from surrounding surfaces before epoxy has set. Keep manufacturer’s clean-up solvents on site during injection operations.

F. Removing Crack Sealer: After adhesive has cured, strip temporary sealer entirely to leave terra cotta surface free of sealer.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -15

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

G. Filling Injection Ports: Mechanically remove epoxy from surfaces of terra cotta 3/8-inches deep at sides of holes used to inject epoxy. Do not damage exposed surfaces of terra cotta unit. Fill injection holes with cementitious patching mortar. Surface of patch shall match profile, color, and texture of adjacent terra cotta.

H. Applying Glaze Repair Coating: Prepare and coat surface of filled holes with glaze repair coating following procedures for surface preparation, priming, and coating specified in Article “Repairing Glaze Spalls,” below.

3.10 ROUTING AND FILLING CRACKS

A. General: Rout out cracks and fill with custom patching mortar to match color and texture of adjacent surface. Coat surface of filled crack with glaze repair coating to match adjacent surface.

B. Routing: Carefully rout out cracks 5/8-inch deep and 1/8-inch wide. Do not damage surface of terra cotta units.

C. Cleaning: Clean cracks thoroughly using fine brush followed by clean, oil-free compressed air to remove granular particles and dust.

D. Prewetting: Thoroughly wet terra cotta body to ensure that substrate will not rapidly absorb water from patching mortar.

E. Patching: Brush crack with a mortar slurry coat and fill with specified composite patching mortar matching color of adjacent cleaned terra cotta.

F. Finishing: Strike surface of repaired crack flush with face of adjacent terra cotta. Finish surface of filled crack to match texture and finish of adjacent cleaned terra cotta.

G. Curing: Protect installed patching mortar from too rapid drying using wet burlap cloths or other approved methods.

H. Applying Glaze Repair Coating: After patching mortar has cured completely, provide glaze repair primer and glaze repair coating as specified in Article “Repairing Glaze Spalls,” below.

3.11 FILLING HOLES

A. General: Fill holes in terra cotta units using composite patching mortar to match profile, color, and texture of adjacent terra cotta surface. Coat surface of filled holes with glaze repair coating to match adjacent surface.

B. Cleaning: Brush out holes with stiff bristle brush. Clean holes using filtered, oil-free compressed air to remove dirt and loose debris.

C. Prewetting: Thoroughly wet terra cotta body around holes to ensure that substrate will not rapidly absorb water from patching mortar.

D. Filling: Fill holes with composite patching mortar matching color of adjacent cleaned terra cotta. Do not featheredge patches.

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -16

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. Finishing: Strike surface of filled hole flush with face of terra cotta. Finish surface of patching material to match texture and finish of adjacent cleaned terra cotta.

F. Curing: Protect installed patching mortar from too rapid drying using wet burlap cloths or other approved methods.

G. Applying Glaze Repair Coating: After patching mortar has cured completely, provide glaze repair primer and glaze repair coating as specified in Article “Repairing Glaze Spalls,” below.

3.12 PATCHING SPALLED TERRA COTTA

A. General: Patch areas in which terra cotta units are spalled and areas in which terra cotta units have previous cementitious patches as indicated on Drawings. Prepare existing spalled areas. Remove mortar patches and prepare spalled areas of terra cotta. Provide new composite patches matching adjacent surfaces. Coat surfaces of patches with glaze repair coating to match adjacent surface.

1. Joints: Do not patch units across joints. Where units on both sides of joints require patching, provide a separate patch on each side of joint. Prepare and point joint following requirements of Section 040513.91 – “Masonry Pointing.”

B. Preparation: Grind spalled area to form square shoulders a minimum of 1/8-inch deep. Form a clean, sharp edge around full perimeter of area. Avoid featheredge lap onto face of terra cotta.

C. Cleaning: Clean exposed terra cotta bisque of dust and debris by brushing with a stiff fiber brush followed by blowing with filtered, oil-free compressed air. Clean surfaces of oil, grease, and other contaminants that might inhibit adhesion of patching material using solvent recommended by coating manufacturer.

D. Prewetting: Thoroughly wet terra cotta substrate to ensure that it will not rapidly absorb water from patching mortar.

E. Patching: Fill area to be patched with composite patching mortar. Pack mortar into spalled area, installing more material than required, and tool or trowel patch to match adjacent tooled terra cotta. Patches shall match profile, texture, and color of adjacent terra cotta surfaces.

F. Curing: Cure patch following manufacturer’s directions.

1. Protection: Provide temporary shade for patches exposed to direct sunlight when air temperature is higher than 85 deg F and otherwise protect patches from premature or too-rapid drying.

G. Unacceptable Patches: Separation at edges of patch and hairline cracks in patches are unacceptable. Remove unacceptable patches and provide new patches as specified above.

H. Applying Glaze Repair Coating: After patching mortar has cured completely, provide glaze repair primer and glaze repair coating as specified in Article “Repairing Glaze Spalls,” below.

3.13 REPAIRING GLAZE SPALLS

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -17

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. General: Prepare surfaces and provide glaze repair coating to areas of terra cotta units from which glaze has spalled, areas from which glaze has been removed, and areas that have been patched and filled with composite patching mortar. 1. Follow manufacturer’s instructions regarding surface preparation, mixing, applying, drying, etc. In case of conflict with this specification, this Section shall govern. 2. Apply glaze repair primer and glaze repair coating as packaged. Do not dilute or alter either product. 3. Remove imperfections in previous coat before applying subsequent coat. 4. Protect adjacent materials and finishes from overspray and splash of glaze repair coating. Remove inadvertent splashes using mineral spirits before solution has dried on surface. B. Surface Preparation 1. Mechanically remove loose glaze from units. On units from which 50 percent or more of the glaze is missing or on which 50 percent or more of the glaze is deteriorated, mechanically remove all remaining glaze from unit. Do not damage terra cotta body during glaze removal. 2. Clean surfaces to receive coating. Completely remove biological growth, grime, grease, dirt, loose glaze or substrate material and other substances that might interfere with proper adhesion of coating following requirements of Section 040110 – “Masonry Cleaning.” 3. Areas to receive coating shall be dry. 4. If surfaces are not thoroughly dry or if they cannot be put in proper condition to receive repair coating by customary, normal methods, notify Architect or Restoration Consultant in writing. 5. Beginning application of glaze repair coating shall be construed as acceptance of surfaces as being satisfactory. Contractor shall correct defects in his work resulting from such accepted surfaces at his own expense. C. Priming: Prime surfaces of terra cotta body to receive glaze repair coating, including glaze spalls and areas from which glaze has been mechanically removed. Prime all cementitious patching material to receive glaze repair coating.

1. Brush apply glaze repair primer following manufacturer’s recommendations. Overlap 1/8 inch to1/4 inch onto sound adjacent glaze surface.

D. Coating: Apply two coats of glaze repair coating following manufacturer’s recommendations. General application will be determined once test application results are approved. 1. Brush apply glaze repair coating to cover areas of terra cotta body and composite patching material. Overlap 1/8 inch-1/4 inch onto sound adjacent glaze surface. 2. Apply sufficient material to thoroughly wet masonry surface. Avoid streaks and runs. Brush out runs and drips that do not penetrate. 3. Allow first coat to dry for one hour before applying second coat. 4. Apply second coat to ensure an even surface without runs and drips. 5. Allow surfaces treated with glaze repair coating to dry as recommended by manufacturer. 6. Protect coated surfaces from rain and other surface water for at least six hours following application. 3.14 PREPARING AND POINTING JOINTS

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -18

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. General: Joint preparation and pointing is work of Section 040513.91 – “Masonry Pointing.”

3.15 INSTALLING LEAD JOINT COVERS

A. General: Installation of lead joint covers at joints between terra cotta coping units as indicated on Drawings is specified in Section 040513.91 – “Masonry Pointing.”

3.16 ADJUST AND CLEAN

A. Cleaning: Clean terra cotta before mortar sets. Remove mortar and stains from masonry with dry, stiff bristle brushes. Architect or Restoration Consultant may require additional cleaning procedures. Keep walls clean as work progresses. After mortar has cured, perform final cleaning, using stiff fiber brushes and clean water.

B. Adjustment: Remove terra cotta masonry restoration work that does not meet requirements of this Section. Provide new work meeting requirements of this Section and matching approved mock-up to Architect’s or Restoration Consultant’s satisfaction at no additional cost.

END OF SECTION

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -19

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE WAS INTENTIONALLY LEFT BLANK

BID SET TERRA COTTA RESTORATION 06/03/2020 04 01 25.91 -20

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 04 05 13

RESTORATION MORTARS

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 DESCRIPTION

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of restoration mortars and grouts as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Mortars for setting brick masonry. 2. Mortars for setting cast stone masonry. 3. Mortars for setting terra cotta masonry. 4. Mortars for pointing brick masonry. 5. Mortars for pointing cast stone masonry. 6. Mortars for pointing terra cotta masonry. 7. Custom mortars for patching bricks. 8. Custom mortars for patching cast stone. 9. Custom mortars for patching terra cotta. 10. Grouts for grouting cracks in cast stone units. 11. Grouts for grouting cracks in terra cotta units.

B. Related Work Specified Elsewhere

1. Section 04 01 10 – Masonry Cleaning 2. Section 04 05 13.91 – Masonry Pointing 3. Section 04 01 20.91 – Brick Masonry Restoration 4. Section 04 72 00 – Cast Stone Masonry Restoration 5. Section 04 01 25.91 – Terra Cotta Masonry Restoration

1.3 QUALITY ASSURANCE

A. Masonry Restoration Specialist: Award restoration mortars and grouts work to a firm regularly engaged in preparation of mortars to match historic mortars and repair mortars matching historic masonry units that can demonstrate to Owner’s satisfaction that, within previous five years, it has successfully performed and completed in a timely manner at least three projects similar in scope and type to work required on this Project involving buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Mortar and grout preparation shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Masonry Restoration Specialist. Foreman shall be on site daily for duration

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Mortars and grouts shall be prepared by a steady crew of skilled masons who are thoroughly experienced with materials and methods specified and have a minimum of three years’ experience with work on historic buildings similar to that required by this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Work of this Section shall comply with applicable requirements and recommendations of latest editions of the documents listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations of authorities having jurisdiction. Where the language in any of the documents referred to herein is in the form of a recommendation or suggestion, such recommendations or suggestions shall be deemed to be mandatory under this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at Project site when work of this Section is being performed. In each case in which there is a conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM)

a. ASTM C 10, Standard Specification for Natural Cement. b. ASTM C 141, Standard Specification for Hydraulic Hydrated Lime for Structural Purposes. c. ASTM C 144, Standard Specification for Aggregate for Masonry Mortar. d. ASTM C 150, Standard Specification for Portland Cement. e. ASTM C 270, Standard Specification for Mortar for Unit Masonry. f. ASTM C 1324, Standard Test Method for Examination and Analysis of Hardened Masonry Mortar. i. ASTM C 1713, Standard Specification for Mortars for the Repair of Historic Masonry.

2. British Standard (European Standard). BS EN 459-1, Building lime. Definitions, specifications and conformity criteria.

D. Mortar Analyses: Analyses of samples of existing mortar shall be performed by a Qualified Testing Laboratory approved by the Architect or Restoration Consultant and complying with the requirements of ASTM C 1324 to determine characteristics of the aggregate (sizes, grading, and colors), the ratio of binder to aggregate, and the characteristics of the binder.

1. Provide Analysis of the Mortars in the Following Types of Masonry

a. Mortar in brick masonry (two samples) b. Mortar in cast stone masonry (two samples) c. Mortar in terra cotta masonry (five samples)

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Mortar analysis should include sand extraction through acid digestion and sieve analysis. 3. Obtain Restoration Consultant’s approval of sample locations and samples to be analyzed before analysis in each case. 4. Include sieved samples of the aggregate with the analysis.

E. Qualified Testing Laboratory for Mortar Analysis: Independent testing laboratory regularly engaged in analyzing masonry mortars in compliance with requirements of ASTM C 1324 and approved in writing by Architect or Restoration Consultant.

F. Sources of Materials: Obtain each type of material required for restoration mortars and grouts from a single source to ensure a match in quality, performance, and appearance.

G. Preparation of Mortar under Controlled Conditions: Mortars and grouts shall be batched and packaged in factory or shop under controlled conditions that ensure consistency of ingredients, proportions, and mixing of dry ingredients as described in approved Work Description. Mortars and grouts shall be delivered packaged to Project site ready for mixing with water. No mortar or grout mixes shall be proportioned on site.

H. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect or Restoration Consultant’s approval.

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

1. Submit certification from composite patching mortar manufacturer(s) that technicians proposed to perform the work have been trained and are certified in the application of the patching mortar(s).

C. Product Data: Manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

D. Mortar Analyses: Mortar analyses from Qualified Testing Laboratory of mortar in granite masonry, brownstone masonry and brick masonry to comply with requirements of Paragraph “Mortar Analyses” in “Quality Control” Article.

E. Work Description: Detailed description of proposed methods and procedures for proportioning and mixing mortars and grouts to ensure consistent products. Do not begin work on site until Architect or Restoration Consultant has approved Work Description in writing. Description shall include, but shall not be limited to:

1. Environmental Conditions: Proposed procedures for ensuring uniform conditions for proportioning and mixing mortars and grouts in factory or shop. 2. Quality Control Procedures: Proposed procedures to ensure that mortar and grout mixes for each use are consistent throughout the length of the Project. Include proposed procedures for ensuring that each type and formulation of mortar is used in specified locations and only in those locations. 3. Types of Packaging: Proposed packaging for delivery of mortar and grout mixes. 4. Storage: Proposed locations and conditions for storage of delivered mortar and grout mixes prior to use to avoid contamination and deterioration. 5. Testing Procedures: Proposed procedures for testing mortars to ensure compliance with requirements.

F. Samples

1. Pointing Mortar: Cured mortar samples set in 1/2-inch by 6-inch plastic or aluminum channels for approval of color and texture. Samples shall match existing mortar. Provide the following:

a. Mortar for pointing brick masonry. b. Mortar for pointing cast stone masonry. c. Mortar for pointing terra cotta masonry.

2. Sand for Pointing Mortars: Five-pound sample of each type of sand proposed for use in pointing mortars. Include sieve analysis (ASTM C 144) for each type of sand. 3. Custom Patching Mortar for Patching Holes and Losses and for Filling Cracks in Cast Stone: 4-inch x 4-inch x 1-inch cured samples of each type and color of mortar required for approval of color and texture. Samples shall match existing stone units in color, texture, surface reflectance, and other properties. 4. Custom Patching Mortar for Patching Holes and Losses and for Filling Cracks in Terra Cotta: 4-inch x 4-inch x 1-inch cured samples of each type and color of mortar required for approval of color and texture. Samples shall match existing stone units in color, texture, surface reflectance, and other properties. 5. Custom Patching Mortar for Patching Holes and Losses in Bricks: 4-inch x 4-inch x 1-inch cured samples of each type and color of mortar required for approval of color and texture. Samples shall match existing bricks in color, texture, surface reflectance, and other properties.

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials in manufacturer’s original containers and packaging clearly labeled with manufacturer’s name, address, and product identification.

B. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material. Store cementitious materials above ground and under cover to prevent materials from drawing damp.

C. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

1.6 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not involved in work of this Section, from harm caused by or resulting from work of this Section.

1. Protection from Hazardous Materials: Protect workers and other persons from contact with hazardous materials resulting from work of this Section.

a. Silica: Exposure to respirable crystalline silica may lead to silicosis, which is a disabling, nonreversible, and sometimes fatal lung disease. Provide protections necessary to prevent workers from exposure to respirable crystalline silica.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair materials and finishes damaged as a result of work of this Section to Architect or Restoration Consultant’s satisfaction at no additional cost to Owner.

C. Preconstruction Meeting: Convene a preconstruction meeting to discuss restoration mortars and grouts work and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect, Construction Manager, firm(s) that will perform restoration mortars and grouts work, and other entities that might be affected by restoration mortars and grouts work.

1.7 ENVIRONMENTAL CONDITIONS

A. General: Perform work only when temperature of products being used and air temperature and humidity comply with manufacturer’s requirements and requirements of this Section. In case of conflict, the most stringent requirements shall govern.

B. Temperature Requirements for Use of Proprietary Materials: Do not use proprietary patching mortars, grouts, and adhesives unless temperatures are between 50 deg F and 80 deg F and will remain within that range for at least 48 hours after work has been completed unless work at other temperatures is specifically approved by manufacturer of product being used and by Architect or Restoration Consultant.

C. Cold Weather Limitations on Use of Mortars: Do not mix or use mortars when air or masonry temperature is below 40 deg F or when it is forecast to drop below 40

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

deg F within 72 hours of mortar application unless Architect or Restoration Consultant has approved both Contractor’s work proposal for cold- and hot- weather masonry work and also specific masonry work to be done in each instance.

1. Masonry work in temperatures below 40 deg F shall comply with requirements of this Section; with requirements of Section 04 00 10 – “Cold and Hot Weather Masonry”; with requirements of sections in which mortar is used to set, point, and repair masonry; and with work proposal specifically approved by Architect or Restoration Consultant. 2. Remove masonry work determined by Architect or Restoration Consultant to have been damaged by freezing conditions and replace following requirements of this Section at no additional cost to Owner.

D. Hot Weather Requirements: Do not mix or use mortars when temperature is above 100 deg F or when temperature is above 90 deg F and wind is above 8 mph, or when either of these conditions is forecast to occur within 72 hours of mortar application unless Architect or Restoration Consultant has approved both Contractor’s work proposal for cold- and hot-weather masonry work and also specific masonry work to be done in each instance.

1. Masonry work when temperature is above 100 deg F or when temperature is above 90 deg F and wind is above 8 mph, or when either of these conditions is forecast to occur within 72 hours of mortar application shall comply with requirements of this Section; with requirements of Section 04 00 10 – “Cold and Hot Weather Masonry”; with requirements of sections in which mortar is used to set, point, and repair masonry; and with work proposal specifically approved by Architect or Restoration Consultant. 2. Remove masonry work determined by Architect or Restoration Consultant to have been damaged by hot weather conditions and replace following requirements of this Section at no additional cost to Owner.

PART 2 – PRODUCTS

2.1 MORTAR AND GROUT MATERIALS, GENERAL

A. Grade and Quality: Materials shall conform to requirements of this Section and shall be new, free from defects, and of recent manufacture.

B. Manufacturer's Instructions: Comply with material manufacturer’s instructions for use of products (including surface preparation, mixing, applying, drying, etc.). In case of conflict with requirements of this Section, the more stringent requirements shall govern.

C. Prohibited Materials: The following materials are strictly prohibited in mortar and grout:

1. Masonry cements, masonry mortars, and other components that include ingredients other than Portland cement, lime, and approved aggregates. 2. Additives and admixtures other than those specified and approved in writing by Architect or Restoration Consultant.

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.2 MORTAR AND GROUT INGREDIENTS

A. White Portland Cement: ASTM C 150, Type I or Type II, nonstaining.

B. Portland Cement: ASTM C 150, Type I or Type II, nonstaining. Do not use masonry cement.

C. Hydrated Lime: ASTM C 207, Type S.

D. Sand: Clean sharp sand, free of loam, silt, soluble salts, organic matter, and other substances that might adversely affect mortar, masonry units, or embedded elements and graded in compliance with ASTM C 144. Where mortar is to match existing original mortar, select sand or other aggregate to provide mortar matching color and texture of original mortar (with minimum addition of pigment). Sieve and mix sand and aggregates from individual sources and from more than one source to provide mortar matching original mortar.

E. Pigments: Natural and/or synthetic, milled, blended mineral oxide pigments in dry powder form complying with ASTM C 979 and shown through previous use and exposure to produce uniform and consistent color and to be permanent, inert, stable to atmospheric conditions, sunfast, weather resistant, alkali resistant, water insoluble, lime proof, nonbleeding and free of fillers, extenders, and admixtures. Provide pigments as required to provide color of mortar to match original mortar as approved by Architect or Restoration Consultant. Provide one of the following or approved equal:

1. SGS Concentrated Mortar Colors by Solomon Colors, Inc., 4050 Color Plant Road, Springfield, IL 62702 (800-624-0261). 2. Lanxess Bayferrox Iron Oxide Pigments by Lanxess Corporation, Business Unit Inorganic Pigments, 111 RIDC Park West Drive, Pittsburgh, PA 15275 (412-809-1000). 3. Davis Colors by Davis Colors, 3700 East Olympic Blvd., Los Angeles, CA 90023 (800-356-4848).

F. Water: Clean and free of substances that might adversely affect mortar, masonry, and embedded elements.

2.3 PREFORMULATED MORTARS AND GROUTS

A. Composite Patching Mortar for Cast Stone: Single-component, cementitious, mineral-based mortar specifically manufactured for the restoration of natural stone. Provide Jahn M90 Repair Mortar, available from Cathedral Stone Products, Inc., 7266 Park Circle Dr., Hanover, MD (800-684-0901), or approved equal, in custom colors to match colors of cleaned cast stone.

B. Composite Patching Mortar for Bricks and Terra Cotta: Single-component, cementitious, mineral-based mortar specifically manufactured for the restoration of fired clay products. Provide Jahn M100 Terra Cotta and Brick Repair Mortar, available from Cathedral Stone Products, Inc., 7266 Park Circle Dr., Hanover, MD (800-684-0901), or approved equal. Provide custom colors to match colors of each type of clean masonry being patched.

C. Cementitious Injection Grout for Cracked Stone Units with Cracks Not Exceeding

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3/16 Inches Wide: (Jahn M32) Single-component, water-vapor-permeable, synthetically modified cementitious grout formulated specifically for injecting cracks and voids in masonry with a record of at least 3 years of successful inservice performance and in custom formulations matching color of clean existing units being grouted. Provide grout with the following properties:

Compressive Strength (28 days) Not less than 3000 psi Tensile Strength (28 days) Not less than 180 psi Viscosity direct 80 cps Concrete Granular Size Smaller than 6.3E-04 inches

D. Cementitious Injection Grout for Cracked Stone Units with Cracks Exceeding 3/16 Inches Wide: (Jahn M40) Single-component, water-vapor-permeable, cementitious grout without synthetic additives formulated specifically for injecting cracks and voids in masonry with a record of at least 3 years of successful in service performance and in custom formulations matching color of clean existing units being grouted. Provide grout with the following properties:

Compressive Strength (28 days) Not less than 1500 psi Tensile Bending Strength (28 days) Not less than 290 psi Tensile Strength (28 days) 58 to 100 psi

2.4 MORTAR MIXES

A. Mix mortars to be specified based on the results of the Mortar Analysis, pending approval from Architect or Restoration Consultant.

2.5 MIXING OF MORTARS

A. Measuring: Measure mortar and grout ingredients carefully using containers with fixed volumes so that proportions are controlled and maintained throughout the course of the work of this Section.

B. Mixing Portland Cement Mortars: Mix mortars and grouts in an approved type of power-operated batch mixer. Mix for time required to produce a homogeneous plastic mortar but not be less than five minutes: approximately two minutes for mixing dry materials and not less than three minutes for mixing after water has been added.

C. Mixing Lime Mortars: Mix lime mortars and grouts using a helical paddle mixer, a pan mixer (in which the mortar is mixed by rotating paddles) or a traditional roller mixer as approved by lime supplier and Architect or Restoration Consultant.

D. Water: Use minimum amount of water to produce a workable consistency for mortar’s intended purpose.

1. Mortar for Pointing: As dry a consistency as will produce a mortar sufficiently plastic to be worked into joints.

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Grouts for Injection: Consistency that can be injected to fill voids and losses.

E. Small Batches: Where mortar or grout is required in small batches of less than one cubic yard and Architect or Restoration Consultant specifically approves, mortar may be mixed by hand in clean wooden or metal boxes prepared for that purpose provided that Architect or Restoration Consultant approves mixing boxes and methods of mixing and transferring Portland cement and lime mortars.

F. After mixing, mortars for pointing or setting shall sit for 20 minutes prior to use to allow for initial shrinkage. Mortar shall be placed in final position within two hours of mixing. Retempering of partially hardened material is not permitted.

G. Mortar for grout shall be placed in final position within two hours of mixing or within period recommended by manufacturer of custom products, whichever is less. Retempering of partially hardened material is not permitted.

H. Custom Patching Mortars and Grouts: Mix in strict accordance with manufacturer’s written instructions.

PART 3 – EXECUTION

A. INSTALLATION

B. Installation of Restoration Mortars shall be performed as part of the work of the following Sections: 1. Brick Masonry Restoration - Section 04 01 20 2. Cast Stone Masonry Restoration - Section 04 01 40 3. Terra Cotta Restoration – Section – 04 10 25.91 4. Masonry Pointing - Section 04 05 13.91

END OF SECTION

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE WAS INTENTIONALLY LEFT BLANK

BID SET RESTORATION MORTARS AND GROUTS 06/03/2020 04 05 13--10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 05 13.91

MASONRY POINTING

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 DESCRIPTION

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of masonry pointing as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Preparing and pointing joints in brick masonry. 2. Preparing and pointing joints in cast stone masonry. 3. Preparing and pointing joints in terra cotta masonry. 4. Providing lead joint covers in horizontal joints in with a depth of three (3) inches or greater.

B. Related Work Specified Elsewhere

1. Section 04 01 10 – Masonry Cleaning 2. Section 04 05 13.10 – Restoration Mortars 3. Section 04 01 20.91 – Brick Masonry Restoration 4. Section 04 01 25.91 – Terra Cotta Masonry Restoration 5. Section 04 72 00 – Cast Stone Restoration 6. Section 07 92 00 – Joint Sealants

1.3 QUALITY ASSURANCE

A. Masonry Restoration Specialist: Award masonry pointing to a firm regularly engaged in pointing masonry on historic buildings that can demonstrate to Owner’s satisfaction that, within previous ten years, it has successfully performed and completed in a timely manner at least five projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Masonry pointing shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Masonry Restoration Specialist. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Masonry pointing shall be carried out by a steady crew of skilled masons who are thoroughly experienced with materials and methods specified and have a minimum of three years’ experience

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-1

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

preparing and pointing joints in historic masonry similar to the work required by this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Testing of Workers: Technicians proposed for raking and cutting joints in historic masonry of this Project shall be required to successfully complete six linear feet of raking and cutting mortar joints in presence of Architect or Restoration Consultant prior to working on Project. One one-quarter-inch chip of masonry per linear yard will be standard of acceptable skill. Unsuccessful performance in this test area will be grounds for rejection of this technician for joint preparation and pointing work on this Project.

C. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

D. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at shop and at Project site when work of this Section is being performed in each location. In each case in which there is conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. Brick Industry Association (BIA). Technical Notes 1, Cold and Hot Weather Construction, June, 2018.

E. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

F. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Architect or Restoration Consultant with hands- on access to each and every area of masonry surface that has been pointed. No approval of masonry pointing will be given before Architect or Restoration Consultant is provided hands-on access to all surfaces that have been pointed. Provide access for reinspection of areas where work was not approved on first or subsequent inspections until Architect or

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-2

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Architect or Restoration Consultant with hands-on access to each and every surface of masonry that has been pointed and to each and every masonry surface that has been pointed after previous pointing work was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Architect or Restoration Consultant at no additional cost to Owner.

G. Restoration of Damaged Masonry Units: Repair or replace masonry units damaged during masonry pointing work to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect’s or Restoration Consultant’s approval.

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least five completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect or restoration consultant, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Work Description: Detailed description for joint preparation and pointing of each masonry material and condition. Do not begin work on site until Work Description has been approved in writing. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Description for each condition shall include, but not be limited to:

1. Materials and Procedure: Materials, methods, tools, and equipment to be used. 2. Protection: Description, including drawings and diagrams, of proposed materials and methods of protection for preventing harm, damage, and deterioration caused by work of this Section to persons (whether involved in the Work or not), building elements, materials, and finishes, surrounding landscape and site, and the environment (including air and water). 3. Alternate Methods and Materials (If Any): Proposed alternate methods and materials (if any) to those specified for masonry pointing work. Provide evidence of successful use on comparable projects and demonstrate effectiveness for use on this Project.

D. Samples

1. Lead Joint Covers: Each profile, 6-inch-long section.

E. Prepare mock-ups as specified in Article “Mock-Ups,” below.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-3

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.5 MOCK-UPS

A. General: Before beginning general masonry pointing, prepare mock-ups to provide standards for work of this Section. Do not proceed with masonry pointing until Architect or Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of each mock-up. 3. Architect or Restoration Consultant will monitor mock-ups. Mock-ups not performed in presence of Architect or Restoration Consultant will be rejected. 4. Use crew that will execute the work and follow requirements of this Section. 5. Allow mock-ups using mortar to dry for seven days to allow mortar to reach final color and allow potential problems to appear. Notify Architect or Restoration Consultant when mock-ups are ready for review. 6. Repeat mock-ups as necessary to obtain Architect’s or Restoration Consultant’s approval. 7. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 8. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 9. Approved mock-ups will represent minimum standards for masonry pointing. Subsequent masonry pointing work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Preparing Joints Brick Masonry: One panel, minimum 28 sq. ft. 2. Pointing Joints Brick Masonry: One panel, minimum 28 sq. ft. 3. Preparing Joints Terra Cotta Masonry: One panel, minimum 28 sq. ft. 4. Pointing Joints Brick Terra Cotta: One panel, minimum 28 sq. ft. 5. Preparing Joints Cast Stone Masonry: One panel, minimum 28 sq. ft. 6. Pointing Joints Cast Stone Masonry: One panel, minimum 28 sq. ft. 7. Preparing Joints between Coping Stones: Three joints. 8. Pointing Joints between Coping Stones: Three joints. 9. Preparing Joints Containing Sealant: One location for each type of masonry with joints containing sealant. 10. Providing Lead Joint Covers: One joint cover of each size and configuration to be installed.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material.

B. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

1.7 PROJECT CONDITIONS

A. Safety: Use all means necessary to protect persons, whether or not involved in the

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-4

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

work of this Section, from harm caused by or resulting from work of this Section.

1. Protection from Hazardous Materials: Protect workers and other persons from contact with hazardous materials resulting from work of this Section.

a. Silica: Use procedures necessary to protect workers and other persons from exposure to respirable crystalline silica. All work should be performed in compliance with applicable OSHA regulations, including but not limited to “Respirable Crystalline Silica Standard” (Title 29, Code of Federal Regulations (CFR) Section 1926.1153) and with other applicable state and local laws and regulations. b. Lead-Containing Material: Perform work with materials containing lead in compliance with applicable OSHA regulations, including but not limited to, Lead in Construction and Hazard Communication Standard (Title 29, Sections 1926.62 and 1910.1200, respectively, Code of Federal Regulations, OSHA, US Department of Labor) and with other applicable federal, state, and local laws and regulations.

B. Protection of Building and Property

1. Protect adjacent elements and materials from damage and from deterioration during work of this Section. Provide all necessary protection and procedures to protect masonry not being pointed and all other elements and materials. 2. Repair damage to elements and materials caused by masonry pointing work, using mechanics experienced in the respective type of work, to Architect’s or Restoration Consultant’s satisfaction at no additional cost. 3. Protect components of storm drainage systems against damage and blockage caused or accelerated by work of this Section. Clean out drains and other drainage elements that become clogged as a result of work of this Section.

C. Protection from Fire: Take precautions necessary to prevent fire and spread of fire.

D. Dust: Minimize dissemination of dust to greatest extent possible.

1. Contractor shall hold Owner, Architect or Restoration Consultant, and their consultants harmless from claims relating to dust resulting from work of this Section.

E. Protection of Masonry Being Pointed: Protect existing masonry from damage during work of this Section. Take special care in removing existing mortar to ensure that no arrises are damaged, chipped, or broken. Contractor shall replace or repair masonry units damaged by work of this Section as directed by and to complete satisfaction of the Architect or Restoration Consultant at no additional cost.

F. Protection from Staining: Prevent grout and mortar from staining face of masonry to be left exposed. Protect sills, ledges, and projections from mortar droppings. Immediately remove grout or mortar in contact with masonry. Protect base of walls from rain splashed mud and mortar splatter by means of coverings spread on

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-5

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

ground and over wall surface.

G. Protection from Rain: Protect pointed joints with heavy waterproof sheeting from direct attack by rain or other precipitation for at least 24 hours after mortar has been applied. Do not anchor sheeting to masonry. Restore masonry damaged by installation or removal of sheeting.

H. Surfaces To Receive Work: The Drawings are two-dimensional representations of three-dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members and of ornament; and surfaces of profiled members and of ornament not drawn in detail. Perform work on surfaces of projections, reveals, returns, profiled members, and ornaments associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

I. Preconstruction Meeting: Convene a preconstruction meeting to discuss masonry pointing and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect or Restoration Consultant, firm(s) that will perform masonry pointing work, and other entities that might be affected by masonry pointing work.

1.8 ENVIRONMENTAL CONDITIONS

A. Pointing Masonry in Cold Weather (Temperature below 40 deg F): Comply with requirements outlined in Section 04 05 13.10 – “Restoration Mortars”

B. Pointing Masonry in Hot Weather (Temperature above 100 Deg F or Temperature above 90 Deg F and Wind above 8 mph): Comply with requirements outlined in Section 04 05 13.10 – “Restoration Mortars”

C. Damage from Work in Cold Weather or in Hot Weather: Remove work of this Section damaged by freezing during cold weather and/or damaged by premature or too-rapid drying during hot weather, properly prepare joint substrates, and provide new masonry work complying with the requirements of this Section at no additional cost to Owner.

PART 2 – PRODUCTS

2.1 MORTAR

A. Comply with requirements of Section 04 05 13.10 – “Restoration Mortars.” Mortar for each type of masonry shall match existing original mortar in color, texture, and other visual qualities after the original mortar has been cleaned.

2.2 TOOLS FOR JOINT PREPARATION

A. Hand Tools for Joint Preparation: Chisels, hammers, and mallets.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-6

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Thickness of Chisels: Chisels used in masonry joints shall have a maximum thickness of 5/8 times joint width extending back from tip of chisel at least two-and-one-half times depth at which chisel will be inserted into joint. 2. Special Tools: Provide special knives or special thin cutter blades for use in joints less than 1/8-inch wide.

B. Power Tools for Joint Preparation: Standard tools and equipment, modified tools and equipment, and custom designed and fabricated tools and equipment as required to remove mortar from joints without damaging masonry units. Use power tools only under conditions described in Part 3, below and only if specifically approved by Architect or Restoration Consultant. Failure to demonstrate that use of selected power tools removes mortar without damaging masonry units will result in prohibition of use of power tools and requirement that mortar be removed using hand tools only. If, after power tools have been approved for use in removing mortar, masonry units are damaged by the use of power tools, the further use of power tools will be prohibited and mortar shall be removed using hand tools only. Use power tools designed for cutting and grinding that have with integrated dust collectors to minimize dust whenever possible.

1. Electric Grinders: Small, hand-held electric grinders with thin diamond or abrasive blades no greater than 1/16 inch thick and a maximum of 4-1/2- inch diameter. 2. Pneumatic Die Grinders: Specially modified pneumatic die grinders with thin diamond abrasive blades (0.060 inch thick). Subject to compliance with requirements, provide wafer blades as manufactured by CDP Diamond Products, Inc., P.O. Box 51727, Livonia, MI 48150 (800-521- 0638), or approved equal. 3. Custom Pneumatic Head and Chisels Designed for Mortar Removal: Pneumatic head and thin carbide-tipped chisels specifically designed for removal of mortar from joints in historic masonry with air compressor, hoses, valves, and other equipment required to provide complete mortar removal system. Pneumatic head shall not have a retainer to hold chisels in place. Provide pneumatic head and chisels by Trow and Holden, 45 S. Main St., Barre, VT 05641 (800-451-4349), or approved equal.

a. Chisels for Use in Narrow Joints: Use custom ground thin carbide- tipped chisels for mortar removal from narrow joints.

4. Reciprocating Brick and Mortar Saw (Joints at Least 3/8-Inch Wide): Custom saw designed for removing mortar from joints in masonry with paired blades that have an orbiting movement providing both hammering and cutting action and that are designed for making plunge cuts and cutting square corners in masonry joints without overcutting. Provide Arbortech AS170 Brick and Mortar Saw, manufactured by Arbortech USA, 80 Erdman Way, Suite 200, Leominster, MA 01453 (866-517-7869), or approved equal. 5. Hand-Held Multipurpose Oscillating Tool with Diamond Blade: Multipurpose oscillating tool with thin diamond blade not exceeding 3/4 times width of joints designed for removal of grout and mortar. Provide Fein MultiMaster, manufactured by Fein Power Tools, Inc., 1030 Alcon Street, Pittsburgh, PA 15220 (877-771-0088); Dremel Multi-Max, manufactured by Dremel, 4915 21st St., Racine, WI 53406 (800-437- 3635); Bosch Multi-Tool, manufactured by Robert Bosch Tool Corp., 1800

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-7

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

W. Central Rd., Mount Prospect, IL 60056 (224-232-2000); or approved equal, with appropriate diamond blades.

C. Tools for Preparation of Joints Containing Sealant: Small wire bristle brushes; metal scrapers; small grinders; low-pressure, airborne, micro-abrasive blasting equipment; or other tools and equipment for removing sealant and sealant residue from joint to achieve uncontaminated surface to receive sealant as described in approved Work Description.

D. Brushes for Removing Dust and Dirt from Joints: Stiff, natural- or synthetic-fiber bristle brushes. No metal brushes are acceptable.

2.3 MISCELLANEOUS MATERIALS AND EQUIPMENT

A. Lead Joint Covers: Standard shapes of flexible lead strip with contoured top, ribbed underside, and darted anchor shaft specifically designed to protect masonry joints from weather, manufactured in a range of widths for different sized joints, and with a record of at least 15 years’ successful in-service performance. Provide WEATHERCAP, by Weathercap, Inc., P.O. Box 776, Slidell, LA 70459 (504-649- 4000), or approved equal. Provide type and size recommended by manufacturer for each joint configuration and width.

B. Joint Sealants: Comply with requirements of Section 07 92 00 – “Joint Sealants.”

C. Pointing Trowels: Long, thin pointing trowels narrower than joints being pointed.

1. Fabricate special custom trowels for masonry pointing as necessary to ensure proper insertion and optimum compaction of mortar in thin joints.

PART 3 – EXECUTION

3.1 GENERAL PREPARATION

A. Examination: Examine areas and conditions under which work of this Section will be performed. Correct conditions detrimental to timely and proper completion of work. Do not proceed until unsatisfactory conditions have been corrected.

B. Protection: Erect dust impervious barriers and take other measures necessary to prevent dust from traveling beyond work platform before using power grinders, pneumatic chisels, other power tools, or hand methods that generate airborne dust.

3.2 JOINT PREPARATION FOR JOINTS CONTAINING MORTAR

A. General: Remove mortar from joints to a depth of 3/4 inch, to 2-1/2 times width of joint, or to sound mortar, whichever is deepest. In all cases remove deteriorated, weathered, and loose material to sound mortar.

1. Completely remove mortar from surfaces of masonry units adjoining joint to allow new mortar to bond directly with masonry units. 2. Cut surface of mortar at rear of joint at a uniform depth from and parallel to wall surface. 3. Do not damage faces or arrises of masonry units during joint preparation.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-8

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Cease joint preparation work if, in Architect’s or Restoration Consultant’s judgment, masonry units are damaged by methods being used to prepare joints. Do not resume work until tools, workers, and methodology have been corrected to ensure that masonry units are not damaged and that work meets standard set by approved mock-up.

B. Mortar Removal in Locations Indicated to Receive Deep Pointing: Remove loose mortar to sound mortar. Use wedges, shims, and/or other approved methods to prevent displacement of masonry units during mortar removal.

C. Mortar Removal Using Hand Tools: Use hand tools for removal of mortar from head joints in brickwork, from other joints in stone and brick masonry that are less than 6 inches long, and from other joints in which use of power tools might damage masonry units. Use hand tools to complete mortar removal from joints where power tools have been used to partially remove mortar.

1. For narrow joints of 1/8-inch or less in width, rake mortar from joints manually with a sharp knife blade or cutter made for this purpose. Cutter may be used with or without aid of a hammer. 2. Sharpen chisels as often as necessary to provide for optimum cutting of mortar and to minimize chipping but at least hourly.

D. Mortar Removal Using Power Tools

1. Demonstrated Ability of Mechanics: Prior to beginning work, demonstrate that workers using power tools are proficient in use of power tools for joint preparation. Failure to demonstrate to Architect’s or Restoration Consultant’s satisfaction that each worker is proficient in the use of each type of power tool proposed for use and that power tool joint preparation does not result in damage to masonry units shall result in prohibition of use of power tools for joint preparation. If proficiency is not demonstrated, or if work in progress results in damage to masonry to remain, power tool work shall cease, and joints shall be prepared for pointing using only hand- powered tools. 2. Rotary Power Tools: With Architect’s or Restoration Consultant’s specific prior approval following successful demonstrations of skill by mechanics, power grinders and/or pneumatic grinders may be used to partially remove mortar from horizontal (bed) joints in brick masonry and from joints longer than 6 inches in stone masonry where there is no danger of cutting into adjacent masonry units.

a. Limitations on Use of Electric Power Grinders: Do not use electric power grinders on joints less than 3/16-inch wide or less than 6 inches long or where ornament, elaborate profile, or other surface irregularity might make damage to masonry units likely. b. Limitations on Use of Modified Pneumatic Die Grinders: Do not use modified pneumatic die grinders with custom thin blades on joints less than 1-1/2 times the width of the grinder blade. c. Extent of Mortar Removal Using Power Grinders: Use power grinder only to score one kerf cut in center of each joint to depth of mortar removal required. Remove remaining mortar from sides of joint using hand tools or, if approved, pneumatically powered chisels.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-9

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

i. Stop kerf at least 4 inches from inside corners and projecting elements. Remove remaining mortar using hand tools or pneumatically powered chisels.

d. Jigs: Construct jigs to guide and limit power tools as necessary to prevent damage to adjacent masonry units.

3. Pneumatic Heads with Chisels: With Architect’s or Restoration Consultant’s specific prior approval following successful demonstrations of skill by mechanics, pneumatically powered chisels may be used to remove mortar from joints in place of hand tools. If work using pneumatically powered chisels results in damage to masonry to remain, work using pneumatic chisels shall cease, and joints shall be prepared using hand tools or other approved methods that do not result in damage to masonry units. 4. Reciprocating Brick and Mortar Saw: With Architect’s or Restoration Consultant’s specific prior approval following successful demonstrations of skill by mechanics, a reciprocating saw specifically designed for removal of mortar from joints in masonry may be used to partially remove mortar from joints 3/8-inch wide or wider where there is no danger of cutting into adjacent masonry units. If work using reciprocating brick and mortar saw results in damage to masonry to remain, work using reciprocating brick and mortar saw shall cease, and joints shall be prepared using hand tools or other approved methods that do not result in damage to masonry units. 5. Hand-Held Multipurpose Oscillating Tool with Diamond Blades: With Architect’s or Restoration Consultant’s specific prior approval following successful demonstrations of skill by mechanics, a hand-held multipurpose oscillating tool with diamond blades may be used to partially remove mortar from joints where there is no danger of cutting into adjacent masonry units. If work using multipurpose oscillating tool results in damage to masonry to remain, work using multipurpose oscillating tool shall cease, and joints shall be prepared using hand tools or other approved methods that do not result in damage to masonry units.

E. Cleaning: Thoroughly remove loose mortar and foreign material from raked joints. Use care to ensure debris is not deposited in joints previously cleaned.

F. Restoration and Replacement of Damaged Units: Repair and/or replace masonry units damaged during joint preparation to provide units in at least as good a condition as before joint preparation was begun to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

3.3 JOINT PREPARATION FOR JOINTS CONTAINING SEALANT

A. General: Remove sealant and sealant residue from joints using mechanical methods, solvent cleaner, and abrasive methods as required to provide clean masonry substrates suitable for optimum adhesion and performance of mortar without damaging faces of masonry units.

B. Mechanical and Chemical Removal of Sealant and Sealant Residue: Remove as much of the sealant as possible using mechanical means and remove remaining sealant and sealant residue from joint substrates using approved chemical remover following requirements of Section 04 01 10 – “Masonry Cleaning.”

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-10

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Abrasive Treatment of Substrate: Following protection of surfaces of masonry units to be exposed in completed work sufficient to prevent them from being damaged by abrasive removal of material from joints, use wire bristle brushes, metal scrapers, small grinders, low-pressure, airborne-abrasive blasting, or other approved method to remove remaining traces of sealant from joint substrates and to prepare joint substrates for optimum installation of mortar. Do not damage surfaces of masonry units to be exposed in finished work in any way. Do not widen joints.

D. Cleaning: Thoroughly remove dust and debris from joints. Use care to ensure debris is not deposited in joints previously cleaned.

E. Removal of Mortar Behind Sealant: If removal of sealant leaves a joint with mortar closer than 3/4 inch or 2-1/2 times joint width, whichever is greater, to the face of the masonry or with loose or deteriorated mortar, remove mortar to comply with requirements of Paragraph “Joint Preparation for Joints Containing Mortar,” above.

3.4 MORTAR APPLICATION

A. Wetting: Thoroughly drench masonry with water 24 hours prior to pointing joints. Thoroughly wet masonry again immediately before pointing joints and allow surfaces to dry slightly. At time of masonry pointing, surfaces shall be damp, so that they do not rapidly absorb moisture, but free of standing water (saturated, surface dry).

1. Failure to Properly Wet Substrate: Evidence that masonry to be pointed has not been properly dampened to prevent water in the mortar from being too rapidly absorbed by the masonry will be cause for Architect or Restoration Consultant to reject pointing work. Remove rejected pointing, properly prepare joints for pointing, and provide new mortar to meet requirements of this Section at no additional cost to Owner.

B. Masonry Pointing: Point joints as follows.

1. Using a long, thin masonry pointing trowel, tightly pack mortar into joints in layers not exceeding 1/4-inch thick to fill joint to match original sound joints. 2. Begin by filling areas from which mortar is missing to a depth greater than 3/4 inch in 3/8-inch-thick layers to within 3/4 inch of finished joint surface to provide a uniform substrate for final masonry pointing. Fill final 3/4-inch depth of joint continuously and uniformly in 1/4-inch-thick layers.

a. Joints to Be Deep Pointed: Install mortar to fill portions of joints more than 2 inches behind finished joint surface in layers not exceeding 1-inch thick. Fill portions of joint between 3/4 inches behind the finished joint surface and 2 inches behind the finished joint surface in 3/8-inch-thick layers to provide a uniform substrate for final masonry pointing. Fill final 3/4-inch depth of joint continuously and uniformly in 1/4-inch-thick layers.

3. Firmly iron each layer to compact mortar and ensure full bond between mortar and masonry units and a firm, solid joint. 4. Allow each layer to reach leather hardness before applying succeeding

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-11

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

layer. Do not let previous layer dry out before applying succeeding layer. Construct uniform joints. 5. Do not spread mortar over edges onto exposed surfaces of masonry units. Do not featheredge mortar. 6. When stopping work at end of each day or for other reasons, stagger layers of mortar so that there will be no through joints in mortar inserted into joints. Stagger joints in layers so that they are at least 3 inches from each other. 7. Where applying new work to that of a prior day, dampen previous work to ensure good bond.

3.5 JOINT TOOLING

A. Tooling: After final layer of mortar is “leather hard,” tool joints with a flat rule jointer, or as directed by Architect or Restoration Consultant.

B. Profile: Tool joints to profile as shown on Drawings or to match original joint profiles as directed by Architect or Restoration Consultant. Solidly compress mortar so that it adheres well to masonry on both sides and forms a dense surface. Premature or late tooling will result in unacceptable finishes, which will be rejected.

3.6 CURING

A. Keep newly pointed joints damp for at least 72 hours after mortar has been inserted. Do not apply a direct stream of water to joints for at least 7 days after mortar has been placed.

B. Ensure masonry temperature remains as required by specifications until mortar is thoroughly cured.

3.7 CLEANING AND REPAIR OF MORTAR JOINTS

A. Water Washing: Wash pointed masonry with clean filtered water and nonabrasive hand tools to remove mortar debris from masonry surfaces. Do not use chemical cleaners.

1. Wash within 72 hours after completion of masonry pointing. 2. Use blunt-edged wood scrapers, soft natural bristle brushes, and rough towels along with water to remove mortar debris. Do not use wire brushes. Do not scratch joint surfaces. 3. Stop cleaning masonry unit surfaces free of misapplied mortar if methods and materials used damage pointed joints. Do not resume cleaning masonry free of misapplied mortar until methods and materials have been changed to avoid damage to mortar in joints.

B. Repair of Pointed Joints: As cleaning progresses, examine joints to locate cracks, holes, and other defects. Carefully point up and fill such defects with mortar. Where joints are defective in opinion of Architect or Restoration Consultant cut out joints to minimum depth of 3/4 inch, or two-and-one-half times joint width, whichever is greater; properly prepare joint substrates; and provide new pointing mortar exercising extreme care to ensure that color matches that of adjacent masonry pointing work. Exposed joint surfaces shall be free from protruding mortar, holes, pits, depressions, and other defects.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-12

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.8 INSTALLATION OF LEAD JOINT COVERS

A. General: Install lead joint covers in locations indicated on Drawings following manufacturer’s recommendations and as indicated on Drawings.

1. Install sealants to comply with requirements of Section 07 92 00 – “Joint Sealants.”

B. Ensure that joint has been pointed to appropriate depth from surface to allow optimum installation of joint cover.

C. Prepare surfaces at sides of joint. Clean surfaces free of contaminants that might adversely affect adhesion and performance of sealant.

D. Install backer rod or bond breaker tape in raked joint. Position so that surface of rod or tape is at least depth of anchor plus 1/4-inch behind surface of masonry.

E. Protect face of masonry to either side of joint cover location using masking tape or other tested method to prevent sealant from contact with surfaces of masonry units to be exposed in finished work.

F. Prime surfaces to receive sealant if recommended by sealant manufacturer for optimum performance of sealant. Install sealant to fill joint and project approximately 1/8-inch above masonry surface.

G. Install joint cover, pressing securely into sealant and forming cleanly to profile of masonry units. Joint covers shall be continuous. Do not join sections of joint cover unless joints exceed maximum length of material.

H. Remove excess sealant and protection from masonry surface.

3.9 CORRECTIVE MEASURES

A. Correcting Unacceptable Joints: Should a crack occur in any joint surface, should mortar separate from a masonry unit, indicating that it did not form a strong mechanical and chemical bond with the unit, or should Architect or Restoration Consultant determine that for another reason masonry pointing work does not equal or exceed the minimum standard established by the approved mock-up, remove mortar to a minimum depth of 3/4 inch, properly prepare joint substrates, and repoint following requirements of this Section to Architect’s or Restoration Consultant’s satisfaction at no additional cost. At completion of work of this Section, joints shall be full of mortar soundly adhered to surfaces of masonry units at sides of joints and without defects.

B. Repairing Damage: Repair damaged and deteriorated masonry resulting from work of this Section by patching damaged masonry units and/or replacing damaged masonry units to match original units to the satisfaction of the Architect or Restoration Consultant at no additional cost to Owner.

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-13

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

END OF SECTION

BID SET MASONRY POINTING 06/03/2020 04 05 13.91-14

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 20 00

UNIT MASONRY

PART 1 - GENERAL

1.1 GENERAL PROVISIONS

A. General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.6 WORK INCLUDED IN THIS SECTION:

A. New face brick, mortar and grout, and other accessories required for a complete installation where required to replace existing brick masonry inside the Clock Tower as specified below. B. Review of existing conditions to determine which areas of existing brick work on the interior of the tower requires replacement prior to removal or replacement of existing brick work. C. All interior masonry surfaces are to be inspected to determine full extent of re- pointing required. For purpose of this contract assume full re-pointing of interior brick walls.

1.7 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 04 01 10 – MASONRY CLEANING

B. Section 04 01 20 – MASONRY RESTORATION

C. Section 04 05 13 – RESTORATION MORTARS

D. Section 04 05 13.91 – MASONRY POINTING

1.8 SUBMITTALS: Issue submittals in accordance with Section 01 33 00, Submittal Procedure. Submittals under this Section shall include: Manufacturers' specifications and installation instructions on manufactured items.

A. Samples of face brick, and colored mortar, illustrating range of colors and textures to match existing masonry.

1.9 QUALITY ASSURANCE

A. Refer to General Conditions and Division l general requirements for general provisions covering material delivery, storage, and installation, and product substitutions.

B. Materials and installation procedures shall comply with ACI-ASCE 530.1, "Specifications for Masonry Structures", unless modified elsewhere in this Section; and with applicable technical recommendations in National Concrete Masonry Association TEK series and Brick Institute of America Technical Notes.

C. Construct up to 4 dry set masonry unit panels, bricks to closely match preferred brick, for review and selection by Architect. Masonry units selected by architect from these panels will then be used for wall restoration.

BID SET UNIT MASONRY 06/03/2020 04 20 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.10 DELIVERY, STORAGE, AND HANDLING

A. General: Do not deliver cement, lime, and similar perishable materials to the site until suitable storage is available. Store such materials in weatherproof structures, and ensure that materials are in perfectly fresh condition when brought for use. Protect masonry units and manufactured products of all types from wetting by rain or snow, and keep covered when not in use.

B. Masonry Face Units: Handle all masonry units carefully in transit and on the site, so as to keep units whole, with edges sharp, and faces clean and undamaged. Deliver all masonry units on pallets; or handle units individually, and properly stack same.

C. Aggregates: Deliver, store and handle aggregate materials so as to prevent contamination with earth or other foreign materials.

1. Store cement, lime and similar products under cover and from direct contact with earth or floor slabs.

D. Manufactured items: Deliver manufactured products in original containers plainly marked with product identification and manufacturer’s name.

1. Store metal accessories and the like under cover and from direct contact with ground, and in manner to prevent rust.

E. Damaged material: Remove any damaged or contaminated materials from job site immediately, including materials in broken packages, packages containing water marks, or which show other evidence of damage, unless Architect specifically authorizes correction thereof and usage on project.

1.11 ENVIRONMENTAL CONDITIONS

A. Hot and cold weather requirements shall be in accordance with the recommendations of the Masonry Industry Council as contained in the document “HOT AND COLD WEATHER MASONRY CONSTRUCTION” published by the MCAA (Masonry Contractor’s Association of America). Enforcement for these requirements shall take place under the following conditions which modify those in the referenced document.

1. The recommended hot weather requirements for 100 degrees Fahrenheit (37.8 degrees Celsius) shall be enforced for this project when ambient temperatures are above 90 degrees Fahrenheit (32.2 degrees Celsius) under all wind conditions including zero velocity. 2. Cold weather requirements shall be enforced when ambient temperatures fall below 40 degrees Fahrenheit (4.4 degrees Celsius). 3. See PART 3 for further information.

1.12 SEQUENCING

A. Do not order or deliver any materials until all submittals, required in the listed Specification Sections included as part of this Filed Subcontract, have been received and approved by the Architect.

B. Before proceeding with installation work, inspect all project conditions and all work of other trades to assure that all such conditions and work are suitable to satisfactorily receive the work of this Section and notify the Architect in writing of any which are not. Do not proceed further until corrective work has been completed or waived.

1.13 COORDINATION

UNIT MASONRY BID SET 04 20 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. Coordinate work with other trades, affecting or affected by this work, and cooperate with the other trades as is necessary to assure the steady progress of work. Contractor shall note the close coordination necessary between trades participating in cavity wall construction and shall integrate the work of this section seamlessly with other trades.

B. Coordinate work with that of other trades which require placement and building-in of, as work progresses, anchor bolts, wood blocking, flashings, and anchorage items.

C. Examine all Drawings as to requirements for the accommodation of work of other trades. Provide all required recesses, chases, slots, and cutouts. Place anchors, bolts, sleeves and other items occurring in the masonry work. Take every precaution to minimize future cutting and patching. Closely coordinate the location and placement of such items.

PART 2 – PRODUCTS

2.1 SCAFFOLDS AND STAGING

A. Obtain required permits for, and provide scaffolds, staging, and other similar raised platforms, required to access their Work as specified in Section 01 50 00 - TEMPORARY FACILITIES AND CONTROLS and herein.

1. Scaffolding and staging required for use by this Filed Subcontractor pursuant to requirements of Section 01 50 00 - TEMPORARY FACILITIES AND CONTROLS shall be furnished, erected, maintained in a safe condition, and dismantled when no longer required, by this Filed Sub-Trade requiring such scaffolding. 2. Furnishing portable ladders and mobile platforms of all required heights, which may be necessary to perform the work of this trade, are the responsibility of this contractor. 5. Contractor is responsible to provide, maintain and remove at dismantling, all tarpaulins and similar protective measures necessary to cover scaffolding for inclement weather conditions.

2.2 HOISTING MACHINERY AND EQUIPMENT

A. All hoisting equipment, rigging equipment, crane services and lift machinery required for the work by this contractor shall be furnished, installed, operated and maintained in safe conditions by this Filed Subcontractor, as referenced under Section 01 50 00 TEMPORARY FACILITIES AND CONTROLS.

2.3 FACE BRICK

A. It is the intent of this project to utilize brick masonry that will most closely match the existing Town Hall face brick. For purposes of establishing a level of quality of the masonry brick to be used, the following brick is referenced. Final selection and approval of brick to be used will be as submitted by Sub-Contractor and reviewed and approved by the Architect prior to installation. The sample brick shall be standard-size, cored, modular brick as manufactured by the McAvoy Brick Company – Model “Cobset”, conforming to ASTM C216, Grade SW, Type FBS, except that compressive strength shall not be less than 3,000 psi (average of five) water absorption shall not exceed 7% (individual) nor 4% (average of five) when subjected to five hour boiling test when tested in accordance with ASTM C67.

B. Lay brick in running bond unless noted otherwise on drawings.

2.6 MORTAR AND GROUT

BID SET UNIT MASONRY 06/03/2020 04 20 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. Mortar shall comply with ASTM C 270 (proportion specifications), BIA Technical Notes 8 and 8A.

B. Acceptable mortar types:

1. Type N for all new masonry, nominal 750 psi minimum compressive strength, consisting of l part portland, 1/2 to 1 1/4 parts lime, sand 2-1/4 to 3 times volume of cement and lime combined. 2. Refer top Cast Stone mortar requirements above.

C. Materials:

1. Portland cement: ASTM C 150, Types I, II, or III (do not use Types IA, 11A, or 111A) 2. Hydrated lime: ASTM C 207, Type S only (do not use Type N) 3. Aggregate: clean natural or manufactured sand aggregate, ASTM C 144, gradation conforming to Table 1 in BIA Technical Note 8 4. Water: clean and potable

D. During cold-weather construction at exterior walls, use Type III (high-early strength) cement and Type S hydrated lime. A non-calcium chloride based accelerator such as Dur- o-Wal Dur-o-Guard or Euco Accelguard 80 may be used, in quantities recommended by manufacturer for expected ambient temperature. Calcium chloride may not be used. Refer to EXECUTION portion of this Section for general provisions governing cold weather construction.

E. Provide specially colored mortar at exposed surfaces of face brick. Color to be selected from samples made to match the existing using one of following:

1. Colored masonry cement: Riverton Flamingo, Lehigh Atlas, or York Work-Rite. 2. Colored pigments added to standard mortar ingredients: Centurion Pigments, Davis/Rockwood True Tone Mortar Colors, or Solomon Grind-Chem SGS Mortar Colors. Add plasticizers as required. Do not exceed pigment-to-cement mix ratio of l to 10, by weight. 3. White or colored aggregates to achieve color selected by Architect, derived from natural sand or ground stone.

F. Grout:

1. Per ASTM C 476. Material specifications are similar to mortar. 2. Fine grout shall consist of one part Portland Cement, 0 to 1/10 part lime, 2-1/4 to 3 parts fine sand. Coarse grout shall consist of above ingredients plus l to 2 parts coarse aggregate. Fine and coarse aggregate shall be as defined in ASTM C 404. 3. Use coarse grout (pea gravel aggregate) except where minimum horizontal core dimension is under 4 in., in which case use fine grout (sand aggregate). Ordinary concrete (maximum 1 in. aggregate) may be used where minimum core dimension exceeds 6 in.

PART 3 – EXECUTION

3.1 JOB CONDITIONS

A. Store cement, lime, and other cementitious materials under cover in a dry place.

B. Store masonry above ground on level platforms which allow air circulation under stacked

UNIT MASONRY BID SET 04 20 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

units. Masonry units shall be dry and free from soil and ice before being laid in wall.

D. Keep installed walls dry and clean at all times. Immediately remove grout or mortar from face of masonry to be left exposed or painted. Protect previously installed elements such as louvers, doors, frames, and windows from mortar droppings and construction damage, using masking elements, dropcloths, etc.

E. Cover exposed walls at end of working day with well-secured canvas tarpaulins. Protect base of exterior walls from splashing mud and mortar by spreading sand, straw, and sawdust or plastic sheeting 3 to 4 ft. horizontally and up face of wall. Turn scaffold boards near wall on edge at end of day to prevent splashing mortar or dirt.

F. Securely brace partially completed walls against wind damage. Walls shall have been completed 24 hours minimum before application of distributed loads, 72 hours before concentrated loads.

G. Comply with cold-weather construction specifications in NCMA-TEK 3-1 and BIA Technical Note 1A. Note that the General Contractor is responsible for all temporary heat and protection listed below in paragraph 3.01.G, 1 through 3, including heated enclosures, windbreaks, protection from rain and snow, heating of work areas and approved auxiliary heat.

1. Maintain masonry above 32 degrees F for 24 hours minimum before and after the work using heated blankets, insulated blankets or heated enclosures. Construct windbreaks at wind velocities over 15 mph. Maintain mortar on board at 40 degrees F. minimum, heating mixing water and sand as required. 2. Sprinkle units with high rates of absorption with heated water. Refer to mortar paragraph under PRODUCTS in this Section for provisions governing cold-weather additives to mortar. If standard instead of Type III high-early strength cement must be used, maintain installed masonry above freezing for 48 instead of 24 hours. 3. Masonry work done in temperatures below 40 F shall meet specific materials and procedural requirements:

a. Mean daily temperatures between 40 degrees and 32 degrees F: During construction: heat sand and water to between 70 degrees and 160 degrees F. After construction: protect masonry from rain and snow for 24 hours. b. Mean daily temperatures between 32 degrees and 25 degrees F: During construction: heat sand and water to between 70 degrees and 160 degrees F. After construction: completely cover masonry for a period of 24 hours. c. Mean daily temperatures between 25 degrees and 20 degrees F: During construction: heat sand and water to between 70 degrees and 160 degrees F; heat work areas with salamanders; provide windbreaks when winds exceed 15 mph. After construction: completely cover masonry with heated blankets or insulating blankets for 24 hours. d. Mean daily temperatures below 20 degrees F: During construction: heat sand and water to between 70 degrees and 160 degrees F; provide enclosure and auxiliary heat to maintain air temperature above 32 degrees F; bricks shall be above 20 degrees when laid. After construction: maintain temperature within enclosures above 32 degrees F for 24 hours using approved auxiliary heat. e. No placement of masonry work shall occur without prior submission and approval of a Weather Protection Plan.

3.2 INSTALLATION

A. Verify that substrate is dry and free from frost, dirt, laitence, loose sand and other material which would prevent satisfactory bond. Lay first course in full mortar bed including face shells and webs of concrete masonry units. Keep cells to be grouted free from mortar.

BID SET UNIT MASONRY 06/03/2020 04 20 00 -5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Dampen masonry units as required to prevent excess suction of mortar. Lay concrete masonry units to form continuous unobstructed vertical spaces within wall.

C. Provide full mortar coverage on horizontal and vertical concrete masonry unit face shells. Lay face brick with full vertical and bed joints, except as specified below to provide weepholes.

D. Step back unfinished work - toothing is not permitted. Do not adjust installed units -- where necessary, completely remove and reinstall using fresh mortar.

E. Maximum variation of installed walls from plumb, level, or plan grid: not more than 1/4 in. in 10 ft. Wall thickness shall not vary more than 1/4 in. + from dimension shown on drawings.

H. Mortar:

1. Measure materials in calibrated containers, or by similar easily-controlled and maintained method. Do not use shovel measurement. 2. Mix materials in a mechanical mixer at least three minutes with minimum amount of water necessary to produce a workable consistency. Re-temper stiffened mortar as required to restore evaporated water, but do not place mortar any later than 2-1/2 hours after mixing. 3. Exposed-to-view joints shall be 3/8 in. wide, tooled when thumbprint hard with a round bar to produce a dense, slightly concave surface well-bonded to masonry edges. 4. After tooling, cut off mortar tailings with a trowel and brush off excess. Concealed joints, including those on cavity side of masonry veneer shall be struck off flush, with no protrusions. 5. Mortar not tight at time of tooling shall be raked out, pointed with fresh mortar, and retooled. Where sealant is shown, rake out joint 3/4 in., ready for backer rod and sealant specified in Division 7 Sealants Section.

M. Horizontal joint reinforcement:

1. Provide longitudinal joint reinforcing at all concrete masonry walls, including cavity wall construction. 2. Provide reinforcement 16 in. o.c. vertically in vertically-reinforced walls. Space other reinforcement 16 in. o.c. vertically beginning at first course above slab, except at second course where base flashing occurs. Provide reinforcement in courses immediately above and below openings, extending 24 in. beyond opening edges. 3. Reinforcement shall be continuous except at control or expansion joints, overlapped 6 in. at splices. Center reinforcement in wall so as to provide 5/8 in. minimum mortar coverage.

3.3 CLEANING MASONRY

A. Refer to Specification Sections 04 01 10 Cleaning Unit Masonry and 04 01 20 Masonry Restoration.

END OF SECTION

UNIT MASONRY BID SET 04 20 00 -6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 72 00

CAST STONE RESTORATION

PART 1 - GENERAL

1.1 GENERAL PROVISIONS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 DESCRIPTION OF WORK

A. Work Included: Provide labor, materials and equipment necessary to complete the work of this Section, including but not limited to the following:

1. Prepare and grout cracks in cast stone. Patch surface of cracks with composite patching material to match profile, color, and texture of adjacent cast stone where indicated on the Drawings. 2. Repair cracked cast stone units by pinning with stainless steel rods in structural adhesive to secure portions of cast stone units and providing composite patching mortar crack repairs where indicated on the Drawings. 3. Replace damaged or missing cast stone units where indicated on the Drawings. New cast stone units shall match adjacent cast stone units in size, profile, color and texture. 4. Remove areas of damaged cast stone and install new cast stone dutchmen. New cast stone dutchmen shall match adjacent cast stone units in size, profile, color and texture. 5. Patch spalls and losses in cast stone using composite patching material to match profile, color, and texture of adjacent cast stone where indicated on the Drawings. 6. Remove failing cast stone patch and sealant repairs and install new patches using composite patching material to match profile, color, and texture of adjacent stone where indicated on the drawings as well as those identified as necessary after general cleaning. 7. Clean and treat all exposed reinforcing bars prior to patching. 8. Apply silicate-based stain coating to all cast stone elements prior to repointing. 9. Prepare and point 100% of mortar joints in compliance with Section 04 05 13.91 – “Masonry Pointing.” 10. Install lead T joint covers at 100% of horizontal joints in compliance with Section 04 05 13.91 – “Masonry Pointing.” 11. Provide all shoring and bracing required to maintain stability of cast stone and masonry during work of this Section.

B. Related Work Specified Elsewhere

1. Section 04 01 10 - Masonry Cleaning 2. Section 04 01 20.91 - Brick Masonry Restoration 3. Section 04 01 45 - Stone Masonry Restoration 4. Section 04 05 13.10 - Restoration Mortars 5. Section 04 05 13.91 - Masonry Pointing 6. Section 04 72 20 - Cast Stone Units

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

7. Section 07 92 00 - Joint Sealants for Restoration

1.3 DEFINITIONS

A. “Dutchman” as used herein refers to a portion of new cast stone fitted into an existing cast stone unit to produce an intact contiguous surface.

B. “Cold Weather Masonry Restoration” as used herein refers to work of this Section when temperature is below 40 deg F or predicted to go below 40 deg F within 48 hours of use of mortar by the National Weather Service.

C. “Hot Weather Masonry Restoration” as used herein refers to work of this Section when temperature is above 100 deg F or when temperature is above 90 deg F and wind is above 8 mpg or when either of these conditions is predicted within 48 hours of use of mortar by the National Weather Service.

1.4 QUALITY ASSURANCE

A. Masonry Restoration Specialist: Award masonry restoration to a firm regularly engaged in restoration of stone masonry on historic buildings including work with cast stone that can demonstrate to Owner’s satisfaction that, within previous five years, it has successfully completed at least three projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Masonry restoration shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Masonry Restoration Specialist. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Masonry restoration shall be carried out by a steady crew of skilled stone masons who are thoroughly experienced with restoration of stone masonry using materials and methods specified and have a minimum of three years’ experience with work on historic buildings similar to that required by this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

a. Patching Cast Stone: Each mason patching cast stone shall have been trained in the installation of Jahn patching mortars by Cathedral Stone Products, Inc. and shall hold a Workshop Training Certificate from Cathedral Stone Products, Inc. Contractor shall maintain proof of this credential for each installer at the site at all times.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. In each case in which there is conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM)

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

a. ASTM A 276, Standard Specification for Stainless Steel Bars and Shapes. b. ASTM A 580, Standard Specification for Stainless Steel Wire. c. ASTM A 666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. d. ASTM C 881, Standard Specification for Epoxy-Resin-Base Bonding Systems for Concrete. e. ASTM F 593, Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs.

2. Society for Protective Coatings (SSPC): SSPC-SP 11, Power Tool Cleaning to Bare Metal.

D. Shoring and Bracing: Contractor shall at his sole expense retain the services of a Professional Engineer registered in the Commonwealth of Massachusetts to design and provide documents for the provision of temporary shoring, bracing, and other supports necessary to ensure that masonry units to be removed and salvaged are not damaged or deteriorated during removal and that building elements and materials to remain are not damaged, deteriorated, displaced, subjected to undue stress, or otherwise adversely affected as a result of the removal of stone and cast stone units.

1. Drawings and calculations prepared by the Professional Engineer shall bear the engineer’s original signature and seal indicating the engineer’s Commonwealth of Massachusetts Registration. Duplicate copies of drawings and calculations shall be forwarded to the Owner prior to commencing the temporary work represented in those documents. 2. The Professional Engineer shall furnish additional details and/or calculations as required by authorities having jurisdiction.

E. Sources of Materials: Obtain each type of material for masonry restoration from a single source to ensure a match in quality, performance, and appearance.

F. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Architect or Restoration Consultant with hands-on access to each and every area of masonry that has been restored. No approval of masonry restoration will be given before Architect or Restoration Consultant is provided hands-on access to all masonry surfaces that have been restored. Provide access for reinspection of areas where masonry restoration work was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Architect or Restoration Consultant with hands-on access to each and every location in which masonry has been restored and to each and every location in which masonry has been restored after previous masonry restoration work was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Architect or Restoration Consultant at no additional cost to Owner.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

G. Manufacturers’ Technical Representatives: Technical representatives of manufacturers whose products have been selected for use shall visit site at request of Contractor and/or Architect/Restoration Consultant to advise on proper use and installation of products at no additional cost to Owner.

H. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

I. Restoration of Damaged Masonry: Repair or replace broken, lost, and damaged masonry resulting from work of this Section to configuration and condition existing before work began to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1.5 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect’s or Restoration Consultant’s approval.

B. Qualification Data: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Work Description: Detailed description for each type of masonry restoration work to be performed. Do not begin work on site until Architect or Restoration Consultant has approved Work Description in writing. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Description for each type of restoration on each material shall include, but not be limited to:

1. Materials and Procedures: Materials, methods, tools, and equipment to be used for each phase and task of masonry restoration work. 2. Protection: Description, including drawings and diagrams, of proposed materials and methods of protection for preventing harm, damage, and deterioration caused by work of this Section to persons (whether involved in the Work or not); building elements, materials, and finishes; surrounding landscape and site; and the environment (including air and water).

a. Include detailed procedures for protecting windows from damage during work on masonry adjacent to windows. b. Include procedures for controlling noise and dust.

3. Alternate Methods and Materials (If Any): Proposed alternate methods and materials (if any) to those specified for masonry restoration work. Provide

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

evidence of successful use on comparable projects and demonstrate effectiveness for use on this Project.

D. Designs for Shoring and Bracing: Drawings and calculations by Professional Engineer retained by Contractor indicating design of temporary bracing, shoring, and other provisions necessary to ensure support and stability for existing construction and support and stability for elements being removed as specified in “Quality Assurance” Article, above.

E. Product Data: Manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

F. Shop Drawings: Dimensioned detailed scale drawings at appropriate scales to clearly describe masonry restoration; details of anchors and fasteners, 3-inches equals 1-foot scale, minimum. Submit newly prepared drawings showing site-verified conditions and materials. Photocopies of Contract Documents and/or electronic scans of Contract Documents will not be accepted for Shop Drawing submittals.

1. Providing New Cast Stone Units: Each stone unit. Show location of cramps and anchors.

G. Samples

1. Cast Stone to Match Existing Cast Stone: 12-inch x 12-inch x 1-inch pieces, finished to match existing. 2. Anchors, Fasteners, Pins, and Accessories: Each configuration and size specified and/or proposed for use.

H. Prepare mock-ups following requirements of Article “Mock-ups,” below.

1.6 TESTING

A. General: Before beginning mock-ups determine final color and application ratios of mineral coating on sample areas for aesthetic evaluation. Do not proceed with mock-ups until Architect or Restoration Consultant has approved results of testing in writing.

1. Perform tests in locations directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of testing. 3. Architect or Restoration Consultant will monitor testing. No testing done in absence of Architect or Restoration Consultant will be accepted. 4. Use crew that will perform the work and follow requirements of this Section. 5. All materials and dilutions are subject to modification by Architect or Restoration Consultant during testing process. Architect or Restoration Consultant will choose final application ratio based on results of test panels. Modifications of dilution shall be executed at no additional cost. a. Do not apply products to masonry surfaces without verifying color and dilution with Architect or Restoration Consultant. 6. After test panels are complete, allow seven days for thorough drying prior to final evaluation. 7. Perform additional testing as necessary to determine colors and dilutions to Architect’s or Restoration Consultant’s satisfaction.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Provide the Following Test Panels

1. Silicate-Based Stain Coating: Provide minimum three transparent examples of silicate stain and dilution mixed in a ratio of one to the other in each custom color. Maintain a record of prepared stain color and dilution ratio mixtures. Prepare at least one 1-sq.-ft. test panel for each sample. Prepare additional test panels using different colors and dilutions as directed.

1.7 MOCK-UPS

A. General: Before beginning general masonry restoration work, prepare mock-ups to provide standards for work of this Section. Do not proceed with masonry restoration until Architect or Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Architect. 2. Notify Architect 48 hours prior to start of each mock-up. 3. Architect will monitor mock-ups. Mock-ups not performed in presence of Architect will be rejected. 4. Use crew that will execute the work and follow requirements of this Section. 5. Allow mock-ups with mortar, composite patching mortar, cementitious grout, and other products containing cements and/or limes to dry for five days to allow material to reach final color and allow potential problems to appear. Notify Architect when mock-ups are ready for review. 6. Repeat mock-ups as necessary to obtain Architect’s approval. 7. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 8. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 9. Approved mock-ups will represent minimum standards for stone masonry restoration. Subsequent stone masonry restoration work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Installing New Cast Stone Units to Match Original Cast Stone Units: One representative unit. 2. Installing Cast Stone Dutchmen to Replace Damaged Portions of Cast Stone Units: Each type and configuration of dutchman. 3. Preparing and Grouting Cracks in Cast Stone Units: Three units. 4. Repairing Cracked Cast Stone Units by Pinning and Patching: One unit. 5. Preparing and Patching Cracks in Cast Stone Units: Three units. 6. Patching Holes and Losses in Cast Stone Units Using Composite Mortar Patching: One unit. 7. Removing Abandoned Anchors and Patching Holes with Composite Patching Mortar: One location. 8. Silicate-Based Stain Coating: One 2-sq.-ft. panel of color and dilution selected during testing process in “Testing” article above.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material.

B. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Handling Stone and Cast Stone: Handle stone and cast stone to prevent chipping, breakage, soiling, and other damage.

1. Handle cast stone using competent craftspeople and methods that guard against damage and deterioration. 2. Do not use pinch or wrecking bars without protecting edges of units with wood or other rigid materials. 3. Lifting and Placing

a. Slings: Lift with wide belt type slings wherever possible; do not use wire rope or ropes containing tar or other substances that might cause staining. b. Lifting Clamps and Pins: Obtain lifting clamps and lewis pins from cast stone fabricator or use clamps or pins recommended by cast stone fabricator for handling cast stone units weighing over 100 pounds.

4. Use wood rollers and provide cushion at end of wood slides as necessary to avoid damaging stone and cast stone units. 5. Keep surfaces free from dirt, soot, grime, grease, and other discoloring matter.

1.9 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not involved in work of this Section, from harm caused by or resulting from work of this Section.

1. Protection from Hazardous Materials: Protect workers and other persons from contact with hazardous materials resulting from work of this Section.

a. Silica: Overexposure to respirable crystalline silica may lead to silicosis, which is a disabling, nonreversible, and sometimes fatal lung disease. Provide protections necessary to prevent workers from exposure to respirable crystalline silica.

2. Protection from Noise: Limit noise generated by work of this Section to an absolute minimum. Prevent persons, whether or not involved with the work of this Section, from noise that might adversely affect them.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair materials and finishes damaged as a result of work of this Section to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

1. Exclusion of Water: Cover open joints and areas from which sections of masonry, masonry units, and/or portions of units have been removed during periods when work is suspended to ensure materials and finishes are not damaged by water penetration. 2. Prevention of Staining: Prevent grout, mortar, and patching materials from staining exposed faces of masonry and other adjacent materials. Protect sills, ledges, and projections from mortar droppings. Immediately remove mortar in contact with masonry. Protect base of walls from rain splashed mud and mortar splatter by means of coverings spread on ground and over wall surface. 3. Protection from Fire: Take precautions necessary to prevent fire and spread of fire.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Support: Provide shoring, bracing, reinforcement, and enclosures necessary to prevent damage or deterioration prior to removing stone units.

D. Hoisting and Lowering: Use appropriately sized hoisting devices and cribbing, to accomplish lifting and lowering to ensure that items being moved are under control at all times.

E. Surfaces To Receive Work: The Drawings are two-dimensional representations of three- dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members; and surfaces of profiled members not drawn in detail. Perform work on surfaces of projections, reveals, returns, and profiled members associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

F. Responsibility for Dimensions: Dimensions of existing elements and conditions in Contract Documents, whether numerical, tabular, or graphic, are provided for bidding purposes and for Contractor’s information and are not guaranteed. Contractor shall measure existing elements and conditions in field before preparing shop drawings, ordering materials, or starting construction and shall certify on shop drawings that dimensions have been field verified. Contractor is responsible for verifying dimensions of existing construction and for preparation of new work and replacement work fitting into and aligning with existing construction.

G. Dust: Use procedures that generate as little dust as possible in the execution of work of this Section and minimize dissemination of dust generated during work of this Section to greatest extent possible.

1. Contractor shall hold Owner, Architect, Restoration Consultant, and their consultants harmless from claims relating to dust resulting from work of this Section.

H. Debris Removal

1. Do not drop or throw materials from any height. Remove debris using suitable containers or conveyances. Lower materials to ground in containers. Use methods that keep dust and impact to absolute minimum. 2. Keep premises clean by removing accumulation of waste materials, rubbish, and debris from site daily. Dispose of waste, rubbish, and debris in a proper manner in accordance with federal, state, and local laws and regulations, to the satisfaction of authorities having jurisdiction, and to the satisfaction of the Architect or Restoration Consultant. Keep site and public rights of way clear. 3. Do not store or permit excess debris to accumulate on site.

I. Coordination: Coordinate work of this Section with work of other sections as necessary to ensure optimum performance of work of this Contract.

1. Samples: Clean small samples of masonry as specified in Section 04 01 10 – “Masonry Cleaning” as necessary to match colors of mortars and cast stone before beginning masonry restoration.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. General Masonry Cleaning: Complete masonry restoration work of this Section before general masonry cleaning as specified in Section 04 01 10 – “Masonry Cleaning.”

J. Preconstruction Meeting: Convene a preconstruction meeting to discuss masonry restoration and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect, Restoration Consultant, Contractor, firm that will perform masonry restoration, and other entities that might be affected by masonry restoration work.

1.10 ENVIRONMENTAL REQUIREMENTS

A. General

1. Manufacturer’s Recommendations: Perform work only when temperature of products being used, temperatures of existing and new materials and surfaces, and temperature and humidity of air at Project site comply with manufacturer’s requirements and 2. Conflicting Requirements: In each case in which there is a conflict between manufacturer’s recommendations, recommendations of referenced standards, and other requirements specified in this Section, the most stringent and restrictive requirement shall govern.

B. Cold Weather Construction: Work shall not be permitted when temperature of air or wall is at or below 40 deg F or is expected to go below 40 deg F within 48 hours as predicted for Boston by the National Weather Service without Architect’s prior written approval. No work shall begin when any part of wall or materials in use are frozen or subject to freezing temperatures.

C. Hot Weather Construction: Work shall not be permitted when temperature of air or wall is at or above 100 deg F or when temperature of air is 90 deg F or above and the wind speed is 8 mph or greater without Architect’s prior written approval.

D. Damage from Work in Cold Weather or in Hot Weather: Remove work of this Section damaged by freezing during cold weather masonry work and/or damaged by premature or too-rapid drying during hot weather masonry work and replace with new masonry work complying with the requirements of this Section at no additional cost to Owner.

PART 2 - MATERIALS

2.1 CAST STONE

A. Refer to Section 04 72 20 – Cast Stone Units.

2.2 MORTAR AND GROUT FOR CRACK REPAIR

A. For material description and mixes, refer to Section 04 05 13.10 – Restoration Mortar.

2.3 MORTAR FOR PATCHING CAST STONE

A. For material description and mixes, refer to Section 04 05 13.10 – Restoration Mortar.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.4 TREATMENT OF REINFORCING STEEL

A. Epoxy for Coating Exposed Reinforcing: High high-solids, rust-inhibitive, surface-tolerant epoxy mastic compatible with patching manufacturer’s system. Provide Corotech V160 Surface Tolerant Epoxy Mastic by Benjamin Moore or approved equal.

2.5 TIES, ANCHORS AND REINFORCEMENTS:

A. Provide anchors, dowels, attachments, and fasteners as shown on Drawings and approved shop drawings and of size and configuration suitable for use intended to secure sound, secure anchorage.

B. All ties, anchors and reinforcements shall be stainless steel, ASTM A-167, Type 302 or 304.

1. Anchors to be welded, either for fabrication or installation, shall be AISI Type 304L.

2.6 MATERIALS AND EQUIPMENT FOR CRACK INJECTION

A. Epoxy Injection Grouts: Epoxy adhesive complying with ASTM C 881 and as follows:

1. Narrow Cracks: Low-viscosity, high-strength, moisture-insensitive, 100 percent solids, two-component epoxy adhesive manufactured specifically for structural repair of masonry by pressure injection. Provide Sikadur 35, Hi-Mod LV, or Sikadur 52, manufactured by Sika Corp., 201 Polito Ave., Lyndhurst, NJ, 07071 (800-933-7452), or approved equal. Use specific product as appropriate to the width of the crack.

2. Wide Cracks: High-viscosity, high-strength, two-component, 100 percent solids epoxy adhesive manufactured specifically for structural repair of masonry by pressure injection. Provide the following: Sikadur Injection Gel by Sika Corp., 201 Polito Ave., Lyndhurst, NJ, 07071 (800-933-7452), or approved equal.

B. Injection Ports: Surface-mounted injection ports with caps designed for injecting epoxy adhesives and grouts into masonry. Provide Quick Lock Surface Ports with Quick Lock Caps and Quick Lock Braces as manufactured by Mar-Flex Waterproofing and Basement Products, 6866 Chrisman Lane, Middletown, OH 45042 (800-498-1411), or approved equal.

C. Temporary Crack Sealer: Two-component, non-sag, polyurea paste designed for sealing surfaces of cracks and delaminations in masonry to allow pressure injection of adhesives and grouts. Provide “StripSEAL” manufactured by ChemCo Systems, 2800 Bay Road, Redwood City, CA 94063 (800-757-6773), or approved equal. Test crack sealer to ensure that it can be removed without damaging or staining stone.

D. Equipment for Injection of Cementitious Grouts: Equipment approved by grout manufacturer and by Architect for application of cementitious grouts to cracks in masonry units. Equipment may be for gravity flow, hand pump operation, or power-operated pump operation as necessary to inject grout throughout depths of cracks to be grouted. Equipment shall include accessories, including but not limited to, hoses, nozzles, valves, traps, and pressure gauges, as necessary for optimum installation of cementitious grout under each condition in which cementitious grout is to be installed.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. Equipment for Injection of Epoxy Grouts: A two-line epoxy pump complete with hoses, a head for mixing the epoxy components immediately behind the nozzle, nozzle, valves, and other components necessary to achieve optimum epoxy grout installation. The equipment shall have the capability of completely mixing the components at the proper ratio and of discharging the mixed grout at pressures of up to 200 psi.

1. Check equipment for proper mixing ratio and delivery pressure each day before beginning work. Check proper mixing ratio by disconnecting mixing head from equipment, pumping the two epoxy components simultaneously into separate calibrated containers, and measuring amounts delivered during same time period. Do not begin injection work each day until Architect has approved the equipment’s mixing ratio.

2.7 EQUIPMENT AND TOOLS FOR CLEANING ANCHOR HOLES AND LOSSES

A. Brushes for Cleaning Anchor Holes: Stiff wire bristle or nylon bristle brushes of diameter to ensure full cleaning of dust and debris from masonry substrate at sides and bottom of hole. Furnish brushes specifically manufactured for cleaning anchor holes in masonry substrates as available from Hilti, Inc., PO Box 21148, Tulsa, OK 74121 (800-879-8000), Powers Fasteners, Inc., 2 Powers Lane, Brewster, NY 10509 (914-235-6300), Simpson Strong-Tie, 26 International Street, Columbus, OH 43228 (614-876-8060), or approved equal. Brushes shall be sized appropriately for holes in which they are to be used so that they firmly contact entire circumference of hole at the same time. Use sizes recommended by anchor manufacturer and approved by Architect or Restoration Consultant.

B. Brushes for Cleaning Losses: Stiff nylon bristle brushes of shape and dimension to provide optimum removal of contaminants from substrate surface and approved by Architect or Restoration Consultant.

C. Air Nozzle for Cleaning Anchor Holes: Nozzle specifically manufactured and sold for use in removing dirt and debris loosened by use of brushes in anchor holes and of length capable of reaching bottom of deepest anchor holes so that debris is blown free from bottom of holes outward. Provide air nozzle by Hilti, Inc., PO Box 21148, Tulsa, OK 74121 (800-879-8000), or approved equal, of appropriate length.

2.8 ADHESIVES

A. Epoxy Adhesive for Adhering Stone Units: High modulus, high strength, moisture- insensitive, low-viscosity epoxy adhesive complying with ASTM C 881, Types I, II, & V, Grade 2, Class C. Provide Sikadur 32, Hi-Mod, as manufactured by Sika Corp., 201 Polito Ave., Lyndhurst, NJ, 07071 (800-933-7452), or approved equal. Modify viscosity as necessary to completely fill crack without loss of adhesive.

B. Epoxy Adhesive for Pinning and Installing Pins: High modulus, high strength, moisture- insensitive, high-viscosity epoxy adhesive complying with ASTM C 881, Types I, II &IV, Grade 3, Classes B & C. Provide Sikadur 31, Hi-Mod Gel, as manufactured by Sika Corp., 201 Polito Ave., Lyndhurst, NJ, 07071 (800-933-7452), or approved equal.

2.9 ADMIXTURES

A. Admixtures: Conforming to ASTM C494.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.10 SEALANT

A. Follow requirements of Section 07 92 00 – Joint Sealants for Restoration.

2.11 COATING FOR CAST STONE A. Silicate stain, base and top coat: A materials-compatible highly vapor permeable water and weather-resistant silicate stain system. Provide the following product:

1. Keim Restauro Lasur pigmented stain diluted with Keim Restauro Dilution distributed by Keim Mineral Coatings of America, Inc., 10615 Texland Boulevard #600, Charlotte, NC 28273 (866-906-5346) at 1:12 dilution or as determined by field-testing.

2.12 TOOLS FOR COATING APPLICATION

A. Natural bristle façade brush, professional roller, or professional airless spray equipment and back-roll as required for even distribution.

PART 3 - EXECUTION

3.1 INSTALLING SALVAGED AND NEW CAST STONE UNITS

A. General: Install cast stone units in their original locations as indicated on Drawings. Do not damage masonry units. Repair and replace units damaged during work of this Section as directed by Architect and to Architect’s satisfaction at no additional cost to Owner.

B. Cleaning: Clean masonry units before setting. Remove old mortar from salvaged units and scrub units with detergent and water using natural or synthetic fiber bristle brushes. Thoroughly rinse units with clean water.

C. Anchor Holes: Where indicated on Drawings, necessitated by conditions, and as shown on approved shop drawings, drill new holes and mortises to receive anchors, cramps, dowels, and other attachment elements. Use rotary drills, masonry saws, and other methods that do not damage stone. Do not use hammer drills or other percussive tools.

D. Cleaning Holes: Use stiff bristle brushes and filtered, oil-free compressed air to thoroughly remove dust and debris from holes to receive pins. Brush surfaces at sides of holes vigorously and blow free of contaminants.

E. Setting: Set stone units accurately with new stainless steel anchors and fresh mortar to match configuration of original masonry. Set true to line and level and fill joints and anchor holes completely with mortar.

1. Joint Widths: Set stone units with joints of uniform width not exceeding width of existing joints. 2. Wedges: Use nylon wedges to secure proper setting of stone. Pack bed joints tightly with mortar. Clean wedges before using them and remove wedges before mortar has set hard. Do not break mortar bond while removing wedges. Fill holes left by removing wedges with mortar.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-12 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

F. Defects: Patching of defects in masonry units shall not be permitted. Redress stone units with chips on faces; replace cast stone units with chips on faces; and clean stone units and cast stone units with stains on faces. No acid-leaching agent shall be permitted.

G. Preparation for Pointing: Upon completion of setting stone and cast stone units, rake joints to prepare them for pointing in compliance with Section 04 05 15 – “Masonry Pointing.”

3.2 PATCHING CAST STONE UNITS USING DUTCHMEN

A. General: Remove existing damaged and deteriorated portions of cast stone units. Prepare holes and provide cast stone dutchmen matching adjacent cast stone to restore unit to original configuration and appearance as indicated on Drawings.

B. Anchors

1. Secure each dutchman using at least two attachments with one additional attachment for every two additional square feet of configuration and location as shown on approved shop drawings. 2. Attach anchors using structural adhesive and mechanical fastening.

C. General Method for Dutchman Repair

1. Cast Stone Preparation: Cut away portions of deteriorated cast stone, damaged cast stone, and edges of losses in cast stone to sound substrate. Cut sides of area to receive dutchman parallel to edges of cast stone block. Cut sides perpendicular to cast stone face. Do not weaken cast stone units. 2. Attachment: Fasten dutchman with stainless steel dowels and anchors as necessary to provide mechanical locking and to prevent possible slippage of unit and as shown on approved shop drawings. Position metal anchors without weakening cast stone in any way. 3. Dutchman Preparation: Cast stone dutchman is furnished under Section 04 72 20 – “Cast Stone Units.” Surfaces of dutchman to be exposed in finished work shall match appearance, tooling, and texture of adjacent cast stone. 4. Cleaning Anchor Holes and Substrate: Use stiff bristle brushes and filtered, oil- free compressed air to thoroughly remove dust and debris from anchor holes and from cast stone surfaces to receive mortar. 5. Wetting Masonry Surfaces: Wet surfaces to receive mortar to ensure that surfaces are damp but free of standing water at time of mortar application (saturated, surface dry) unless specifically instructed otherwise by mortar admixture manufacturer. 6. Installation: Install dutchman using specified mortar matching adjacent cast stone. Install anchors with specified adhesive. 7. Joint Surfaces: Finish joints between new and old work to match color and texture of cast stone. 8. Protection: Protect adjacent surfaces during dutchman repair. Wipe and rinse mortar accidentally splashed onto adjacent surfaces immediately. Remove uncured epoxy adhesive immediately with acetone.

a. Repair damage to cast stone and damage to other materials to remain resulting from adhesive and mortar spills to Architect’s or Restoration Consultant’s satisfaction at no additional cost.

9. Cleaning: Clean faces of patched cast stone units following completion of dutchman installation. Clean mortar splashes, smears, etc. with wood scrapers or

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-13 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

by vigorously brushing with stiff fiber bristle brushes and clean, potable water. If necessary to remove mortar, add clean white sand to water.

3.3 PATCHING CAST STONE UNITS USING COMPOSITE PATCHING MORTAR

A. General: Remove deteriorated cast stone to sound substrate, prepare substrate, and provide new patches to provide cast stone units of original configuration with patches matching profile, color, and texture of cast stone units into which they are inserted.

B. Removal of Loose and Deteriorated Cast Stone

1. Remove to Sound Substrate: Remove deteriorated cast stone to minimum depth necessary to reach sound material or substrate. Remove sound material to a minimum of 1/4 inch and a maximum of 1/2 inch beyond deteriorated material. Remove sound material to a depth of at least 1/2 inch behind finished surface of patch to provide for a minimum patch depth of 1/2 inch. Do not damage or disturb sound material further than 1/2 inch below the surface. Do not chip edges of cast stone units. 2. Edges: Cut edges of areas where cast stone has been removed straight and parallel or perpendicular to joints in facade. Use jigs as necessary to ensure that cuts are straight and that ends of cuts do not cut into sound material to remain. 3. Dovetail Mechanical Bond: Where surface of damaged cast stone is greater than 1/2 inch behind plane of adjacent block, slightly undercut edges of area to be patched to provide a slight dovetail.

C. Treatment of Exposed Ferrous Metal Wires: Where ferrous metal wires are exposed during removal of deteriorated cast stone, clean wires thoroughly free of rust and corrosion to bare metal using wire brushes, metal wool, abrasive papers, or other approved method. Wipe wires clean of oil, grease, and other contaminants using approved solvent. Paint wires with two coats of galvanizing repair coating. Comply with requirements of Section 09 91 00 – “Painting and Finishing.”

D. Additional Mechanical Bond for Patches over 2 Inches Deep: Where the surface of sound cast stone is more than 2 inches below plane of facade, provide threaded rod anchors for mechanical bond of composite patching mortar.

1. Drilling Anchor Holes: Drill holes 1 inch deep by 1/8 inch larger in diameter than threaded rods, 2 inches on center horizontally and vertically. Drill holes at slightly varying angles within 10 degrees of perpendicular to facade plane. 2. Cleaning Anchor Holes: Clean anchor holes using stiff bristle brushes as recommended by adhesive manufacturer followed by blowing with clean, oil-free compressed air. 3. Installing Threaded Rods: Anchor threaded rods in holes using structural adhesive. Rods should extend to a point 1 inch behind finished surface of patch.

E. Preparation

1. Cleaning: Clean surfaces to be patched and filled free from dust, dirt, oils, grease, and other contaminants and coatings that might adversely affect adhesion of patching mortar. Brush surfaces with stiff, fiber-bristle brushes and blow clean with clean, oil-free compressed air to make certain that loose materials. Wash surfaces of prepared cast stone with clean water and specified detergent. Rinse thoroughly with clean water and soft, fiber bristle brushes. 2. Protection: Protect surrounding surfaces as necessary to prevent contact with patching materials.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-14 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3. Wetting: Wet surface of prepared stone with clean water and soft fiber-bristle brushes to ensure that at time of patching vertical surfaces are glistening wet and horizontal surfaces are dampened without pooling water. If surfaces dry out before applying cementitious patching mortar, repeat the wetting process.

F. Application of Patching Mortar: Prepare and apply patching mortar in strict accordance with manufacturer’s written instructions and recommendations to match adjacent planes and profiles and texture of adjacent surface. The responsibility for producing patches of quality, consistency, and color to match adjacent surfaces shall rest solely with the Contractor.

1. Application of “Peanut Butter” Coat: Apply patching mortar mixed with water to the consistency of wet putty to the wet substrate to a thickness of approximately 1/8 inch. Do not allow “Peanut Butter” coat to dry out before applying patching mortar of standard consistency with water content as certified by manufacturer. 2. Application of Patching Mortar: Apply patching mortar to fill voids. Trowel mortar onto wet “peanut butter” coat. Fill entire void in one steady lift, building material up to the plane of the adjacent surfaces. Compress material as it is installed to ensure entire void is filled without gaps. 3. Application of Aggregate: Trowel aggregate into surface to provide surface with uniform aggregate matching color and texture of adjacent weathered cast stone surface. Do not over trowel. 4. Brushing to Expose Aggregate: After the patching mixture has partially set, brush surface with clean fiber bristle brush to remove laitance and expose surface aggregate.

G. Cleaning: Remove uncured patching mortar from the perimeter of the repair areas before it dries using methods that provide uniformly clean surfaces without streaks or stains and without damage or deterioration to cast stone or to cementitious patching mortar patches.

H. Curing: Periodically mist cementitious patching mortar gently using clean water at intervals determined in accordance with the manufacturer’s written instructions but at least several times a day for a period of at least 72 hours following installation. Begin misting at appropriate time depending on temperature, humidity, and wind conditions as recommended by manufacturer. Should access to the repairs be impossible over a period of time, plastic may be used to cover them temporarily. The application of plastic, however, does not remove the need for normal curing techniques.

I. Corrective Measures

1. Unacceptable Conditions: Patches exhibiting cracks in patch surface, separation at sides of crack, debonded areas (hollow to sounding test), and/or surface defects (including, but not limited to, out-of alignment, exposed aggregate not matching adjacent aggregate, embedded debris, or uneven surface finish) shall be considered unacceptable. Remove unacceptable patches, properly prepare substrates, and provide new patches to comply with the requirements of this Section as directed by and to the satisfaction of the Architect at no additional cost to Owner. 2. Rejected Work: Should Architect or Restoration Consultant determine that any of the work does not equal or exceed minimum standard established by approved mock-up, Contractor shall cut out patch and reapply following requirements of this Section to Architect’s satisfaction at no additional cost to Owner.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-15 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.4 PATCHING CRACKED CAST STONE UNITS USING CEMENTITIOUS GROUT AND PATCHING CRACK REPAIR

A. General: Prepare and inject cracks with cementitious grout. Rout out cracks at surface and fill with custom patching mortar to match color and texture of adjacent stone surface.

B. Preparation: Drill 1/4-inch-diameter holes for injection ports into crack approximately 6 inches on center. Remove dust, dirt, loose particles, and other contaminants that might adversely affect adhesion of grout or durability of grout from crack and injection port holes using mechanical means followed by clean, oil-free compressed air. Install injection ports over holes. Seal surface of crack and adhere injection ports to stone with temporary crack sealer. Protect adjacent masonry surfaces from contact with grout using approved methods.

C. Prewetting Substrates: Immediately before injecting grout, flush crack with clean water. If grout is not installed immediately, flush crack again with water to ensure that stone surfaces at sides of crack are wet at time of grout injection.

D. Injection of Grout: Inject cementitious grout using gravity flow or other approved equipment and methods to ensure that crack is filled as approved by Architect.

E. Preparation for Patching Crack at Surface: Remove temporary sealer and injection ports and clean cast stone surface. Rout out cracks to a depth of 5/8 inch and a width of 1/8 inch. Remove grout from front 5/8-inch depth of injection ports exposing clean stone surface. Do not damage adjacent stone surfaces.

F. Cleaning: Clean cast stone at sides and rear of routed cracks and at injection ports thoroughly using fine, stiff fiber-bristle brush followed by clean, oil-free compressed air to remove particles and dust.

G. Wetting: Thoroughly rinse surfaces to ensure that substrate will not rapidly absorb water from patching mortar.

H. Application of Patching Mortar: Brush stone substrates with a mortar slurry coat and fill holes with specified composite patching mortar matching color of adjacent cleaned stone following manufacturer’s directions.

I. Finishing: Strike surface of repaired crack flush with face of adjacent stone. Finish surface of filled crack to match texture and finish of adjacent cleaned stone.

J. Curing: Protect installed mortar from too rapid drying and from contact with water that might wash binder from surface.

3.5 ROUTING AND FILLING CRACKS

A. General: In locations indicated, rout out cracks at surface and fill with custom patching mortar to match color and texture of adjacent cast stone surface.

B. Preparation for Patching Crack: Rout out cracks to a depth of 5/8 inch and a width of 1/8 inch. Do not damage adjacent stone surface. 1. Removing Previous Repairs: Where previous crack repair is to be replaced, rout out crack to width and depth of previous repair to remove previous patching material and expose stone substrate free of contaminants.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-16 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Cleaning: Clean stone at sides and rear of routed cracks thoroughly to remove particles and dust.

D. Wetting: Thoroughly rinse surfaces to ensure that substrate will not rapidly absorb water from patching mortar.

E. Application: Brush crack with a mortar slurry coat and fill with specified composite patching mortar matching color of adjacent cleaned stone.

F. Finishing: Strike surface of filled crack flush with face of adjacent stone. Finish surface of patching mortar to match texture and finish of adjacent cleaned stone.

G. Curing: Protect installed patching mortar from too rapid drying and from contact with water that might wash binder from surface.

3.6 PINNING CAST STONE UNITS USING THREADED RODS SET IN EPOXY ADHESIVE AND INJECTING CRACKS WITH EPOXY ADHESIVE

A. General: Pin broken pieces of stone to sound pieces of stone and pin loose stone units to sound stone units or to sound backup masonry as indicated on Drawings and inject cracks with epoxy adhesive.

B. Drilling: Drill holes in loose stone units and in cracked stone units indicated to be pinned using rotary drill with sharp masonry bit. Do not use hammer drill or other percussive tools. Extend holes at least 3 inches into solid masonry backup or into solid and securely anchored adjacent portion of stone unit.

C. Cleaning Holes: Use specified stiff bristle brushes and filtered, oil-free compressed air applied through specially designed nozzles to thoroughly remove dust and debris from holes to receive pins.

D. Protection of Substrate to Be Patched: Protect outer portions of stone surface within holes to receive composite patching mortar patches using masking tape or other means to prevent contact with adhesive.

E. Pinning: Inject epoxy adhesive and insert threaded dowels, pushing until dowel ends are below stone surface to extent shown on Drawings but not less than 1/2 inch.

F. Patching Holes: Patch holes in exposed surfaces using composite patching mortar following requirements of Article “Patching Stone Units Using Composite Patching Mortar,” above. Patches shall match color, texture, and surface of adjacent stone. Cure patches to comply with composite patching mortar manufacturer’s recommendations to ensure optimum performance of patching mortar.

G. Injecting Cracks with Epoxy Adhesive:

1. General: Prepare cracks and inject cracks with epoxy adhesive. If width of crack at surface is not greater than 1/32 inch, drill out front portions of injection ports and fill with custom patching mortar to match color and texture of adjacent stone surface. If width of crack at surface is greater than 1/32 inch, drill out front portions of injection ports and rout out cracks at surface and fill with custom patching mortar to match color and texture of adjacent stone surfaces. 2. Preparation: Drill 1/4-inch-diameter injection ports into crack approximately 6 inches on center. Remove dust, dirt, and loose particles from crack using

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-17 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

mechanical means followed by clean, oil-free compressed air. Install injection ports over holes. Seal surface of crack and adhere injection ports to stone with temporary crack sealer. Protect adjacent stone from contact with epoxy adhesive using approved methods. 3. Epoxy Injection: Match viscosity of epoxy to width of crack so that crack will be completely filled. Inject epoxy using specified equipment and methods to ensure that crack is filled as approved by Architect. 4. Preparing Injection Ports at Cracks Not Exceeding 1/32-Inch in Width: At cracks not exceeding 1/32-inch in width, drill out surface of injection ports to a depth of 5/8 inch to remove adhesive and provide sound, clean stone substrate. Do not damage adjacent stone surface. 5. Preparing Stone Surface at Cracks Exceeding 1/32-Inch in Width: At cracks exceeding 1/32-inch in width, drill out surface of injection ports to a depth of 5/8 inch and rout out surface of crack to a width of 1/8 inch and a depth of 5/8 inch to provide sound, clean stone substrate free of adhesive. Do not damage adjacent stone surface. 6. Cleaning: Clean stone at injection ports and at sides and rear of routed cracks thoroughly using fine, stiff, fiber-bristle brush followed by clean, oil-free compressed air to remove particles and dust. 7. Wetting: Thoroughly rinse surfaces to ensure that substrate will not rapidly absorb water from patching mortar. 8. Application of Patching Mortar: Brush stone substrates with a mortar slurry coat. Fill injection ports and/or cracks fill with specified composite patching mortar matching color of adjacent cleaned stone. 9. Finishing: Strike surfaces of repaired crack and injection ports flush with face of adjacent stone. Finish surfaces of filled crack and injection ports to match texture and finish of adjacent cleaned stone. 10. Curing: Protect installed mortar from too rapid drying and from contact with water that might wash binder from surface.

3.7 REMOVING ANCHORS AND PATCHING HOLES WITH COMPOSITE PATCHING MORTAR

A. General: Remove abandoned anchors and anchors from elements being removed from stone units and patch holes with composite patching mortar to match adjacent cast stone.

1. If anchor extends across a joint between masonry units, do not patch across joint. Patch masonry units on each side of joint separately. Point joint as specified in Section 04 05 13.91 – Masonry Pointing.

B. Removing Anchors: Carefully remove anchors by drilling with a rotary drill using a sharp masonry bit or masonry core bit 1/8 inch larger in diameter than existing hole. Do not chip edges of drill hole or otherwise damage adjacent masonry. Do not use hammer drill or other percussive power tools.

C. Patching Using Composite Patching Mortar: Prepare and patch holes as specified in Article “Patching Cast Stone Units Using Composite Patching Mortar,” above.

3.8 COATING CAST STONE

A. General: Surfaces to be treated must be clean, completely dry and free of dirt, dust, oil, efflorescence, previous coatings and other materials, which may hinder penetration and/or reaction with the substrate. Cracks and spalls must be repaired and cured before coating. Do not work when precipitation is expected within 48 hours of installation.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-18 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Protect glass and other surfaces not intended to be coated by covering completely with polyethylene, sealing the edges continuously with heavy moisture resistant tape. 2. Apply in full coverage evenly distributed coats to a smooth mineral matte finish without lap lines, voids, “holidays”, or drips. Compare manufacturer-verified mock up consumption data with application consumption data to ensure enough product is applied. 3. Maintain a wet edge to prevent sight lines and textural differences. 4. Apply enough product to prevent shading and textural differences that contribute to striping, especially with the base coat. Applying inadequate amount of product can produce unexpected results. 5. When rolling product, quickly coat the surface and then gently even it up with the roller. Roll off in same direction across façade to prevent shading differences that affect appearance of color. 6. When spraying product: a. Do not strain silicate stain. b. Remove paint filters from spray gun and spray pump. c. Use only new hoses. Used hoses may contain paint thinners or solvents. d. Paint thinners and cleaning solvents are not compatible with silicate stain. e. Clear gun and spray equipment with warm soapy water and rinse well with clean water to remove residual paint thinners and solvents. f. Never use tips with smaller orifices than recommended. Smaller tips clog and prevent proper stain application. Improper application voids warranty and shortens longevity of the stain. g. Prevent overspray drift or misting onto glass objects. 7. When working from scaffolding, work as a team moving across façade maximum eight (8) vertical feet per applicator to ensure complete coverage and wet edge left to right and top to bottom of each section. 8. Maintain temperature during and after application. Substrate and ambient air temperature must be between 41 °F (5 °C) and 86 °F (30 °C). 9. Work ahead of the sun on shaded façades to avoid working on hot substrates. 10. Work to logical stopping points (corners, seams, architectural features, etc.). 11. Protect from wind and rain prior to, during, and for a minimum 24 hours after application. 12. Obtain manufacturer’s written instructions for application outside of the above parameters.

B. Examination

1. Verification of Conditions: Confirm by examination the areas and conditions under which the work is to be applied for compliance with manufacturer’s instructions. Do not proceed with the work until unsatisfactory conditions have been corrected. 2. Verify substrate is secure, sound, dry, and absorbent, and free of dirt, grease, salts, oil-based paints, release agents, curing agents, and other bond breakers. 3. Verify substrate has no pretreatments or priming materials applied unless such conditions are approved by manufacturer. 4. Verify surfaces or materials to be coated are fully cured to manufacturer recommendations. 5. Confirm coating surfaces are less than 40 percent relative humidity as measured by a masonry moisture meter prior to application of silicate stain. 6. Beginning of the work shall indicate acceptance of the areas and conditions as satisfactory by the Applicator.

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-19 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Protection

1. Lay ground cloths and take measures as necessary to protect surfaces subject to contact with coating procedures.

D. Application

1. Base coat: a. Prepare base coat material using approved color and application ratio to determine mixing quantities of silicate stain and dilution. b. Stir well by hand or 600-800 RPM mixing equipment to ensure color is uniform throughout the material. Keep mixture continuously stirred during application. c. Apply base coat of prepared silicate stain. d. Allow minimum 24 hours drying time. 2. Top coat: a. Prepare top coat material using approved Application Ratio to determine mixing quantities of silicate stain and dilution. b. Stir well by hand or 600-800 RPM mixing equipment to ensure color is uniform throughout the material. Keep mixture continuously stirred during application. c. Apply top coat of prepared silicate stain. 3. Touch up: a. Transparent stains are difficult to touch up. Some diluted colors touch up well, some do not. Always perform a test and allow the touch up to cure minimum 12 hours before evaluation. Colors become lighter upon drying. b. When possible, use the same tools and techniques from the application for best results. c. Articulate the application confining the touch up to the borders of the repair.

E. Cleaning

1. Clean tools, spills, and accidental drips immediately with plenty of water.

3.9 POINTING JOINTS

A. General: Prepare and point joints in stone and cast stone masonry to comply with requirements of Section 04 05 13.91 – Masonry Pointing.

3.10 ADJUSTMENT AND CLEANING

A. Adjustment: Correct work of this Section that does not meet requirements of this Specification to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

B. Cleaning Restored Masonry: Clean cast stone to comply with requirements of Section 04 01 10 – Masonry Cleaning.

C. Site Cleaning: At completion of masonry restoration work, remove from site debris and left over materials and leave site broom clean.

END OF SECTION

BID SET CAST STONE RESTORATION 06/03/2020 04 72 00-20 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 04 72 20

CAST STONE UNITS

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of cast stone units as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Furnishing new cast stone units to replace deteriorated stone or terra cotta units in locations indicated on Drawings. New cast stone units shall match configuration, dimensions, color, surface texture, and other physical properties of original stone units. Cast stone units shall be cast with reglets, anchors, and inserts as indicated.

B. Design Responsibility: Cast stone units shall be designed under the supervision of a Professional Engineer licensed in the State of Massachusetts, employed or retained by the Manufacturer, using property data generated from the Manufacturer’s actual production, in accordance with recommended procedures of the Prestressed Concrete Institute (PCI) and the Cast Stone Institute (CSI).

C. Related Work Specified Elsewhere

1. Section 04 72 00 – Cast Stone Restoration 2. Section 04 05 13.10 – Restoration Mortars 3. Section 04 05 13.91 – Masonry Pointing

D. Definitions

1. Cast Stone: Manufactured units of white and/or gray cements, manufactured or natural sands, carefully selected crushed stone, well- graded natural sands and gravels, and mineral coloring pigments to achieve color and appearance matching existing limestone units to replicate and replace existing limestone. 2. Steel: Unless specifically otherwise noted, references to steel shall mean stainless steel, Type 302, 304, 304L, 316, or 316L. 3. Unsatisfactory Cast Stone Units: Unsatisfactory cast stone units shall mean cast stone units that do not comply with the requirements of this Section for one or more of the following reasons.

a. Configuration (planes, profiles, and dimensions) does not comply with requirements of this Section and/or does not match the configuration of units to be replaced.

BID SET Cast Stone Units 06/03/2020 04 72 20 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

b. Finish (color, texture, reflectance, and other surface characteristics) does not comply with requirements of this Section and/or does not match that of units to be replaced.

i. Visual defects shall be evaluated at a distance of 10 ft.

c. Physical and chemical properties do not comply with requirements of this Section, including requirements of referenced standards. d. Unit has chipping greater than 1/4-inch in any visible location. e. Unit is damaged or has a defect affecting serviceability. f. Unit cannot be installed to provide completed masonry restoration complying with requirements of Section 04 01 25.91 – “Terra Cotta Restoration.”

1.3 QUALITY ASSURANCE

A. Manufacturer: Award the work of cast stone units to a recognized and reputable manufacturer regularly engaged in the manufacture of cast stone units matching existing stone units with a minimum of ten years’ continuous operation and with adequate experience, facilities, and capacity to furnish the quantity and quality of cast stone required for this Project without delaying the progress of the Work. The manufacturer’s products shall have been previously used and exposed to the weather with satisfactory results in buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places.

1. Manufacturer of cast stone shall be a member of the Cast Stone Institute.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Work of this Section shall comply with applicable requirements and recommendations of latest editions of the documents listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations of authorities having jurisdiction. Where the language in any of the documents referred to herein is in the form of a recommendation or suggestion, such recommendations or suggestions shall be deemed to be mandatory under this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at shop during periods when work of this Section is being performed. In each case in which there is a conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM)

a. ASTM A 580, Standard Specification for Stainless Steel Wire. b. ASTM A 666, Standard Specification for Annealed or Cold-Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar. c. ASTM A 955, Standard Specification for Deformed and Plain Stainless-Steel Bars for Concrete Reinforcement. d. ASTM C 33, Standard Specification for Concrete Aggregates.

BID SET Cast Stone Units 06/03/2020 04 72 20 -2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

e. ASTM C 67, Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile. f. ASTM C 150, Standard Specification for Portland Cement. g. ASTM C 173, Standard Test Method for Air Content of Freshly Mixed Concrete by the Volume Method. h. ASTM C 260, Standard Specification for Air-Entrained Admixtures for Concrete. i. ASTM C 494, Standard Specification for Chemical Admixtures for Concrete. j. ASTM C 618, Specification for Coal Fly Ash and Raw or Calcined Natural Pozzolan for Use as a Mineral Admixture in Concrete. k. ASTM C 642, Standard Test Method for Specific Gravity, Absorption, and Voids in Hardened Concrete. l. ASTM C 666, Standard Test Method for Resistance of Concrete to Rapid Freezing and Thawing. m. ASTM C 979, Standard Specification for Coloring Pigments for Integrally Pigmented Concrete. n. ASTM C 1194, Standard Test Method for Compressive Strength of Architectural Cast Stone. o. ASTM C 1195, Standard Test Method for Absorption of Architectural Cast Stone. p. ASTM C 1364, Standard Specification for Architectural Cast Stone.

2. American Welding Society (AWS), D1.6, Structural Welding Code – Stainless Steel. 3. Cast Stone Institute (CSI), Cast Stone Institute Technical Manual. 4. Precast Concrete Institute (PCI), PCI MNL 117, Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products.

D. Sources of Materials: Obtain each type of material required for cast stone units from a single source to ensure a match in quality, performance, and appearance.

E. Access for Observation and Approvals: Provide Restoration Consultant access on a continuing basis to locations where work of this Section is ongoing and where work has been completed to allow for observation and approvals.

1. Facilities for Shop Access: Provide access to permit Restoration Consultant the opportunity to closely observe all stages of manufacturer. Provide these facilities to Restoration Consultant during all phases of the work and storage.

F. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

G. Certifications: Contractor shall furnish signed and notarized certifications as follows:

1. That cast stone units similar to those required by this Section and made

BID SET Cast Stone Units 06/03/2020 04 72 20 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

from the same materials being used to meet the requirements of this Specification have been used as exposed outdoor architectural elements for ten years without signs of deterioration and without surface defects that have affected the appearance of the cast stone. 2. That cast stone units furnished for this Project comply completely with the requirements of this Section except for deviations required to meet site conditions and approved by the Restoration Consultant in writing in advance of manufacture.

a. Attach copies of approvals for all deviations from requirements specified herein to certificate.

H. Sampling, Inspection, and Testing: Comprehensive sampling, inspection, and testing procedures as specified in Articles “Sampling and Testing for Physical and Chemical Properties,” and “Testing for Efflorescence,” below. Standards for materials are listed in Part 2 of this Section.

I. Inspection on Delivery: Restoration Consultant will examine delivered cast stone units within one week of delivery and shall have right to reject unsatisfactory cast stone units and request new units complying with requirements of this Section at no additional cost and to select units for testing and reject all units from batches where units tested fail to comply with requirements of this Section.

1. Failure to reject units on delivery shall in no way relieve Contractor from replacing units that are deteriorated or damaged in completed work at time of Substantial Completion.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Restoration Consultant’s approval.

B. Qualification Data: Submit qualification data for manufacturer specified in “Quality Assurance” Article that demonstrates firm’s capability and experience. Include a list of at least three completed cast stone projects similar in material, size, and scope to work required on this Project in which the cast stone has been exposed to the weather for at least ten years. List project name, address, architect, supervising preservation agency, scope of cast stone work, and other relevant information. Submit this information with the bid.

C. Product Literature: Manufacturer’s technical data for each product to be used in work of this Section, including test reports and certificates substantiating that product complies with specified requirements, recommendations for application and use.

D. Samples

1. Cast Stone for Approval of Color and Finish: 12-inch x 12-inch x 2-inch samples of each color and surface required to match existing units for approval of color and finish. Resubmit samples rejected by Restoration Consultant until the Restoration Consultant approves the sample. 2. Reinforcing: Each type and size of reinforcing, 6-inch-lengths of rods and

BID SET Cast Stone Units 06/03/2020 04 72 20 -4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

bars and 12-inch-square sections of mesh and fabric. 3. Anchors and Accessories: Each type to be cast into units. 4. Models for Profiled Units: For each profiled unit to be replicated in cast stone.

E. Shop Drawings: Dimensioned drawings at appropriate scales showing complete information for fabrication and installation of cast stone units. Indicate member dimensions and cross-section and location, size, and type of reinforcement, including special reinforcement and lifting devices necessary for handling and erection. Profiles, details of joints, and details of attachments shall be full size.

1. Indicate layout, dimensions, and identification of each cast stone unit corresponding to sequence and procedure of installation. Indicate welded connections by AWS standard symbols. Detail inserts, connections, and joints, including accessories. 2. Include complete design calculations prepared and sealed by a Professional Engineer licensed in the State of Massachusetts and experienced in the design of cast stone units. 3. Do not begin fabrication of cast stone units prior to receiving shop drawings that have been approved by the Restoration Consultant.

F. Design Calculations: Submit complete design calculations for each type of cast stone unit and associated connections, including loads used in design.

G. Mix Designs: Design for each mix to be used.

H. Test Results: Certified test results from an approved independent testing laboratory for tests specified and for other tests as required to document compliance with required properties for units from each production batch.

I. Documentation of Manufacturer’s Quality Control Program: Copy of manufacturer’s quality control program.

1.5 DELIVERY, STORAGE, AND HANDLING

A. General: Deliver, store, handle, and protect materials from damage, moisture, dirt, and introduction of foreign matter. Coordinate deliveries of materials to ensure no delay in the progress of the Work.

B. Cast Stone Units: Pack, deliver, and store to prevent breakage, cracking, chipping, spalling, and other damage. Store all masonry materials on raised platforms and under ventilated, waterproof covers. Replace cast stone units that are damaged during delivery, storage, or installation at no additional cost.

1. The Contractor shall be responsible for chipping, spalling, cracking, and other damage to the units after delivery to Project site.

1.6 SAMPLING AND TESTING FOR PHYSICAL AND CHEMICAL PROPERTIES

A. General: Test cast stone units to ensure compliance with requirements.

B. Responsibility for Testing: The Manufacturer is responsible for performance of all testing requirements as specified herein.

BID SET Cast Stone Units 06/03/2020 04 72 20 -5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Independent Testing Laboratory: The Manufacturer shall engage at their own expense an independent testing laboratory acceptable to Restoration Consultant to perform the tests.

D. Sampling for Tests: Provide one test sample for every 400 cubic feet of cast stone required by the Contract Documents. If cast stone quantity is less than 400 cubic feet provide a minimum of one test sample. Take test samples from one unit or make samples in suitably sized cubes cast from the same materials. Fabricate cast cubes for testing purposes.

E. Testing: Test cast stone units using test methods specified herein in accordance with latest issue of American Concrete Institute Specifications (704-44), referenced ASTM standards, and other referenced standards.

F. Rejection of Cast Stone Units: Reject all cast stone units from batches of cast stone in which unit or units tested failed to meet or exceed specified requirements for physical and chemical properties. Provide and test new cast stone units at no additional cost.

1.7 INSPECTION FOR CONFIGURATION AND FINISH

A. General: Inspect each cast stone unit at the plant for compliance with configuration (planes, profiles, and dimensions) and finish (color, texture, reflectance, efflorescence, and other surface characteristics) requirements of this Section.

B. Rejection of Cast Stone Units: Reject unsatisfactory cast stone units and replace with new cast stone units meeting the requirements of this Section.

1.8 EXAMINATION AND TESTING OF DELIVERED MATERIAL

A. Examination of Cast Stone Units: Examination of cast stone delivered to site for profile and dimensional tolerances and for surface color, texture, and finish shall be in accordance with generally recognized industry standards, but such standards shall be superseded by the tolerances and appearance characteristics required to provide installed cast stone units matching adjacent cast stone units and installed cast stone units matching original stone units in dimension, configuration, and surface color, texture, and finish with even joints.

1. Examination of units for surface color, texture, finish, and presence of efflorescence shall be made at a distance of 10 ft.

B. Testing of Material Delivered to Project Site: Restoration Consultant may select or cause to be selected from Project, representative pieces of cast stone for testing. Tests shall be made at Manufacturer’s expense and Manufacturer shall replace pieces of cast stone taken for testing without charge.

1. Procedures: Testing procedures shall be in accordance with latest issue of American Concrete Institute Specifications (704-44) and specified ASTM standards. 2. Laboratory: An independent testing laboratory selected by Manufacturer and approved by Restoration Consultant. 3. Test Results: In each case, test result shall be average of three specimens tested.

BID SET Cast Stone Units 06/03/2020 04 72 20 -6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

4. Acceptable Test Results: Test results shall meet or exceed the physical properties specified in this Section.

C. Rejection and Replacement of Cast Stone Units: Unsatisfactory cast stone units will be rejected. Replace rejected cast stone units with new cast stone units complying with requirements of this Section at no additional cost.

1.9 PROJECT CONDITIONS

A. Field Conditions: If field conditions require adjustments in the fabrication of cast stone units that will result in cast stone units that do not comply fully with requirements specified herein, notify Restoration Consultant before proceeding with the work. Make adjustments only after Restoration Consultant has approved deviations from Contract Documents in writing.

PART 2 – PRODUCTS

2.1 CAST STONE INGREDIENTS

A. Portland Cement: White and/or gray Portland cement complying with ASTM C 150, Type I.

1. For surfaces exposed to view in the finished Work use same brand, type, and source of supply throughout cast stone production.

B. Aggregates: Graded and washed natural crushed stone complying with ASTM C 33, except that gradation may vary to achieve desired surface texture and finish. Gradation of aggregate shall be such as to create a dense mix without large gaps between aggregate grains.

1. Exposed Surfaces: For surfaces exposed to view, select aggregates as required to achieve cast stone units matching color of cleaned original units being replicated with no addition of pigment or with minimal addition of pigment.

C. Coloring Agents: Stable, light-fast, alkali-resistant, water-soluble mineral oxide pigments without fillers or extenders complying with ASTM C 979 and guaranteed by pigment manufacturer to be lightfast and lime-proof. Provide one of the following:

1. SGS Concentrated Mortar Colors by Solomon Color, Inc., 4050 Color Plant Road, Springfield, IL 62702 (800-624-0261). 2. Lanxess Bayferrox Iron Oxide Pigments by Lanxess Corporation, Business Unit Inorganic Pigments, 111 RIDC Park West Drive, Pittsburgh, PA 15275 (412-809-1000).

D. Air-Entraining Admixture: Complying with ASTM C 260.

E. Water-Reducing Admixture: Complying with ASTM C 494 and without adverse effect on color or on surface reflectance and appearance.

F. Water: Clean, potable, and free of substances that might adversely affect properties (including color), setting, strength, and durability of cast stone units.

BID SET Cast Stone Units 06/03/2020 04 72 20 -7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.2 REINFORCING

A. General: Provide reinforcing as required to meet requirements of this Section, including those of referenced standards. Reinforcing shall be stainless steel or equivalent carbon fiber.

B. Stainless Steel Reinforcing Rods and Mesh: Reinforcing for cast stone units shall be stainless steel, ASTM A 666, Type 302, 304, 304L, 316, or 316L. Reinforcing that is welded shall be ASTM A 666, Type 316L, stainless steel.

1. Reinforcing Rods: Complying with ASTM A 955 and of Grade 2205 Duplex (UNS# S31803) or Grade 316 LN (UNS# 31653) as manufactured by Salit Specialty Rebar, 3235 Lockport Road, Niagara Falls, NY 14305 (716-299- 1990), or approved equal.

C. Carbon Fiber Reinforcing: Carbon fiber mesh manufactured specifically as concrete reinforcement and approved by Restoration Consultant.

2.3 CAST STONE UNITS

A. General: Units of sizes and shapes required to match original units and with reinforcing to provide sound units and as shown on approved shop drawings. Units shall comply with physical properties specified below and shall have color and finish matching that of approved samples. Limit ingredients to those specified in this Section.

B. Reinforcement: Reinforce cast stone units with stainless steel wire mesh, stainless steel welded wire fabric, and deformed stainless steel rods as required for proper structural performance of in place units, as required to allow for temperature changes, and with additional reinforcement as may be required to prevent damage and deterioration during handling, transportation, and installation. Provide each unit with a minimum reinforcement amounting to 1/4 of 1 percent of sectional area of units. For cast stone units greater than 12 inches in any dimension, provide steel meeting above requirement in both directions.

1. Cover: Provide cover of twice the diameter of bar or wire or 3/4-inch, whichever is greater. Support reinforcing to avoid weakening units and evidence of reinforcing supports on surfaces exposed after installation. 2. Optional Carbon Fiber Reinforcement: In lieu of stainless steel reinforcement, fabricator may provide approved carbon fiber mesh reinforcement providing equivalent strength. Carbon fiber mesh shall have a minimum concrete cover of 1/2 inch.

C. Physical Properties: Cast stone units shall have the following physical properties when tested in accordance with requirements of American Concrete Institute specifications 704-44 and with requirements of indicated ASTM specifications. Reject all units from batch where tested units do not comply. Replace rejected units with new units complying with requirements of this Section at no additional cost.

1. Specific Gravity: 2.60, unless a less dense mix is proven to be durable by actual freezing and thawing tests and approved in writing by Restoration Consultant.

BID SET Cast Stone Units 06/03/2020 04 72 20 -8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Compressive Strength

a. ASTM C 1194: 6500 psi minimum for products at 28 days; or, b. ASTM C 39: 5000 psi minimum for products at 28 days.

3. Absorption: ASTM C 1195 or ASTM C 642: Six percent maximum for products at 28 days.

D. Surface Finish: Surfaces of installed cast stone units that will be visible (exposed) in the finished work shall be free from surface defects and shall be finished to match the color, texture, and surface of existing cleaned stone to be replicated.

1. No pin or air holes will be permitted. 2. Surfaces shall be free of joint marks, “grain,” and other obvious defects.

2.4 TIES AND ANCHORS

A. General: Provide ties and anchors to be cast into cast stone units. Ties, anchors, and attachments not to be cast into units are provided in Section 04 01 40.91, “Stone Masonry Restoration.”

B. Material: Ties and anchors shall be stainless steel, ASTM A 167, Type 302, 304, 304L, 316, or 316L, except that elements to be welded during fabrication or installation shall be Type 316L.

1. Cold Drawn Wire: ASTM A 580, Type 304, Condition A. 2. Stainless Steel: ASTM A 666, Type 304, Grade A.

C. Size and Configuration: As required for sound, secure anchorage and as shown on approved shop drawings.

2.5 CAST STONE FABRICATION

A. General

1. All material shown or indicated on the Drawings as cast stone shall be the product of an established plant having capacity and facilities for producing the specified quality and quantity of cast stone without delaying the progress of the Work. 2. Cast stone shall have physical properties when tested as listed above, in accordance with the requirements of ASTM C 1364. Unless otherwise specified, cast stone shall be made from aggregates of known durable quality and proportioned to produce maximum density. Work shall be carefully executed, arrises made sharp, and the details faithfully reproduced. 3. Create molds to produce unit true and accurate in profile, shape, and dimension with sharp arrises. Where applicable, the Restoration Consultant will select sections of the existing units for molds. Before making the mold, the Contractor shall patch and repair surface defects as required to restore original planes, profiles, contours, and texture. The Contractor shall not fabricate the mold until the Restoration Consultant has approved the repaired units or portions of units. 4. Cast stone units shall correspond to the orientation and pitch of adjoining

BID SET Cast Stone Units 06/03/2020 04 72 20 -9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

ornaments. Coordinate work between trades. 5. Castings shall be solid units, made in one pour or tamping, unless Restoration Consultant specifically approves otherwise.

B. Allowable Tolerances: Manufacture units so that each unit complies with the dimensional tolerances listed below. For dimensional tolerances not listed below, units shall comply with tolerances listed in PCI MNL 117, Manual for Quality Control for Plants and Production of Architectural Precast Concrete Products.

1. Dimensional Tolerances of Finished Units

a. Overall height and width of units measured at the face adjacent to the form:

b. 10 feet or under: +/- 1/8-inch. c. 10 feet or over: +/- 1/8-inch in 10 feet.

d. Angular variation of place of side mold: 1/32-inch per 3-inch depth or 1/16-inch total, whichever is greater.

C. Finishes: Exposed faces of units shall match approved sample. Exposed faces of units shall be manufactured free from joint marks, “grain,” honeycomb, and other obvious defects.

D. Curing: Cure units by approved methods to ensure required properties and to prevent unevenness of color.

1. Initial Curing: Immediately after casting, cure cast stone units in a totally enclosed room under a dense fog of water spray at 95 percent relative humidity for 24 hours to ensure sufficient strength for removing units from forms. 2. Final Curing: After initial curing, remove units from forms and provide for final curing in accordance with manufacturer’s standard curing practice in compliance with the requirements of the Cast Stone Institute. For wet cast units, curing is specified below.

a. Moist Curing: Keep units continuously wet and at a temperature between 60 deg F and 120 deg F for a minimum of 7 days. b. Curing Admixture: Use acrylic thermoplastic copolymer dispersion as a curing admixture. Use only copolymers shown to eliminate need for moist curing through published independent laboratory test data and approved by Restoration Consultant.

E. Unacceptable Cast Stone Units: Unsatisfactory cast stone units will be rejected by the Restoration Consultant. Replace rejected units with new units meeting the requirements of this Section at no additional cost.

PART 3 – EXECUTION

3.1 INSTALLATION

A. Installation of cast stone units is work of Section 04 72 00 – “Cast Stone Restoration.”

END OF SECTION

BID SET Cast Stone Units 06/03/2020 04 72 20 -10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 05 50 00

METAL FABRICATIONS* (FILED SUB-BID REQUIRED)

PART 1 – GENERAL

1.1 GENERAL PROVISIONS

A. The BIDDING REQUIREMENTS, CONTRACT FORMS, and CONTRACT CONDITIONS as listed in the Table of Contents, and applicable parts of Division 1 - GENERAL REQUIREMENTS, shall be included in and made a part of this Section.

B. Work of this Section requires Filed Sub-Bids and is governed by the provisions of the Massachusetts General Laws (MGL), Public Bidding Law - Chapter 149, Sections 44A to 44J inclusive, as amended, and applicable Sections of the MGL, Public Contract Law – Chapter 30.

C. The work to be completed by the Filed Subcontractor for the work of this Section is shown on the following listed Drawings:

Architectural Drawings: inclusive of all sheets

D. Examine all Drawings and all other Sections of the Specifications for requirements therein affecting the work of this Section The listing of Contract Drawings above does not limit Filed Subcontractor’s responsibility to determine full extent of work of this Section as required by all Drawings listed in the Drawing List on the Drawing Title Sheet, as modified by Addenda.

E. Sub-Bids for work under this Section shall be for the complete work and unless electronically bid, shall be filed in a sealed envelope with the Awarding Authority at a time and place as stipulated in INVITATION TO BID and INSTRUCTIONS TO BIDDERS.

1. The following shall appear on the upper left-hand corner of the envelope:

NAME OF SUB-BIDDER: ______

SUB-BID FOR TRADE: MISCELLANEOUS METALS.

2. Each Sub-Bid submittal for work under this Section shall be on forms furnished by Awarding Authority, as bound herein, accompanied with the required bid deposit in compliance with MGL Chapter 149 Section 44B in the amount of 5 percent of Filed Sub- Bid.

F. Sub Sub-Bid Requirements: NONE REQUIRED UNDER THIS SECTION.

1.2 EXAMINATION OF SITE AND DOCUMENTS

A. Bidders are expected to examine and to be thoroughly familiar with all contract documents and with the conditions under which work will be carried out. The Awarding Authority (Owner) will not be responsible for errors, omissions and/or charges for extra work arising from General Contractor's or Filed Subcontractor's failure to familiarize themselves with the Contract Documents or existing conditions. By submitting a bid, the Bidder agrees and warrants that he has had the opportunity to examine the site and the Contract Documents, that he is familiar with the conditions and requirements of both and where they require, in any part of the work a given result to be produced, that the Contract Documents are adequate and that he will produce the required results.

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Pre-Bid Conference: Bidders are strongly encouraged to attend the Pre-Bid conference; refer to INVITATION TO BID for time and date.

1.3 PRE-INSTALLATION CONFERENCE

A. Installer of the Work of this trade is required to attend pre-installation conference.

B. Agenda

1. Scheduling of metal fabrications operations

2. Quality control for fabricated components.

3. Finish and installation requirements for fabricated components.

4. Review of staging and material storage locations.

5. Coordination of work by other trades.

6. Protection of completed work.

1.4 SEQUENCING

A. Coordinate work of this Filed Subcontract with that of other trades, affecting or affected by this work, and cooperate with the other trades as is necessary to assure the steady progress of work.

B. Do not order or deliver any materials until all submittals, required in the listed Specification Sections included as part of this Filed Subcontract, have been received and approved by the Architect.

C. Before proceeding with installation work, inspect all project conditions and all work of other trades to assure that all such conditions and work are suitable to satisfactorily receive the work of this Section and notify the Architect in writing of any which are not. Do not proceed further until corrective work has been completed or waived.

1.5 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.6 WORK INCLUDED IN THIS SECTION

A. The work of this Section consists of miscellaneous metals where identified on the Drawings, as specified herein, and as required for a complete and proper installation.

Work includes but is not limited to the following.

B. Furnish and install:

1. Steel stair structure complete with all supporting members, railing and guard rail supports.

2. Steel railing brackets

3. Steel railings

4. Roof access ladder & supports

METAL FABRICATIONS BID SET 05 50 00 - 2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

5. Loose lintels

6. Field welding of all steel items including all costs for fire watches.

C. Furnish the following items for installation under related sections:

1. Anchor bolts, with nuts and washers; inserts; and sleeves; required to attach miscellaneous metal items to masonry, for installation under Section 04 20 00 – UNIT MASONRY.

2. Perform all drilling and cutting in miscellaneous metal items required for the attachment of other items.

D. Perform all shop-painting for all surfaces of exposed to view galvanized and non-galvanized metals except stainless steel, and post-erection touch-up of shop prime coat, using the same material as shop prime coating.

E. Perform application of liquid zinc touch-up to all welds of galvanized steel items furnished hereunder.

1.7 RELATED REQUIREMENTS

A. Section 04 20 00 – UNIT MASONRY: Building in of anchors into masonry walls. Installation of loose lintels and other items furnished under this Section.

B. Section 06 10 00 – ROUGH CARPENTRY: Wood framing, blocking, and underlayment.

C. Section 09 91 00 – PAINTING: Applied finish coatings other than those specified herein.

1.8 SUBMITTALS

A. Information and Review Submittals: Submit the following under provisions of Section 01 33 00 - SUBMITTAL PROCEDURES:

1. Product Data: Manufacturer's complete product data and specifications for all prefabricated items, shop primer paints, liquid zinc coating, and hydraulic cements, to be furnished hereunder.

a. For epoxy anchoring systems: Furnish ICC-ES Code approvals and performance data that includes recommended loading for each application.

2. Shop Drawings, bearing registration stamp of a Professional Structural Engineer registered in Commonwealth of Massachusetts.

a. Include large scale details of stairs, intermediate landings and railings.

b. Indicate on the shop drawings all erection marks for various places of miscellaneous metals and ensure that the actual field pieces bear corresponding marks.

3. Selection Samples:

a. Sample card indicating Manufacturer's full range of colors of shop applied finishes available for selection by Owner.

4. Verification Samples:

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

a. Factory/shop finishes: 3 inch by 6 inch samples of factory-applied coatings and colors proposed for use for approval prior to coating application.

b. Handrail bracket quality sample: Fabricate a sample showing a typical handrail bracket in brushed stainless steel finish.

5. Certificates:

a. Welders certificates as specified under Article entitled “QUALITY ASSURANCE”.

6. Delegated Design Submittals:

a. Provide calculations for loading and stresses for metal stairs, handrail brackets, and guard rails bearing the Professional Structural Engineer’s seal. Show how design load requirements and other performance requirements as required by the Massachusetts State Building Code have been satisfied.

1.09 QUALITY ASSURANCE

A. General: Notify the Owner where conflicts apply between referenced standards and

existing materials, and existing methods of construction.

B. Exposed Fabricated Steel Elements including stairs, ornamental fabrications and exposed to view fabrications shall be fabricated and finished to a greater standard to be acceptable as a finished piece. This shall include but not be limited to removing all markings and stampings from fabrication shop, grinding all imperfections off surfaces of metal fabrications, filling all depressions and scratches, and cleaning and grinding all welds smooth before piece receives its final finish.

C. Qualifications:

1. Welders: Utilize only qualified welders employed on the Work. Submit verification that Welder’s are AWS D1.1 and D1.4 qualified within the previous 12 months.

2. Licensed Professionals: Provide the services of a Professional Structural Engineer, registered in the Commonwealth of Massachusetts to design and certify that the work of this section meets or exceeds the performance requirements specified in this section and as required by Massachusetts State Building Code.

1.10 DELIVERY, STORAGE AND HANDLING

A. Delivery and Acceptance Requirements:

1. Do not order or deliver any materials until all submittals, required in the listed Specifications Sections included as part of this Filed Subcontract, have been received and reviewed by the Architect.

B. Storage and Handling Requirements:

1. Handle and store materials under cover in a manner to prevent defacement, deformation, or other damage to the materials and to shop finishes, and to prevent the accumulation of foreign matter on the metal work. All such work shall be repaired and cleaned prior to erection.

PART 2 – PRODUCTS

METAL FABRICATIONS BID SET 05 50 00 - 4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.1 SCAFFOLDS AND STAGING

A. General: Filed Subcontractors shall obtain required permits for, and provide scaffolds, staging, and other similar raised platforms, required to access their Work as specified in Section 01 50 00 - TEMPORARY FACILITIES AND CONTROLS and herein.

1. Scaffolding and staging required for use by this Filed Subcontractor pursuant to requirements of Section 01 50 00 - TEMPORARY FACILITIES AND CONTROLS shall be furnished, erected, maintained in a safe condition, and dismantled when no longer required, by this Filed Sub-Trade requiring such scaffolding. 2. Each Filed Subcontractor is responsible to provide, maintain and remove at dismantling, all tarpaulins and similar protective measures necessary to cover scaffolding for inclement weather conditions other than those required to be provided, maintained and removed by the General Contractor pursuant to MGL (Refer to Section 01 50 00 - TEMPORARY FACILITIES AND CONTROLS and as additionally required for dust control).

3. Furnishing portable ladders and mobile platforms of all required heights, which may be necessary to perform the work of this trade, are the responsibility of this Filed Subcontractor.

4. Enclose all exterior scaffolding outside of the construction fence with 8-foot high plywood enclosure at end of each work day to prohibit access to the scaffolding by unauthorized individuals.

2.2 HOISTING MACHINERY AND EQUIPMENT

A. All hoisting equipment, rigging equipment, crane services and lift machinery required for the work by this Filed Subcontractor shall be furnished, installed, operated and maintained in safe conditions by this Filed Subcontractor, as referenced under Section 01 50 00 TEMPORARY FACILITIES AND CONTROLS.

2.3 MATERIALS

A. General: All materials shall be new stock, free from defects impairing strength, durability or appearance, and of best commercial quality for each intended purpose. Unless specifically called for otherwise, work shall be fabricated from the following:

1. Steel shapes, plates and bars: ASTM Designation A 36.

2. Steel pipe: ASTM A53, grade A, seamless pipe, black finish unless otherwise noted.

3. Steel tubular shapes: ASTM A 501.

4. Steel plates to be bent or cold-formed: ASTM A283, grade C.

5. Steel bars and bar-size shapes: ASTM A36.

6. Cold-finished steel bars: ASTM A108.

B. Metal surfaces, general: For metal fabrications exposed to view upon completion of the Work, provide materials selected for their surface flatness, smoothness and freedom from surface blemishes. Do not use materials whose exposed surfaces exhibit pitting, seam marks, roller marks, rolled trade names, roughness, and, for steel sheet, variations in flatness exceeding those permitted by reference standards for stretcher-leveled sheet.

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Welding rods: AWS E70XX grade or select in accordance with AWS specifications for the metal alloy to be welded and in accordance with the recommendation of the welding rod manufacturer.

2.4 FASTENERS

A. General: Provide all fasteners and attachments as required for work specified herein and as indicated on the Drawings.

1. In general provide all fasteners and attachments of the same material and finish as the metal to which it is applied unless otherwise noted.

B. Steel Bolts, Nuts and Washers.

C. Anchor Bolts: Provide hot-dip or mechanically deposited, zinc-coated anchor bolts where item being fastened is indicated to be galvanized.

2.9 RAIL BRACKETS

A. Aluminum brackets with A10 finish, 4'0" o.c. maximum, equal to Ives #158. Locations where shown on drawings.

2.13 FABRICATION – GENERAL

A. Metal surfaces shall be clean and free from mill scale, flake, rust and rust pitting; well- formed and finished to shape and size, true to details with straight, sharp lines, and angles and smooth surfaces. Exposed sheared edges shall be eased.

B. Shop fabricate items wherever practicable, accurately fitting all parts and making all joints tight. Do not fabricate materials until all specified submittals have been approved by Owner and Contractor.

C. Do all cutting, punching, drilling, and tapping required for attachment of anchor bolts and other hardware and for attachment of work by other trades. All such work shall be done prior to hot-dip galvanizing of the various components.

D. Grind all edges of bars and plates completely free from nicks and machine marks, prior to galvanizing and/or shop priming.

1. Fabricate exposed surfaces smooth, square and of surface quality consistent

with the approved mock up or samples (as appropriate).

E. Grind all exposed-to-view welds completely smooth and flush to the surface plane of the base Metals.

F. Use screws and bolts only where welding cannot be performed, of sufficient size to ensure against loosening from normal usage of miscellaneous metal items furnished hereunder.

1. Countersink all screw heads and bolt heads as far as practicable. Use not less than two screw, bolts, or other anchorage items, at each connection point.

2. Draw up all threaded connections tightly, after buttering same with pipe joint compound, to exclude water.

G. Carefully coordinate the installation of metal fabrications with the work of trades responsible

METAL FABRICATIONS BID SET 05 50 00 - 6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

for the installation of interfacing work, and for the installation of work into the various assemblies furnished hereunder and permit the installation of the related materials to be made at the appropriate times.

H. Fit and assemble metal fabrications in largest practical sections for delivery to site, ready for Installation.

2.14 FABRICATION – Exposed to view Steel.

A. In addition to special care used to handle and fabricate exposed to view steel, employ the following fabrication techniques:

1. Welds ground smooth: Fabricator shall grind welds smooth. For groove welds, the weld shall be made flush to the surfaces each side and be within plus 1/16 inch, minus 0 inch of plate thickness.

2. Continuous Welds: Where welding is noted on the drawings, provide continuous welds of a uniform size and profile.

3. Minimize Weld Show Through: At locations where welding on the far side of an exposed connection occurs, grind distortion and marking of the steel to a smooth profile with adjacent material.

4. Coping and Blocking Tolerance: Maintain a uniform gap of 1/8” ± 1/32” at all copes and blocks.

5. Joint Gap Tolerance: Maintain a uniform gap of 1/8” ± 1/32”.

6. Piece Marks Hidden: Fabricate such that piece marks are fully hidden in the final structure or made with such media to permit full removal after erection.

7. Mill Mark Removal: Fabricator shall deliver steel with no mill marks (stenciled, stamped, raised etc) in exposed locations. Mill marks shall be omitted by cutting of mill material to appropriate lengths where possible. Where not possible, the fabricator can fill and/or grind to a surface finish consistent with the approved mock up.

8. Seal weld open ends of round and rectangular hollow structural section with 3/8 inch thick closure plates.

2.15 FABRICATION – STAIRS, RAILINGS, RAILING BRACKETS

A. Refer to the Drawings for location and details of steel stairs, railing brackets, and supports to be furnished and installed hereunder.

1. Verify heights shown in Drawings comply with referenced codes and regulations.

B. Stair and railing assembly performance requirements; conform to all requirements of those codes and regulations referenced under Section 01 41 00 - REGULATORY REQUIREMENTS.

1. Stairs: Design, fabricate and install stairs to safely support a minimum live load of 100 pounds per square foot and a concentrated load of 300 pounds on any area of four- square inches as required under Section 1607 of the 2009 International Building Code with Massachusetts Building Code amendments.

2. Railings, Railing brackets & supports: Design, fabricate and install all brackets and

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

supports in a manner which will ensure the brackets and guards will be capable of withstanding loads as follows and as required under Section 1607 of the 2009 International Building Code with Massachusetts Building Code amendments.

a. Resist a load of 50 pounds per linear foot (0.73 kN/m) applied in any direction at the top and to transfer load through railing supports to structure.

b. Resist a single concentrated load of 200 pounds (0.89kN) applied in any direction at any point along the top, and to transfer load through railing supports to structure concentrated loading requirements are not concurrent with other loading requirements.

c. Intermediate rails, balusters and panel fillers shall resist a horizontally applied load of 50 pounds (0.89 kN) on an area equal to 1 square foot (.093m2), including openings and space between rails. Reactions due to this loading are not required to be superimposed with loadings specified for top rail.

d. Railing brackets for attachment to glazing shall be outfitting with compression washers to form a tight connection to glazing. Refer to details on Contract Drawings for size, and connection details.

C. Sizes of all headers, stringers, and other structural members; and gauges and configurations of all riser tread and landing plates and pans, railings, stringers, and posts shall be as indicated on the approved shop drawings, and in accordance with the standards of the National Association of Architectural Metal Manufacturers.

2.16 FINISHES - SHOP APPLIED COATINGS

A. Schedule: Shop applied coatings as scheduled at end of Section and as indicated on Drawings.

B. For galvanized and non-galvanized steel surfaces:

1. Surface preparation prior to priming: Thoroughly clean all steel of all loose mill scale by power wire brushing or sandblasting. Remove all rust, dirt, weld flux, weld spatter, and other foreign matter by wire-brushing or scraping (power wire-brushing, if necessary). Grind smooth any sharp projections.

2. Shop apply specified primers thoroughly and evenly on the surfaces and worked into the joints and other open areas on the surfaces. Surfaces inaccessible after assembly shall be given two coats. Dry film thickness of primer shall be not less than 2.4 mils per coat.

C. Field touch-up: Shall be the responsibility of the installing contractor and shall include the filling, and touch-up of exposed job made bolt or screw holes, refinishing of raw surfaces resulting from job fitting, repair of job inflicted scratches and marks, and final cleaning up of the finished surfaces.

1. Touch-up finishes shall be fully compatible with, and exactly match shop applied finish, color, texture and sheen – including galvanized steel.

PART 3 – EXECUTION

3.1 ERECTION – GENERAL

A. General: Accurately set all work to established lines and elevations, and rigidly fasten in

METAL FABRICATIONS BID SET 05 50 00 - 8 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

place with suitable attachments to the construction of the building. At the completion of the work, check all work, re-adjust as required, and leave in perfect condition. Grind all exposed to view welds smooth to the touch.

B. Setting bearing and leveling plates:

1. Set bearing and leveling plates on wedges, shims, or leveling nuts. After bearing members have been positioned and plumbed, tighten anchor bolts. Do not remove wedges or shims but, if protruding, cut off flush with edge of bearing plate before packing with grout.

a. Use non-shrink grout, either metallic or nonmetallic, in concealed locations where not exposed to moisture; use non-shrink, nonmetallic grout in exposed locations, unless otherwise indicated.

b. Pack grout solidly between bearing surfaces and plates to ensure that no voids remain.

C. Miscellaneous framing and supports: Install framing and supports to comply with requirements of items being supported, including manufacturers' written instructions and additional requirements indicated on Shop Drawings.

1. Anchor supports securely to and rigidly to building structure.

3.2 FIELD WELDING

A. Field weld components indicated on approved shop drawings.

1. Welds ground smooth: Erector shall grind welds smooth. For groove welds, the weld shall be made flush to the surfaces of each side and be within + 1/16”, -0” of plate thickness.

2. Contouring and blending of welds: Where fillet welds are indicated to be ground

contoured, or blended, oversize welds as required; grind to provide a smooth transition.

3. Continuous Welds: Where noted on the drawings, provide continuous uniform welds.

B. Immediately after welding, touch-up welds, burned areas and damaged surface coatings.

1. Thoroughly remove all spatter by power wire-brushing (or if inaccessible, wire brushing) per SSPC, surface preparation specification SP2 or SP3. Allow surface to cool to ambient temperature. Clean surface with solvent wipe to remove oils, grease and dirt in accordance with SSPC surface preparation specification SP1.

2. Apply one coat of liquid zinc to attain a minimum of 1.5 mils dry film thickness. Coating should extend at least two inches beyond either side of weldment to ensure complete coverage of welded area.

3.3 FIELD BOLTING

A. Accurately drive all bolts into holes, protecting the bolt heads so as not to damage the thread during the driving. Ensure that bolt heads and nuts rest squarely against the metal. Where structural members have sloping flange faces, provide approved beveled washers at the bolted connections to afford square seating for bolt heads or nuts. Nick bolt threads for unfinished bolts to prevent the nuts from backing off.

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Use an approved calibrated manual or power torque wrench to obtain the proper torque and tension as recommended by the bolt manufacturer for all ASTM A 325 bolts.

3.4 INSTALLATION OF STAIRS

A. Preparation:

1. Take accurate field measurements prior to fabrication of stairs; prior to installation make careful layout measurements to confirm stairs have been fabricated to fit into the openings as required in the documents.

2. Provide anchorage devices and fasteners where necessary for securing metal stairs to in-place construction. Include threaded fasteners for concrete inserts, through-bolts, lag bolts, and other connectors.

2. Provide temporary bracing or anchors in formwork for items that are to be built into Concrete & steel construction.

3. Perform cutting, drilling, and fitting required for installing metal stairs.

B. Stair Installation: Construct and install stairs in strict accordance with the details, the approved shop drawings, and requirements of all codes, laws, and ordinances applicable to the work.

1. Stair installation tolerances:

a. Maximum Variation from Plumb: 1/4 inch (6 mm) for full height of stair.

b. Maximum Variation from Level: 1/8 inch (3 mm) in 10 feet (3000 mm).

c. Maximum Angular Variation of the Tread from True Position: 3 degrees.

C. Concrete-filled-metal-pan stairs: Place and finish concrete fill for treads and platforms to comply with concrete specs on sheet S1.1 and details in Contract Drawings.

1. Set elevation of concrete stair tread per detail on drawings to allow for installation of finish materials including thicker tile installations.

3.5 INSTALLATION OF RAILING BRACKETS

A. Adjust railing brackets prior to anchoring to ensure matching alignment for installation of wooden handrail by others. Space posts at spacing indicated, or if not indicated, as required by design loading. Plumb posts in each direction. Secure posts and railing ends to building construction as follows:

1. Anchor posts to steel with steel flanges, angle type or floor type as required by conditions, welded to posts and bolted to steel supporting members.

B. Secure wall brackets to wall. Provide bracket with not less than 1-1/2" clearance from inside face of handrail and finished surface. Locate brackets as indicated on drawings and at spacing required to support structural loads. Secure rails to finished surface with wall brackets, wall return fittings and anchor plates, in a manner required to meet code requirements, and as follows:

1. Each bracket shall be fastened with not less than 2 bolts.

METAL FABRICATIONS BID SET 05 50 00 - 10 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. For steel framed gypsum board assemblies, fasten brackets directly to steel framing or concealed anchors to steel reinforcing plate, using bolts of size and type required to support structural loads.

3.6 TOUCH-UP

A. Touch-up all welds, burned areas, scratches, abrasions, on galvanized metals, using specified liquid zinc coating.

B. Touch-up all welds, scratches, abrasions, and other surface damaged on shop primed or painted metals, using the same coatings as specified under shop applied finishes, herein above.

3.7 SCHEDULES

A. General: Items listed herein below provide further description of those already indicated in the Drawings. This list does not represent a complete list of miscellaneous metal components or types required to complete the Work.

1. Carefully review all Drawings and furnish and install metal fabrications required by the various trades, whether or not specifically listed herein, such as miscellaneous clip angles, miscellaneous steel bracketing, and other miscellaneous metal items as indicated on the Drawings, reasonably implied there from, or reasonably necessary for the thorough completion of the work.

B. Steel pan stair and related support components, as detailed on the Drawings and specified herein above.

C. Interior railing brackets and supports, as detailed on the Drawings. Connections and sizing to conform to engineering and code requirements specified herein above.

D. Lintels: As scheduled on Drawings.

1. Provide lintels 12 inches longer than masonry openings. Where lintel abuts column, provide structural clip connection.

2. Lintels occurring in exterior walls shall be as specified.

a. Galvanized in conformance with the requirements of ASTM A 143, and ASTM A 123.

END OF SECTION

BID SET METAL FABRICATIONS 06/03/2020 05 50 00 - 11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

METAL FABRICATIONS BID SET 05 50 00 - 12 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 06 10 00

ROUGH CARPENTRY

PART 1 – GENERAL

1.1 WORK TO BE PERFORMED

A. Provide labor, materials, equipment, services and transportation required to complete rough carpentry work shown on the Drawings, as specified herein, or both, including but not limited to items noted below.

1. Temporary enclosures for openings in the building, and other temporary items normally performed under rough carpentry work. 2. Wood framing members, jambs, nailers, blocking and/or shimming. 3. Rough hardware, including joist/beam hangers, bolts, screws, spikes, nails, inserts, clips and related metal components required for assembly / installation of work of this section, except those items specifically provided by other trades. 6. Other usual items of normal rough carpentry work indicated on the Drawings or necessary for the proper completion of the project, even though not specifically mentioned herein.

B. Coordinate the rough carpentry work of this SECTION with the work of the various trades responsible for applying finish materials and other items to rough carpentry work. Furnish and install furring, blocking, and shims, as required to make the rough carpentry surfaces acceptable to these trades.

1.2 RELATED WORK

A. The following related work will be performed under the designated SECTIONS:

1. Section 06 20 00 - FINISH CARPENTRY: All exterior and interior exposed to view wood finish and trim, installation of new windows, hinged doors and installation of miscellaneous specialties. Wood interior and exterior trim.

2. Section 09 91 00 - PAINTING: Applied primer and finish coatings exposed to view rough carpentry work.

1.3 SUBMITTALS

A. Information and Review Submittals: Submit the following under provisions of Section 01 33 00 - SUBMITTAL PROCEDURES:

1. Product Data: Manufacturer's product data sheets, specifications, performance data, physical properties and installation instructions for products specified herein.

1.5 STORAGE AND PROTECTION OF MATERIALS

A. Immediately upon delivery to job site, place materials in area protected from weather.

PART 2 – PRODUCTS

2.1 LUMBER, PLYWOOD, AND OTHER ROUGH CARPENTRY MATERIALS

BID SET ROUGH CARPENTRY 06/03/2020 06 10 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Lumber, 2 in. to 4 in. thick, 2 in. to 14 in. wide.

1. Light framing: any commercial softwood species.

a. Supports and nailers for hollow metal frames and finished carpentry: construction grade. b. Furring: minimum grade, standard.

2. Rafters and sills: shall have an allowable extreme fiber stress in bending for single member use of 875 psi and a Modulus of Elasticity of 1,400,000 psi.

4. All lumber used for window or door jambs, heads and sills or otherwise noted on the drawings as “PT” shall be pressure preservative treated wood.

C. Plywood sheathing for concealed from view locations: APA RATED SHEATHING EXT, except where sheet membrane roofing and/or flashing is indicated to be directly applied thereto; in which cases use APA C-C PLUGGED EXT.

D. Plywood to be the following, unless shown otherwise on Construction Drawings:

1. Plywood for floor decking shall be ¾ “ T&G sheathing, glued and nailed. Plywood for canopy sheathing shall be 1/2-inch plywood APA Structural 1 and II. 2. Pressure preservative treated wood. Designated as “PT”

E. Bolts and fastenings, use galvanized or zinc-dipped bolts, washers, and nuts, in conjunction with preservative treated lumber.

2.2 ACCESSORIES

A. Adhesives:

1. General: Provide adhesives approved which are Low-VOC or non-VOC, non- flammable, water-proof after cured, odor free. 2. Adhesive for underlayment: High strength, waterproof and non-freezing adhesive complying with AFG-01 “Frozen Lumber Test” and ASTM 3498, and having a VOC limit of 50 g/L.

B. Nails (interior and exterior): Galvanized common nails, of size and type to suit application and as required by state and local building codes.

C. Screws:

1. Screws for interior applications: Flat head electroplated-galvanized wood screws of the appropriate sizes.

D. Anchor bolts, expansion bolts and lag screws: Hot-dipped galvanized steel.

E. Protection paper: Canadian red-rosen paper or kraft paper.

F. Building paper: ASTM D 226, Non-perforated, No. 15 (73 kg/sq m) asphalt-saturated building felt.

PART 3 – EXECUTION

3.1 STORAGE OF MATERIALS

A. Store all materials in an elevated dry location, protected by waterproof coverings.

ROUGH CARPENTRY BID SET 06 10 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.2 TEMPORARY BRACING

A. Provide and maintain, until such time as permanently built into the structure, all temporary bracing which is not specified as being provided under other SECTIONS of the Specifications.

3.3 PROTECTION

A. Do such work as is necessary to cover and protect all finishes and other work from damage during construction. Provide and maintain temporary substantial wood handrails around all openings through floors, and provide temporary traffic-supporting coverings for roof openings until permanent items are installed there over.

3.4 GENERAL INSTALLATION OF ROUGH CARPENTRY WORK

A. Erect all rough carpentry work plumb, level, and true with tight, close fitting joints, securely attached and braced to surrounding construction, all in a first class workmanlike manner. Counterbore for bolt heads, nuts, and washers where required to avoid interference with other materials.

B. Use as long lengths as practicable for wood nailers, blockings, and curbs, to minimize number of joints, and attach the members with the types, and spacings of fasteners specified herein. C. Install wood grounds and furring, as required for proper attachment of the work of other trades in accordance with the requirements provided by the respective related trades.

3.5 TOLERANCES

A. Framing members: Maximum deviation more than 1/4 inch in 10 feet from true or plumb position.

END OF SECTION

BID SET ROUGH CARPENTRY 06/03/2020 06 10 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

ROUGH CARPENTRY BID SET 06 10 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 06 20 00

FINISH CARPENTRY

PART 1 – GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION:

A. Provide labor, materials and equipment necessary to complete the work of this Section, including but not limited to the following:

1. Interior finish wood casing, trim, and other items as indicated on the Drawings and/or as specified below. 2. Interior Doors and Hardware installation. 4. All finish woodwork at windows to match existing (species, trim profiles and finish).

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 05 50 00 - METAL FABRICATIONS

B. Section 06 10 00 – ROUGH CARPENTRY: Blocking for wall-mounted items.

C. Section 07 92 00 – SEALANTS

D. Section 09 91 00 & 09 91 13 – PAINTING: Field finishing finish carpentry items.

1.4 SUBMITTALS: Issue submittals in accordance with Section 01 33 00 Submittal Procedures. Submittals under this Section shall include manufacturers' specifications and installation instructions on all specified products.

1.5 QUALITY ASSURANCE

A. Refer to General Conditions and Division l general requirements for general provisions covering material delivery, storage, and installation, and product - substitutions.

B. Mark each assembled unit of architectural casework with manufacturer’s identification and grade mark, evidencing compliance with specified AWI quality grade. Locate grade mark on surfaces which will not be exposed after installation. For other items requiring field assembly, a certification of compliance may be substituted for marking of individual pieces.

PART 2 – PRODUCTS

2.1 MATERIALS

A. Interior finish wood:

1. Species where scheduled for clear or stain finish: plain sliced select red oak, per AWI Quality Standards referenced above. 2. Species where scheduled for paint finish: any species hardwood complying with AWI Quality Standards referenced above.

BID SET FINISH CARPENTRY 06/03/2020 06 20 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3. Where not specifically designated, provide finish wood species specified above to receive clear finish.

2.2 CONTINUOUS WOOD STANDING AND RUNNING TRIM (CASINGS, BASE, ETC.)

A. Fabricate in compliance with AWI Quality standards, Section 300, Grade and wood material as specified above under Paragraph 2.1. Section thicknesses and profiles: as shown on drawings or match existing.

PART 3 – EXECUTION

3.1 INSTALLATION

A. Store and install materials in conformance with general provisions of Division 6 rough carpentry Section; and AWI Quality Standards Section 1700, Installation of Architectural Woodwork.

B. Verify that substrates are plumb, level, and structurally adequate to support finish carpentry installation.

C. Prime, stain, or seal finish wood required to be job-finished immediately upon delivery to job, including edges, ends, faces, undersides, and backsides.

D. Install finish carpentry items straight, true, level and plumb, firmly anchored in place. Shim items as required using concealed shims. Install to a tolerance of 1/8 in. in 8'-0" for plumb and level (including counter-tops); and with a 1/16 in. maximum offset in flush adjoining surfaces, 1/8 in. maximum offsets in revealed adjoining surfaces.

F. Where possible, secure finish wood by blind nailing, or locate and drive attachments so as to be imperceptible on finished surfaces.

G. Where attachments must be visible, anchor millwork to concealed blocking with finish nails or countersunk fasteners. Use fine finish nails, well-set, filled with matching putty. Conceal countersunk fasteners with solid plugs of species matching surrounding surfaces, finished flush with surrounding surfaces.

I. Stagger joints in adjacent and related members. Cope at returns, miter at corners. Gently ease exposed edges.

J. Lap trim over grounds and fit tightly to adjacent materials. Scribe and closely fit face plates and filler strips to irregularities of adjacent surfaces, leaving a maximum gap of 1/32 in. Do not use additional overlay trim for this purpose.

K. Lightly sand finished wood surfaces as required to produce uniformly smooth surface, always sanding in direction of grain. No coarse-grained sandpaper mark, hammer mark, or other imperfection will be accepted.

L. Install casework without distortion so that doors and drawers fit openings properly, in accurate alignment. Adjust hardware to center doors and drawers in openings and to provide smooth operation.

N. Protect installed work as required from subsequent construction. At job completion, clean exposed-to-view surfaces, touch-up shop-applied finishes, lubricate and adjust hardware.

END OF SECTION

FINISH CARPENTRY BID SET 06 20 00 -2 06/03/2020

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 07 15 00

MEMBRANE APPLIED WATERPROOFING

PART 1 GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION:

A. Apply self-adhering waterproofing as specified below, at the existing attic floor level, inside the base of the existing Clock Tower.

B. Provide a complete waterproofing membrane system including all applicable sealants and elastomeric flashings, integral cove base and any other misc. materials required for a complete waterproof installation of the floor area.

C. Prepare the deck surface as necessary and/or required by the manufacturer’s standard installation procedures.

D. Remove existing finish floor membrane surface prior to preparing the wood deck for new membrane waterproofing.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 02 41 00 – DEMOLITION

B. Section 04 21 19 – SELECTIVE DEMOLITION

1.4 SUBMITTALS

A. Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include manufacturer's specifications and installation instructions on all specified products.

B. Product data:

1. Materials list of items proposed to be provided under this Section.

2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements.

3. Shop Drawings or catalog illustrations in sufficient detail to show installation and interface of the work of this Section with the work of adjacent trades.

4. Manufacturer's current recommended installation procedures which, when reviewed by Architect, will become the basis for accepting or rejecting actual installation procedures used on the Work.

5. Written documentation of applicator's qualifications, including reference projects of similar scope and complexity, with current phone contacts of architects and owners for verification.

BID SET MEMBRANE APPLIED WATERPROOFING 06/03/2020 07 14 00 - 1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.5 QUALITY ASSURANCE: Refer to General Conditions and Division l general requirements for general provisions covering material delivery, storage, and installation, and product substitutions.

A. Applicator shall have at least three years’ experience in installing materials of types specified and shall have successfully completed at least three projects of similar scope and complexity.

B. Applicator shall designate a single individual as project foreman who shall be on site at all times during installation.

C. Convene a pre-installation job-site conference three weeks prior to commencing work

1.6 DELIVERY, STORAGE AND HANDLING

A. Deliver materials to job site in manufacturer's unopened containers with all labels intact and legible at time of use.

B. Maintain the products in accord with manufacturer's recommendations with proper precautions to ensure fitness of material when installed.

1.7 SUBSTRATE CONDITIONS

A. General

1. Provide applicator with surfaces that are broom clean, dry, sound and free of voids, bug holes, rock pockets, honeycombs, protrusions, excessive roughness, foreign matter, frost, ice and other contaminants which may inhibit application or performance of the waterproofing membrane system.

2. Using suitable abrasive methods, remove residue of form release, curing compound, chemical retarders and other surface treatments, laitance, mortar smear, saw cutting residue, mill scale, rust, loose material and other contaminants from concrete, masonry and ferrous metal surfaces to receive the work of this Section.

B. Follow manufacturer’s recommendations for preparation of wood deck substrate conditions.

1.8 WARRANTY

A. Deliver to the Architect signed copies of the following written warranties against defective materials and workmanship executed for the following periods following date of completion. Warrant that installed waterproofing membrane system shall be free of defects including adhesive failure, cohesive failure, and waterproofing failure resulting from substrate cracking up to 1/16 inch.

1. Manufacturer's standard warranty covering materials for five-year period;

2. Applicator's standard warranty covering workmanship for two-year period.

PART 2 PRODUCTS

2.1 MANUFACTURERS

A. Membrane Applied Waterproofing

1. Acceptable manufacturers: Tremco, Inc., Carlisle,W. R. Meadows, Grace,or equal.

MEMBRANE APPLIED WATERPROOFING BID SET 07 14 00 - 2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Provide a complete fluid applied elastomeric waterproofing membrane system designed for concealed building components subject to hydrostatic head that is polyurethane, coal-tar free and complies with ASTM C 836.

3. Basis of Design: Carlisle CCW MiraDRI 860 self-adhering membrane, consisting of 56 mils (1.4 mm) of rubberized asphalt laminated to 4 mils (0.1 mm) of polyethylene to form a minimum 60-mil (1.5mm) membrane.

2.2 ACESSORIES

A. Cold Fluid Applied Waterproofing

1. Primer: As recommended by waterproofing membrane system manufacturer;

2. Joint backing: Closed-cell, polyethylene rod as recommended by membrane manufacturer;

3. Reinforcing fabric: Woven fiberglass scrim cloth;

4. Elastomeric sheet flashing: 1/16-inch-thick by 12 inch wide uncured neoprene sheeting.

5. Integral cove base, 4” min.

2.3 OTHER MATERIALS

A. Provide other materials, not specifically described but required for a complete and proper installation, as selected by the Contractor and approved by the membrane system manufacturer as compatible, subject to review of the Architect.

PART 3 EXECUTION

3.1 SURFACE CONDITIONS

A. Verify that surfaces to receive waterproofing are properly-cured, dry, and free from cracks, sharp projecting edges, and foreign materials which would prevent proper adhesion.

1. Verify conformance with manufacturer's requirements;

2. Report unsatisfactory conditions in writing to the Architect;

3. Do not proceed until unsatisfactory conditions are corrected.

B. Coordinate as required with other trades to assure proper and adequate provision in the work of those trades for interface with the work of this Section.

3.2 PREPARATION, COLD FLUID APPLIED WATERPROOFING

A. Surface preparation and detailing procedures to be in accord with waterproof membrane system manufacturer's instructions and recommendations except where more stringent requirements are indicated.

B. Clean all surfaces to receive membrane system in accord with manufacturer's instructions; vacuum clean or blow clean with oil-free compressed air all surfaces to receive sealants, detailing materials or membranes immediately prior to installation.

BID SET MEMBRANE APPLIED WATERPROOFING 06/03/2020 07 14 00 - 3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Rout, clean, prepare and detail surface cracks in accord with manufacturer's instructions; install backer rod where required.

D. Clean metal surfaces to bright metal by wire brushing or mechanical etching; scuff-sand lead flashing and plastic surfaces.

E. Prime surfaces in accord with manufacturer's instructions.

F. Install 1/4" diameter backer rod into corner of all horizontal-to-vertical junctures subject to movement and cover with 1" detail cant of approved sealant; install 1" detail cants at projections, curbs and other horizontal-to-vertical junctures.

G. Install detail coats, joint and crack treatments, elastomeric flashing and reinforcing fabric in accord with manufacturer's instructions.

H. Allow detail applications to cure in accordance with manufacturer's instructions prior to general application of membrane.

3.3 INSTALLATION

A. Membrane Applied Waterproofing

1. General: Install waterproofing system in accord with manufacturer's recommendations and instructions as applies to the Work except where more stringent requirements are indicated.

2. Verify proper dry condition of substrate using method recommended by membrane system manufacturer; perform adhesion checks prior to general application of membrane system using field adhesion test method recommended by manufacturer.

3. Mask off adjoining surfaces not to receive membrane system.

3.4 PROTECTION AND CLEAN-UP

A. Prohibit traffic over completed work and protect against work overhead until protection course is installed; protect from damage until protected beneath overlaying work.

END OF SECTION

MEMBRANE APPLIED WATERPROOFING BID SET 07 14 00 - 4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 07 54 23

THERMOPLASTIC MEMBRANE ROOFING

PART 1 - GENERAL

1.1 REFERENCES:

A. General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION

A. Thermoplastic polyolefin (TPO) roofing membrane adhered to mechanically attached roof substrate, rigid insulation and accessories for a complete installation on the top deck surface of the Clock Tower where indicated on drawings. Membranes referred to as reinforced membrane, reinforced roofing membrane, roofing membrane, or single ply membrane shall all mean the same roofing material specified in this section.

B. Furnish and install all cover board, protection board, flashings and other roofing accessories required for a full installation.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 04 20 00 – UNIT MASONRY

B. Section 06 10 00 – ROUGH CARPENTRY

1.4 SUBMITTALS

A. Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include:

1. Manufacturers' specifications and installation instructions on all specified products.

2. Samples of roofing membrane, mechanical fasteners, and insulation.

B. Shop drawings of entire roof system. Show layout, details, dimensions, locations and installation methods of all sheet roofing, insulation, metal flashings, flashing and specialty items required for a full system installation. Field verify the existing conditions of the existing deck surface and any new deck infill as installed. Prepare shop drawings in accordance to those specific conditions. Do not commence fabrication of any work or begin installation until approval has been obtained from the Architect and the roofing manufacturer.

C. Form of roofing manufacturer's warranty.

1.5 QUALITY ASSURANCE

A. Refer to General Conditions and Division 1 general requirements for general provisions covering material delivery, storage, and installation, and product substitutions.

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 1 CHELSEA CITY HALL CLODK TOWER RENOVATION Medford, Massachusetts 02150 Project No. 1910.00

B. Provide materials tested by UL or other nationally-recognized laboratory, for Class A fire- resistance rating.

C. Materials and installation shall comply with applicable provisions of Factory Mutual Data Sheet series 1-28, 1-29, 1-30, and 1-47, 1-90 Windstorm Resistance Classification.

D. If requested, assist Owner in preparation and submittal of roof installation acceptance certification, such as FM Form 800, required by Owner's insurance company.

E. Unless shown otherwise on drawings, construction details shall conform to manufacturer's recommendations and to National Roofing Contractors Association “ NRCA Construction Details” Guide.

F. All flexible sheet membrane roofing and flashing material furnished and installed under this Section shall be the product of a single manufacturer, or shall be specifically approved for use with his materials by the manufacturer whose roofing specification is used. Materials shall be high grade, first quality of domestic USA manufacturer with an application history of ten (10) years in the United States. Furnish a written affidavit stating that these requirements have been complied with.

G. Roofing and flashing shall be applied by a roofing applicator licensed, franchised or approved by the roofing materials manufacturer, using experienced skilled roofers. Furnish a written affidavit stating that the roof applicator is licensed.

H. All roofing and flashing work shall be applied in strict accordance with the roofing manufacturer’s written requirements and specifications applicable to roof conditions. There shall be no deviations made from this specification of the approved shop drawings without prior written approval by the manufacturer.

I. Where additional work or materials, or greater quantities of materials than required by roofing manufacturer are specified herein, these Project Specifications shall govern.

J. The completed roofing system shall exceed EPA Energy Star requirements

K. FACTORY MUTUAL

1. FM listing: Provide roofing system and component materials that have been evaluated by Factory Mutual System for fire, wind, up lift and hail damage and that are listed in Factory Mutual System Approval Guide for Class I construction.

2. Wind Uplift Performance Requirements: Design and construct roofing in accordance with requirements of FM 1-28 for Roof System Approval Rating of FM 1-75, based on a Basic Wind Speed of 110 miles per hour.

3. Above-deck roof components shall be designed and installed in accordance with requirements of FM 1-29 for performance requirements specified above.

4. Provide roof-covering materials that bear FM approval markings on the packaging.

5. Indicate that materials have been subjected to FM’s examination and follow-up inspection services.

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.6 DELIVERY, STORAGE AND HANDLING

A. Do not install bent or otherwise damaged materials.

1.7 SEQUENCING AND SCHEDULING

A. Coordinate the installation of flashings and sheet metal work with the various trades responsible for installing interfacing materials and install the work at appropriate times so as not to delay the progress of related work.

1.8 WARRANTY

A. Provide executed copy of membrane roofing manufacturer's standard “no dollar limit” warranty, for entire roofing system, including flashing endorsement, directly from manufacturer to Owner, signed by authorized representative of manufacturer. Length of warranty period after Substantial Completion: 15 years, with 72 mph peak gust wind speed. Also provide Manufacturer’s 20 year membrane warranty.

1.9 EXTRA MATERIALS

A. Provide sufficient quantity of each color finish coat material, for field touch-up work after erection, and pack the additional coating materials with the components to be hereunder. furnished

B. Clearly label and package extra materials securely to prevent damage.

PART 2 – PRODUCTS

2.1 ROOFING MATERIALS AND ACCESSORIES

A. Assembly shall consist of a TPO (thermoplastic polyolefin) sheet membrane adhesive- bonded to mechanically-fastened cover board/insulation/protection board.

1. Carlisle Syntec SureWeld

2. Firestone Ultraply TPO

3. GAF Everguard TPO

4. Sika Sarnafil Sinaplan

5. Equal

B. TPO (thermoplastic polyolefin) membrane:

1. Per ASTM D 6878-03.

2. Type: 60-mil reinforced.

3. Color: White

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 3 CHELSEA CITY HALL CLODK TOWER RENOVATION Medford, Massachusetts 02150 Project No. 1910.00

C. Accessories: as supplied or recommended by roofing manufacturer, including sheet seaming system, tapered edge strips, sealants, tapes in seam sealant, membrane and roof drain flashing, protective mat or board, slip sheet, and expansion joint cover.

D. Flashing at roof penetrations:

l. Flash roof penetrations, interruptions, and intersections with sloped or vertical surfaces, using manufacturer's standard flashing in longest pieces possible.

2. Pre-fabricated conical pipe penetration accessory may also be used, including all required accessories including sealant, sealing mastic, fasteners, and clamping ring.

3. Where standard flashing cannot be used, such as at multiple pipe and conduit penetrations, provide pre-fabricated pipe seals. Generally, seals shall consist of a flanged base, and stainless steel clamping ring, exact materials and configurations as required for type of roof and penetrations. Pitch pans specified in Division 7 metal roof flashing Section may be used only with Architect's permission

4. Refer to architectural, plumbing, mechanical and electrical drawings for quantities and locations of roof penetrations.

2.2 INSULATION

A. Material:

l. Rigid polyisocyanurate board, faced on both sides with fiberglass-reinforced roofing felts. Minimum in-service R-value/ in.: 6.0, and a minimum compressive strength of 20 psi.

2. Acceptable manufacturers: as approved by membrane manufacturer for 15 year total system warranty.

3. Provide a complete plan of insulation installation showing slopes and tapered insulation. Average insulation value over all slopes shall be R equal to 30.

B. Where shown on drawings or otherwise required, provide tapered insulation boards, pre- formed crickets, and eave strips, of material matching or compatible with top layer of roof insulation. Where pitch to drainage outlet is not attained by sloping roof structure, provide minimum pitch of 1/8 in. per ft., with crickets pitching 1/4 in. per ft.

C. Insulation fasteners: FMRC (Factory Mutual Research-Approved) shank or toggle-type to achieve secure attachment to or through substrate, galvanized steel, designed so as not to damage membrane. Provide matching washers, interlocked with fasteners, of large enough diameter to resist pull-through. Provide minimum ½ in. penetration at steel deck, l in. at other types of substrate.

D. Insulation and mechanical fasteners shall be supplied or approved by roof membrane manufacturer.

2.3 RELATED MATERIALS

A. Protective Mat: Carlisle HP Protective Mat or equal. UV resistant, polypropylene fabric for use

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

as an underlayment for pavers.

B. Walkway Pads: Carlisle molded Walkway Pads or walkway rolls, or equal. Molded Walkway Pad with slip resistant surface and factory rounded corners. Walkway material shall be approved by the membrane manufacturer and must be heat weldable to the membrane without voiding the membrane warranty.

C. Rubber Pavers: Provide rubber pavers where shown on building roof. Provide the membrane manufacturer’s roof pavers compatible with the specified membrane. Install 24” x 24” x 2” interlocking rubber roof pavers over the membrane. Provide Carlisle Sure-Seal Rubber Pavers or equal. Install the pavers over UV resistant, polypropylene fabric for use as an underlayment, unless recommended otherwise by the manufacturer.

D. Protection Board: Protection board to be high density polyisocyanurate cover board, with a minimum 100 psi compressive strength by Carlisle, or approved equal. Board to be referred to as Cover Board on Drawings, and is shown between insulation and roofing membrane. Thickness to be ½” thickness.

E. Protection/Recovery Board: ASTM C 1177/C 1177M, glass-mat, water resistant gypsum substrate. 1/2 inch (13 mm) thick. Basis-of-Design Product: Subject to compliance with requirements: provide Georgia- Pacific Gypsum LLC; DensDeck or comparable product by one of the following: CertainTeed Corporation, CertainTeed Corporation, Temple- Inland, Inc., USG Corporation.

F. Reinforced vapor barrier will also be used for application to all roof deck surfaces directly beneath composite insulation board. SBS-modified bitumen self-adhered vapor retarder, air barrier membrane with release film on the bottom surface and a tri-laminate woven polyethylene film top surface reinforcement. Acceptable Products include: SOPRAVAP’R by SOPREMA USA. Material compatibility with roofing system to be approved by manufacturer.

PART 3 – EXECUTION

3.1 JOB CONDITIONS

A. Store materials on raised platforms or pallets, in temporary sheds or

under light-colored opaque tarpaulins, well-secured from wind. Each day, verify

that stored materials are clean and dry. Protect sheet materials from abrasion and

puncturing.

B. Store adhesives and sealants at 60-to-80 degree F temperatures. Should these

materials be exposed to lower temperatures, store at 60-to-80 degrees for a

minimum of 24 hours before use.

C. Do not install any portion of roof assembly over wet substrate, in inclement weather, or when precipitation is forecast.

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 5 CHELSEA CITY HALL CLODK TOWER RENOVATION Medford, Massachusetts 02150 Project No. 1910.00

D. Protect substrate and installed materials from damage during roofing installation and subsequent operations such as installation of roof-top

mechanical equipment, by proper selection and operation of materials-handling

equipment, provision of plywood panels for temporary walkways, etc.

3.2 PREPARATION

A. Before beginning installation, inspect existing conditions for unevenness, excessive corrosion, deteriorated decking, or other conditions which would prevent satisfactory installation of roofing system.

B. Verify that structural roof openings have been provided as detailed, and that wood nailers, blocking, curbs, etc. have been properly installed and are suitable for installation of roofing system.

C. Remove water, ice, dirt, debris, oil deposits etc., using appropriate cleaning methods. Install no roofing or insulation over wet or dirty substrates. Sweep off loose material immediately before beginning work.

3.3 ROOFING AND ROOF INSULATION INSTALLATION

A. Install insulation with long joints continuous and end joints staggered. Limit joints between adjacent units to 1/4 in. maximum. Neatly cut and fit insulation around roof penetrations.

B. Secure insulation to structural deck, in accordance with manufacturer's instructions and FM 1-28, including fastener placement diagrams for different types and sizes of insulation board. Provide a minimum of one fastener for every 2 sq. ft. of surface area.

C. At completion of each day's work, provide temporary protection consisting of strip of roofing membrane, extending 6 in. onto deck and 6 in. over ends of exposed insulation, secured with adhesive.

D. Membrane:

1. Position the membrane over the acceptable substrate. Fold membrane sheet back lengthwise (onto itself) so half the underside of the membrane is exposed.

2. Apply Bonding Adhesive in accordance with the manufacturer's published instructions, to the exposed underside of the membrane and the corresponding substrate area. Do not apply Bonding Adhesive along the splice edge of the membrane to be hot air welded over the adjoining sheet. Allow the adhesive to dry until it is tacky but will not string or stick to a dry finger touch.

a. Roll the coated membrane into the coated substrate while avoiding wrinkles. Brush down the bonded section of the membrane sheet immediately after rolling the membrane into the adhesive with a soft bristle push broom to achieve maximum contact.

b. Fold back the unbonded half of the sheet lengthwise and

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3. Position adjoining sheets to allow a minimum overlap of 2 inches.

4. Hot air weld the Sure-Weld membrane sheets using the Automatic Hot Air Welding Machine or Hot Air Hand Welder in accordance with the manufacturer's hot air welding procedures.

5. Pull the membrane back along the welded splice so the entire underside of the membrane is exposed once the Hot Air Weld has been completed.

6. Apply Sure-Weld Bonding Adhesive to the exposed underside of the membrane sheet and the substrate.

7. Allow adhesive to dry until tacky and roll the membrane into the substrate and brush down the bonded section with a bristle broom following the procedure noted above.

8. Continue to install adjoining membrane sheets in the same manner, overlapping edges a minimum of 2 inches and complete the bonding procedures as stated previously.

E. Install roof penetration flashing as detailed on drawings and in accordance with manufacturer's recommendations. Extend base flashing up vertical surfaces 8 in. minimum and horizontally 4 in. minimum. Adhere to vertical surfaces with manufacturer's recommended adhesive and properly terminate.

F. Unless otherwise detailed on the Drawings, use the following flashing standards, or equal:

G. Roof curb for HVAC equipment: Carlisle Detail sw-5.

H. Hot stack penetration: Carlisle Detail SW-8-C.

I. Cold pipe penetration (3" diameter minimum): Carlisle detail SW-8A.

J. Roof Drain: Carlisle Detail SW-6A / per drain assembly manufacturer.

K. Splice flashing to main roof sheet before bonding to vertical surface. Seal splice at least 3 in. beyond fasteners attaching horizontal membrane. Take care that flashing does not bridge at transitions from horizontal to vertical.

L. After joints have set up, test all spliced joints for continuity by running a screwdriver along joint. Re-splice as required.

M. Temporarily seal loose edges of membrane at night or when inclement weather is threatening, to prevent water from flowing under completed portion of roof. Pull sheet free from sealing compound before continuing work.

N. Do not use oil-base or plastic roofing cement in conjunction with elastomeric roofing material.

O. Prime metal flashing as recommended by roofing manufacturer, and secure elastomeric sheet material to metal flashing and curbs with manufacturer's recommended adhesive. Overlap elastomeric over metal 4 in. minimum.

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 7 CHELSEA CITY HALL CLODK TOWER RENOVATION Medford, Massachusetts 02150 Project No. 1910.00

P. Protective Mat: Install in accordance with Manufacturer’s recommended specifications.

Q. Walkway Pads: Adhere to membrane with Carlisle Sure Seal/Brite-Ply Splicing Cement, or equal.

R. Immediately after completion, manufacturer's representative shall inspect and approve installed roof membrane. Manufacturer's representative shall issue written report and approval to Architect before substantial Completion.

S. At job completion, clean adhesives from walls, ground surfaces, flashing, and accessories. Remove debris from roof surfaces. Provide three copies of manufacturer's maintenance and repair recommendations for elastomeric roofing. Deliver warranty specified under GENERAL.

END OF SECTION

06/03/2020 THERMOPLASTIC MEMBRANE ROOFING BID SET 07 54 23 - 8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 07 72 33

ROOF HATCH

PART 1 GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION: Provide and install factory-fabricated roof hatch for ladder access.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 05 50 00 – METAL FABRICATIONS

B. Section 06 10 00 – ROUGH CARPENTRY

D. Section 07 54 23 – THERMOPLASTIC MEMBRANE ROOFING

F. Section 09 91 00 – PAINTING

1.4 SUBMITTALS: Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include:

1. Product Data: Submit manufacturer’s product data. 2. Shop Drawings: Submit shop drawings including profiles, accessories, location, adjacent construction interface, and dimensions.

B. Warranty: Submit executed copy of manufacturer’s standard warranty.

1.5 QUALITY ASSURANCE

A. Manufacturer: A minimum of 5 years experience manufacturing similar products.

B. Installer: A minimum of 2 years experience installing similar products.

C. Manufacturer’s Quality System: Registered to ISO 9001:2008 Quality Standards including in-house engineering for product design activities.

1.6 DELIVERY, STORAGE AND HANDLING

A. Deliver products in manufacturer’s original packaging. Store materials in a dry, protected, well-vented area. Inspect product upon receipt and report damaged material immediately to delivering carrier and note such damage on the carrier’s freight bill of lading.

1.7 WARRANTY

A. Manufacturer’s Warranty: Provide manufacturer’s standard warranty. Materials shall be free of defects in material and workmanship for a period of five years from the date of purchase. Should a part fail to function in normal use within this period, manufacturer shall furnish a new part at no charge.

PART 2 PRODUCTS

2.1 MANUFACTURER

BID SET ROOF HATCH 06/03/2020 07 72 33 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. Basis-of-Design Manufacturer: Type NB Roof Hatch by The Bilco Company, P.O. Box 1203, New Haven, CT 06505 or approved equal.

2.2 ROOF HATCH

A. Furnish and install where indicated on plans metal roof hatch Type NB, size width: 30" (762mm) x length: 30"(762mm). Length denotes hinge side. The roof hatch shall be single leaf. The roof hatch shall be pre-assembled from the manufacturer. B. Size to be confirmed by field conditions. Following demolition of existing hatch and ductwork vent and the construction of the deck infill, verify space available and coordinate exact hatch size with installed rough opening in the deck.

B. Performance characteristics:

1. Cover shall be reinforced to support a minimum live load of 40 psf (195kg/m2) with a maximum deflection of 1/150th of the span or 20 psf (97kg/m2) wind uplift. 2. Operation of the cover shall be smooth and easy with controlled operation throughout the entire arc of opening and closing. 3. Operation of the cover shall not be affected by temperature. 4. Entire hatch shall be weather tight with fully welded corner joints on cover and curb. 5. Cover: Shall be 11 gauge (2.3mm) aluminum] with a 3” (76mm) beaded flange with formed reinforcing members. Cover shall have a heavy extruded EPDM rubber gasket that is bonded to the cover interior to assure a continuous seal when compressed to the top surface of the curb. 6. Cover insulation: Shall be fiberglass of 1” (25mm) thickness, fully covered and protected by a metal liner of 18 gauge (1mm) aluminum]. 7. Curb: Shall be 12” (305mm) in height and of 11 gauge (2.3mm) aluminum]. The curb shall be formed with a 3-1/2” (89mm) flange with 7/16” (11mm) holes provided for securing to the roof deck. The curb shall be equipped with an integral metal capflashing of the same gauge and material as the curb, fully welded at the corners, that features the Bil-Clip® flashing system, including stamped tabs, 6” (153mm) on center, to be bent inward to hold single ply roofing membrane securely in place. 8. Curb insulation: Shall be rigid, high-density fiberboard of 1” (25mm) thickness on outside of curb. 9. Lifting mechanisms: Manufacturer shall provide compression spring operators enclosed in telescopic tubes to provide, smooth, easy, and controlled cover operation throughout the entire arc of opening and closing. The upper tube shall be the outer tube to prevent accumulation of moisture, grit, and debris inside the lower tube assembly. The lower tube shall interlock with a flanged support shoe [for aluminum construction: welded to the curb assembly; for steel construction: through bolted to the curb assembly].

C. Hardware

1. Heavy pintle hinges shall be provided 2. Cover shall be equipped with a spring latch with interior and exterior turn handles 3. Roof hatch shall be equipped with interior and exterior padlock hasps. 4. The latch strike shall be a stamped component bolted to the curb assembly. 5. Cover shall automatically lock in the open position with a rigid hold open arm equipped with a 1” (25mm) diameter red vinyl grip handle to permit easy release for closing. 6. Compression spring tubes shall be an anti-corrosive composite material and all other hardware shall be zinc plated and chromate sealed. [For installation in highly corrosive environments or when prolonged exposure to hot water or steam is anticipated, specify Type 316 stainless steel hardware]. 7. Cover hardware shall be bolted into heavy gauge channel reinforcing welded to the underside of the cover and concealed within the insulation space.

ROOF HATCH BID SET 07 72 33 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

D. Finishes: Factory finish shall be mill finish aluminum.

PART 3 EXECUTION

3.1 EXAMINATION

A. Examine substrates and openings for compliance with requirements for installation tolerances and other conditions affecting performance. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION

A. Install products in strict accordance with manufacturer’s instructions and approved submittals. Locate units level, plumb, and in proper alignment with adjacent work.

B. Test units for proper function and adjust until proper operation is achieved.

C. Repair finishes damaged during installation.

D. Restore finishes so no evidence remains of corrective work.

3.3 ADJUSTING AND CLEANING

A. Clean exposed surfaces using methods acceptable to the manufacturer which will not damage finish.

END OF SECTION

BID SET ROOF HATCH 06/03/2020 07 72 33 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIOANLLY LEFT BLANK

ROOF HATCH BID SET 07 72 33 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 07 84 00

FIRE STOPPING

PART 1 – GENERAL

1.1 SUMMARY

A. Furnish and install fireproof firestopping, firesafing materials, smoke seals and related accessories required for this Project for all penetrations through fire resistance rated construction, including, but not limited to, penetrations of electrical systems, and specialized equipment.

1.2 RELATED REQUIREMENTS

A. Section 01 73 29 - CUTTING AND PATCHING

B. Section 06 10 00 – ROUGH CARPENTRY. Framed openings.

C. Division 26 - ELECTRICAL: Electrical penetrations through fire resistance rated construction.

1.3 REFERENCES

A. Comply with applicable requirements of the following standards. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern.

1. ASTM E-84 - Test Method for Surface Burning Characteristics of Building Materials. 2. ASTM E-119 - Method for Fire Tests of Building Construction and Materials. 3. ASTM E-814 - Test Method of Fire Tests of Through-Penetration Firestops. 4. NFPA 70 - National Electrical Code. 5. UL - Fire Resistance Directory. 6. UL 1479 - Fire Tests of Through Penetration Firestops.

1.4 PERFORMANCE REQUIREMENTS

A. Provide materials and work to conform to Building Code Requirements in fire resistant wall and floor assemblies.

B. Manufacturer’s certified product test requirements:

1. All firestop/smokeseal material shall be tested by a recognized, independent testing agency and shall conform to both Flame (F-rating) and Temperature (T-rating) requirements of ASTM E-814. 2. Conform to UL Fire Hazard Classification Requirements. 3. Tested and classified non-combustible per ASTM E-84.

C. Firestops in place shall be of sufficient thickness, width, and density to provide a fire resistance rating at least equal to the floor, wall, or partition construction into which it is installed.

1.5 SUBMITTALS

A. Submit the following:

BID SET FIRE STOPPING 06/03/2020 07 84 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Literature: Manufacturer's product data sheets, specifications, performance data, and physical properties.

a. Indicate requirements for manufacturer’s descriptive data for products and related materials with FM, UL or Warnock-Hersey illustrations showing systems and approval of materials in systems.

2. Certification: Manufacturer's written certification stating that firestopping materials, meet or exceed the requirements specified under this Section and that all fire-resistive requirements for the indicated combustibility, Flame (F-rating) and Temperature (T- rating) Ratings have been met. 3. Manufacturer’s installation instructions. 4. Test reports: Submit fire test reports from recognized, independent testing agent(s) indicating the following:

a. Fire test report of firestop material applied to substrate and penetration materials similar to project conditions. Tests to indicate both Flame (F-rating) and Temperature (T-rating) Ratings. b. Test reports of products to be used shall indicate conformance to ASTM E-814.

5. On-site sample installation to be included in Work: Minimum thirty days prior to application in any area, provide samples of firestop and smokeseal materials and installation in accordance with the following requirements.

a. Apply one sample of appropriate firestop and smokeseal material for each different penetration and fire rating required for the work. b. Sample areas will comply with thickness, fire resistance ratings, and finished appearance of the project and applicable fire code. c. Acceptance samples will constitute standard of acceptance for method of application, thickness, and finished appearance for firestop and smokeseal application. The sample(s) shall remain visible during completion of the work and shall remain as part of the completed work.

6. Shop drawings indicating requirements for penetrations in wall/deck intersections, change of planes, control joints, expansion joints and blank openings.

1.6 QUALITY ASSURANCE

A. Obtain firestop and smokeseal products from a single manufacturer, except as otherwise approved by Architect.

B. Notify the Architect where conflicts apply between referenced standards and existing materials, and existing methods of construction.

C. Special Inspections:

1. All firestopping shall be inspected prior to installation of suspended ceilings or concealed by other materials.

1.7 QUALIFICATIONS

A. Installer, a specialized subcontractor having not less than 3 years documented experience demonstrating previously successful work of the type specified herein.

1. The manufacturer of the firestop material shall submit written certification that the firm to be used for the firestop products has been trained in the application of the products by

FIRESTOPPING BID SET 07 84 00-2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

the manufacturer.

1.8 REGULATORY REQUIREMENTS

A. Conform to applicable code for fire resistance ratings and surface burning characteristics.

1.9 MOCK-UPS

A. Provide firestop samples and locate as directed. Accepted samples may remain as part of the work.

1.10 DELIVERY, STORAGE AND HANDLING

A. Deliver and store firestopping materials in original, sealed, packages showing manufacturer’s identification and date of packaging.

B. Store and handle materials following manufacturer's recommended procedures, and in accordance with material safety data sheets.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal:

1. Bio Fireshield (A Division of Rectroseal), Houston TX. 2. Dow Corning Corporation, Midland MI. 3. Hilti, Inc. Tulsa OK. 4. 3M Company, Saint Paul MN. 5. Specified Technologies, Inc., Somerville NJ. 6. Metacaulk, (A Division of Rectroseal), Houston TX. 7. Tremco, Inc., Beachwood OH.

2.2 MATERIALS

A. Firestop mortar: asbestos free, cementitious mortar, U.L. classified as a "fill, void, or cavity material" for through penetration firestop system when tested in accordance with ASTM/UL1479.

1. Acceptable products, or approved equal:

a. Bio Fireshield, product “Novasit K-10”. b. Specified Technologies, Inc., product “Spec Seal Mortar”. c. Tremco Inc., product “Tremstop M”.

B. Silicone Firestop sealant: Single component, non-combustible silicone elastomer firestop sealant, U.L. classified as a "fill, void, or cavity material" for through penetration firestop system when tested in accordance with ASTM E-814/UL1479.

1. Acceptable products, or approved equal:

a. Bio Fireshield, product product “Biotherm 100" (Gun Grade) or “Biotherm 200" (Self Leveling). b. Specified Technologies, Inc., product “Spec Seal Pensil 300 Sealant (gun grade)” or “Spec Seal Pensil 300SL" (Self Leveling).

BID SET FIRE STOPPING 06/03/2020 07 84 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

c. 3M Company, product “Fire Barrier Silicone Sealants”. d. Tremco Inc., product product “Tremsil" (Gun Grade) or “Tremsil S/L" (Self Leveling).

2. Sealants will not dissolve in water.

C. Intumescent firestop sealant and caulks: Acrylic based, water resistant sealant, which will not re-emulsify after drying.

1. Acceptable products, or approved equal:

a. Bio Fireshield, product “Biostop 500". b. Specified Technologies, Inc., product “Spec Seal Triple-S Sealant". c. 3M Company, product “Fire Barrier Caulk CP25WB+". d. Tremco Inc., product “Tremstop 1A".

D. Firestop putty: sticks or pads.

1. Acceptable products, or approved equal:

a. Bio Fireshield, product “Moldable Putty”. b. Specified Technologies, Inc., product “Spec Seal Putty Bars and Pads”. c. 3M Company, product “Fire Barrier Moldable Putty”. d. Tremco Inc., product “Flowable Putty”.

E. Firestop collars: Pre-manufactured fire protective pipe sleeve, UL classified as "fill, void, or cavity material" for through penetration firestop system when tested in accordance with ASTM E-814/UL1479.

1. Provide separated (two piece) firestop collar for application when plastic pipe system is already in place. Provide non-separated firestop collar for application prior to installation of plastic pipe system. 2. Acceptable products, or approved equal:

a. 3M Company, Inc., product “Fireshield Firestop Sleeve”. b. Specified Technologies, Inc., product “Spec Seal Collars”. c. 3M Company, product “Fire Barrier PPD’s”. d. Tremco Inc., product “Fyrecan sleeve”.

F. Firestop pillows: UL Classified as "fill, void, or cavity material" for through penetration firestop system when tested in accordance with ASTM E-814/UL1479.

1. Acceptable products, or approved equal:

a. Bio Fireshield, product “Fireshield Firestop Pillows”. b. Specified Technologies, Inc., product “Spec Seal Pillows”. c. Tremco Inc., product “Tremstop P.S”.

G. Wrap strips:

1. Acceptable products, or approved equal:

a. Bio Fireshield, product “FS-195”. b. Specified Technologies, Inc., product “Spec Seal Wrap Strip”. c. 3M Company, product “Fire Barrier FS195 Wrap Strip”. d. Tremco Inc., product “Tremco W.S”.

FIRESTOPPING BID SET 07 84 00-4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

H. Mineral wool fiber / ceramic wool non-combustible insulation (fire safing): Conforming to ASTM C665, Type 1, ASTM C612, and ASTM C553 with a minimum density of 4 pounds per cubic foot.

1. Flame Spread Classification: Material shall be classified non-combustible per ASTM E-814. 2. Recycled content of slag:: Use maximum available percentage of material (slag). Mineral wool insulation products incorporated into the work shall contain not less than 75 percent of recycled material (slag) by weight. 3. Acceptable products include:

a. Fibrex Insulations Inc. Sarnia Ontario, Canada, product: “Fibrex FBX” Industrial board. b. Rock Wool Manufacturing Company, Leeds, AL, product: “Delta Safing Mineral Wool”. c. Roxul, Inc., product “Roxul Safe”. d. Thermafiber, Inc. product “Safing 4.0 pcf”.

4. Accessories: Provide galvanized steel safing clips as required for installation of insulation.

I. Elastomeric Firestopping: Non halogenated latex based elastomeric coating applied by airless spray.

1. Acceptable products, or approved equal:

a. Specified Technologies, Inc., product “Spec Seal Elastomeric Firestop Spray”. b. Bio Fireshield (A Division of Rectroseal), product “Flamesafe FS900+” c. Hilti, Inc., product “CP 601S.”

2.3 ACCESSORIES

A. Forming and damming materials: Mineral fiberboard or other type as recommended by firestopping manufacturer.

B. Primer, sealant and solvents: As recommended by manufacturer.

C. Woven wire mesh: Galvanized 20 gage woven wire mesh “chicken wire” or “poultry fencing”, 1 inch spacing.

PART 3 – EXECUTION

3.1 INSPECTION

A. Examine the areas and conditions where firestops are to be installed and notify the Architect of conditions detrimental to the proper and timely completion of the work. Do not proceed with the work until unsatisfactory conditions have been corrected.

3.2 PREPARATION

A. Surface to receive firestops shall be free of dirt, dust, grease, oil, form release agents, or other matter that would impair the bond of the firestop material to the substrate or penetrating item(s).

B. Voids and cracks in substrate shall be filled and unnecessary projection removed prior to installation of firestops.

BID SET FIRE STOPPING 06/03/2020 07 84 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. All penetrating items shall be permanently installed prior to firestop installation. D. Substrate shall be frost, free and, when applicable, dry.

3.3 INSTALLATION

A. General

1. Installation of firestops shall be performed by applicators/installers qualified and trained by the manufacturer. Installation shall be performed in strict accordance with manufacturer's detailed installation procedures. 2. Apply firestops in accordance with fire test reports, fire resistance requirements, acceptable sample installations, and manufacturer's recommendations. Meet building code requirements. 3. Coordinate with plumbing, mechanical, electrical, and other trades to assure that all pipe, conduit, cable, and other items which penetrate fire rated construction have been permanently installed prior to installation of firestops. Schedule and sequence the work to assure that partitions and other construction which would conceal penetrations are not erected prior to the installation of firestops.

a. Ensure that all firestopping is inspected prior to installation of suspended ceilings or concealed by other finished materials.

B. Dam construction

1. Install dams when required to properly contain firestopping materials within openings and as required to achieve required fire resistance rating. Combustible damming material must be removed after appropriate curing. Incombustible damming material may be left as a permanent component of the firestop system. 2. Placement of dams shall not interfere with function or adversely affect the appearance of adjacent construction.

C. Installation of single component silicone firestop

1. Apply with manual or powered caulking gun. 2. Apply minimum 1/2 inch thickness for 2 hour rating. Apply 1/2 inch to both sides of wall penetrations; one side only in floor penetrations. 3. Use incombustible insulation as required to achieve fire resistance rating. 4. Surface of gun grade silicone firestop may be tooled using clean, potable water. 5. Clean excess material off of adjacent surfaces and tools within 10 minutes using either water or Xylol where the use of such would not be hazardous.

D. Installation of cementitious firestop mortar.

1. Add dry powder to water and mix with mechanical mixer or hand mixing tools as recommended by firestop mortar manufacturer. Allow a average mixing time is 3 minutes and provide a average wet density of 70 pounds per cubic foot, plus or minus 5 PCF. 2. Do not apply if ambient or substrate temperature is less than 35 degrees Fahrenheit during 24 hours after application. 3. Wet all surfaces prior to application of firestop mortar. 4. Mortar may be hand applied or pumped into the opening. 5. Exposed surfaces shall be finished using conventional plastering tools prior to curing. 6. When installation around layered cables, it is recommended to increase the fluidity of the firestop mortar to provide a better fill around the cables. Vibrate or move the cables slightly to prevent voids from forming between the cables. 7. Allow 48 hours for initial cure prior to form removal. For full cure allow 27 days. 8. Wet material may be cleaned with water. Dry material may require scraping or chipping.

FIRESTOPPING BID SET 07 84 00-6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. Installation of firestop collars (plastic pipe only)

1. Firestop collars may be surface mounted to a slab or wall or imbedded in Firestop Mortar to a maximum depth of 2 inches. 2. For wall penetrations with ABS pipe firestop collars must be installed on both sides of the penetration to provide a 2 hour F and T Rating. All other applications required installation on one side only to provide a 2 hour F and T Rating.

F. Firesafing insulation: Install firestopping safing insulation on safing clips spaced as needed between each stud and floor slab, leaving no voids. Secure safing clips to slab using fasteners recommended by insulation manufacturer. Install sealant over mineral wool in accordance with test requirements.

3.5 SCHEDULE

A. General: Typical penetrations are indicated below with list of standard firestopping/smokeseal approaches. Actual firestopping materials and combination of materials will vary with size of penetration and with individual firestopping manufacturer’s approved UL Design System Requirements. Use only UL Design System materials for each penetration that best matches the wall and floor construction.

1. Where penetrations occur for which no listed UL or WH Design System test exists, obtain from the firestop system manufacturer an engineered system acceptable to the authorities having jurisdiction for firestopping such penetrations. Engineered system from manufacturer shall include a detail drawing showing the engineered system and shall contain no disclaimers.

B. Single metal pipe (non-insulated) and conduit penetrations through floors:

1. Firestop mortar. 2. Silicone Firestop sealant. 3. Intumescent firestop sealant. 4. Firestop putty, sticks or pads. 5. Mineral fiber / ceramic wool non-combustible insulation (fire safing) in conjunction with a firestop sealant.

C. Single metal pipe (non-insulated) and conduit penetrations through walls:

1. (masonry and concrete walls only) Firestop mortar and putty. 2. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 3. Intumescent firestop sealant with wrap strips.

D. Multiple metal pipe and conduit penetrations through floors:

1. Firestop mortar and wrap strips. 2. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing).

E. Multiple metal pipe and conduit penetrations through walls:

1. Firestop mortar and putty. 2. (through masonry walls only) Firestop pillows with woven wire mesh. 3. Silicone Firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing).

BID SET FIRE STOPPING 06/03/2020 07 84 00-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

F. Insulated metal pipe penetrations through floors:

1. Firestop mortar and wrap strips. 2. Silicone Firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 3. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 4. Silicone Firestop sealant over wrap strip. 5. Mineral fiber / ceramic wool non-combustible insulation (fire safing) in conjunction with a firestop sealant.

G. Insulated metal pipe penetrations (single and multiple) through walls:

1. Firestop mortar with wrap strips. 2. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 3. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing) and Wrap strips. 4. (multiple penetrations through masonry walls only) Firestop pillows with woven wire mesh.

H. Duct penetrations through floors or walls:

1. Rectangular and square ducts: Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing), and steel flanges provided under Division15. 2. Round ducts: Intumescent firestop sealant over mineral fiber / ceramic wool noncombustible insulation (fire safing).

I. Combustible plastic pipe and conduit penetrations through floors:

1. Firestop mortar with wrap strips. 2. Firestop mortar with firestop putty and firestop collars. 3. Silicone firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 4. Silicone firestop sealant and firestop collars. 5. Intumescent firestop sealant and firestop collars. 6. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing) with firestop collars. 7. (maximum pipe size 2 inches) Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing) with wrap strips.

J. Combustible plastic pipe and conduit penetrations through walls:

1. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 2. Intumescent firestop sealant with firestop collars.

K. Cable penetrations through floors:

1. Silicone Firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 2. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing).

L. Cable penetrations through walls:

1. Silicone Firestop sealant over mineral fiber / ceramic wool non-combustible insulation

FIRESTOPPING BID SET 07 84 00-8 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

(fire safing). 2. Intumescent firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing). 3. (single penetrations only) Firestop putty. 4. (electrical boxes) Firestop pads. 5. Firestop putty over mineral fiber / ceramic wool non-combustible insulation (fire safing).

M. Blank openings:

1. Firestop mortar. 2. Silicone Firestop sealant over mineral fiber / ceramic wool non-combustible insulation (fire safing).

N. Fire rated joints:

1. Silicone Firestop sealant over backer rod or bond breaker.

O. Construction joints at head of wall/floor assemblies:

1. Silicone Firestop sealant/mastic over mineral fiber / ceramic wool non-combustible insulation (fire safing). 2. Elastomeric spray over mineral fiber / ceramic wool non-combustible insulation (fire safing).

END OF SECTION

BID SET FIRE STOPPING 06/03/2020 07 84 00-9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

FIRESTOPPING BID SET 07 84 00-10 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 07 92 00

JOINT SEALANTS

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of joint sealants as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Preparing and sealing joints at masonry openings. 2. Providing sealant for installation of lead joint covers. 3. Preparing and sealing flashing reglets. 4. Preparing and sealing other joints as indicated on Drawings.

B. Related Work Specified Elsewhere

1. Section 04 05 13.91 – Masonry Pointing 2. Section 04 01 20.91 – Brick Masonry Restoration 3. Section 04 01 25.91 Terra Cotta Masonry Restoration 4. Section 04 72 00 – Cast Stone Masonry Restoration

1.3 SYSTEM PERFORMANCE REQUIREMENTS

A. Joint Sealant Performance: Provide elastomeric joint sealants that have been produced and installed to establish and to maintain watertight and airtight continuous seals without causing staining or deterioration of joint substrates.

1.4 QUALITY ASSURANCE

A. Sealant Installer: Award joint sealants work to an experienced Installer with a minimum of ten years’ experience preparing joints and installing sealant who has completed joint sealant applications similar in material, design, and scope to the joint sealant work required on this Project that have resulted in sealant joints with a record of successful in-service performance.

1. Foreman: Joint sealant work shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Sealant Installer. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless Owner deems foreman’s performance unacceptable. 2. Technicians: Joint sealant work shall be performed by workers skilled in techniques of joint preparation and sealant installation with a minimum of three years’ experience installing sealants similar to the work required on

BID SET JOINT SEALANTS 06/03/2020 07 92 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

this Project and completely familiar with current published recommendations of manufacturers of sealants being used. 3. Indication of Lack of Skill: Indication of lack of skill on part of sealant installers shall be sufficient grounds for Restoration Consultant to reject all installed sealant and to require Contractor to remove all installed sealants, provide proper joint preparation acceptable to sealant manufacturer, and furnish and install new sealants meeting the requirements of this Section at no additional cost to Owner. Restoration Consultant’s decision shall be final.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at Project site during periods when work of this Section is being performed. In each case in which there is a conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. ASTM International (ASTM)

a. ASTM C 509, Standard Specification for Elastomeric Cellular Preformed Gasket and Sealing Material. b. ASTM C 920, Standard Specification for Elastomeric Joint Sealants. c. ASTM C 717, Standard Terminology of Building Seals and Sealants. d. ASTM C 719, Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement (Hockman Cycle). e. ASTM C 1021, Standard Practice for Laboratories Engaged in Testing of Building Sealants. f. ASTM C 1193, Standard Guide for Use of Joint Sealants. g. ASTM C 1521, Standard Practice for Evaluating Adhesion of Installed Weatherproofing Sealant Joints. h. ASTM D 1752, Standard Specification for Preformed Sponge Rubber Cork and Recycled PVC Expansion Joint Fillers for Concrete Paving and Structural Construction.

D. Testing Laboratory Qualifications: An independent testing laboratory qualified in compliance with ASTM C 1021.

E. Sources of Materials: Obtain each type of material required for joint sealant work from a single source to ensure a match in quality, performance, and appearance.

F. Product Testing: Provide comprehensive test data for each type of joint sealant based on tests conducted by a qualified independent testing laboratory on current

BID SET JOINT SEALANTS 06/03/2020 07 92 00-2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

product formulations within a 24-month period preceding date of Contractor’s submittal of test results to Restoration Consultant.

1. Compliance with Requirements: Test elastomeric sealants for compliance with requirements specified by reference to ASTM C 920. Include test results for hardness, stain resistance, adhesion and cohesion under cyclic movement (per ASTM C 719), low-temperature flexibility, modulus of elasticity at 100 percent strain, effects of heat aging, and effects of accelerated weathering.

a. Include test results performed on joint sealants after they have cured for one (1) year.

2. Preconstruction Field-Adhesion Testing: Before installing sealants, field test adhesion of each type of sealant to each joint substrate condition (material and surface) as follows:

a. Locate test joints as directed by Restoration Consultant for each joint substrate condition. b. Notify Restoration Consultant seven days in advance of dates and times when test joints will be erected. c. Arrange for tests to take place with joint sealant manufacturer’s technical representative present.

3. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193 or Method A, Tail Procedure, in ASTM C 1521.

4. For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side.

a. Report whether sealant failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each kind of product and joint substrate. For sealants that fail adhesively, modify substrate conditions and retest until satisfactory adhesion is obtained. b. Evaluation of Preconstruction Field-Adhesion Test Results: Sealants not evidencing adhesion failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory.

5. Joint Substrate Preparation: Prepare joint substrates as required to obtain optimum sealant adhesion and performance. Substrate preparation and priming to ensure sealant adhesion and performance shall be included as work of this Section.

6. Cleaning: Clean joint substrates as necessary for optimum sealant adhesion and performance. Remove contaminants, including, but not limited to, dust, dirt, oil, grease, cleaning residues, previous coatings, and previous sealants and sealant residues. 7. Priming: Prime all surfaces of joint substrates as necessary for optimum sealant adhesion and performance. Prime all substrate surfaces using

BID SET JOINT SEALANTS 06/03/2020 07 92 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

primer furnished by or approved by sealant manufacturer unless sealant manufacturer certifies in writing that installing sealant into joints whose surfaces have not been primed will result in adhesion and performance of sealant superior to those that would be achieved on primed surfaces.

G. Access for Observation and Approvals: Provide Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Restoration Consultant with hands-on access to each and every joint into which sealants have been installed. No approval of joint sealants work will be given before Restoration Consultant is provided hands-on access to all joints into which sealant has been installed. Provide access for reinspection of areas where joint sealants work was not approved on first or subsequent inspections until Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Restoration Consultant with hands-on access to each and every location in which joint sealants have been installed and to each and every location in which joint sealants have been installed after previous joint sealant installation was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Restoration Consultant at no additional cost to Owner.

H. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

1.2 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Restoration Consultant’s approval.

B. Qualification Data: Qualification data for Installer and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to the work required on this Project. For each project list project name, address, architect or restoration consultant, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Product Literature: Manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition

BID SET JOINT SEALANTS 06/03/2020 07 92 00-4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

(ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

D. Compatibility and Adhesion Test Reports: Reports from each elastomeric sealant manufacturer indicating that materials forming joint substrates and joint sealant backings have been tested for compatibility and adhesion with joint sealants proposed for use. Include sealant manufacturer’s interpretation of test results relative to sealant performance and recommendations for primers and substrate preparation needed to obtain optimum adhesion.

E. Certifications from Sealant Manufacturer: Certifications for each of the following from manufacture of each sealant to be used, signed by an authorized representative of the manufacturer and notarized.

1. Certification that Sealant is Non-staining: Certification that sealant will not stain masonry adjacent to joint surfaces. 2. Certification of Recommended Primers: Certification that primers furnished by or recommended by sealant manufacturer will provide optimum surface for sealant installation.

F. Samples for Initial Selection: Manufacturer’s standard bead samples, consisting of strips of actual products showing full range of colors available, for each product exposed to view.

G. Samples for Verification

1. Sealants: Each type and color of joint sealant. Install joint sealant samples in 1/2-inch-wide joints formed between two 6-inch-long strips of material matching appearance of exposed surfaces adjacent to joint sealants. 2. Backer Rods, Bond Breakers, and Other Accessories: Each type, minimum 6 inches long.

H. Warranties: Signed and notarized warranties complying with requirements of Article “Special Project Warranties,” below.

1. Preliminary Submittal: Submit with the bid, a copy of the proposed warranties/guarantees, along with a signed and notarized statement that same will be provided on completion of the Work. 2. Final Submittal: Submit executed and notarized warranties on completion of the Work.

I. Mock-Ups: Perform mock-ups as specified in Article “Mock-Ups,” below.

1.3 MOCK-UPS

A. General: Before beginning general joint sealant work, prepare mock-ups to provide standards for work of this Section. Do not proceed with joint sealants until Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Restoration Consultant. 2. Notify Restoration Consultant 48 hours prior to start of each mock-up. 3. Restoration Consultant will monitor mock-ups. Mock-ups not performed in

BID SET JOINT SEALANTS 06/03/2020 07 92 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

presence of Restoration Consultant will be rejected. 4. Use crew that will execute the work and follow requirements of this Section. 5. Repeat mock-ups as necessary to obtain Restoration Consultant’s approval. 6. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 7. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 8. Approved mock-ups will represent minimum standards for joint sealants. Subsequent joint sealants work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Joints at Masonry Openings: Two locations.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in original unopened containers or bundles with labels indicating manufacturer, product name and designation, color, expiration period for use, pot life, and curing time. Include mixing instructions for multi- component materials.

B. Store and handle materials in compliance with manufacturer’s recommendations to prevent deterioration and/or damage due to moisture, high or low temperatures, contamination, and other causes.

1. Temperature Range: Do not expose sealant materials to temperatures outside range permitted by sealant manufacturer or range of 40 deg F to 90 deg F, whichever is more restrictive.

1.5 PROJECT CONDITIONS

A. Safety: Use all means necessary to protect persons, whether or not involved in the work of this Section, from harm caused by or resulting from work of this Section.

B. Protection of Building and Property: Use means necessary to protect adjacent building components and materials from damage and from deterioration resulting from work of this Section.

1. Protect building components and materials from damage by water infiltration through open joints. 2. Repair damage to components and materials resulting from work of this Section to Restoration Consultant’s satisfaction at no additional cost to Owner.

C. Conditions for Sealant Installation

1. Temperature: Install joint sealants only when ambient temperature, temperature of substrate, and temperature of sealant are within the middle two-thirds of the range recommended for installation by sealant manufacturer or between 45 deg F and 85 deg F, whichever range is more

BID SET JOINT SEALANTS 06/03/2020 07 92 00-6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

restrictive. 2. Joint Widths: Install joint sealants only when joint widths are between minimum and maximum dimensions recommended by sealant manufacturer for application indicated. 3. Joint Substrates: Install joint sealants only under the following conditions:

a. Joint substrates are free of contaminants that might adversely affect adhesion or performance of sealant. b. Joint substrates are completely dry. c. Joint substrates are primed as recommended by sealant manufacturer for best sealant adhesion.

D. Contract Drawings: The Drawings are two-dimensional representations of three- dimensional objects and do not show all surfaces. Perform work on surfaces of projections, reveals, returns, and other elements and surfaces associated with areas on which work is indicated.

E. Coordination: Coordinate work of this Section with work of Division 4 sections and with work of other sections as required to ensure proper completion of the Work.

F. Preconstruction Meeting: Convene a preconstruction meeting to discuss joint sealant work and its effects on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Restoration Consultant, firm(s) that will perform joint sealant work, and other entities that might be affected by joint sealant work.

1.6 SPECIAL PROJECT WARRANTIES

A. General: Provide warranties as specified below and complying with the requirements of Division I Section “Submittals” in a form acceptable to the Owner, executed by a principal of the firm having authority to execute such documents, and notarized. Submit warranties to Restoration Consultant. Warranties as specified herein shall be in addition to and not a limit on rights the Owner may have under the Uniform Commercial Code and other applicable federal, state, and local laws, codes, and regulations.

B. Contractor’s Warranty and Guarantee: The Contractor shall provide a full guarantee for joint sealant and fully warrant joint sealant installation for a period of five (5) years from the date of Substantial Completion. Contractor shall warrant joint sealants and joint sealant installations against faulty materials, poor workmanship, improper installation, adhesive and/or cohesive failure, reversion, and leakage of water. Contractor shall make repairs and replacements, including both labor and materials, promptly within the warranty period.

C. Sealant Manufacturer’s Warranty and Guarantee: Sealant manufacturer’s project- specific full warranty for a period of twenty (20) years from the date of Substantial Completion warranting sealant used in this Project and guaranteeing full replacement for sealant material used in this Project that fails because of faulty materials, poor workmanship, improper installation, adhesive and/or cohesive failure, reversion, and leakage of water.

D. Submission: Comply with requirements under “Submittals” Article, above. 1.5

BID SET JOINT SEALANTS 06/03/2020 07 92 00-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

PART 2 – PRODUCTS

2.1 MATERIALS, GENERAL

A. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer based on testing and field experience.

2.2 JOINT SEALANTS

A. Elastomeric Sealant for General Use: Medium modulus, silicone sealant complying with ASTM C 920, Type S, Grade NS, Class 50, Uses Related to Exposure NT, Uses Related to Joint Substrates M and O, complying with ASTM C 719 requirements for ±50 percent movement capability, designed to reduce residue rundown and substrate staining. Provide Dow Corning 756 SMS Silicone Building Sealant-H.P. as manufactured by Dow Corning Corporation, Corporate Center, P.O. Box 994, Midland, MI 48686 (989-496-4400), or approved equal.

1. Color: Provide color selected by Restoration Consultant from full line of manufacturer’s standard colors. Colors will not necessarily be limited to manufacturer’s standard colors.

2.3 JOINT SEALANT BACKING

A. General: Provide sealant backings that are non-staining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer in each case based on field experience and laboratory testing.

B. Cylindrical Plastic Foam Joint Fillers (Backer Rod): Preformed, compressible, resilient, non-staining, nonwaxing, nonoutgassing strips of flexible plastic foam complying with ASTM C 1330, Type B, of material recommended by sealant manufacturer and of size, shape, and density to control sealant depth and otherwise contribute to producing optimum sealant performance. Provide Sof Rod as manufactured by Nomaco Inc., 501 NMC Drive, Zebulon, NC 27597 (800-345- 7279), or approved equal. Provide plastic foam joint filler with the following properties:

PROPERTY VALUE TEST METHOD Water absorption (g/cc) <.03 ASTM C 1016 Procedure B Density lb/ft3 1.8-2.5 ASTM D 1622 Outgassing (No. of bubbles) <1 ASTM C 1253 Compression recovery, %, min > 90 ASTM D 5249 25% Compression deflection force, psi, max 5 ASTM D 5249 Tensile Strength psi, min 38 ASTM D 1623

C. Bond-Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in

BID SET JOINT SEALANTS 06/03/2020 07 92 00-8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

sealant failure. Provide self-adhesive tape where applicable.

2.4 MISCELLANEOUS MATERIALS

A. Primers: Material recommended by joint sealant manufacturer for optimum adhesion of sealant to joint substrates indicated, as determined from preconstruction joint sealant-substrate tests and field tests.

1. All Substrates: Provide primers for all substrates unless sealant manufacturer certifies that unprimed substrate will provide for superior sealant adhesion.

2. Non-Staining: Provide primers that will not stain substrates and will not stain adjacent materials.

B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming in any way joint substrates and adjacent surfaces, and formulated to promote optimum adhesion of sealants with joint substrates.

C. Cork Joint Filler for Horizontal Joints: Resilient, non-extruding type pre-molded cork units complying with ASTM D 1752, Type II or Type III.

D. Masking Tape: Non-staining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints.

2.5 TOOLS AND EQUIPMENT

A. Tools for Removing Sealant Residue and Preparing Masonry Substrates: Nonferrous wire bristle brushes, nonferrous metal scrapers, small grinders with abrasive blades, and low-pressure, airborne-abrasive blasting equipment consisting of a complete system of air compressor, oil and water filters, valves, pressure regulators, nozzles, hoses, and other components for optimum removal of sealant and sealant residue to prepare masonry for installation of new sealant.

1. Use only nonferrous brushes and scrapers. Ferrous metal tools shall not be used in contact with stone.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint sealant performance. Do not proceed with installation of joint sealants until unsatisfactory conditions have been corrected.

3.2 PREPARATION FOR SEALANT INSTALLATION

A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with recommendations of joint sealant manufacturer and with the following requirements:

BID SET JOINT SEALANTS 06/03/2020 07 92 00-9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. General: Remove from joint substrates foreign material that could interfere with adhesion of joint sealant, including, but not limited to, dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil, grease, waterproofing, water repellents, surface dirt, water, and frost. 2. Masonry and Similar Porous Joint Surfaces: Following proper protection of exposed surfaces adjacent to joints to prevent damage by cleaning, clean masonry and similar porous joint substrate surfaces by brushing using nonferrous wire bristle brushes and metal scrapers; grinding using small grinders with abrasive blades; low-pressure, airborne-abrasive cleaning; or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants.

a. Removal of Sealant and Sealant Residue: Remove sealant and sealant residue to provide clean, sound substrate capable of developing optimum bond with joint sealants and primers for joint sealants. Following mechanical removal of major portions of sealant and protection of exposed surfaces of masonry units, clean masonry and similar porous joint substrate surfaces using solvent removers and poultices containing solvent removers to remove sealant and sealant residue. Remove remaining contaminants at joint substrates using abrasive methods as indicated above.

i. Do not spread sealant or sealant residue over surface or allow dissolved sealant residue to penetrate into pores of stone.

b. Exposed Surfaces and Joint Dimensions: Do not damage masonry surfaces to be exposed in finished work during preparation of masonry at sides of joints. Do not widen joints. c. Removal of Loose Dirt, Dust, and Debris: Remove loose particles remaining from above cleaning operations by brushing with natural fiber bristle brushes followed by blowing out joints with clean, oil- free compressed air at a minimum pressure of 100 psi. Do not blow debris into joints that have previously been cleaned.

3. Metals and Similar Non-Porous Joint Surfaces: Clean metal and other nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants.

B. Joint Priming: Prime joint substrates to provide optimum conditions for sealant adhesion as recommended by sealant manufacturer. Apply primer to comply with joint sealant manufacturer’s recommendations. Confine primers to areas of joint sealant bond; do not allow spillage or migration onto adjoining surfaces. Prime all surfaces to receive sealant unless sealant manufacturer specifically recommends in writing that a specific surface not be primed for optimum adhesion of sealant.

1. Apply primers prior to installation of backer rod or bond breaker tape. 2. Apply primers using brush or other approved method as required to reach all joint substrates. 3. Apply primers to achieve a continuous, uniform, smooth, even coating as recommended by manufacturer. Avoid applying primer too thickly or too

BID SET JOINT SEALANTS 06/03/2020 07 92 00-10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

thinly. Allow primer to cure as recommended by sealant manufacturer before applying sealant.

C. Protection of Adjacent Surfaces To Be Exposed: Use masking tape where necessary to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal.

3.3 INSTALLATION OF JOINT SEALANTS

A. General: Comply with joint sealant manufacturer’s printed installation instructions applicable to products and applications indicated, except where more stringent requirements are specified herein or in referenced standards.

B. Sealant Installation Standard: Comply with recommendations of ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated.

C. Installation of Sealant Backings: Install sealant backings to comply with following requirements:

1. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that facilitate maximum sealant movement capability.

a. Install backer rod to a uniform depth to create optimum sealant profile with a tolerance of plus or minus 1/8 inch. b. Do not leave gaps between ends of joint fillers. c. Do not stretch, twist, puncture, or tear joint fillers. d. Remove absorbent joint fillers that have become wet prior to sealant application and replace with dry material.

2. Install bond breaker tape between sealants and joint fillers or back of joints where backer rods are not used and take other measures necessary to prevent three-point adhesion of sealant.

D. Installation of Sealants

1. General: Install sealants as recommended by sealant manufacturer using proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration without air pockets, and providing uniform, cross-sectional shapes and depths relative to joint widths that allow maximum sealant movement. Install sealants at same time sealant backings are installed. 2. Depths and Geometry: Install sealants with profiles as shown on Drawings and as recommended by sealant manufacturer and approved by Restoration Consultant.

a. Widths Not Exceeding 1/4 Inch: Sealant depth shall equal sealant width. b. Widths Over 1/4 Inch: Sealant depth shall be 1/2 width of joint up

BID SET JOINT SEALANTS 06/03/2020 07 92 00-11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

to 1/2 inch maximum depth at center of joint with sealant thickness at center of joint equal to approximately 1/2 of depth at adhesion surface.

E. Tooling of Nonsag Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealant from surfaces adjacent to joint. Do not use tooling agents that discolor sealants or adjacent surfaces or are not approved by sealant manufacturer.

1. Provide flush joint configuration as shown in Figure 5B in ASTM C 1193, unless otherwise indicated.

3.4 INSTALLING LEAD JOINT COVERS

A. General: Install lead joint covers in stonework to comply with requirements of Section 04 05 13.91 – “Masonry Pointing.”

3.5 CLEANING

A. Clean off excess sealant and sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealants and of products adjacent to joints in which sealant is installed.

3.6 PROTECTION AND ADJUSTMENT

A. Protection: Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so that they are without damage or deterioration at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged joint sealants and deteriorated joint sealants immediately, properly prepare joints, and provide new sealants so that installations with repaired areas are indistinguishable from original work.

B. Adjustment: Remove joint sealant work that does not comply with requirements of this Section as determined by Restoration Consultant and replace to meet requirements of this Section at no additional cost to Owner.

END OF SECTION

BID SET JOINT SEALANTS 06/03/2020 07 92 00-12 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

Section 08 14 16

WOOD DOORS

PART 1 – GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to work specified in this Section.

1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Division 01 - General Requirements.

B. Section 06 20 00 - Finish Carpentry.

C. Section 08 71 00 - Door Hardware

D. Sections 09 91 00 – Painting

1.3 SUBMITTALS: Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include:

A. Manufacturer's specifications and installation instructions on all specified products, including stile and rail construction for panel doors, and trim for openings.

B. Shop drawings showing size, location, and elevation of each type of door, including fire- ratings and factory-machined cut-outs where applicable.

C. Sample of specified door facing material.

1.4 QUALITY ASSURANCE

A. Refer to General Conditions and Division l general requirements for general provisions covering material delivery, delivery, storage, and installation, and product substitutions.

B. Design, materials, and construction: per Architectural Woodwork Institute Quality standards, Section 1300, Architectural Flush Doors, Custom Grade; and ANSI/NWWDA I.S. l Series; including provisions on facing, stile, and core materials, lumber, adhesives, dimensions and tolerances, light/louver openings, moisture content, testing and inspection, and hardware locations.

C. Additional AWI and NWDDA standards for installation are specified under EXECUTION portion of this Section.

1.5 WARRANTY

A. Provide three year manufacturer’s warranty for all doors against warpage, twisting, bowing, cracking or delamination; warranty to include door replacement, labor and finishing.

PART 2 – PRODUCTS

2.1 FLUSH DOORS

BID SET WOOD DOORS 10/17/2018 08 14 16 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1810.00

A. Acceptable manufacturers: Fenestra, Graham, Mohawk, Weyerhaeuser.

B. Solid-core doors: solid particleboard or wood stave cores, of 5- or 7-ply construction; with minimum 1/16 in. thick cross-banding, hardwood edge stiles and rails; per AWI Section 1300-G-3 and NWWDA 1.5.1.2.

1. Door Grade: Paint Grade

PART 3 – EXECUTION

3.1 INSTALLATION

A. Store and install materials in conformance with storage and installation recommendations of AWI Guide Specifications Section 1700, Installation of Architectural Woodwork; and NWWDA Guide Publication "How to Store, Handle, Finish, Install and Maintain Wood Doors".

B. Store doors in an area not subject to excessive heat or humidity. Stack doors flat on lumber blocking, laid 12 in. from door ends and under door centers, with plywood or cardboard under bottom of stack, and polyethylene or canvas tarpaulin over top. Do not drag doors across one another.

C. Seal tops, bottoms, and cut-outs of unprimed wood doors with coat of varnish or equivalent sealer, immediately upon delivery to job.

D. If doors are not pre-machined in factory, cut doors accurately to receive hardware from templates specified in Division 8 door hardware Section. Lightly sand edges of job-cut surfaces, and immediately seal with one coat of clear varnish.

E. Verify that frames are plumb and square, and that no conditions exist which would prevent proper installation of doors.

F. Install doors plumb and true, field-sawing or planning as required. Maximum allowable distortion (diagonal warp, vertical bow, cupping): 1/4 in. when measured with a straight- edge or taut string.

G. Installed edge clearances: 1/8 in. at double-door meeting stiles, jambs, and heads; 1/4 in. between bottom of door and top of threshold; 1/8 in. between bottom of door and surface of finish floor, where no threshold is provided. H. Lightly sand damaged surfaces with hand block and light sandpaper to remove handling marks, raised grain, moisture residue, and other imperfections, in preparation for field- finishing specified in Division 9 painting Section.

I. Before job completion, rehang or replace damaged or improperly swinging doors. Doors installed without closers shall remain stationary at any position in arc of swing.

END OF SECTION

WOOD DOORS BID SET 08 14 16 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

Section 08 55 00

WOOD WINDOWS

PART 1 – GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION: Furnish and install shop fabricated, factory finished, operable wood windows complete with factory glazing, weatherstripping and standard required anchorages, attachments, and accessories as shown and/or specified.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Division 01 - General Requirements.

B. Section 04 20 00 – Unit Masonry

C. Section 06 20 00 - Finish Carpentry.

D. Sections 09 91 00 – Painting

1.4 SUBMITTALS: Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include:

A. Manufacturer's specifications and installation instructions on all specified products.

B. Shop drawings showing size, location, elevation and details of window type.

C. Sample of specified window finish.

1.5 QUALITY ASSURANCE

A. Refer to General Conditions and Division l general requirements for general provisions covering material delivery, delivery, storage, and installation, and product substitutions.

B. Comply with applicable requirements of the following standards.

1. ASTM E 283 - Rate of Air Leakage through Exterior Windows, Curtain Walls, and Doors.

3. ASTM E 547 - Water Penetration of Exterior Windows, Curtain Walls, and Doors by Cyclic Static Air Pressure Difference.

4. ASTM E 330 - Structural Performance of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference.

5. ASTM E 331 - Test Method for Water Penetration of Exterior Windows, Curtain Walls, and Doors by Uniform Static Air Pressure Difference.

6. ASTM E 2112 – Installation of Doors, Windows, and Skylights.

7. NWWDA IS-2 - Industry Standard for Wood Windows.

BID SET WOOD WINDOWS 06/03/2020 08 55 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

8. NWWDA IS-4 - Industry Standard for Water Repellant Preservative (NON- PRESSURE) Treatment for Millwork.

1.6 PERFORMANCE

A. Design, fabricate, assemble and erect windows, and their interfacing conditions with contiguous work, to ensure continuity of building enclosure.

1. The U-factor, SHGC, and air leakage rate shall be determined by a laboratory accredited by a nationally recognized accreditation organization, such as the National Fenestration Rating Council.

2. Solar Heat Gain Coefficient (SHGC) for the overall fenestration area shall be determined in accordance with NFRC 200. SHGC shall not exceed 0.25.

3. U-factors shall be determined in accordance with NFRC 100. U-factor shall not exceed 0.36.

4. Visible Light Transmittance (VLT) shall be determined in accordance with NFRC 200. VLT shall not exceed 0.44.

PART 2 – PRODUCTS

2.1 WOOD SINGLE HUNG WINDOW:

A. Basis of Design: JB Proper Bostonian Insert Single Hung Window as manufactured by JB Sash and Door 280 2nd St. Chelsea, MA 02150 617-884-8940 or equal.

B. Provide solid pine sash and frame.

1. Window Grade: Custom

a) Size as shown on drawings and as required by existing masonry openings. b) 5-3/16” Jamb Depth c) 1-3/4” Sash Depth d) 1-3/8” True Divided Light e) 5/8” Insulated Low E Argon filled Glass w/ Bronze Spacer f) White Jamb Liners g) 1-1/4” Sill Depth h) Brass Sash Locks (2) i) Brass Sash Lifts (2)

C. Provide Transom Panels:

1. Mapes Insulated Panel – 2” Primed Aluminum Exterior / Mill Finish Aluminum Interior – High Density Tempered Hardboard Substrate w/ 2 lb. Density Expended Polystyrene Insulation.

D. Finishes:

1. Interior and exterior shop pre-finished with custom color to match existing.

2. Paint Finish System: “KLIMA” Water Based Wood Coatings as manufactured by ILVA – IVM Chemicals or equal.

WOOD WIDOWS BID SET 08 55 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

PART 3 – EXECUTION

3.1 EXAMINATION

A. Inspect all openings and surfaces; verify that they are in proper condition to receive the work of this Section. Field measure existing openings prior to shop drawings and /or fabrication.

B. Beginning of installation means acceptance of existing conditions.

3.2 INSTALLATION

A. Install wood windows in accordance with the manufacturers' installation instructions.

B. Erect the windows plumb and level, free of warp or twist. Provide shims at bearing locations, anchors, and latch points, install in a manner so they are not dislodged by subsequent operations.

C. Maintain dimensional tolerances, aligning with adjacent work.

D. Install anchors through frame and beside shims. Anchor window frame units to wood blocking with wood screws and to metal framing with toggle bolts; countersink anchor heads. All anchors shall be concealed by closed sash, or in the case of fixed units, with plugs.

3.3 CLEANING

A. Clean excess sealant or compound from glass and framing members immediately after application using solvents or cleaners recommended by the manufacturer.

B. Clean glass surfaces promptly after installation, exercising care to avoid damage to the same.

C. Wash down exposed surfaces free of dirt, handling marks, packing tapes, and foreign matter. Take care to remove dirt from corners. Wipe surfaces clean.

3.4 GLASS PROTECTION

A. Protect glass from breakage immediately upon installation.

B. Cover glass to protect it from activities that might abrade the glass surface.

C. Prior to Date of Substantial Completion, the Contractor shall replace in kind and thickness all glass breakage, caused by the Work, weather, vandalism, accidents, negligence or any other reasons, with the costs being borne by the trade at fault, or the Contractor, as applicable.

END OF SECTION

BID SET WOOD WINDOWS 06/03/2020 08 55 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

WOOD WIDOWS BID SET 08 55 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 08 71 00

DOOR HARDWARE

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. Section Includes

1. Furnishing and installation of all l finish hardware necessary for new door, and hardware as specified herein and as enumerated in hardware sets and as indicated and required by actual conditions at the building. The hardware shall include the furnishing of all necessary screws, bolts, expansion shields, drop plates, and all other devices necessary for the proper application of the hardware.

B. Related Sections

1. Division 06 20 00 Section - Finish Carpentry 2. Division 08 14 16 Section - Wood Doors

1.3 REFERENCES

A. Applicable state and local building codes and standards.

B. FIRE/LIFE SAFETY

1. NFPA - National Fire Protection Association

a. NFPA 70 – National Electric Code b. NFPA 80 - Standard for Fire Doors and Fire Windows c. NFPA 101 - Life Safety Code d. NFPA 105 - Smoke and Draft Control Door Assemblies

C. UL - Underwriters Laboratories

1. UL 10B - Fire Test of Door Assemblies 2. UL 10C - Positive Pressure Test of Fire Door Assemblies 3. UL 1784 - Air Leakage Tests of Door Assemblies 4. UL 305 - Panic Hardware

D. DHI - Door and Hardware Institute

1. Sequence and Format for the Hardware Schedule 2. Recommended Locations for Builders Hardware

06/03/2020 DOOR HARDWARE BID SET 08 71 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

E. ANSI - American National Standards Institute

1. ANSI/BHMA A156.1 - A156.29, and ANSI A156.31 - Standards for Hardware and Specialties

1.4 SUBMITTALS

A. General: Submit the following in accordance with Conditions of Contract and Division 1 requirements. Advise architect within the submittal package of incompatibility or issues. Coordinate with Owner to confirm if a lockset is required. The Hardware schedule specified here assumes a CLOSET function w/o a lock.

B. Templates: After final approval of the hardware, provide templates for door, frame, and other work specified to be factory prepared for the installation of door hardware.

C. Operations and Maintenance Data: Provide in accordance with Division 1 and include the following:

1. Complete information on care, maintenance, and adjustment; data on repair and replacement parts, and information on preservation of finishes. 2. Catalog pages for each product. 3. Copy of warranties including appropriate reference numbers for manufacturers to identify the project.

D. Certificates of Compliance: Upon request of Architect or Authority Having Jurisdiction certificates of compliance for fire-rated hardware and installation instructions shall be made available.

1.5 QUALITY ASSURANCE

A. Substitutions: Products are to be those specified to ensure a uniform basis of acceptable materials. Requests for substitutions must be made in accordance with Division 1 requirements. If proposing a substitute product, submit product data for the proposed item with product data for the specified item and indicate basis for substitution and savings to be made. Provide sample if requested. Certain products have been selected for their unique characteristics and particular project suitability.

1. Items specified as "no substitute” shall be provided exactly as listed. 2. Items listed with no substitute manufacturers listed have been requested by the Owner or Architect to match existing for continuity and/or future performance and maintenance standards or because there is no known equal product. 3. If no other products are listed in a category, then "no substitute" is implied.

B. Supplier Qualifications: A recognized architectural hardware supplier, with warehousing facilities in the Project's vicinity, that has a record of successful in- service performance for supplying door hardware similar in quantity, type, and quality to that indicated for this Project and that provides a certified Architectural

DOOR HARDWARE 06/03/2020 08 71 00-2 BID SET

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Hardware Consultant (AHC) available to the Owner, Architect, and Contractor, at reasonable times during the course of the Work for consultation.

C. Single Source Responsibility: Obtain each type of hardware (latch and locksets, hinges, exit devices, closers, etc.) from a single manufacturer.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Tag each item or package separately with identification related to the final hardware schedule, and include installation instructions with each item or package.

B. Each article of hardware shall be individually packaged in manufacturer's original packaging.

C. Contractor will provide secure lock-up for door hardware delivered to the Project, but not yet installed. Control handling and installation of hardware items so that completion of Work will not be delayed by hardware losses both before and after installation.

D. Items damaged in shipment shall be replaced promptly and with proper material and paid for by whomever did the damage or caused the damage to occur.

E. Hardware shall be handled in a manner to avoid damage, marring, or scratching. Irregularities that occur to the hardware after it has been delivered to the Project shall be corrected, replaced, or repaired by the Contractor. Hardware shall be protected against malfunction due to paint, solvent, cleanser, or any chemical agent.

F. No direct shipments will be allowed unless approved by the Contractor.

1.7 WARRANTY

A. Provide manufacturer's warrantees as specified in Division 1 and as follows:

1. Locksets: 3 years, except electrified locksets, 1 year. 2. Other hardware: 1 year.

B. No liability is to be assumed where damage or faulty operation is due to improper installation, improper use, or abuse.

C. Products judged to be defective during the warranty period shall be replaced or repaired in accordance with the manufacturer's warranty, at no additional cost to the Owner.

1.8 MAINTENANCE

A. Maintenance Tools and Instructions: Furnish a complete set of specialized tools and maintenance instructions as needed for Owner's continued adjustment, maintenance, and removal and replacement of door hardware.

PART 2 - PRODUCTS

06/03/2020 DOOR HARDWARE BID SET 08 71 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2.1 MANUFACTURERS

A. Approval of manufacturers other than those listed shall be in accordance with paragraph 1.05.A.

B. Note that even though an acceptable substitute manufacturer may be listed, the product must provide all the functions and features of the specified product or it will not be approved.

Item Scheduled Manufacturer Acceptable Substitute Hinges Ives (IVE) Hager, Stanley Locksets Schlage (SCH) Best, Sargent Door Trim Ives (IVE) Burns, Rockwood Overhead Stops Glynn-Johnson (GLY) Rixson, Sargent

C. Hand of Door: Drawings show direction of slide, swing, or hand of each door leaf. Furnish each item of hardware for proper installation and operation of door movement as shown.

D. Where the hardware specified is not adaptable to the finished shape or size of the members requiring hardware, furnish suitable types having the same operation and quality as the type specified, subject to the Architect's approval.

2.2 MATERIALS

A. Fasteners

1. Provide hardware manufactured to conform to published templates, generally prepared for machine screw installation. 2. Furnish screws for installation with each hardware item. Finish exposed (exposed under any condition) screws to match hardware finish, or, if exposed in surfaces of other work, to match finish of this other work as closely as possible including "prepared for paint" surfaces to receive painted finish. 3. Provide concealed fasteners for hardware units that are exposed when door is closed except to the extent that no standard units of type specified are available with concealed fasteners. Do not use thru-bolts for installation where bolt head or nut on opposite face is exposed in other work unless their use is the only means of reinforcing the work adequately to fasten the hardware securely. Review door specification and advise Architect if thru-bolts are required. 4. Hardware shall be installed with the fasteners provided by the hardware manufacturer.

B. Hinges

1. Provide five-knuckle, ball bearing hinges of type, material, and height as outlined in the following guide for this specification:

a. 1-3/4 inch thick doors, up to and including 36 inches wide:

DOOR HARDWARE 06/03/2020 08 71 00-4 BID SET

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Exterior: standard weight, bronze/stainless steel, 4-1/2 inches high Interior: standard weight, steel, 4-1/2 inches high

2. Provide three hinges per door leaf for doors 90 inches or less in height, and one additional hinge for each 30 inches of additional door height. 3. Hinge Pins: Except as otherwise indicated, provide hinge pins as follows:

a. Steel Hinges: Steel pins b. Non-Ferrous Hinges: Stainless steel pins c. Interior Non-lockable Doors: Non-rising pins

4. The width of hinges shall be 4-1/2 inches at 1-3/4 inch thick doors, and 5 inches at 2 inches or thicker doors. Adjust hinge width as required for door, frame, and/or wall conditions to allow proper degree of opening. 5. Acceptable manufacturers and/or products: Ives 5BB series, Hager BB series, Stanley FBB Series.

C. Door Stops and Holders

1. Provide door stops for all doors in accordance with the following requirements:

a. Provide wall stops wherever possible. Provide convex type where mortise type locks are used and concave type where cylindrical type locks are used. b. Where wall stops cannot be used, provide dome type floor stops of the proper height. c. At any opening where a wall or floor stop cannot be used, a medium duty surface mounted overhead stop shall be used.

2. Acceptable manufacturers and/or products: Ives, Burns, Rockwood.

2.3 FINISHES

A. Finish of all hardware shall be US26D (BHMA 626/652) with the exceptions as follows:

1. Hinges: US32D (BHMA 630). 2. Overhead Stops and Holders: US32D (BHMA 630).

PART 3 - EXECUTION

3.1 EXAMINATION

A. Prior to installation of any hardware, examine all doors, frames, walls and related items for conditions that would prevent proper installation of finish hardware. Correct all defects prior to proceeding with installation.

3.2 ADJUSTING, CLEANING, AND DEMONSTRATING

06/03/2020 DOOR HARDWARE BID SET 08 71 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

A. Adjust and check each operating item of hardware and each door, to insure proper operation or function of every unit. Replace units which cannot be adjusted to operate freely and smoothly.

B. Clean adjacent surfaces soiled by hardware installation.

C. Instruct Owner’s personnel in the proper adjustment, lubrication, and maintenance of door hardware and hardware finishes.

3.3 FIELD QUALITY CONTROL

A. Prior to Substantial Completion, the installer, as instructed by the manufacturers of locks, closers, and any electrified hardware, shall perform the following work:

1. Examine and re-adjust each item of door hardware as necessary to restore function of doors and hardware to comply with specified requirements.

3.4 PROTECTION

A. Provide for the proper protection of complete items of hardware until the Owner accepts the project as complete. Damaged or disfigured hardware shall be replaced or repaired by the responsible party.

3.5 HARDWARE SCHEDULE

A. Provide hardware for each door to comply with requirements of Section “Finish Hardware,” hardware set numbers indicated in door schedule, and in the following schedule of hardware sets.

B. Hardware Set:

HARDWARE SET: Clock Mechanism Closet Door

6 EA HINGE 5BB1 4.5 X 4.5 633 IVE 2 EA SGL DUMMY TRIM L0170 606 SCH 2 EA ROLLER LATCH RL32 (TOP MOUNT) 606 IVE 2 EA OVERHEAD STOP 450S 606 GLY

END OF SECTION

DOOR HARDWARE 06/03/2020 08 71 00-6 BID SET

CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 08 80 00

GLASS AND GLAZING

PART 1 – GENERAL

1.1 GENERAL PROVISIONS

A. The BIDDING REQUIREMENTS, CONTRACT FORMS, and CONTRACT CONDITIONS as listed in the Table of Contents, and applicable parts of Division 1 - GENERAL REQUIREMENTS, shall be included in and made a part of this Section.

1.2 WORK INCLUDED IN THIS SECTION

A. The work of this Section consists of glass and glazing where shown on the Drawings, as specified herein, and as required for a complete and proper installation.

B. Furnish and install the following:

1. Tempered, safety glass in interior door where shown and called for on the Drawings.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 06 10 00 – ROUGH CARPENTRY

B. Section 06.20.00 – FINISH CARPENTRY

1.4 ADMINISTRATIVE REQUIREMENTS

A. Field Measurements

1. Take field measurements before preparation of shop drawings and fabrication, where possible, to ensure proper fitting of Work. Allow for adjustments within specified tolerances wherever taking of field measurements before fabrication might delay Work.

1.5 SUBMITTALS

A. Information and Review Submittals: Submit the following under provisions of Section 01 33 00 - SUBMITTAL PROCEDURES:

1. Product Data: Product data sheets on glazing products: Provide chemical, functional characteristics, size limitations, special application requirements. 2. Sample Warranty: Provide copies of manufacturers' actual warranties for all materials to be furnished under this Section, clearly defining all terms, conditions, and time periods for the coverage thereof.

1.6 WARRANTY

A. General: Submit warranties under provisions of Section 01 78 00 - CLOSEOUT SUBMITTALS.

B. Manufacturer Warranty/Guarantee: All shall include replacement of defective glass and mirrors, and delivery of replacement glass products furnished f.o.b. from point of

BID SET GLASS AND GLAZING 06/03/2020 08 80 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

manufacturer to project site.

1. Tempered Safety Glass: Manufacturer's 10 year written guarantee covering against defects in materials and workmanship effective on date of original factory shipment to site.

PART 2 – PRODUCTS

2.1 GLASS – GENERAL

A. General requirements for glass: Of domestic and foreign manufacture and with the additional requirements specified herein; factory labeled on each pane stating the strength, type, thickness and quality; with all labels remaining on glass until final cleaning.

1. Glass thickness shown and heat treatment specified are minimum requirements. Provide glass thickness and heat treatment as required to meet specified performance criteria, State and local codes and ordinances.

B. Tempered Glass: Comply with ASTM C 1048 FT, fully tempered, Class 1 clear, quality q3 glazing select, conforming to ANSI Z97.1.

2.2 GLASS – TYPES

A. Tempered Safety Glass, clear: 1/4 inch thick.

2.3 FABRICATION

A. General: Do not fabricate materials until all specified submittals have been submitted to, and approved by, the Owner

B. Fabricate glass as required to openings with edge clearances and bite on glass as recommended by the manufacturer with clean-cut edges where concealed, and smooth ground, polished and seamed edges where exposed to view. Do not cut, seam, nip or abrade glass after heat-tempering.

2.4 ACCESSORIES

A. Glazing tape: Preformed butyl-polyisobutylene rubber with 100 percent solids contained in extruded tape roll form and complying with AAMA 804.1; coiled on release paper; of sizes required for proper glazing.

B. Setting blocks: Neoprene, 80-90 shore A durometer hardness, certified to be “silicone compatible”.

C. Spacers: Neoprene, 60-80 shore A durometer hardness; sized as required.

D. Glazing sealant:

1. General glazing sealant: One-part medium modulus, neutral curing, synthetic rubber sealant, having a useful life expectancy of at least 20 years, conforming to ASTM C 920, Type S, grade NS, Class 25 for uses NT, G and A, FS TT-S-001543A, Type, Class A. Color as selected by Owner.

PART 3 – EXECUTION

3.1 EXAMINATION AND PREPARATION

GLASS AND GLAZING BID SET 08 80 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

A. Inspect receiving surfaces and ensure that they are dry and free from dust, or other foreign materials before glazing. Clean all surfaces with cloth saturated with mineral spirits of highflash naphtha as recommended by glazing tape manufacturer, before glazing.

B. Field Measurements: Verify that field measurements are as indicated on approved Shop Drawings.

C. Beginning of installation means acceptance of existing conditions.

3.2 INSTALLATION - WET GLAZING

A. Utilize wet glazing methods for field installation of glass in exterior framing systems.

B. Place setting blocks at quarter points on web of sill receiving member. Set glass unit in place with equal spaces on all sides.

C. As the glazing stop is being applied, install spacers between the outer face of the glass unit and the stop, locating the spacers directly opposite the previously installed interior spacers. Install the glazing stops, ensuring that all clearances around the perimeter of the glass unit conform to the requirements of the respective standards referenced herein.

3.3 PROTECTION

A. Protect glass from breakage immediately upon installation. Use streamers or ribbons suitably attached to framing and held free of the glass. Do not apply warning markings directly to the glass.

3.4 CLEANING

A. Clean glass surface promptly after installation, exercising care to avoid damage to the same. Remove excess glazing tape, labels, dirt, and other contaminants.

END OF SECTION

BID SET GLASS AND GLAZING 06/03/2020 08 80 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

GLASS AND GLAZING BID SET 08 80 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 09 01 10.15

PAINT AND COATING REMOVAL

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of paint and coating removal as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Stripping coatings from all cast stone elements. 2. Stripping coatings from all terra cotta elements. and corrosion from ferrous metal elements on site. 3. Stripping other paints and coatings from other elements as indicated on Drawings.

B. Intent: It is the specific intent of this Section to provide for removing paints and coatings from surfaces as specified to provide substrates free of paints, coatings, and finishes without damaging or deteriorating elements and materials from which coatings have been removed and without damaging or deteriorating adjacent elements, materials, and finishes and other elements, materials, and finishes that are not part of the work of this Section. All work required to accomplish this intent shall be included as work of this Section.

C. Related Work Specified Elsewhere

1. Cast Stone Restoration – Section 04 72 00 2. Terra Cotta Restoration – Section 04 01 25.91

1.3 QUALITY ASSURANCE

A. Paint and Coating Removal Specialist: Award paint and coating removal work to firm regularly engaged in removing paints and coatings from historic building elements and materials similar to the paint and coating removal work required by this Section that can demonstrate to Owner’s satisfaction that, within previous five years, the firm has successfully performed and completed in a timely manner at least three projects similar in scope and type to work required on this Project involving buildings designated as Landmarks by local governmental authorities, buildings listed in the National Register of Historic Places, or buildings listed in a State Register of Historic Places under the direction of preservation authorities.

1. Foreman: Paint and coating removal work shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Paint and Coating Removal Specialist. Foreman shall be on site daily for

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

duration of work of this Section. Same foreman shall remain on Project throughout work of this Section unless Owner deems foreman’s performance unacceptable. 2. Mechanics: Paint and coating removal work shall be carried out by a steady crew of skilled mechanics who are thoroughly experienced in the removal of paints and coatings from historic building elements and materials and who have a minimum of five years’ experience with work on historic buildings similar to that required by this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Referenced Standards: Comply with applicable requirements and recommendations of the latest editions of the referenced standards listed herein, except as modified by more stringent requirements of the Contract Documents and of applicable laws, codes, and regulations. Where these standards make recommendations or suggestions, such recommendations or suggestions shall be considered mandatory for work of this Contract unless specifically indicated otherwise in Contract Documents. Provide a reference copy of each of the following standards at shop and at Project site when work of this Section is being performed in each location. In each case in which there is conflict between requirements of referenced standards; requirements of laws, codes, and regulations; and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. Society for Protective Coatings (SSPC)

a. SP-1, Surface Preparation Specification No. 1, Solvent Cleaning. b. SP-2, Surface Preparation Specification No. 2, Hand Tool Cleaning. c. SP-3, Surface Preparation Specification No. 3, Power Tool Cleaning. d. SP-5, Surface Preparation Specification No. 5, White Metal Blast Cleaning. e. SP-6, Surface Preparation Specification No. 6, Commercial Blast Cleaning. f. SP-11, Surface Preparation Specification No. 11, Power Tool Cleaning to Bare Metal. g. VIS 1, Visual Standard for Abrasive Blast Cleaned Steel.

D. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which mock-ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and manpower to operate lift, or other means of access complying with all laws and regulations regarding safety and acceptable to Architect or Restoration Consultant. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Architect or Restoration Consultant with hands- on access to each and every surface from which paints and coatings have been removed. No approval of paint and coating removal work will be

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

given before Architect or Restoration Consultant is provided hands-on access to all surfaces from which paints and coatings have been removed. Provide access for reinspection of areas where paint and coating removal work was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Architect or Restoration Consultant with hands-on access to each and every surface from which paints and coatings have been removed and to each and every surface from which paints and coatings have been removed after previous paint and coating removal work was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Architect or Restoration Consultant at no additional cost to Owner.

E. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect’s or Restoration Consultant’s approval.

B. Qualification Data: Submit qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. For firm and foreman, provide a list of at least three completed projects similar in size and scope to work required on this Project. For each project list project name, address, architect or restoration consultant, conservator, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Product Data: Manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements.

D. Work Description: Prior to beginning paint and coating removal work on site, submit detailed written description of proposed removal work for each type of coating on each type of substrate. Submit new written descriptive information. Photocopies of Contract Documents, excerpts from Contract Documents, and/or duplication of text in Contract Documents will not be accepted for Work Description. Do not begin work on site until work description has been approved in writing. Description for each material on each substrate shall include, but not be limited to:

1. General Process: Materials, methods, tools, and equipment for each condition of removal work.

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

2. Protection: Description, including drawings and diagrams, of proposed materials and methods of protection for preventing harm, damage, and deterioration caused by work of this Section to all persons (whether involved in the Work or not), building elements, materials, and finishes, surrounding landscape and site, and the environment (including air and water). 3. Alternate Coating Removal Methods and Materials (If Any): Contractor proposed alternate methods and materials (if any) to those specified for paint and coating removal work. Provide evidence of successful use on comparable projects and demonstrate effectiveness for use on this Project.

E. Waste Disposal Program: Proposed materials and methods for collection, treatment, and legal, offsite disposal of wastes resulting from work of this Section.

1.5 TESTING

A. General: Before beginning general paint and coatings removal or preparing mock- ups, test paint and coating removal methods on sample areas to determine most appropriate product and method for each coating and substrate. Testing will consist of graduated trials beginning with the least aggressive method and testing more aggressive methods once it is proven that gentler methods are not acceptable to the Architect or Restoration Consultant. A successful test is one where all loose and flaking paint and coatings are removed without causing damage or deterioration of the substrate. Tightly adhered paint and coatings may remain if required to prevent damage to substrate. Do not proceed with paint and coating removal mock-ups until Architect or Restoration Consultant has approved results of testing.

1. Locate tests as directed by Architect or Restoration Consultant. 2. Size of Test Panels

a. Stripping Paints and Coatings from Masonry and Metal Surfaces: 1 sq. ft. or one element, whichever is less.

Notify Architect or Restoration Consultant 48 hours prior to start of testing. 3. Architect or Restoration Consultant will monitor testing. No testing done in Architect’s or Restoration Consultant’s absence will be accepted. 4. Use crew that will execute work and follow requirements of this Section. 5. Stop testing and remove product from surface immediately using appropriate solvent upon observing any adverse effect to substrate.

B. Test the following methods to remove paint and corrosion from metal surfaces, alone or in combination, to provide surface complying with requirements of SSPC SP-11, Power Tool Cleaning to Bare Metal:

1. Hand Sanding and Hand Scraping Paint and Coating Removal Methods: Test hand sanding and hand scraping. 2. Chemical Paint and Coatings Removal Methods: Test each product specified. Perform additional tests using different dwell times and other variations as directed by Architect or Restoration Consultant to determine most effective product and procedure for removing paint and coatings from each surface without causing damage.

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.6 MOCK-UPS

A. General: Following testing and before beginning general paint and coating removal work, prepare mock-ups to provide standards for paint and coating removal work. Do not proceed with paint and coating removal work until Architect or Restoration Consultant has approved mock-ups.

1. Locate mock-ups as directed by Architect or Restoration Consultant. 2. Notify Architect or Restoration Consultant 48 hours prior to start of each mock-up. 3. Architect or Restoration Consultant will monitor mock-ups. 4. Use crew that will execute the work and follow requirements of this Section. 5. Repeat mock-ups as necessary to obtain Architect’s or Restoration Consultant’s approval. 6. Protect approved mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 7. Approved mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 8. Approved mock-ups will represent minimum standards for paint and coating removal work. Subsequent paint and coating removal work that does not meet standards of approved mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Stripping Paint and Corrosion from Ferrous Metal On Site: One location. 2. Stripping Paint and Coatings from Other Elements as Indicated on Drawings: One location, size determined by Architect or Restoration Consultant.

1.7 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage, deterioration, or degradation and intrusion of foreign material.

B. Discard and remove from site deteriorated materials, contaminated materials, and products that have exceeded their expiration dates. Replace with fresh materials.

1.8 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not they are involved with work of this Section, from harm caused by work of this Section.

1. Ensure adequate ventilation during work of this Section. 2. Ensure that workers are fully protected from contact with abrasives, chemicals, dust, coating residues, and other materials generated by work of this Section.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair damage to materials and damage to finishes to Architect’s or Restoration Consultant’s satisfaction at no additional cost to Owner.

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Take precautions necessary to prevent fire and spread of fire.

a. Do not use torches, heat guns, or any other heat generating equipment to remove paint. b. Place paint- or solvent-soaked rags, waste, overalls, and other material that might constitute a fire hazard in metal containers and remove from Project site daily.

C. Surfaces To Receive Work: The Drawings are two-dimensional representations of three-dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members and of ornament; and surfaces of profiled members and of ornament not drawn in detail. Perform work on surfaces of projections, reveals, returns, profiled members, and ornaments associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

D. Coordination: Coordinate work of this Section with other work to ensure proper completion of the Work.

E. Preconstruction Meeting: Convene a preconstruction meeting to discuss paint and coating removal and its effect on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Architect or Restoration Consultant, Construction Manager, firm(s) that will perform paint and coating removal, and other entities that might be affected by paint and coating removal work.

1.9 LEAD-CONTAINING PAINT (LCP)

A. General: Perform work that disturbs lead-containing paint (LCP), handle material that involves lead-containing paint, and transport and dispose of lead-containing paint and residue in compliance with applicable federal, state, and local laws and regulations for identification, removal, labeling, handling, containerization, transportation, and disposal of lead-containing material including, but not limited to, those referenced herein.

B. U.S. Department of Labor OSHA Regulations: Including but not limited to: Title 29, Code of Federal Regulations (CFR) Section 1926.62: “Lead Exposure in Construction” and Title 29, CFR Section 1910.1200: “Hazard Communication Standard.”

C. U.S. Environmental Protection Agency (USEPA) Regulations: Including but not limited to: Title 40 CFR Part 262: “Standards Applicable to Generators of Hazardous Waste” and Part 263: “Standards Applicable to Transporters of Hazardous Waste.”

D. U.S. Department of Transportation (USDOT) Regulations: Including but not limited to: 49 CFR Parts 172, 173, 174, 175, 177, 178, 179, and 180. E. Massachusetts Department of Labor Standards: Including but not limited to: Title

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

454 CMR 22.00 “Deleading and Lead-Safe Renovation Regulation.”

1.10 ENVIRONMENTAL REQUIREMENTS

A. Temperature Requirements: Use coating removers only when temperature of air, temperature of substrate, and temperature of remover comply with manufacturer’s recommendations.

PART 2 – PRODUCTS

2.1 CHEMICAL PAINT AND COATING REMOVERS

A. Alkaline Paint Removers: Subject to compliance with requirements, provide for testing each of the following, or approved equal:

1. “Heavy Duty Paint Stripper,” as manufactured by ProSoCo, Inc., 3741 Greenway Circle, Lawrence, KS 66046 (800-255-4255).

2. “Peel Away 1,” as manufactured by Dumond Chemicals, Inc., 1475 Phoenixville Pike - Suite 18, West Chester, PA 19380 (800) 245-1191

B. Solvent Paint Removers: Subject to compliance with requirements, provide for testing each of the following, or approved equal:

1. “Enviro Klean Safety Peel 1,” as manufactured by ProSoCo, Inc., 3741 Greenway Circle, Lawrence, KS 66046 (800-255-4255).

2. Peel Away 7, as manufactured by Dumond Chemicals, Inc., 1475 Phoenixville Pike - Suite 18, West Chester, PA 19380 (800) 245-1191.

C. Neutralizer for Alkaline Paint Removers: Neutralizer that will not damage substrate as recommended by manufacturer of paint remover and approved by Architect or Restoration Consultant.

D. General

1. Specified Strippers: Furnish specified strippers for mock-ups and for general paint and coating removal work. 2. Strippers for Testing: Test strippers as specified herein. Furnish strippers selected during testing for mock-ups and for general paint and coating removal work. 3. Alternatives: Alternative strippers may be selected based on Project conditions. Furnish products selected for paint and coating removal at no additional cost to Owner.

2.2 MISCELLANEOUS TOOLS AND EQUIPMENT

A. Power Tools with Vacuum Attachments for Removing Coatings and Corrosion from Metal on Site: Power needle scalers, scrapers, wire brushes, sanding disks, flexible abrasive wheels, and other tools suitable for removing coatings and corrosion to bare metal and for providing angular surface profile without damaging metal substrate. Provide tools specifically made to contain and collect paint

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

removal products having vacuums with HEPA filters. Acceptable manufacturers include:

1. Desco Manufacturing Company, Long Beach, CA, (800-337-2648). 2. The Marindus Company, Englewood, NJ, (201-567-8383).

B. Hand Tools for Removing Coatings and Corrosion from Metal on Site: Hand- powered wire brushes, chipping hammers, scrapers, abrasive papers and disks, and other tools tools suitable for removing coatings and corrosion.

C. Pressure Washer/Vacuum Recapture System: RecyClean available from Preservation Resource Group, Inc., P.O. Box 1768, Rockville, MD 20849 (301- 309-2222).

D. Vacuum for Rinse Water and Cleaning Effluent Collection: Wet/dry vacuum of sufficient capacity to collect effluent.

E. Buckets for Cleaning Compounds and Rinsing: Molded rubber or plastic buckets.

F. Brushes: Fiber-bristle brushes.

G. Tools for Removing Paint and Chemical Strippers: Plastic scrapers and putty knives with rounded edges that will not scratch substrate.

H. Non-metallic Cleaning Pads: Scotch-Brite General-Purpose (Maroon) Pads and Ultra-Fine (Gray) Hand Pads as manufactured by 3M Company, 3M Center, St. Paul, MN 55144, or approved equal.

I. Metallic Cleaning Pads: Extra fine metal wool free of dirt and corrosion.

J. Sponges: Clean natural sponges in various sizes for rinsing.

K. Cloths: Clean, lint-free cotton rags and cheesecloth.

L. pH Strips: Non-staining, strips of appropriate range. Furnish pH strips onsite for the duration of work of this Section.

2.3 MISCELLANEOUS MATERIALS

A. Detergent: Concentrated synthetic detergent. Provide Orvus WA Paste as manufactured by Proctor & Gamble Co., 5299 Spring Grove Avenue, Cincinnati, OH 45217 (800-474-7765); Surfonic JL-80X, manufactured by Huntsman Petrochemical Corporation and available from Conservation Support Systems, P.O. Box 91746 Santa Barbara, CA 93190 (800-482-6299);

PART 3 – EXECUTION

3.1 PROTECTION

A. General: Install protection and waste collection systems as described in approved Work Description prior to start of work.

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-8 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Protection from Hazardous Materials: Erect protection as necessary to protect workers, public, and environment from hazardous materials, including, but not limited to, lead-based paint, chemicals, abrasives, and dust.

C. Protection of Adjacent Materials: Erect protection to prevent materials not to be stripped from damage and from deterioration resulting from water, chemicals, abrasives, coating residues, and other work of paint and coating removal.

D. Waste Collection and Disposal: Provide containment system to collect and treat water, abrasives, coating residues, and other materials of this Section. Dispose of collected materials legally offsite.

3.2 TESTING AND MOCK-UPS

A. General: Perform testing and mock-ups as directed to determine materials and methods for removing paints and coatings from substrates for which specific products and procedures are not specified herein.

3.3 PAINT AND COATING REMOVAL, GENERAL

A. General: Perform paint and coating removal in a manner that results in removing paints and coatings to clean substrates and provides condition matching that of approved mock-ups using least aggressive method that removes paint from specified surfaces.

B. Manufacturer’s Recommendations: Apply and remove stripping materials to comply with manufacturer’s recommendations using procedures developed during testing and mock-ups.

C. Uniform Results: Perform stripping in a manner that achieves uniform results on all surfaces, including corners and moldings, without streaking or damage.

D. Methods of Paint and Coating Removal: Remove paint and coatings from the following elements using methods specified.

1. Masonry: Method determined by testing to be the most gentle.

E. Cleaning and Neutralization: Clean residue from stripped surfaces at completion of stripping, leaving surface in optimum condition to accept specified finish.

3.4 HAND SCRAPING AND SANDING REMOVAL METHODS

A. General: Remove paint using hand scraping and sanding using the gentlest, most effective method for removing each type of coating system from each substrate as approved by Architect or Restoration Consultant.

B. Hand Scraping: Use a variety of scrapers with shapes matching the profiles of the moldings. Perform hand scraping in the direction of the grain of the wood to prevent damage to the substrate. Scrapers should be held at low angles for optimal paint removal.

C. Sanding: Wet sand gently to avoid removing substrate or reshaping substrate in any way.

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-9 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1. Use naphtha or mineral spirits as lubricant for sanding.

3.5 CHEMICAL PAINT REMOVAL METHODS, GENERAL

A. Selection: Use paint stripper specified. Where paint strippers are to be chosen during testing, use stripper found during testing to be gentlest, most effective method for removing each type of coating system from each substrate as approved by Architect or Restoration Consultant.

B. Procedure (Subject to modification during testing and mock-ups)

1. Install protection. 2. Remove loose and peeling paint by hand using scrapers that will not mar substrate surface. 3. Apply chemical stripper. Allow to dwell for approved time, as determined by test panels and mock-ups. 4. Manually scrape off paint stripper and softened paint to greatest extent possible. 5. Repeat process as needed to completely remove paint and coatings and residue from paint and coatings. 6. Rinse surfaces using solvents recommended by manufacturer of paint stripper to remove paint and stripper residue.

a. Thoroughly flush surface of wood to ensure that stripper residue has been removed. b. Rinse alkaline strippers with water. Water pressure shall not exceed 500 psi. c. Provide an analysis of rinse water showing quantity of hazardous materials, including lead, in water. If required because of lead concentration, contain, collect, and dispose of water by legal means.

7. Neutralize surfaces where alkaline strippers have been used.

a. Rinse surfaces with water. b. Test for neutralization with pH paper. Acceptable pH range is 6.0 to 8.0. c. Repeat rinsing until proper pH range is obtained.

8. Conduct final wipe down to remove residue using solvents and clean cloths. Repeat until cloths come away clean.

3.6 CLEAN-UP AND PROTECTION

A. Clean-up: Properly contain run-off and debris from paint and coating removal. Remove rubbish, rags, and effluent from site at end of each workday, in appropriately marked containers. Dispose of material generated by work of this Section offsite in a legal manner.

B. Protection: Protect work of other trades against damage and deterioration by paint and coating removal work. Correct damage by cleaning, repairing, or replacing elements, materials, and finishes damaged or deteriorated by paint and coating removal work, as acceptable to Architect or Restoration Consultant, at no

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-10 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

additional cost to Owner.

END OF SECTION

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-11 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE WAS INTENTIONALLY LEFT BLANK

BID SET PAINT AND COATING REMOVAL 06/03/2020 09 01 10.15-12 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 09 81 00

THERMAL INSULATION

PART 1 – GENERAL

1.1 SUMMARY

A. The work of this Section consists of acoustical insulation where shown on the Drawings, as specified herein, and as required for a complete and proper installation. Work includes, but is not limited to the following.

B. Furnish and install:

1. Thermal insulation as scheduled and where indicated.

1.2 RELATED REQUIREMENTS

A. Section 01 60 00 - PRODUCT REQUIREMENTS: Listing of VOC requirements for adhesives, cleaning/maintenance materials, paints, coatings, and sealants.

B. Section 06 10 00 - ROUGH CARPENTRY

C. Section 06 20 00 – FINISH CARPENTRY

1.3 REFERENCES

A. Comply with applicable requirements of the following standards and those others referenced in this Section, under the provisions of Section 01 42 00 - REFERENCES. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern.

1. ASTM C 518 - Thermal Transmission Properties by Means of the Heat Flow Meter. 2. ASTM C 553 - Mineral Fiber Blanket Thermal Insulation for Commercial and Industrial Applications. 3. ASTM C 665 - Mineral-Fiber Blanket Thermal Insulation for Light Frame Construction and Manufactured Housing. 4. ASTM E 84 - Surface Burning Characteristics of Building Materials. 5. ASTM E 96 - Water Vapor Transmission of Materials.

1.4 SUBMITTALS

A. Information and Review Submittals: Submit the following under provisions of Section

BID SET THERMAL INSULATION 06/03/2020 09 81 00 – page 1 of 4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

01 33 00 - SUBMITTAL PROCEDURES:

1. Product Data: Manufacturer's product data sheets, specifications, performance data, physical properties for each item furnished hereunder. 2. Sustainable Design Submittals:

a. Recycled content: Provide manufacturer’s written certification of recycled content as defined in accordance with International Standard ISO 14021–1999, Environmental Labels and Declarations—Self-Declared Environmental Claims (Type II Environmental Labeling). Indicate post-consumer and pre-consumer recycled content and provide documentation certifying products are from recycled sources. (LEED Credit MRc4). b. Local/regional materials (LEED Credit MRc5):

1) Indicate location of content of extraction, harvesting, and recovery; indicate the distance between extraction, harvesting, and recovery and the project site. Indicate percentage of product content from qualified locations. 2) Indicate location of manufacturing facility; indicate distance between manufacturing facility and the project site.

1.5 DELIVERY, STORAGE AND HANDLING

A. Delivery and Acceptance Requirements:

1. Deliver materials in original packages, containers or bundles bearing brand name and identification of manufacturer or supplier. 2. Do not deliver items to the site, until all specified submittals have been submitted to, and approved by, the Architect.

B. Storage and Handling Requirements:

1. Store materials under cover and in manner to keep them dry, protected from weather, direct sunlight and damage from construction traffic and other causes.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal: 1. Thermal glass fiber insulation:

a. CertainTeed Corporation, Valley Forge PA. b. Johns Manville Building Insulation, Denver, CO

ACOUSTICAL INSULATION BID SET 09 81 00 - page 2 of 4 10/17/2018 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

c. Owens Corning Fiberglas Corp., Toledo OH. d. (Goldline brand) Schuller International, Inc., Denver CO. e. USG Corp./ USG Interiors Inc., Chicago IL.

2. Thermal mineral fiber insulation:

a. Fibrex Insulations Inc., Sarnia, Ontario b. Thermafiber Inc., Wabash IN. c. Roxul, Inc., Milton, Ontario.

2.2 MATERIALS

A. Acoustical batt insulation: Mineral wool fiber insulation batts, conforming to ASTM C665 Type 1, and ASTM C553 with a nominal density of 2.5 pounds per cubic foot, nominally 3-1/2 inches thick.

1. Flame Spread Classification: Class A (less than 25, per testing by NFPA 255, ASTM E- 84 or UL 723). 2. Recycled content of slag in mineral wool insulation: Use maximum available percentage of material (slag). Mineral wool insulation products incorporated into the work shall contain not less than 75 percent of recycled material (slag) by weight. 3. Acceptable products include:

a. Fibrex Insulations Inc. product: “Fibrex Sound Attenuation Fire Batt (SAFB)” b. Roxul, Inc., product “Roxul AFB”. c. Thermafiber, Inc. product “Thermafiber SAFB”.

B. Thermal batt insulation: Unfaced glass fiber insulation nominal 3-1/2 inches [89mm] thick conforming to ASTM C-665 Type I, of width appropriate for spacing of framing or furring members with which used.

1. Flame Spread Classification: Class A (less than 25, per testing by NFPA 255, ASTM E- 84 or UL 723). 2. Recycled content of glass in glass-fiber insulation: Use maximum available percentage of recycled glass. Fiber glass insulation products incorporated into the work shall contain not less than 20 percent of recycled glass cullet.

2.3 ACCESSORIES

A. Staples, tape, adhesives and fasteners required for the proper and complete installation for work of this Section shall be as recommended by each respective manufacturers of each insulation type.

PART 3 – EXECUTION

BID SET THERMAL INSULATION 06/03/2020 09 81 00 – page 3 of 4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

3.1 INSTALLATION

A. Thermal insulation:

1. Install insulation in accordance with insulation manufacturer's instructions. 2. Install in interior walls, and ceiling spaces where indicated. Trim insulation neatly to fit spaces. Fit insulation tight in spaces. Leave no gaps or voids.

3.2 CLEANING

A. Daily clean work areas by sweeping and disposing of debris and scraps.

B. Upon completion of the work of this Section in any given area, remove tools, equipment and all rubbish and debris from the work area; leave area in broom-clean condition.

END OF SECTION

ACOUSTICAL INSULATION BID SET 09 81 00 - page 4 of 4 10/17/2018 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

SECTION 09900

SPECIALTY FINISHES - GILDING

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 DESCRIPTION

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of exterior gilding at United First Parish Church in Quincy, Massachusetts, as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Preparation of the gilded surfaces of the dome for re-gilding. Work will include removing all soiling, loose gilding and preparation of the surface to receive the base coat for the gilding. 2. Preparation of the new copper of the cap of the dome for gilding. 3. Application of a primer coating, size (adhesive). 4. Application of 23.5 karat gold leaf to the dome.

B. Definitions 1. A “paintable surface” is defined as a surface prepared for painting through the removal of all non—intact paint. All painted exterior metal surfaces to be painted shall be scraped and sanded, removing all deteriorated paint and gilding to sound metal. All surfaces shall be inspected and approved by the Architect or Restoration Consultant prior to the application of primer and paint. 2. Non-intact paint” is defined as all paint that is loose, peeling, flaking, cracking, alligatoring or otherwise not completely adhered to the bare substrate, as described in this Section.

1.3 QUALITY ASSURANCE

A. Gilding Specialist: Award gilding for the tower dome to a firm regularly engaged in exterior gilding on historic buildings that can demonstrate to Owner’s satisfaction that, within previous five years, it has successfully performed and completed in a timely manner at least three projects involving gilding of elements similar in scope and type to work required on this Project.

1. Foreman: Gilding work shall be directly supervised by a full-time foreman with experience equal to or greater than that required of Gilding Specialist. Foreman shall be on site daily for duration of work of this Section. Same foreman shall remain on Project throughout work unless his performance is deemed unacceptable. 2. Gilders: Gilding for restoration shall be carried out by a steady crew of skilled gilders who are thoroughly experienced with materials and methods specified and have a minimum of three years’ experience gilding. In acceptance or rejection of exterior painting, no allowance will be made for

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

workers’ incompetence or lack of skill.

B. Laws, Codes, and Regulations: All work of this Section shall comply with all applicable federal, state, and local laws, codes, and regulations.

C. Standards: Work of this Section shall comply with all applicable requirements and recommendations of latest editions of standards listed below, which shall have the same force and effect as if written out in full herein. In each case in which there is a conflict between requirements of standards, requirements of laws, codes, and regulations, and requirements of this Section, the most stringent or restrictive requirement shall govern.

1. Painting and Decorating Contractors of America (PDCA). Applicable standards and recommendations. 2. Society for Protective Coatings (SSPC)

a. PA-1, Paint Application Specification No. 1, Shop, Field and Maintenance Painting. b. SP-1, Solvent Cleaning.

3. Reference standards for gilding to be established by quality control panels, which have been approved by the Architect or Restoration Consultant and which shall serve as standards during the entire restoration process.

D. Single-Source Responsibility: Provide all coats of painting systems, including primers, sizes and gold as a coating system produced by the same manufacturer to ensure compatibility.

E. Knowledge of Site: Bidders shall visit site prior to bid and carefully examine Project scope and conditions that may affect proper execution of work of this Section and determine or verify dimensions and quantities. Submission of bid shall be acknowledgment that bidder is thoroughly familiar with Project scope and site conditions.

F. Access for Observation and Approvals: Provide Architect or Restoration Consultant access on a continuing basis to locations on which quality control panels are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals.

1.4 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Architect’s or Restoration Consultant’s approval.

B. Product Data: Submit complete product data including material description, physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

C. Mock-up: Prepare a mock-up on a similar copper substrate of the full gilding treatment for review and approval.

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-2 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to the site in manufacturer’s original, unopened containers or packaging. All materials shall be legibly labeled with name, type and manufacturer. Obtain Architect’s or Restoration Consultant’s approval before delivering such materials.

B. Provide suitable spaces for the storage of materials under this Section. These spaces will have proper ventilation. Oil- or solvent-soaked rags, waste or other potentially combustible materials shall be placed in sealed metal containers and be removed from the premises daily. Every precaution shall be taken to prevent damage by fire.

C. Handling: Materials shall be stored without unpacking except as required for inspection by the Architect or Restoration Consultant. Unpack material as it is ready to be used. Protect adjacent areas from paint spillage.

1.6 PROJECT CONDITIONS

A. Take all necessary precautions to protect all persons (whether engaged in the work of this Section or not) from all hazards of any kind associated with the work of this Section.

B. Protection of Building: Protect building elements and finishes from damage or deterioration caused by work of this Section using all means necessary. Repair any damage to materials or finishes to Architect’s or Restoration Consultant’s satisfaction at no additional cost.

1. Take all necessary precautions to prevent fire and spread of fire. 2. Do not use torches, heat guns, or any other heat generating equipment to remove paint. 3. Store oily rags in closed metal containers. Remove oily rags and waste daily.

C. Protection of Site and Surroundings: Protect site, landscape features, public rights of way, motor vehicles, and other surrounding elements from damage and deterioration resulting from work of this Section.

D. Coordination: Coordinate work of this Section with other work to ensure proper completion of all work.

1. Schedule gilding so that work will not be harmed or marred by airborne dust or debris from other construction work. 2. Schedule work so that the application of the leaf will not be affected by excessive wind or during rainy weather.

E. Contract Drawings: Drawings are two-dimensional representations of three- dimensional objects and do not show all surfaces. Perform work on all surfaces of projections, reveals, returns, ornament, and other elements and surfaces associated with areas on which work is indicated

1.7 LEAD-CONTAINING PAINT

A. Existing paint on the dome may contain lead. Perform all work that disturbs lead-

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

containing paint (LCP), handle all material that involves lead-containing paint, and transport and dispose of all lead-containing paint and residue in compliance with all applicable federal, state, and local laws and regulations for identification, removal, labeling, handling, containerization, transportation, and disposal of lead- containing material including, but not limited to, those referenced herein.

1. U.S. Department of Labor OSHA Regulations: Including but not limited to: Title 29, Code of Federal Regulations (CFR) Section 1926.62: “Lead Exposure in Construction” and Title 29, CFR Section 1910.1200: “Hazard Communication Standard.” 2. U.S. Environmental Protection Agency (USEPA) Regulations: Including but not limited to: Title 40 CFR Part 262: “Standards Applicable to Generators of Hazardous Waste” and Part 263: “Standards Applicable to Transporters of Hazardous Waste.” 3. U.S. Department of Transportation (USDOT) Regulations: Including but not limited to: 49 CFR Parts 172, 173, 174, 175, 177, 178, 179, and 180.

PART 2 – PRODUCTS

2.1 GENERAL REQUIREMENTS

A. Materials shall conform to the latest edition of reference specifications applicable and specified herein and to applicable codes and requirements of local authorities having jurisdiction.

B. Materials shall conform to governing regulations regarding the content of volatile organic compounds (VOC).

C. Work that is gilded shall be free from defects or blemishes on surfaces exposed to view that will show after the finish coat of paint is applied. Any materials which are in any way defective and not up to specifications for quality and grade, or otherwise not in proper conditions shall be rejected.

D. Gilding materials shall be the top line (finest quality) products of one of the manufacturers listed in this section.

E. Follow manufacturer’s instructions regarding preparation of surfaces and application.

F. Before purchasing materials for the work, the Contractor shall submit to the Architect or Restoration Consultant a list of the products he/she proposes to use, and the list shall be satisfactory to the Architect or Restoration Consultant and approved by him before commitment for materials is made.

2.2 GOLD LEAF

A. Dark Gold Leaf: German Monarch Fine Gold, 24 kt. [Monarch is not now producing gold leaf], available from Talas, 330 Morgan Ave., Brooklyn, 11211 (212-219- 0735), or approved equal.

B. Light Gold Leaf: German Monarch Lemon Gold Leaf, 18 kt. [Monarch is not now producing gold leaf], available from Talas, 330 Morgan Ave., Brooklyn, 11211 (212-219-0735), or approved equal.

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-4 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Gold Leaf: 23.5 karat leaf available from Sepp Leaf Products, 381 Park Avenue, South, New York, NY 10016 – 212-683-2840, or approved equal.

2.3 SIZE (LEAF ADHESIVE)

A. Oil Size: LeFranc Mixtion Oil Size, as available from Talas, 330 Morgan Ave., Brooklyn, 11211 (212-219-0735), or approved equal.

B. Exterior size for the installation of 23.5 karat gold leaf available from Sepp Leaf Products, 381 Park Avenue, South, New York, NY 10016 – 212-683-2840, or approved equal.

2.4 SOLVENTS

A. Mineral Spirits, 100% pure.

2.5 PAINT REMOVERS FOR METAL

A. Paint Stripper: Standard thixotropic, solvent-based or methylene chloride-based paint stripper such as: Safest Stripper, Premium or Extra Strength Paint Stripper manufactured by 3M, 3M Center, St. Paul, MN 55144-1000 (800) 364-3577; 859 or 509 Paint Stripper, as manufactured by ProSoCo, Inc., 3741 Greenway Circle, Lawrence, KS (800) 255-4255.

1. Follow the manufacturer’s directions and neutralize any strippers as required.

PART 3 – EXECUTION

3.1 GENERAL

A. No gilding shall be done when the air is dust-laden nor when weather and temperature conditions are unsuitable based upon product manufacturer’s recommendations.

3.2 PREPARATION OF SURFACES FOR GILDING

A. Protection shall be provided to adequately protect adjacent work and materials.

B. All loose gilding and paint shall be removed from the metal surfaces by hand sanding. All surfaces shall be inspected and approved by the Architect or Restoration Consultant prior to the application of the priming base paint.

C. Clean all metal surfaces prior to painting with a solution of non-ionic detergent. Remove all grime, grease, dirt, and other substances that may interfere with proper adhesion of priming base paint. Allow surfaces to dry completely.

3.3 APPLICATION OF LEAF

A. Apply leaf only to sound, smooth surfaces. Clean surfaces to remove all traces of dust, dirt, grease, or other foreign matter that might affect the adherence and appearance of the leaf.

B. Apply approved priming base paint. Allow to dry thoroughly.

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Apply size to area to receive gold leaf so that size will set at rate with which the leaf can be applied.

D. Apply leaf to cover surfaces completely. Trim leaf cleanly. 1. Gaps between sheets and visible overlaps are unacceptable. 2. Visible scratches and variations in color are unacceptable. 3. Leaf pattern shall follow the existing pattern of the approved mock-up.

3.4 FINAL CLEANING

A. Upon completion of the work all containers and materials related to this work shall be removed from the site. The entire job site shall be left clean.

B. Provide adequate protection and other precautions required for the remainder of the construction period to ensure that gilded work will not be damaged at the time of Substantial Completion.

C. Correction of Work: Architect or Restoration Consultant determine that any work of this Section does not comply with specified requirements and/or does not equal or exceed minimum standard established by approved quality control panel, repair or replace work and replace following requirements of this Section to Architect’s or Restoration Consultant’s satisfaction.

END OF SECTION

BID SET SPECIALITY FINISHES-GILDING 06/03/2020 09 90 00-6 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 09 91 00

PAINTING

PART 1 – GENERAL

1.1 REFERENCES:

A. General provisions of Contract, including General and Supplementary Conditions and Division l, General Requirements, apply to work specified in this Section.

1.2 WORK INCLUDED IN THIS SECTION

A. Summary: This Section consists of painting work where shown on the Drawings, as specified herein, and as required for a complete and proper installation. Painting work includes, but is not limited to the surface preparation and application of coated finishes, and subsequent touch-up, of interior and exterior items and surfaces as indicated on the Contract Drawings and as scheduled herein.

B. Surfaces and Materials: In general, without limiting the generality thereof, the following surfaces, fixtures and equipment require a painted finish by this section:

1. Exterior Carpentry at Windows. 2. Interior handrails. 3. Wood trim at interiors. 4. Metal Stair components. 5. Metal Guard rails and Wall Railings. 6. Wood Clock Machinery Closet and Door. 7. All existing exposed steel beams structure.

C. DO NOT PAINT the following surfaces and materials.

1. Interior Brick Masonry. 2. Factory finished materials, specialties, and accessories unless otherwise specified. 3. Galvanized metal surfaces called to remain as galvanized finish.

1.3 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 05 50 00 - METAL FABRICATIONS: Shop priming of designated miscellaneous metals.

B. Section 06 20 00 - FINISH CARPENTRY: Raw wood trim items, prefinished wood, setting and filling of nails, sanding of wood trim. Final finish of wood items by PAINTING

C. Section 07 92 00 - SEALANTS: Requirements for sealant and backing materials. Installation of painters sealants by PAINTING

D. Section 08 14 16 - WOOD DOORS: Wood door, unfinished shall be field finished by PAINTING.

1.4 REFERENCES

A. Comply with applicable requirements of the following standards and those others

BID SET PAINTING 06/03/2020 09 91 00 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

referenced in this Section, under the provisions of Section 01 42 00 - REFERENCES. Where these standards conflict with other specified requirements, the most restrictive requirements shall govern.

1. ANSI/ASTM D 16 - Definitions of Terms Relating to Paint, Varnish, Lacquer, and Related Products. 2. ASTM D 2016 - Test Method for Moisture Content of Wood. 3. All applicable federal, state and municipal codes, laws and regulations for flammability and smoke generation of interior finishes.

1.5 DEFINITIONS

A. "Paint" includes coating systems materials, primers, emulsions, enamels, stains, sealers and fillers, and other applied materials specified herein, whether used as prime, intermediate or finish coats.

B. Sheen: Specular gloss readings in accordance with ASTM D52

1. Flat: less than 5 (measured at 85 degrees) 2. Eggshell: 5 – 20 (measured at 60 degrees) 3. Satin: 15-35 (measured at 60 degrees) 4. Low Luster: 25 – 35 (measured at 60 degrees) 5. Semi-Gloss: 30 -65 (measured at 60 degrees) 6. Gloss: 65 or more (measured at 60 degrees)

1.6 SUBMITTALS

A. Submit the following under provisions of Section 01 33 00 - SUBMITTAL PROCEDURES:

1. Literature: Manufacturer's product data sheets, specifications, performance data, physical properties, material compositions, and application instructions for all finishing products to be applied hereunder. 2. Samples:

a. Manufacturer's color selector for custom mixed colors for Architect's color scheduling. b. Opaque coatings: Two 9 x 12 inch finished samples on hardboard of each color scheduled in each finish for review and approval. Identify boards with finish type, color mix number and scheduled substrate surfaces or materials. c. Transparent finishes and stains: Two 9 x 12 inch finished samples on same species of solid wood and plywood to be furnished under Section 06 20 00 – FINISH CARPENTRY, of each color scheduled in each finish for review and approval. Identify boards with finish type, color mix number and scheduled substrate surfaces or materials.

B. Submit the following under provisions of Section 01 78 00 - CLOSEOUT SUBMITTALS:

1. Color chips: After final approval of all colors and tints by the Architect, submit to the Owner, color chips of all coatings used, with manufacturer's name and mix designation of the coating for the purpose of future re-ordering of coatings. Color chips shall be at least six (6) square inches in size, for each color and tint.

1.7 QUALITY ASSURANCE

A. Single source responsibility: Provide primers and other undercoat paint produced by same manufacturer as finish coats. Use only thinners approved by paint manufacturer, and use only within recommended limits.

PAINTING BID SET 09 91 00 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

1.8 FIELD SAMPLES

A. Provide field samples under provisions of Section 01 45 00 - QUALITY CONTROL for purpose of verifying selected colors. B. Paint on-site sample areas, minimum 40 square feet, illustrating selected color, and tint.

C. Locate samples where directed. The Contractor shall provide in the base Contract, a total amount of samples equal to one sample per room.

D. Accepted samples may not remain as part of the work.

1.9 DELIVERY, STORAGE AND HANDLING

A. Deliver products to site in sealed and labeled containers; container labeling shall include manufacturer's name, type of paint, color mix designation, expected coverage, surface preparation instructions, instructions for mixing and reducing, drying time, and clean-up recommendations.

B. Store materials, conforming with applicable codes and fire regulations, in designated spaces. Keep storage area secure when direct access is not required or when not performing work under this Section. Take precautionary measures to prevent fire hazards and spontaneous combustion, maintain a dry-chemical type fire extinguisher in all areas where materials of this Section are being stored or used.

C. Store paint materials in a well-ventilated area at minimum ambient temperature of 45 degrees Fahrenheit and a maximum of 90 degrees Fahrenheit.

D. Do not use the sanitary system for mixing or disposal of refuse material. Carry water to mixing rooms and dump waste material in a suitable refuse receptacle. Remove oily rags and waste each day.

E. Attic Stock: Provide 1 new, unopened, gallon of each interior finish paint color and sheen. Deliver specified overrun to owner's designated storage space, properly packaged (boxed) and identified.

1.10 PROJECT CONDITIONS

A. Provide continuous ventilation and heating facilities to maintain surface and ambient temperatures above 45 degrees Fahrenheit for 24 hours before, during and 48 hours after application of finishes, unless required otherwise by manufacturer's instructions.

B. Do not apply exterior coatings during rain or snow, or when relative humidity is above 50 percent unless required otherwise by manufacturer's instructions.

C. Apply paints and finishes above minimum temperature conditions in strict accordance with manufacturer's instructions.

D. Provide sufficient lighting to maintain 80 foot-candles measured mid-height at substrate surface.

1.11 SEQUENCING AND SCHEDULING

A. The applicator of work specified herein is responsible to ensure that all paints, enamels, and coatings, proposed to be applied hereunder, are compatible with coatings used for shop primed items and items which have been prime-coated under the work of other trades.

BID SET PAINTING 06/03/2020 09 91 00 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Immediately notify the Architect in writing of conditions which may require a change in the specifications of this Section before proceeding with the work. Failure to do so, in a timely fashion, so as not to interfere with the schedule of work of this Contract, shall be construed as acceptance of the coatings specified. Perform all corrective measures, at no cost to the Owner, for any defects in the work, resulting from the use of such materials.

C. Painting work should be scheduled so as to minimize touch-ups. Interior painting is to be without flash marks. Should flash marks occur due to touch-ups, the Contractor shall be required to redo the entire surrounding wall surface.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Acceptable Manufacturers: Subject to compliance with the requirements specified herein, manufacturers offering products which may be incorporated in the work include the following, or approved equal:

1. Paints and general finishes: Benjamin Moore & Company, California Paints, Glidden Professional, Pittsburgh Paints / PPG Industries, Inc., Pratt & Lambert Inc., Sherwin Williams. 2. Interior stains and clear finishes for wood: Samuel Cabot, Inc., PPG Architectural Finishes Inc., Olympic Home Care Products Division. 3. Sealant: Pecora Corporation, Sonneborn Building Products Inc, Tremco.

2.2 MATERIALS

A. Coatings: Ready mixed, except for field catalyzed coatings with good flow and brushing properties; capable of drying or curing free of streaks or sags. Color pigments shall be processed to a soft paste consistency, capable of being readily and uniformly dispersed to a homogeneous coating.

B. Joint sealant for fill of minor cracks in plaster prior to painting: One component acrylic latex caulking compound, conforming to FS 19-TP-21M and ASTM C 834, paintable within 24 hours after application, with a minimum movement capability of ±12.5 percent.

2.3 SCAFFOLDS AND STAGING

A. Furnishing portable ladders and mobile platforms of all required heights, which may be necessary to perform the work of this trade, are the responsibility of this Subcontractor.

PART 3 – EXECUTION

3.1 PREPARATION

A. Furnish and lay suitable drop cloths in all areas where coating work is being done to protect floors and all other surfaces from damage during the work.

B. Mix coatings thoroughly, unless otherwise directed by the manufacturer of the specific coating used, to ensure uniformity of color and mass. Strain previously opened coatings to remove skins, lumps, and other foreign matter prior to painting.

C. Shop primed steel surfaces:

1. Remove rust, blistered and defective shop prime paint, and all foreign materials, down to bright metal by wire brushing, scraping, sanding, or commercial paint remover.

PAINTING BID SET 09 91 00 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Feather edges to make touch-up patches inconspicuous. 2. Remove all grease or dirt with mineral spirits.

D. Interior wood items scheduled to receive paint finish.

1. Smooth minor defects and remove all foreign matter by sanding. 2. Wash sap spots and knots with mineral spirits. When dry, touch up knots, pitch streaks, and sappy sections with commercial stain sealer. 3. Fill up nail holes and cracks with wood putty or plastic wood after primer of first coat of finish is dry, and sand smooth.

E. Interior structural steel beams.

1. Remove all surface rust by brushing, sanding or grinding if reqd.

2. Smooth minor defects and remove all foreign matter by sanding.

. 3. Prime and paint as specified.

3.2 APPLICATION

A. Apply all materials in strict accordance with the approved manufacturer's printed instruction, and in accordance with the best trade practices.

B. Number of coats is indicated under Painting Schedules. Number of coats is dictated as a minimum number to be applied over scheduled substrates. An additional coat or coats may be required for proper color coverage of substrate as determined by the Owner.

C. Sand lightly between coats to achieve required finish.

D. Where clear finishes are required, tint fillers to match wood. Work fillers into the grain before set. Wipe excess from surface.

3.3 PAINTING SCHEDULE FOR EXTERIOR SURFACES AND MATERIALS

A. Exterior METAL, FERROUS, new, shop primed and existing:

1. One coat rust inhibitive primer. (touch up bare metal at existing and shop primed surfaces).

a. California: “Larcoloid Primer, Nº. 21150. b. Devoe Coatings: Devguard 4160 Multi-Purpose Tank & Structural Primer. c. Moore: “Universal Metal Primer” Nº. P07. d. Pittsburgh: “Speedhide Industrial Rust Inhibitive Primers”, 7-852 Series . e. Sherwin-Williams: "Kem Kromik Universal Metal Primer", B50Z Series.

2. Two coats acrylic gloss enamel:

a. California: “Larcoloid Acrylic”, Nº. 511. b. Devoe Coatings: Devflex 4208QD Waterborne Gloss Enamel. c. Moore: “Acrylic Gloss Enamel”, Nº. P28 d. Pittsburgh: “Pitt-Tech DTM Exterior Waterborne High Gloss Enamel”, 90-300 Series.

BID SET PAINTING 06/03/2020 09 91 00 -5 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

e. Sherwin-Williams: "DTM Acrylic Gloss", B66 Series

3.4 PAINTING SCHEDULE FOR INTERIOR SURFACES AND MATERIALS

A. Interior METAL, FERROUS, excluding railings, to receive semi-gloss finish: (includes galvanized metal):

1. One coat of rust prohibitive primer for unfinished metal surfaces, and touch up bare metal at shop primed, existing and previously coated surfaces:

a. California: “Rust-Stop DTM Primer/Finish”, Nº. 1061. b. Devoe Coatings: Devflex 4020PF DTM Primer and Flat Finish. c. Moore: “Acrylic Metal Primer”, Nº. P04. d. Pittsburgh: “Pitt-Tech DTM Primer/Finish 100% Acrylic”, 90-709/712 Series e. Sherwin-Williams: "DTM Acrylic Primer Finish", B66 W1 Series.

2. Two coats acrylic semi-gloss enamel:

a. California: “Rust-Stop DTM Primer/Finish”, Nº. 1061. b. Devoe Coatings: Devflex 4216HP High Performance Waterborne Acrylic Semi- Gloss Enamel. c. Moore: “Super Spec HP DTM Semi-Gloss Enamel”, Nº. P29. d. Pittsburgh: “Pitt-Tech Plus High Performance, Semi -Gloss DTM Industrial Enamel”, 90-1210 Series. e. Sherwin-Williams: “Sher-Cryl HPA Semi-Gloss”, B66 Series.

B. Interior exposed METAL, PIPING: Same as specified for ferrous metal.

C. Interior METAL, RAILINGS (handrails and guardrails):

1. One coat of epoxy primer (dry film coat 3.0 to 4.0 mils)

a. California: No equivalent. b. Devoe Coatings: Tru-Glaze-WB” 4030 Waterborne Epoxy Primer c. Moore: “Epoxy Metal Primer”, P33 Series. d. Pittsburgh: “Aquapon WB Epoxy Primer”, 98 Series e. Sherwin-Williams: “Recoatable Epoxy Primer”, B67 Series.

2. Two coats of gloss finish epoxy coating (dry film coat 1.5 to 2.0 mils).

a. California: “Tile-Cote Polyamide Epoxy”, Nº. 12. b. Devoe Coatings: Tru-Glaze-WB 4408 Waterborne Gloss Epoxy Coating. c. Moore: “Acrylic Epoxy Gloss Coating”, Nºs. P43/P44. d. Pittsburgh: “Aquapon WB Epoxy Coatings”, 98 Series. e. Sherwin-Williams: “Hi-Solids Polyurethane-Low VOC, B65 Series”.

D. Interior METAL, GALVANIZED

1. Touch-up with metal primer.

a. California: “Rust-Stop DTM Primer/Finish”, Nº. 1061.

PAINTING BID SET 09 91 00 -6 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

b. Devoe Coatings: Devflex 4020PF DTM Primer and Flat Finish. c. Moore: “Acrylic Metal Primer”, Nº. P04. d. Pittsburgh: “Pitt-Tech DTM Primer/Finish 100% Acrylic”, 90-709/712 Series. e. Sherwin-Williams: "DTM Acrylic Primer Finish" B66 W1 Series.

2. Two coats acrylic semi-gloss enamel:

a. California: “Rust-Stop DTM Primer/Finish”, Nº. 1061. b. Devoe Coatings: Devflex 4216HP High Performance Waterborne Acrylic Semi- Gloss Enamel. c. Moore: “Super Spec HP DTM Semi-Gloss Enamel”, Nº. P29. d. Pittsburgh: “Pitt-Tech Plus High Performance, Semi -Gloss DTM Industrial Enamel”, 90-1210 Series. e. Sherwin-Williams: “Sher-Cryl HPA Semi-Gloss”, B66 Series.

E Interior WOOD TRIM and DOOR, shop primed, to receive painted (opaque) finish:

1. Touch up bare wood with acrylic primer-sealer (undercoater):

a. Glidden: Wall and Woodwork Primer Sealer, Nº 1020. b. Moore: “Alkyd Enamel Underbody”, Nº. 217. c. Pittsburgh: “Speedhide Alkyd Interior Quick-Drying Enamel Undercoater”, 6-6 Series. d. Sherwin-Williams: "PrepRite Classic Latex Primer”, B28W200 Series.

2. Two coats acrylic semi-gloss enamel:

a. California: “Fres-Cote Semi-Gloss”, Nº. 563. b. Glidden Professional: Ultra Hide 250 Semi-Gloss Nº. 1406. c. Moore: “Superspec Latex Semi Gloss”, 276 Series. d. Pittsburgh: “Speedhide Interior Semi-Gloss”, 6-500 Series. e. Sherwin-Williams: “ProClassic Waterborne”, B31W20 Series.

F. Interior running or standing WOOD TRIM, unfinished, to receive transparent-stain polyurethane (water-based) finish. Color to match existing wood trim.

1. One coat paste wood filler only for open-grained woods.

a. California: No equivalent. b. Glidden Professional: No equivalent. c. Moore: “Benwood Paste Wood Grain Filler”, Nº. 238. d. Pittsburgh: No equivalent. e. Sherwin-Williams: “SherWood Paste Filler”, D70T1 Series.

2. One coat acrylic stain: As recommended or acceptable to water-based polyurethane finish manufacturer, in tint to achieve finish matching Architect’s Sample. Color to match existing wood finish unless otherwise noted.

3. Two coats of satin-gloss (low luster) finish clear water-based polyurethane

a. Cabot: Water-based Polyurethane Varnish - Satin” No. 2201. b. California: “Clear Acrylic Polyurethane Satin”, Nº. 58009.

BID SET PAINTING 06/03/2020 09 91 00 -7 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

c. Glidden Professional: Woodpride Water-Based Varnish Satin Nº. 1802. d. Moore: “Benwood Clear Acrylic Polyurethane Finish - Low Lustre”, Nº. 423. e. Pittsburgh: Olympic Interior Water Based Polyurethane”, Nº. 42386. f. Sherwin-Williams: “Wood Classics Waterborne Polyurethane Varnish – Satin”, A68 Series.

3.5 PROTECTION AND TOUCH-UP

A. During painting work, protect the work of other trades against undue soilage and damage by the exercise of reasonable care and precautions. Properly clean, repair or replace any work so damaged and soiled. B. Protect all painted and finished surfaces against damage until the date of final acceptance of the work.

END OF SECTION

PAINTING BID SET 09 91 00 -8 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

Section 10 74 14

EXTERIOR CLOCK RESTORATION

PART 1 – GENERAL

1.1 REFERENCES: General provisions of Contract, including General and Supplementary Conditions and Division 1, General Requirements, apply to work specified in this Section.

1.2 RELATED WORK SPECIFIED IN OTHER SECTIONS

A. Section 02 41 19 – Selective Demolition.

B. Section 06 10 00 – Rough Carpentry.

C. Section 06 20 00 – Finish Carpentry

D. For Electrical work required see Electrical Drawings.

1.3 SUMMARY

A. Section includes restoration of existing .

B. The existing configuration has only one clock face connected to the existing clock motor, but there are 4 clock faces to be restored.

C. The Motor is currently operational but will need to be serviced as part of the restoration.

D. It is the expectation that following the refurbishing and reinstallation of the clock faces, that the motor will function to drive all four clock hands.

1.4 SUBMITTALS: Issue submittals in accordance with Section 01 33 00, Submittals. Submittals under this Section shall include:

A. Wiring diagrams and layout of each clock dial showing character size, font, spacing, indents, copy, dial face and hand designs as well as each exposed finish.

B. Shop drawings showing elevations, sections, details, and attachments to other work.

C. Provide separate wiring details for clock motor and OPS control system.

1.5 PERFORMANCE REQUIREMENTS

A. Paint Performance: Provide paint testing lab data for weathering, light stability and corrosion. B. UL Listing: Provide NTL (national testing lab) listing on clocks and control equipment.

1.6 QUALITY ASSURANCE

A. Qualification Data: for Installer and Manufacturer of clock restoration. B. Tower Clock Manufacturer: Clock movement and control manufacturer to have a minimum of 50 years of continuous production.

BID SET EXTERIOR CLOCK RESTORATION 06/03/2020 10 74 13 -1 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

1.7 WARRANTY

A. Provide a three-year manufacturer’s warranty from date of Substantial Completion. B. Warranty to include Clocks and Control System. C. Special Warranty: Manufacturer’s standard form in which Applicator agree(s) to repair or replace materials that fail to maintain conditions specified in “Performance Requirements” Article within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures.

b. Faulty operation of hardware.

c. Deterioration of metals, finishes, and other materials beyond normal weathering.

1.8 MAINTENANCE

A. Maintain in accordance with manufacturer’s instructions and recommendations.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

A. Basis of Design: Electric Time Company, Inc., 97 West Street, Medfield, MA, USA (508) 359-4396/(800) 531-2562 http;//www.electrictime.com, [email protected]

B. Alternate Suppliers: D’Avanza Clock Repair, LLC, 440 East Dunbarton Road, Goffstown, NH, USA (603) 497-2256, [email protected]

C. About Time, 259 Wiese Albert Road, Higganum, CT 06441, (860) 345-4705, [email protected]

2.2 MATERIALS

A. Existing dials to be restored. Existing cast iron clock faces to be retained and refurbished and re-glazed with acrylic and backlighted with LED’s.

2.3 CLOCK COMPONENTS

A. Existing Clock Faces to be restored off-site.

B. Wiring: Coordinate electrical characteristics with power supply provided.

C. Clock Movements: Existing Howard movement and dial gear assemblies to be reused.

D. Clock Hands: New aluminum clock hands to be provided using the original hand hubs. Hands to match existing design and to be painted with a polyurethane paint system, matte black, with a clear polyurethane topcoat.

E. Finishes: Cast Iron dials to be epoxy primed and then painted with a polyurethane paint system, matte black with bright white rings, with a clear polyurethane topcoat.

F. Lighting: Integral to the clock frame, 3000K LED off-white lighting with 115 VAC power supplies.

EXTERIOR CLOCK RESTORATION BID SET 10 74 13 -2 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

G. Dials: ¼” milky-white translucent acrylic. Polycarbonate will not be acceptable.

H. Controller: Provide Type 99B-MI Automatic Reset Control; 1. IP 65 Enclosure – Indoor & Outdoor Use 2. Automatically resets clocks after power failures. 3. Automatically resets clocks for Daylight Saving Time. 4. Precision Quartz Time Base 4 minutes per year maximum drift. 5. GPS serial interface – no drift. 6. Built in 100 year Daylight Saving Time calendar. 7. 2 line, 16 character, backlighted LCD display. 8. ETL listed to UL 863. 9. Power Failure Event logging. 10. Standard MI output – 4 clocks maximum standard. 11. Standard 24 VDC RP output – 20 clocks maximum. 12. Sweep Second Hand output. 13. Hour Strike Capability. 14. RS-232 and RS-485 output ports. 15. 24 VAC hour strike output – configurable pulse output.

I. GPS System: Global Positioning System (GPS) receives time adjustments from military satellites through an exposed, visible antenna. Antenna to be mounted on accessible location on roof.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas and conditions, with Installer present, for compliance with requirements and conditions affecting performance of the Work.

B. Do not proceed with the removal of the Clock elements (and shipping to manufacturer), until all conditions have been surveyed and accepted to be in compliance with Specification Section 02 41 19 Selective Demolition.

3.2 INSATALLATION

A. General: Examine conditions of masonry openings to remain in place, following masonry restoration. Conditions required for re-installation to be acceptable and ready with all necessary electrical connections. Provide all accessories and hardware necessary for a complete installation.

B. Install clock components in accordance with manufacturer’s written instructions and recommendations.

C. Test the operation of all clocks to ensure proper function and protect from damage during construction.

END OF SECTION

BID SET EXTERIOR CLOCK RESTORATION 06/03/2020 10 74 13 -3 CHELSEA CITY HALL CLOCK TOWER RENOVATIONS Chelsea, Massachusetts 02150 Project No. 1910.00

THIS PAGE INTENTIONALLY LEFT BLANK

EXTERIOR CLOCK RESTORATION BID SET 10 74 13 -4 06/03/2020 CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

Section 10 81 13

BIRD CONTROL DEVICES

PART 1 – GENERAL

1.1 GENERAL REQUIREMENTS

A. Work of this Section, as shown or specified, shall be in accordance with the requirements of the Contract Documents.

1.2 WORK TO BE PERFORMED

A. Work of this Section includes all labor, materials, equipment, and services necessary to complete the work of masonry cleaning as shown on the Drawings, as specified herein, and as may be required by conditions and authorities having jurisdiction, including, but not limited to, the following:

1. Plastic netting type bird control system at locations shown on Drawings.

B. Related Sections include the following:

1. Section 04 01 11 – Masonry Cleaning

1.2 QUALITY ASSURANCE

A. Bird Control Specialist: Award bird control devices work to the Government’s satisfaction a firm with a minimum of five years’ experience in installation of bird control systems similar to those required by this Section on historic buildings, including at least three projects similar in size and scope to work required on this Project within the past five years.

1. Mechanics: Use only workmen experienced with installing bird control systems on historic buildings and familiar and experienced with installation of bird control systems similar to work of this Section. In acceptance or rejection of work of this Section, no allowance will be made for workers’ inattention or lack of skill.

B. Laws, Codes, and Regulations: Work of this Section shall comply with applicable federal, state, and local laws, codes, and regulations.

C. Manufacturer’s Qualifications: Manufacturer of bird control systems shall have been manufacturing bird control devices for no less than ten years and shall demonstrate previous use of specified products on historic buildings with conditions similar to those of this Project in which the systems have been successful.

D. Sources of Materials: Obtain each type of material required for bird control devices from a single source to ensure a match in quality, performance, and appearance.

E. Access for Observation and Approvals: Provide Contracting Officer or authorized Government Representative access on a continuing basis to locations on which mock- ups are being carried out, on which work is ongoing, and where work has been completed to allow for observation and approvals. Provide pipe scaffolding and manpower to move and reconfigure scaffolding and planking, personnel lift and

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-1

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

manpower to operate lift, or other means of access complying with laws and regulations regarding safety and acceptable to the Contracting Officer or authorized Government Representative. Provide manpower and equipment to facilitate observation and approvals.

1. Extent of Access: Provide Contracting Officer or authorized Government Representative with hands-on access to each and every surface on which bird control devices have been installed. No approval of bird control device installation will be given before Contracting Officer or authorized Government Representative is provided hands-on access to all surfaces on which bird control devices have been installed. Provide access for reinspection of areas where bird control device installation was not approved on first or subsequent inspections until Architect or Restoration Consultant approves work. 2. Relocation of Means of Access: If Contractor moves scaffolding, lift, or other means of access before providing Contracting Officer or authorized Government Representative with hands-on access to each and every location in which bird control devices have been installed and to each and every location in which bird control devices have been installed after previous bird control device installation work was rejected, Contractor shall reinstall means of access to provide for close-up inspection by Contracting Officer or authorized Government Representative at no additional cost to Owner.

F. Knowledge of Site and Project Conditions: Before submitting bid, Bidders shall make themselves thoroughly familiar with the Drawings and Specifications, with the scope of this Project, and with conditions at the Project site relating to requirements of this Section and limitations under which the work will be performed and shall determine or verify dimensions and quantities. Submission of a bid shall be considered conclusive evidence that Contractor is thoroughly familiar with Project requirements and site conditions and limitations.

1.3 SUBMITTALS

A. General: Submit the following in compliance with the requirements of the Contract Documents. Revise and resubmit each item as required to obtain Contracting Officer or authorized Government Representative’s approval.

B. Qualifications: Qualification data for firm and personnel specified in “Quality Assurance” Article that demonstrates that both firm and personnel have capabilities and experience complying with requirements specified. Provide a list of at least three completed bird control projects on historic buildings similar in size and scope to work required on this Project completed within the past five years. For each project list project name, address, architect or restoration consultant, supervising preservation agency, scope of contractor’s work, and other relevant information. Submit this information with the bid.

C. Product Data: Manufacturer’s published technical data for each product to be used in work of this Section including material description, chemical composition (ingredients and proportions), physical properties, recommendations for application and use, test reports and certificates verifying that product complies with specified requirements, and Material Safety Data Sheets (MSDS).

D. Shop Drawings: Dimensioned, detailed, scale drawings showing bird control devices for every condition on the building requiring bird control devices. Submit newly prepared drawings showing site-verified conditions and materials. Photocopies of Contract Documents and/or electronic scans of Contract Documents Contracting Officer or

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-2

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

authorized Government Representative will not be accepted for Shop Drawing submittals.

1. Include plans and elevations showing locations of bird control components and anchors at appropriate scales. 2. Include details of each type bird control, including mountings and anchoring, at full-scale.

E. Samples: Each bird control component.

F. Provide mock-ups following requirements of Article “Mock-Ups,” below.

1.4 MOCK-UPS

A. General: Before beginning bird control devices installation, prepare mock-ups to provide standards for work of this Section. Do not proceed with bird control devices work until Contracting Officer or authorized Government Representative has accepted mock-ups.

1. Locate mock-ups as directed by Contracting Officer or authorized Government Representative. 2. Notify Contracting Officer or authorized Government Representative 48 hours prior to start of each mock-up. 3. Contracting Officer or authorized Government Representative will monitor mock- ups. 4. Use crew that will execute the work and follow requirements of this Section. 5. Repeat mock-ups as necessary to obtain Contracting Officer or authorized Government Representative’s acceptance. 6. Protect accepted mock-ups to ensure that they are without damage, deterioration, or alteration at time of Substantial Completion. 7. Accepted mock-ups in undamaged condition at time of Substantial Completion may be incorporated into the Work. 8. Accepted mock-ups will represent minimum standards for bird control devices. Subsequent bird control device work that does not meet standards of accepted mock-ups will be rejected.

B. Prepare the Following Mock-Ups

1. Spring Wire Bird Control: One location of at least 8 linear ft. 2. Bird Control Netting: Two locations, entire areas to be covered with netting.

1.5 DELIVERY, STORAGE, AND HANDLING

A. Deliver, store, and handle products and materials to prevent damage, deterioration, degradation, and intrusion of foreign material.

1.6 PROJECT CONDITIONS

A. Safety: Protect all persons, whether or not involved in work of this Section, from harm caused by or resulting from work of this Section.

B. Protection of Building: Protect building elements and finishes from damage and from deterioration caused by work of this Section. Repair damage to materials and finishes to Contracting Officer or authorized Government Representative’s satisfaction at no additional cost to Owner.

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-3

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

C. Surfaces To Receive Work: The Drawings are two-dimensional representations of three- dimensional objects and do not show all surfaces of building components on which work is to be performed, including surfaces concealed from view behind objects shown; surfaces of projections, reveals, returns, and other elements perpendicular to or at an oblique angle to surfaces shown; concealed surfaces of profiled members and of ornament; and surfaces of profiled members and of ornament not drawn in detail. Perform work on surfaces of projections, reveals, returns, profiled members, and ornaments associated with surfaces indicated to receive work and on surfaces of building components concealed behind building components shown. It is the specific intent of the Contract Documents to include work on all surfaces within Project area, whether or not shown on the Drawings, except as specifically indicated otherwise.

D. Responsibility for Dimensions: Dimensions of existing elements and conditions in Contract Documents, whether numerical, tabular, or graphic, are provided for bidding purposes and for Contractor’s information and are not guaranteed. Contractor shall measure existing elements and conditions in field before preparing shop drawings, ordering materials, or starting construction and shall certify on shop drawings that dimensions have been field verified. Contractor is responsible for verifying dimensions of existing construction and for preparation of new work fitting into and aligning with existing construction.

E. Coordination: Coordinate work of this Section with work of other sections to ensure proper completion of Work. Install bird control systems after cleaning and restoration work on substrate has been completed and accepted by Architect or Restoration Consultant.

F. Preconstruction Meeting: Convene a preconstruction meeting to discuss bird control devices and the effect of the work of this Section on adjacent elements, materials, and finishes. Attendees shall include Owner’s Representatives, Contracting Officer or authorized Government Representative, Construction Manager, firm(s) that will install bird control devices, and other entities that might be affected by bird control device work.

1.7 WARRANTY

A. Special Project Warranty: Contractor shall provide a certified warranty, guaranteeing that bird control devices will perform as required to prevent birds from both landing and roosting in locations in which it they are installed, that elements of bird control devices will remain intact and perform as intended, and that materials will remain free of defects. Contractor shall repair or replace bird control devices that fail during warranty period to meet requirements of this Section at no additional cost to Owner.

1. Warranty Period: Five-years from date of Substantial Completion.

PART 2 – PRODUCTS

2.1 FINE WIRE TYPE BIRD CONTROL

A. Manufacturer and System: Provide Permamesh Bird Control System as manufactured by BirdMaster, 13 Linnell Circle, Billerica, MA 01821 (800-562-2473), or approved equal.

1. Wire Mesh: Type 304 stainless steel with a ¾” mesh size with a pvc coating in a matte black finish. Wire thickness shall be 18 gauge (1.2mm) in diameter. C. Attachments: 3/16-inch stainless steel spring-tensioners. 2. Mounts at Masonry Joints: Manufacturer’s standard 3-mm-diameter stainless

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-4

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

steel posts, 4 inches to 5 inches high, and manufacturer’s standard 1/4 inch diameter nylon mushroom head anchors.

2.2 PLASTIC NETTING TYPE BIRD CONTROL

A. Manufacturer and System: Provide PermaNet Marble plastic netting bird control system as made by BirdMaster, 13 Linnell Circle, Billerica, MA 01821 (800-562-2473), or approved equal.

1. Netting: Manufacturer’s standard 7/8-inch-square mesh, 9/4 twined, knotted polyethylene bird netting with 33lb. knotted square strength, with a maximum of ¾” square mesh size, widths required for installations indicated without a continuous seam. 2. Perimeter Cable: Manufacturer’s standard 1/16-inch-diameter stainless steel perimeter cable with stainless steel clips (minimum 3/16 inch finished inside diameter) for attachment of netting. 3. Tensioners: 3-inch-long stainless steel turnbuckles. 4. Attachments and Anchors: Stainless steel screw eyes, 1-1/4-inch long, and 3/16- inch-diameter plastic or lead shields.

2.3 MISCELLANEOUS MATERIALS

A. Adhesive for Installing Anchors and Fasteners: Epoxy adhesive as recommended by manufacturer of bird control system.

PART 3 – PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine installation areas thoroughly before work begins. Notify Contracting Officer or authorized Government Representative of conditions detrimental to proper installation of bird control devices. Do not proceed until detrimental conditions have been corrected.

3.2 SURFACE PREPARATION

A. Installation surfaces must be clean and dry at time of work.

B. Install bird control systems after substrates have been restored.

3.3 INSTALLATION

A. Fine-Wire-Type Bird Control: Install straight and uniform with wires under tension. System shall not be unsightly as determined by Architect or Restoration Consultant. Spacing of wires shall prevent landing and roosting of birds of all sizes. Wires shall not span more than 5 feet between mountings.

1. Install mounts for bird control only in masonry joints. Do not drill new holes in masonry units. Install in a non-intrusive manner to maintain weatherproof seal. Do not adhere mountings to faces of masonry units. 2. Drill holes in joints cleanly without damaging masonry units. 3. Install multiple rows of wire as indicated and as required to prevent birds from landing and from roosting on surfaces indicated to receive fine-wire bird control and as shown on accepted shop drawings.

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-5

CHELSEA CITY HALL CLOCK TOWER RENOVATION Chelsea, Massachusetts 02150 Project No. 1910.00

B. Netting Type Bird Control: Install to cover entire areas properly. Install anchors for stainless steel wire framework. Install netting stretched tight, with no gaps at perimeter. Cover entire depth of specified surfaces. Follow angles, contours and profiles closely. Cut netting as necessary to fit conditions, maintaining system of stainless steel wire framework to keep entire area of each section of netting under tension.

3.4 ADJUSTMENT

A. At time of Substantial Completion, inspect bird control work in conjunction with Architect or Restoration Consultant for proper anchorage and installation. Repair or remove and replace bird control work that is not properly anchored, is not under tension as specified, is visually obtrusive as determined by Contracting Officer or authorized Government Representative, interferes with a weathertight building envelope, or does not fully meet requirements of this Section to satisfaction of Contracting Officer or authorized Government Representative at no additional cost to Owner.

END OF SECTION

BID SET BIRD CONTROL DEVICES 06/03/2020 10 81 13-6

APPENDIX

THIS PAGE IS INTENTIONALLY LEFT BLANK

Lg Logo P1 Header

June 4, 2020

Context Architecture 68 Harrison Avenue Boston, Massachuetts 02111

RE: FLI Project #: 20-1606 Inspection for Asbestos Containing Materials at Clock Tower Chelsea City Hall 500 Broadway Chelsea, Massachusetts

Dear Mr. Toncic,

FLI Environmental, Inc. performed an inspection for asbestos containing materials (ACMs) at the property located at the address noted above. This report outlines the initial visual survey, sample collection and summary of analytical results provided by FLI.

Inspection Summary:

Jody Sig

Asbestos Inspector: Jody Freitas License #: AI900238 Date of Inspection: May 28, 2020 Total Materials Sampled: 4 Samples Analyzed At: Asbestos Identification Laboratory, Inc. NIST/NVLAP Certification#: 200919-0 MassDLS Lab Certification#: AA000208

Scope and Approach:

FLI provided a state licensed and EPA AHERA accredited asbestos inspector to perform an inspection of the subject area(s). The purpose of the inspection was to identify and sample building materials suspected to contain asbestos. Suspect materials include thermal system insulation, fireproofing, soundproofing, plasters, skimcoating, spray-applied or trowel applied finishes, ceiling & floor tiles, sheet flooring, caulking, glazing, mastics, adhesives, cement board products, roofing materials and numerous other products. Materials having the same function/application, similar color, texture or other observed similar characteristics were grouped together and sampled as one homogeneous material. A minimum of 2 samples of each homogenous material were collected. go P2 Header Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Page 2

Homogeneous materials determined to be non-suspect by the inspector (if observed), include concrete floors, wood flooring/joists, concrete block, black/brown vinyl flexible duct connectors, fiberglass insulation, armaflex (neoprene) insulation, rubber, plastic, ceramic tile, glass and metal.

If present, areas within walls, drywall encased columns and above ceilings were inspected where possible in accessible representative locations. However, each individual enclosed area was not inspected. Accessible areas beneath such surfaces were examined and sampled, and material quantities were estimated based on these observations.

Bulk Sampling:

Bulk samples were collected in a random manner and submitted via chain of custody to the analytical laboratory. The samples were analyzed by Polarized Light Microscopy per EPA Method 600/R-93-116, July 1993. The detection limit of the EPA recommended method is one percent asbestos by weight. Materials containing greater than one percent asbestos are treated as asbestos-containing as required by the EPA. The laboratory is accredited by the National Institute of Standards and Technologies NIST/NVLAP Program and licensed by the Massachusetts Department of Labor Standards (DLS) for asbestos analysis in bulk materials.

Asbestos Containing Materials:

Any homogeneous material having at least one (1) sample analyzed to contain greater that one percent (1%) asbestos is categorized as an asbestos containing material. Any material analyzed to contain any asbestos fibers identified is categorized as an asbestos containing waste material. A summary of materials determined to contain asbestos is provided in Appendix A including approximate location(s) of the material and estimated quantities. Laboratory Analytical Data Sheets for each sample analyzed are included in Appendix C.

Non-Asbestos Containing Materials:

Homogeneous materials where each sample analyzed was determined not to contain asbestos are categorized as non-asbestos. A summary of non-asbestos materials is provided in Appendix B. Laboratory Analytical Data Sheets for each sample analyzed are included in Appendix C.

Remarks and Limitations:

1. Additional suspect materials may be present beneath surfaces (multiple layers) or within chases or crawlspace areas that were unknown or unaccessible at the time of the inspection but may be discovered during demolition, renovation or maintenance activities. Any additional suspect materials not identified in this report that become exposed during building renovation, maintenance or demolition should be sampled and analyzed for asbestos content prior to disturbing. go P3 Header Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Page 3

2. Each identified asbestos containing material must be removed by a licensed asbestos abatement contractor prior to being disturbed by building maintenance, renovation or demolition activities.

3. This report is not meant to be used as an asbestos abatement plan or abatement specification. Material quantities and locations are estimates and approximations and should not be used to obtain pricing from contractors. FLI recommends contracting for abatement after an abatement specification is prepared by a licensed Asbestos Project Designer.

Should you have any questions or need additional information, please contact our office at (781) 251-0040. Thank you for the opportunity to provide you with our services and we look forward to working together in the future. Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Appendix A

APPENDIX A

Asbestos Containing Materials Summary Table Estimated Material Location Sample # ('s) Quantity 20 LF Per Caulking Window Exteriors 04 A,B,C Window Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Appendix B

APPENDIX B

Suspect Materials Found Not to Contain Asbestos

Sample # ('s) Material Sample Location A Sample Location B Sample Location C

01 A,B,C Sheetflooring 1st Level Clock Tower 1st Level Clock Tower 1st Level Clock Tower

02 A,B,C Levelling Compound 1st Level Clock Tower 1st Level Clock Tower 1st Level Clock Tower

Round Clock Window Round Clock Window Square Wooden 03 A,B,C Glazing Interior Interior Window Exterior Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Appendix C

APPENDIX C

BULK SAMPLE LABORATORY DATA SHEETS

Asbestos Identification Laboratory Batch: 53174 165 New Boston St., Ste 227 Woburn, MA 01801 781-932-9600 Web: www.asbestosidentificationlab.com Email: [email protected]

June 04, 2020 Rick Bowen Project Name: Clock Tower Chelsea City Hall, 500 FLI Environmental Broadway, Chelsea, MA 69 Bridge Street Project Number: 20-1606 Dedham, MA 02026 Date Sampled: 2020-05-28 Work Received: 2020-06-01 Work Analyzed: 2020-06-02

Analysis Method: BULK PLM ANALYSIS EPA/600/R-93/116

Dear Rick Bowen,

Asbestos Identification Laboratory has completed the analysis of the samples from your office for the above referenced project. The information and analysis contained in this report have been generated using the EPA /600/R-93/116 Method for the Determination of Asbestos in Bulk Building Materials. Materials or products that contain more than 1% of any kind or combination of asbestos are considered an asbestos containing building material as determined by the EPA. This Polarized Light Microscope (PLM) technique may be performed either by visual estimation or point counting. Point counting provides a determination of the area percentage of asbestos in a sample. If the asbestos is estimated to be less than 10% by visual estimation of friable material, the determination may be repeated using the point counting technique. The results of the point counting supersede visual PLM results. Results in this report only relate to the items tested. This report may not be used by the customer to claim product endorsement by NVLAP or any other U.S. Government Agency. Laboratory results represent the analysis of samples as submitted by the customer. Information regarding sample location, description, area, volume, etc., was provided by the customer. Asbestos Identification Laboratory is not responsible for sample collection activities or analytical method limitations. Unless notified in writing to return samples, Asbestos Identification Laboratory discards customer samples after 30 days. Samples containing subsamples or layers will be analyzed separately when applicable. Reports are kept at Asbestos Identification Laboratory for three years. This report shall not be reproduced, except in full, without the written consent of Asbestos Identification Laboratory.

• NVLAP Lab Code: 200919-0 • Massachusetts Certification License: AA000208 • State of Connecticut, Department of Public Health Approved Environmental Laboratory Registration Number: PH-0142 • State of Maine, Department of Environmental Protection Asbestos Analytical Laboratory License Number: LB-0078(Bulk) LA-0087(Air) • State of Rhode Island and Providence Plantations. Department of Health Certification: AAL-121 • State of Vermont, Department of Health Environmental Health License AL934461

Thank you Rick Bowen for your business.

Michael Manning Owner/Director

June 04, 2020 Rick Bowen Project Name: Clock Tower Chelsea City Hall, 500 FLI Environmental Broadway, Chelsea, MA 69 Bridge Street Project Number: 20-1606 Dedham, MA 02026 Date Sampled: 2020-05-28 Work Received: 2020-06-01 Work Analyzed: 2020-06-02

Analysis Method: BULK PLM ANALYSIS EPA/600/R-93/116

FieldID Material Location Color Non-Asbestos % Asbestos %

LabID 01A Sheet Flooring 1st Level Clock Tower multi Non-Fibrous 100 None Detected

593776 01B Sheet Flooring 1st Level Clock Tower multi Non-Fibrous 100 None Detected

593777 01C Sheet Flooring 1st Level Clock Tower multi Non-Fibrous 100 None Detected

593778 02A Leveling Compound 1st Level Clock Tower gray Cellulose 5 None Detected Non-Fibrous 95 593779 02B Leveling Compound 1st Level Clock Tower gray Cellulose 5 None Detected Non-Fibrous 95 593780 02C Leveling Compound 1st Level Clock Tower gray Cellulose 5 None Detected Non-Fibrous 95 593781 03A Glazing Round Clock Window multi Non-Fibrous 100 None Detected Interior 593782 03B Glazing Round Clock Window multi Non-Fibrous 100 None Detected Interior 593783 03C Glazing Square Wooden Window multi Non-Fibrous 100 None Detected Exterior 593784 04A Caulking Square Wooden Window multi Non-Fibrous 98 Detected Exterior Chrysotile 2 593785 04B Caulking Square Wooden Window multi Non-Fibrous 98 Detected Exterior Chrysotile 2 593786 04C Caulking Square Wooden Window multi Non-Fibrous 98 Detected Exterior Chrysotile 2 593787 Thursday 04 June End of Report Page 1 of 1 Analyzed by: Batch: 53174

Clock Tower Chelsea City Hall 500 Broadway Asbestos Inspection June 4, 2020 Appendix E

APPENDIX E

LICENSES AND CERTIFICATIONS

THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS 19 STANIFORD STREET, BOSTON, MASSACHUSETTS 02114

CERTIFICATION FOR ASBESTOS ANALYTICAL SERVICES

ASBESTOS IDENTIFICATION LABORATORY 165 NEW BOSTON STREET SUITE227 WOBURN MA 01801

LlCENSE: AA00.0208 EXPIRES:-Tursday, June-23, 2020 IN ACCORDANCE WITH MGL CH. 149 § 6B. AND 453 CMR 6.08 THIS CERTIFICATE IS ISSUED BY THE DEPARTMENT OF LABOR STANDARDS TO THE ABOVE NAMED ENTITIY TO PROVIDE THE ASBESTOS ANALYTICAL SERVICES SPECIFICALLY LISTED BELOW.

CLASS A CERTIFICATE CLASS C CERTIFICATE

WILLIAM D. McKINNEY, DIRECTOR

Mailing Address:

ASBESTOS IDENTIFICATION LABORATORY 165 NEW BOSTON STREET SUITE227 WOBURN, MA 01801 United States Department of Commerce National Institute of Standards and Technology

Certificate of Accreditation to ISO/IEC 17025:2005

NVLAP LAB CODE: 200919-0

Asbestos Identification Laboratory Woburn, MA

is accredited by the National Voluntary Laboratory Accreditation Program for specific services, listed on the Scope of Accreditation, for: Asbestos Fiber Analysis

This laboratory is accredited in accordance with the recognized International Standard /SOI/EC 17025:2005. This accreditation demonstrates technical competence for a defined scope and the operation of a laboratory quality management system (refer to joint ISO-ILAC-IAF Communique dated January 2009). ·~ 2019-07-01through2020-06-30 * * 'i. l~I D Effective Dates ~().~~q For the tynal Volunt1 .S,.4TES of Bidder Information Form Clock Tower Renovation

Name of Company:

Address:

Telephone #:

Fax #:

Email Contact:

Is the Company a: Corporation ____

Partnership ____

Sole Proprietorship____

Publicly Held ____

Privately Held ____

Names and address of the Principals, Owners, Directors, Officers:

______

______Signature of authorizing party

28

CITY OF CHELSEA

REQUIRED BID SUBMITTAL FORM

Certificate of Non-Collusion

The undersigned certifies under the penalties of perjury that this 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.

Signature Date

______

______Name (Please Print) Title

______Company

______Address

______Contact Number

29

CITY OF CHELSEA

REQUIRED RESPONSE SUBMITTAL FORM

TAX COMPLIANCE CERTIFICATION

Pursuant to M.G.L. c. 62C, Section 49A, I certify under penalties of perjury that I, to my best knowledge and belief, have filed all Massachusetts tax returns and paid all Massachusetts taxes required under law, as well as paid all contributions and payments in lieu of contributions pursuant to M.G.L., c. 151A, Section 19A(b).

I further certify that I have complied with all federal, state and local laws relating to taxes, including but not limited to the withholding and reporting of any income taxes for employees and contractors, and the withholding and remittance of child support.

______Signature

______Social Security or Federal ID No.

______Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULLY COMPLETED.

30

SIGNATURE AUTHORITY CERTIFICATION

I hereby certify, on behalf of ______(Company Name),

that ______(Name of Signer) of this Company, be and hereby is

authorized to execute contracts and bonds in the name and on 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.

Signature

Name &Title

Date

31

CITY OF CHELSEA

REQUIRED BID SUBMITTAL FORM

WAGE THEFT CERTIFICATION

Pursuant to M.G.L. c. 149, M.G.L. c. 151, I certify under penalties of perjury that, neither this Company nor any of its subcontractors have been subject to a federal or state criminal or civil judgment, administrative citation, final administrative determination, order or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages within three (3) years prior to the date of the Contract.

Or I certify that this Company has provided copies of any and all of the above to the City prior to the date of the Contract and any required wage bond or insurance; and certifies that while the Contract is in effect, it will report any instance of the above to the City within five (5) days of the Contractor’s receipt.

Signature

Social Security or Federal ID No.

Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULY COMPLETED

32

CITY OF CHELSEA

REQUIRED BID SUBMITTAL FORM

LIVING WAGE CERTIFICATION

I hereby certify, on behalf of ______(Company Name), that we pay each employee at least the Living Wage required by the City of Chelsea pursuant to Section 2.284B of the Code of Ordinances of the City of Chelsea, Massachusetts, which Living Wage is currently $14.03 per hour. We further certify and acknowledge that this Living Wage shall increase each February 1st, and we shall pay the required new Living Wage to all employees as of its effective date. We further certify and acknowledge that the payment of the Living Wage is a condition of this contract, and any failure to pay such Living Wage shall constitute a material breach of the contract. We agree to post a notice of this required Living Wage in our workplace.

Signature

Social Security or Federal ID No.

Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULY COMPLETED

33

FORM FOR GENERAL BID

TO THE AWARDING AUTHORITY

A. The undersigned proposes to furnish all labor and materials required for for the PROJECT in , Massachusetts, in accordance with the accompanying plans and specifications prepared by Name of Engineer/Architect For the contract price specified below, subject to additions and deductions according to the terms of the specifications.

B. This bid includes addenda numbered:

C. The proposed contract price is: Dollars $ Bid Amount in Words Bid Amount in Numbers

For Alternate No. Add $ Subtract $ No. $ $ No. $ $ No. $ $ No. $ $

Each Alternate shall be listed separately D. The subdivision of the proposed contract price is as follows: ITEM 1. The work of the general contractor, being all work other than that covered by ITEM 2.

TOTAL OF ITEM 1 ...... $ ITEM 2. Sub-bids as follows: Sub-trade Name of Filed Sub-bidder Sub-bid Amount Bond Required Yes No

TOTAL OF ITEM 2 ...... $

eBidding 2012 Form For General Bid 1 of 2 The undersigned agrees that each of the above named sub-bidders will be used for the work indicated at the amount stated, unless a substitution is made. The undersigned further agrees to pay the premiums for the performance and payment bonds furnished by sub-bidders as requested herein and that all of the cost of all such premiums is included in the amount set forth in Item l of this bid.

The undersigned agrees that if selected as general contractor, he will promptly confer with the awarding authority on the question of sub-bidders; and that the awarding authority may substitute for any sub-bid listed above a sub-bid filed with the awarding authority by another sub-bidder for the sub-trade against whose standing and ability the undersigned makes no objection; and that the undersigned will use all such finally selected sub-bidders at the amounts named in their respective sub-bids and be in every way as responsible for them and their work as if they had been originally named in this general bid, the total contract price being adjusted to conform thereto.

E. The undersigned agrees that, if he is selected as general contractor, he will within five days, Saturdays, Sundays, and legal holidays excluded, after presentation thereof by the awarding authority, execute a contract in accordance with the terms of this bid and furnish a performance bond and also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the awarding authority and each in the sum of the contract price, the premiums for which are to be paid by the general contractor and are included in the contract price; provided, however, that if there is more than 1 surety company, the surety companies shall be jointly and severally liable. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards made subject to section 44A.

The undersigned further certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated there under.

NAME OF BIDDER

SIGNATURE AND TITLE OF PERSON SIGNING BID Date: BUSINESS ADDRESS

eBidding 2012 Form For General Bid 2 of 2 FORM FOR SUB-BID TO ALL GENERAL BIDDERS EXCEPT THOSE EXCLUDED: A. The undersigned proposes to furnish all labor and materials required for completing, in accordance with the hereinafter described plans, specifications and addenda, all the work specified in Section No of the specifications and in any plans specified in such section prepared by for

for the ______in, ______Massachusetts,

for the contract sum of :

Dollars $ Bid Amount in Words Bid Amount in Numbers For Alternate No. Add $ Subtract $ No. $ $ No. $ $ No. $ $ Each Alternate shall be listed separately B. This Sub-bid includes addenda numbered C. This Sub-bid May be used by any General Bidder Except:

May only be used by the following General Bidders:

To exclude general bidders, insert "X" in one box only and fill in blank following that box. Do not answer C if no general bidders are excluded

D. The undersigned agrees that, if selected as a sub-bidder, he will, within five days, Saturdays, Sundays and legal holidays excluded, after presentation of a subcontract by the general bidder selected as the general contractor, execute with such general bidder a subcontract in accordance with the terms of this sub-bid, and contingent upon the execution of the general contract, and, if requested to do so in the general bid by such general bidder, who shall pay the premiums therefor, or if prequalification is required pursuant to Section 44D 3/4 , furnish a performance and payment bond of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the awarding authority, in the full sum of the subcontract price. E. The names of all persons, firms and corporations furnishing to the undersigned labor or labor and materials for the class or classes or part thereof of work for which the provisions of the section of the specifications for this sub- trade require a listing in this paragraph, including the undersigned if customarily furnished by persons on his own payroll and in the absence of a contrary provision in the specifications, the name of each such class of work or part thereto and the bid price for such class of work or part thereof are: NAME CLASS OF WORK BID PRICE

(Do not give bid price for any class or part thereof furnished by the undersigned). eBidding 2012 Form for Sub Bid 1 of 2 F. The undersigned agrees that the above list of bids of the undersigned represents bona fide bids based on hereinbefore described plans, specifications and addenda, and that, if the undersigned is awarded the contract, they will be used for the work indicated at the amounts stated, if satisfactory to the awarding authority. G. The undersigned further agrees to be bound to the general contractor by the terms of the hereinbefore described plans, specifications, including all general conditions stated therein, and addenda, and to assume toward him all the obligations and responsibilities that he, by those documents, assumes toward the owner. H. The undersigned offers the following information as evidence of his qualifications to perform the work as bid upon according to all the requirements of the plans and specifications:

1. Have been in business under present business name for years 2. Ever failed to complete any work awarded? 3. List one or more recent buildings with names of general contractor and architect on which you served as subcontractor for work of similar character as required for the above-named building Building Type Architect General Contractor Contract Amount $ $ $ 4. Bank Reference:

I. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work; that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and that he will comply fully with all laws and regulations applicable to awards of subcontracts subject to section 44F. The safety training requirement in this paragraph is effective July 1, 2006. The undersigned further certifies under penalty of perjury that this sub-bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person" shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. The undersigned further certifies under penalty of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder.

NAME OF SUB-BIDDER

SIGNATURE & TITLE OF PERSON SIGNING BID

BUSINESS ADDRESS

eBidding 2012 Form for Sub Bid 2 of 2 CITY OF CHELSEA REQUIRED BID SUBMITTAL FORM W-9 FORM Form W-9 Request for Taxpayer Give Form to the (Rev. December 2011) requester. Do not Department of the Treasury Identification Number and Certification send to the IRS. Internal Revenue Service Name (as shown on your income tax return)

Business name/disregarded entity name, if different from above

Check appropriate box for federal tax classification: Individual/sole proprietor C Corporation S Corporation Partnership Trust/estate

Exempt payee Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=partnership) ▶

Other (see instructions) ▶ Print or type Address (number, street, and apt. or suite no.) Requester’s name and address (optional)

City, state, and ZIP code See Specific Instructions on page 2. List account number(s) here (optional)

Part I Taxpayer Identification Number (TIN) Enter your TIN in the appropriate box. The TIN provided must match the name given on the “Name” line Social security number to avoid backup withholding. For individuals, this is your social security number (SSN). However, for a resident alien, sole proprietor, or disregarded entity, see the Part I instructions on page 3. For other – – entities, it is your employer identification number (EIN). If you do not have a number, see How to get a TIN on page 3. Note. If the account is in more than one name, see the chart on page 4 for guidelines on whose Employer identification number number to enter. – Part II Certification Under penalties of perjury, I certify that: 1. The number shown on this form is my correct taxpayer identification number (or I am waiting for a number to be issued to me), and 2. I am not subject to backup withholding because: (a) I am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am no longer subject to backup withholding, and 3. I am a U.S. citizen or other U.S. person (defined below). Certification instructions. You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return. For real estate transactions, item 2 does not apply. For mortgage interest paid, acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retirement arrangement (IRA), and generally, payments other than interest and dividends, you are not required to sign the certification, but you must provide your correct TIN. See the instructions on page 4.

Sign Signature of Here U.S. person ▶ Date ▶ General Instructions Note. If a requester gives you a form other than Form W-9 to request your TIN, you must use the requester’s form if it is substantially similar Section references are to the Internal Revenue Code unless otherwise to this Form W-9. noted. Definition of a U.S. person. For federal tax purposes, you are Purpose of Form considered a U.S. person if you are: A person who is required to file an information return with the IRS must • An individual who is a U.S. citizen or U.S. resident alien, obtain your correct taxpayer identification number (TIN) to report, for • A partnership, corporation, company, or association created or example, income paid to you, real estate transactions, mortgage interest organized in the United States or under the laws of the United States, you paid, acquisition or abandonment of secured property, cancellation • An estate (other than a foreign estate), or of debt, or contributions you made to an IRA. • A domestic trust (as defined in Regulations section 301.7701-7). Use Form W-9 only if you are a U.S. person (including a resident alien), to provide your correct TIN to the person requesting it (the Special rules for partnerships. Partnerships that conduct a trade or requester) and, when applicable, to: business in the United States are generally required to pay a withholding tax on any foreign partners’ share of income from such business. 1. Certify that the TIN you are giving is correct (or you are waiting for a Further, in certain cases where a Form W-9 has not been received, a number to be issued), partnership is required to presume that a partner is a foreign person, 2. Certify that you are not subject to backup withholding, or and pay the withholding tax. Therefore, if you are a U.S. person that is a 3. Claim exemption from backup withholding if you are a U.S. exempt partner in a partnership conducting a trade or business in the United payee. If applicable, you are also certifying that as a U.S. person, your States, provide Form W-9 to the partnership to establish your U.S. allocable share of any partnership income from a U.S. trade or business status and avoid withholding on your share of partnership income. is not subject to the withholding tax on foreign partners’ share of effectively connected income. Cat. No. 10231X Form W-9 (Rev. 12-2011) Form W-9 (Rev. 12-2011) Page 2

The person who gives Form W-9 to the partnership for purposes of Certain payees and payments are exempt from backup withholding. establishing its U.S. status and avoiding withholding on its allocable See the instructions below and the separate Instructions for the share of net income from the partnership conducting a trade or business Requester of Form W-9. in the United States is in the following cases: Also see Special rules for partnerships on page 1. • The U.S. owner of a disregarded entity and not the entity, Updating Your Information • The U.S. grantor or other owner of a grantor trust and not the trust, and You must provide updated information to any person to whom you claimed to be an exempt payee if you are no longer an exempt payee • The U.S. trust (other than a grantor trust) and not the beneficiaries of and anticipate receiving reportable payments in the future from this the trust. person. For example, you may need to provide updated information if Foreign person. If you are a foreign person, do not use Form W-9. you are a C corporation that elects to be an S corporation, or if you no Instead, use the appropriate Form W-8 (see Publication 515, longer are tax exempt. In addition, you must furnish a new Form W-9 if Withholding of Tax on Nonresident Aliens and Foreign Entities). the name or TIN changes for the account, for example, if the grantor of a Nonresident alien who becomes a resident alien. Generally, only a grantor trust dies. nonresident alien individual may use the terms of a tax treaty to reduce Penalties or eliminate U.S. tax on certain types of income. However, most tax treaties contain a provision known as a “saving clause.” Exceptions Failure to furnish TIN. If you fail to furnish your correct TIN to a specified in the saving clause may permit an exemption from tax to requester, you are subject to a penalty of $50 for each such failure continue for certain types of income even after the payee has otherwise unless your failure is due to reasonable cause and not to willful neglect. become a U.S. resident alien for tax purposes. Civil penalty for false information with respect to withholding. If you If you are a U.S. resident alien who is relying on an exception make a false statement with no reasonable basis that results in no contained in the saving clause of a tax treaty to claim an exemption backup withholding, you are subject to a $500 penalty. from U.S. tax on certain types of income, you must attach a statement to Form W-9 that specifies the following five items: Criminal penalty for falsifying information. Willfully falsifying certifications or affirmations may subject you to criminal penalties 1. The treaty country. Generally, this must be the same treaty under including fines and/or imprisonment. which you claimed exemption from tax as a nonresident alien. Misuse of TINs. If the requester discloses or uses TINs in violation of 2. The treaty article addressing the income. federal law, the requester may be subject to civil and criminal penalties. 3. The article number (or location) in the tax treaty that contains the saving clause and its exceptions. Specific Instructions 4. The type and amount of income that qualifies for the exemption Name from tax. 5. Sufficient facts to justify the exemption from tax under the terms of If you are an individual, you must generally enter the name shown on the treaty article. your income tax return. However, if you have changed your last name, for instance, due to marriage without informing the Social Security Example. Article 20 of the U.S.-China income tax treaty allows an Administration of the name change, enter your first name, the last name exemption from tax for scholarship income received by a Chinese shown on your social security card, and your new last name. student temporarily present in the United States. Under U.S. law, this student will become a resident alien for tax purposes if his or her stay in If the account is in joint names, list first, and then circle, the name of the United States exceeds 5 calendar years. However, paragraph 2 of the person or entity whose number you entered in Part I of the form. the first Protocol to the U.S.-China treaty (dated April 30, 1984) allows Sole proprietor. Enter your individual name as shown on your income the provisions of Article 20 to continue to apply even after the Chinese tax return on the “Name” line. You may enter your business, trade, or student becomes a resident alien of the United States. A Chinese “doing business as (DBA)” name on the “Business name/disregarded student who qualifies for this exception (under paragraph 2 of the first entity name” line. protocol) and is relying on this exception to claim an exemption from tax Partnership, C Corporation, or S Corporation. Enter the entity's name on his or her scholarship or fellowship income would attach to Form on the “Name” line and any business, trade, or “doing business as W-9 a statement that includes the information described above to (DBA) name” on the “Business name/disregarded entity name” line. support that exemption. Disregarded entity. Enter the owner's name on the “Name” line. The If you are a nonresident alien or a foreign entity not subject to backup name of the entity entered on the “Name” line should never be a withholding, give the requester the appropriate completed Form W-8. disregarded entity. The name on the “Name” line must be the name What is backup withholding? Persons making certain payments to you shown on the income tax return on which the income will be reported. must under certain conditions withhold and pay to the IRS a percentage For example, if a foreign LLC that is treated as a disregarded entity for of such payments. This is called “backup withholding.” Payments that U.S. federal tax purposes has a domestic owner, the domestic owner's may be subject to backup withholding include interest, tax-exempt name is required to be provided on the “Name” line. If the direct owner interest, dividends, broker and barter exchange transactions, rents, of the entity is also a disregarded entity, enter the first owner that is not royalties, nonemployee pay, and certain payments from fishing boat disregarded for federal tax purposes. Enter the disregarded entity's operators. Real estate transactions are not subject to backup name on the “Business name/disregarded entity name” line. If the owner withholding. of the disregarded entity is a foreign person, you must complete an You will not be subject to backup withholding on payments you appropriate Form W-8. receive if you give the requester your correct TIN, make the proper Note. Check the appropriate box for the federal tax classification of the certifications, and report all your taxable interest and dividends on your person whose name is entered on the “Name” line (Individual/sole tax return. proprietor, Partnership, C Corporation, S Corporation, Trust/estate). Payments you receive will be subject to backup Limited Liability Company (LLC). If the person identified on the withholding if: “Name” line is an LLC, check the “Limited liability company” box only and enter the appropriate code for the tax classification in the space 1. You do not furnish your TIN to the requester, provided. If you are an LLC that is treated as a partnership for federal 2. You do not certify your TIN when required (see the Part II tax purposes, enter “P” for partnership. If you are an LLC that has filed a instructions on page 3 for details), Form 8832 or a Form 2553 to be taxed as a corporation, enter “C” for 3. The IRS tells the requester that you furnished an incorrect TIN, C corporation or “S” for S corporation. If you are an LLC that is disregarded as an entity separate from its owner under Regulation 4. The IRS tells you that you are subject to backup withholding section 301.7701-3 (except for employment and excise tax), do not because you did not report all your interest and dividends on your tax check the LLC box unless the owner of the LLC (required to be return (for reportable interest and dividends only), or identified on the “Name” line) is another LLC that is not disregarded for 5. You do not certify to the requester that you are not subject to federal tax purposes. If the LLC is disregarded as an entity separate backup withholding under 4 above (for reportable interest and dividend from its owner, enter the appropriate tax classification of the owner accounts opened after 1983 only). identified on the “Name” line. Form W-9 (Rev. 12-2011) Page 3

Other entities. Enter your business name as shown on required federal Part I. Taxpayer Identification Number (TIN) tax documents on the “Name” line. This name should match the name shown on the charter or other legal document creating the entity. You Enter your TIN in the appropriate box. If you are a resident alien and may enter any business, trade, or DBA name on the “Business name/ you do not have and are not eligible to get an SSN, your TIN is your IRS disregarded entity name” line. individual taxpayer identification number (ITIN). Enter it in the social security number box. If you do not have an ITIN, see How to get a TIN Exempt Payee below. If you are exempt from backup withholding, enter your name as If you are a sole proprietor and you have an EIN, you may enter either described above and check the appropriate box for your status, then your SSN or EIN. However, the IRS prefers that you use your SSN. check the “Exempt payee” box in the line following the “Business name/ If you are a single-member LLC that is disregarded as an entity disregarded entity name,” sign and date the form. separate from its owner (see Limited Liability Company (LLC) on page 2), Generally, individuals (including sole proprietors) are not exempt from enter the owner’s SSN (or EIN, if the owner has one). Do not enter the backup withholding. Corporations are exempt from backup withholding disregarded entity’s EIN. If the LLC is classified as a corporation or for certain payments, such as interest and dividends. partnership, enter the entity’s EIN. Note. If you are exempt from backup withholding, you should still Note. See the chart on page 4 for further clarification of name and TIN complete this form to avoid possible erroneous backup withholding. combinations. The following payees are exempt from backup withholding: How to get a TIN. If you do not have a TIN, apply for one immediately. To apply for an SSN, get Form SS-5, Application for a Social Security 1. An organization exempt from tax under section 501(a), any IRA, or a Card, from your local Social Security Administration office or get this custodial account under section 403(b)(7) if the account satisfies the form online at www.ssa.gov. You may also get this form by calling requirements of section 401(f)(2), 1-800-772-1213. Use Form W-7, Application for IRS Individual Taxpayer 2. The United States or any of its agencies or instrumentalities, Identification Number, to apply for an ITIN, or Form SS-4, Application for 3. A state, the District of Columbia, a possession of the United States, Employer Identification Number, to apply for an EIN. You can apply for or any of their political subdivisions or instrumentalities, an EIN online by accessing the IRS website at www.irs.gov/businesses and clicking on Employer Identification Number (EIN) under Starting a 4. A foreign government or any of its political subdivisions, agencies, Business. You can get Forms W-7 and SS-4 from the IRS by visiting or instrumentalities, or IRS.gov or by calling 1-800-TAX-FORM (1-800-829-3676). 5. An international organization or any of its agencies or If you are asked to complete Form W-9 but do not have a TIN, write instrumentalities. “Applied For” in the space for the TIN, sign and date the form, and give Other payees that may be exempt from backup withholding include: it to the requester. For interest and dividend payments, and certain 6. A corporation, payments made with respect to readily tradable instruments, generally you will have 60 days to get a TIN and give it to the requester before you 7. A foreign central bank of issue, are subject to backup withholding on payments. The 60-day rule does 8. A dealer in securities or commodities required to register in the not apply to other types of payments. You will be subject to backup United States, the District of Columbia, or a possession of the United withholding on all such payments until you provide your TIN to the States, requester. 9. A futures commission merchant registered with the Commodity Note. Entering “Applied For” means that you have already applied for a Futures Trading Commission, TIN or that you intend to apply for one soon. 10. A real estate investment trust, Caution: A disregarded domestic entity that has a foreign owner must 11. An entity registered at all times during the tax year under the use the appropriate Form W-8. Investment Company Act of 1940, Part II. Certification 12. A common trust fund operated by a bank under section 584(a), To establish to the withholding agent that you are a U.S. person, or 13. A financial institution, resident alien, sign Form W-9. You may be requested to sign by the 14. A middleman known in the investment community as a nominee or withholding agent even if item 1, below, and items 4 and 5 on page 4 custodian, or indicate otherwise. 15. A trust exempt from tax under section 664 or described in section For a joint account, only the person whose TIN is shown in Part I 4947. should sign (when required). In the case of a disregarded entity, the person identified on the “Name” line must sign. Exempt payees, see The following chart shows types of payments that may be exempt Exempt Payee on page 3. from backup withholding. The chart applies to the exempt payees listed above, 1 through 15. Signature requirements. Complete the certification as indicated in items 1 through 3, below, and items 4 and 5 on page 4. IF the payment is for . . . THEN the payment is exempt 1. Interest, dividend, and barter exchange accounts opened for . . . before 1984 and broker accounts considered active during 1983. You must give your correct TIN, but you do not have to sign the Interest and dividend payments All exempt payees except certification. for 9 2. Interest, dividend, broker, and barter exchange accounts Broker transactions Exempt payees 1 through 5 and 7 opened after 1983 and broker accounts considered inactive during through 13. Also, C corporations. 1983. You must sign the certification or backup withholding will apply. If Barter exchange transactions and Exempt payees 1 through 5 you are subject to backup withholding and you are merely providing patronage dividends your correct TIN to the requester, you must cross out item 2 in the certification before signing the form. Payments over $600 required to be Generally, exempt payees You must sign the certification. You may 2 3. Real estate transactions. reported and direct sales over 1 through 7 cross out item 2 of the certification. $5,000 1 1 See Form 1099-MISC, Miscellaneous Income, and its instructions. 2 However, the following payments made to a corporation and reportable on Form 1099-MISC are not exempt from backup withholding: medical and health care payments, attorneys' fees, gross proceeds paid to an attorney, and payments for services paid by a federal executive agency. Form W-9 (Rev. 12-2011) Page 4

4. Other payments. You must give your correct TIN, but you do not Note. If no name is circled when more than one name is listed, the have to sign the certification unless you have been notified that you number will be considered to be that of the first name listed. have previously given an incorrect TIN. “Other payments” include payments made in the course of the requester’s trade or business for Secure Your Tax Records from Identity Theft rents, royalties, goods (other than bills for merchandise), medical and Identity theft occurs when someone uses your personal information health care services (including payments to corporations), payments to such as your name, social security number (SSN), or other identifying a nonemployee for services, payments to certain fishing boat crew information, without your permission, to commit fraud or other crimes. members and fishermen, and gross proceeds paid to attorneys An identity thief may use your SSN to get a job or may file a tax return (including payments to corporations). using your SSN to receive a refund. 5. Mortgage interest paid by you, acquisition or abandonment of To reduce your risk: secured property, cancellation of debt, qualified tuition program • Protect your SSN, payments (under section 529), IRA, Coverdell ESA, Archer MSA or HSA contributions or distributions, and pension distributions. You • Ensure your employer is protecting your SSN, and must give your correct TIN, but you do not have to sign the certification. • Be careful when choosing a tax preparer. If your tax records are affected by identity theft and you receive a What Name and Number To Give the Requester notice from the IRS, respond right away to the name and phone number For this type of account: Give name and SSN of: printed on the IRS notice or letter. If your tax records are not currently affected by identity theft but you 1. Individual The individual think you are at risk due to a lost or stolen purse or wallet, questionable 2. Two or more individuals (joint The actual owner of the account or, credit card activity or credit report, contact the IRS Identity Theft Hotline account) if combined funds, the first 1 at 1-800-908-4490 or submit Form 14039. individual on the account For more information, see Publication 4535, Identity Theft Prevention 3. Custodian account of a minor The minor 2 (Uniform Gift to Minors Act) and Victim Assistance. 4. a. The usual revocable savings The grantor-trustee 1 Victims of identity theft who are experiencing economic harm or a trust (grantor is also trustee) system problem, or are seeking help in resolving tax problems that have b. So-called trust account that is The actual owner 1 not been resolved through normal channels, may be eligible for not a legal or valid trust under Taxpayer Advocate Service (TAS) assistance. You can reach TAS by state law calling the TAS toll-free case intake line at 1-877-777-4778 or TTY/TDD 5. Sole proprietorship or disregarded The owner 3 1-800-829-4059. entity owned by an individual Protect yourself from suspicious emails or phishing schemes. The grantor* 6. Grantor trust filing under Optional Phishing is the creation and use of email and websites designed to Form 1099 Filing Method 1 (see Regulation section 1.671-4(b)(2)(i)(A)) mimic legitimate business emails and websites. The most common act is sending an email to a user falsely claiming to be an established For this type of account: Give name and EIN of: legitimate enterprise in an attempt to scam the user into surrendering 7. Disregarded entity not owned by an The owner private information that will be used for identity theft. individual 8. A valid trust, estate, or pension trust Legal entity 4 The IRS does not initiate contacts with taxpayers via emails. Also, the IRS does not request personal detailed information through email or ask 9. Corporation or LLC electing The corporation taxpayers for the PIN numbers, passwords, or similar secret access corporate status on Form 8832 or Form 2553 information for their credit card, bank, or other financial accounts. 10. Association, club, religious, The organization If you receive an unsolicited email claiming to be from the IRS, charitable, educational, or other forward this message to [email protected]. You may also report misuse tax-exempt organization of the IRS name, logo, or other IRS property to the Treasury Inspector 11. Partnership or multi-member LLC The partnership General for Tax Administration at 1-800-366-4484. You can forward 12. A broker or registered nominee The broker or nominee suspicious emails to the Federal Trade Commission at: [email protected] 13. Account with the Department of The public entity or contact them at www.ftc.gov/idtheft or 1-877-IDTHEFT Agriculture in the name of a public (1-877-438-4338). entity (such as a state or local Visit IRS.gov to learn more about identity theft and how to reduce government, school district, or your risk. prison) that receives agricultural program payments 14. Grantor trust filing under the Form The trust 1041 Filing Method or the Optional Form 1099 Filing Method 2 (see Regulation section 1.671-4(b)(2)(i)(B))

1 List first and circle the name of the person whose number you furnish. If only one person on a joint account has an SSN, that person’s number must be furnished. 2 Circle the minor’s name and furnish the minor’s SSN. 3 You must show your individual name and you may also enter your business or “DBA” name on the “Business name/disregarded entity” name line. You may use either your SSN or EIN (if you have one), but the IRS encourages you to use your SSN. 4 List first and circle the name of the trust, estate, or pension trust. (Do not furnish the TIN of the personal representative or trustee unless the legal entity itself is not designated in the account title.) Also see Special rules for partnerships on page 1. *Note. Grantor also must provide a Form W-9 to trustee of trust.

Privacy Act Notice Section 6109 of the Internal Revenue Code requires you to provide your correct TIN to persons (including federal agencies) who are required to file information returns with the IRS to report interest, dividends, or certain other income paid to you; mortgage interest you paid; the acquisition or abandonment of secured property; the cancellation of debt; or contributions you made to an IRA, Archer MSA, or HSA. The person collecting this form uses the information on the form to file information returns with the IRS, reporting the above information. Routine uses of this information include giving it to the Department of Justice for civil and criminal litigation and to cities, states, the District of Columbia, and U.S. possessions for use in administering their laws. The information also may be disclosed to other countries under a treaty, to federal and state agencies to enforce civil and criminal laws, or to federal law enforcement and intelligence agencies to combat terrorism. You must provide your TIN whether or not you are required to file a tax return. Under section 3406, payers must generally withhold a percentage of taxable interest, dividend, and certain other payments to a payee who does not give a TIN to the payer. Certain penalties may also apply for providing false or fraudulent information. OSHA COMPLIANCE CERTIFICATION

Any person submitting a bid for, signing a contract to work on, the construction, reconstruction, alteration, remodeling or repair of any building or public works project undertaken by a public awarding authority in Massachusetts and estimated to cost more than $10,000 must certify on the bid or contract, under penalties of perjury, as follows:

1. that he is able to furnish labor than can work in harmony with all other elements of labor employed or to be employed at the work

2. All employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and

3. that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. (MGL. c. 30, Section 39S (a))

______

Pursuant to M.G.L. c. 30, Section 39M and M.G.L. c. 149, I certify under penalties of perjury that, to the best of my Knowledge and belief, I am in compliance with the OSHA requirements as stated above.

Dated______Name of Company or Corporation

______Authorized Official’s Signature

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULY COMPLETED

34

CONTRACT NO.______

CITY OF CHELSEA CONTRACT FOR SERVICES over $10,000

______

This agreement (the "Agreement") is made and entered into by and between the City of Chelsea (hereinafter the CITY), a municipal corporation organized and existing under the laws of the Commonwealth of Massachusetts, and [NAME] [ADDRESS] (hereinafter the CONTRACTOR)

For mutual consideration the Parties hereby agree as follows:

ARTICLE 1. DEFINITION. This CONTRACT as used herein shall consist of this Agreement, and the "contract documents" which include but are not limited to the following identified items and all documents, and forms submitted therewith, or attached hereby.

 Attachment A: Scope of Services, and/or other bid package materials  Attachment B: Additional Contract Terms and Conditions  Attachment C: Certificate of Non-Collusion, Tax Compliance Certification, Statement of Corporate Authority  Attachment D: Summaries of Laws Regarding State Ethics - Acknowledgment of Receipt  Addenda through #

ARTICLE II. AMOUNT AND TERM. Pursuant to the terms and conditions stated in the Contract, this CITY agrees to pay an amount not to exceed $______, and the Contractor agrees to perform the services detailed in the Contract. The Contract shall commence on or about ______(the "Commencing Date") unless earlier terminated pursuant to Article IV, Termination and shall terminate no later than ______, unless a written amendment to renew or extend this contract is executed in accordance with the provisions of this CONTRACT.

ARTICLE III. PERFORMANCE. The Contractor agrees to provide all goods and/or services set forth in the Invitation for Bid/Request for Proposal Documents, Scope of Service, the Contractor's proposal for "______", and/or as outlined in ATTACHMENT A - SCOPE OF SERVICES.

35

ARTICLE IV. TERMINATION. i) Without Cause. The CITY may terminate this CONTRACT on sixty (60) calendar day’s notice, or may suspend this CONTRACT for up to sixty (60) calendar days upon receipt of notice, when in the best interests of the CITY, by providing notice to the CONTRACTOR, which shall be in writing and shall be deemed delivered and received when given in person to the CONTRACTOR, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CONTRACTOR.

ii) For Cause. If the CONTRACTOR is determined by the CITY to be in default of any term or condition of CONTRACT, the CITY may terminate this contract on thirty (30) day’s notice by providing notice to the CONTRACTOR, which shall be in writing and shall be deemed delivered and received when given in person to the CONTRACTOR, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CONTRACTOR. If the CITY is determined by the CONTRACTOR to be in default of any term or condition of this CONTRACT the CONTRACTOR may terminate this contract on thirty (30) day’s notice by providing notice to the CITY, which shall be in writing and shall be deemed delivered and received when given in person to the CITY, or when received by fax, express mail, certified mail return receipt requested, regular mail postage prepaid or delivered by any other appropriate method evidencing actual receipt by the CITY.

iii) Default. Events of default under this CONTRACT shall include, but are not limited to the following: a) any material misrepresentation made by the CONTRACTOR to the CITY, b) any failure to perform any of its obligations under this CONTRACT including, but not limited to the following: (i) failure to commence performance of this CONTRACT at the time specified in this CONTRACT due to a reason or circumstance within the CONTRACTOR'S reasonable control, (ii) failure to perform this CONTRACT with sufficient personnel and equipment or with sufficient material to ensure the completion of this CONTRACT within the specified time due to a reason or circumstance within the CONTRACTOR'S reasonable control, (iii) failure to perform this CONTRACT in a manner reasonably satisfactory to the CITY, (iv) failure to promptly re- perform with reasonable time the services that were rejected by the CITY as unsatisfactory, or erroneous, (v) discontinuance of the services for reasons not beyond the CONTRACTOR'S reasonable control, (vi) failure to comply with a material term of this CONTRACT, including, but not limited to, the provision of insurance or failure to comply with nondiscrimination provisions, and (vii) any other acts specifically and expressly stated in this CONTRACT as constituting a basis for termination of this CONTRACT, and (viii) failure to comply with any and all requirements of state law, and/or regulations, and City ordinances, and/or regulations.

ARTICLE V. REMEDIES OF THE CITY. The City hereby retains all remedies in law and equity, including but not limited to, the right to deduct the cost of any substitute contract or performance for expenses, losses, and all damages and the right to withhold from payment, any amounts for expenses, losses, and damages from sums due, or which become due.

36

ARTICLE VI. REMEDIES OF THE CONTRACTOR. If the Contractor, due to any act or omission for which the City is legally responsible, sustains damages, other than loss, non-conformance, or non-performance, the Contractor may request, within 30 days of the alleged act or omission from the City, a sum equal to the amount of such damages sustained by the Contractor, which amount may be determined by the City in writing, at the City 's sole discretion, provided that the Contractor has provided to all signatories of this Agreement, a detailed, written statement of such damages and cause thereof within said 30 day period.

ARTICLE VII. ASSIGNABILITY. The CONTRACTOR shall not assign, subcontract or in any way transfer any interest, rights or obligations in this CONTRACT without the prior written consent of the City Manager. In the event of such assignment the CITY reserves the right to deal with any assignee subcontractor or transferee directly and the CONTRACTOR agrees to remain bound by all terms and conditions of this CONTRACT in accordance with its original tenor and in no way shall the CONTRACTOR be relieved of its responsibilities and obligations under this CONTRACT. The provisions of this CONTRACT shall be binding upon, and shall inure to the benefit of, the successors and assigns of the CONTRACTOR and any public body or bodies succeeding the interests of the CITY.

ARTICLE VIII. INDEMNIFICATION. The CONTRACTOR shall assume the defense, indemnify and hold harmless the CITY, the CITY'S agents and employees, from and against all losses and all claims, demands, payments, suits, actions, recoveries and judgments of every nature and description brought or recovered against them by reason of acts, in actions, omissions, negligence, reckless or intentional misconduct of the said CONTRACTOR, its agent(s), officers, employees, or subcontractors; in the execution of the work or in guarding the same. Unless otherwise provided by law, the CITY may elect, at its sole discretion, to indemnify the CONTRACTOR for claims arising in tort if it is determined that the CONTRACTOR performed its obligations under this CONTRACT pursuant to the direct supervision and control of the CITY or its designated agent(s).

ARTICLE IX. WORKER'S COMPENSATION AND OTHER INSURANCE. The CONTRACTOR shall provide insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker's Compensation Act) to all employees of the CONTRACTOR who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts.

Failure to provide and continue in force such insurance during the period of this contract shall be deemed a material breach of this contract, shall operate as an immediate termination thereof, and CONTRACTOR shall indemnify the CITY for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article.

37

The Contractor shall furnish to the CITY evidence of such insurance prior to the execution of this contract and before the same shall be binding on the parties thereto, except if specifically waived in Attachment B.

Prior to commencement of any work and until completion of its work under this CONTRACT, the CONTRACTOR shall maintain the following insurance coverage, at its cost, from insurance acceptable to the CITY, giving evidence of such coverage to the CITY prior to execution of this CONTRACT, a copy of such insurance coverage to be attached herewith:

1. Comprehensive Automobile Liability Insurance covering the use of all owned, non- owned and hired automobiles in connection with its operations with a combined single limit of $1,000,000. The comprehensive Automobile Liability insurance may be provided through primary and excess or umbrella insurance policies.

2. CONTRACTOR'S Equipment Coverage (or a certification of self-insurance satisfactory to the CITY) must be provided on an “All Risks" basis, covering physical damage to all tools and equipment, including automotive equipment owned, rented, or used by the CONTRACTOR.

3. Commercial General Liability Insurance coverage which may be provided through primary and excess or umbrella liability policies for limits of $1,000,000 general aggregate, and $500,000 per occurrence.

All required insurance must be endorsed to name the CITY as Additional Insured. All required insurance shall be endorsed to waive the insurer's rights of subrogation against the City. All policies and certificates of insurance must contain language that the insurance shall not be canceled, materially changed or non-renewed without at least thirty (30) days advance written notice to the CITY. The CONTRACTOR under this CONTRACT shall not allow its subcontractors to begin work until similar insurance has been so obtained and certificates of insurance approved by the CONTRACTOR.

ARTICLE X. CORPORATE CONTRACTOR. If CONTRACTOR is a corporation, CONTRACTOR shall endorse the Certificate of Corporate Authority for the CONTRACTORS' signatory (Exhibit C), or shall otherwise provide a form similar in nature and substance acceptable to the CITY at the City's sole discretion.

If CONTRACTOR is a non-profit corporation, CONTRACTOR shall provide satisfactory proof of present status as a non-profit corporation. Such proof shall be in the form of a certification from the Massachusetts Secretary of State's office and/or from the Internal Revenue Service and shall provide the Federal Tax Identification Number of the non-profit corporation. This CONTRACT shall not be enforceable against the CITY unless and until the CONTRACTOR complies with this Article. Failure to inform the CITY in writing of revocation, or other loss of non-profit status shall be deemed a material breach of this contract and operate as an immediate termination thereof.

ARTICLE XI. SUBJECT TO APPROPRIATION.

38

The obligations of the CITY under this CONTRACT shall be subject to appropriation. In the absence of appropriation this CONTRACT shall be immediately terminated without liability for damages, penalties, or other charges.

In the event any portion of this Agreement is to be funded with alternate funding including but not limited to state, local, federal or private grant funding. In the requisite circumstances, the obligations of the CITY under this CONTRACT shall be subject to the formal award of such state, local, federal or private grant.

ARTICLE XII. DOCUMENTS, MATERIALS, ETC. Any materials, reports, information, data, etc. given to or prepared or assembled by the CONTRACTOR under this CONTRACT are to be kept confidential and shall not be made available to any individual or organization by the CONTRACTOR (except agents, servants, or employees of the CONTRACTOR) without the prior written approval of the CITY. The CONTRATOR understands that he/she/it may acquire or have access to "personal data" otherwise kept by the CITY. The CONTRACTOR shall comply with the provisions Chapter 66A of the General Laws of Massachusetts as it relates to public documents, and all other state and federal laws and regulations relating to confidentiality, security, privacy and use of confidential data.

Any materials produced in whole or in part under this CONTRACT shall not be subject to copyright, except by the CITY, in the United States or any other country. The CITY shall have unrestricted authority to, without payment of any royalty, commission, or additional fee of any type or nature, publicly disclose, reproduce, distribute and otherwise use, and authorize other to use, in whole or in part, any reports, data or other materials prepared under this CONTRACT.

All data, reports, programs, software, equipment, furnishings, and any other documentation or product paid for by the CITY shall vest in the CITY at the termination of this CONTRACT. The CONTRACTOR shall at all times, during or after termination of this CONTRACT, obtain the prior written approval of the CITY before making any statement bearing on the work performed or data collected under this CONTRACT to the press or issues any material for publication through any medium.

ARTICLE XIII. AUDIT, INSPECTION, RECORDKEEPING. At any time during normal business hours, and as often as the CITY may deem it reasonably necessary, there shall be made available in the office of the CONTRACTOR for the purpose of audit, examination, and/or to make excerpts or transcripts, all records, contracts, invoices, materials, payrolls, records of personnel, conditions of employment and other data relating to all matters covered by this agreement.

Further the CONTRACTOR agrees to make its work papers, records and other evidence of audit available to the CITY for a period of three years after final payment under his CONTRACT. The CITY shall be entitled to reproduce any or all such documents at its own expense, for which provision shall be made at such time.

ARTICLE XIV. WEEKLY PAYROLL RECORDS REPORT.

39

In accordance with Massachusetts General Law c. 149, s. 27B, a true and accurate record must be kept of all individuals employed on a public works construction project for which prevailing wage rates are applicable.

In addition, every contractor and subcontractor is required to submit, on a weekly basis, a copy of their weekly payroll records to the awarding authority. Once collected, the awarding authority is also required to preserve those records for three years.

ARTICLE XV. CONFLICT OF INTEREST. i) CITY. No officer, member or employee of the CITY and no members of its governing body who exercise any function or responsibility in review or approval of the undertaking or carrying out of this CONTRACT shall participate in any decision relating to the CONTRACT which affects his/her personal interests or the interest of any corporation, partnership, or association in which he/she has a direct or indirect pecuniary interest. None of the services to be provided by the CONTRACTOR shall be used for any partisan political activity or further the election or defeat of any candidate for political office in the CITY. Compliance with this section shall be material to the CONTRACT. ii) CONTRACTOR. CONTRACTOR agrees that his/her/its agents, servants, and employees have neither presently nor during the period of this CONTRACT any interest direct or indirect which would impair, detract, or conflict in any manner or degree with the performance of services required under this CONTRACT. The CONTRACTOR, his/her/its agents, servants and employees further stipulate that in the performance of this CONTRACT, no person having any such interest shall be employed. Conflicts of Interest include but are not limited to (a) immediate family relationships with officials of the CITY, (b) instances where the CONTRACTOR, his/her/its agents, servants or employees during the period of this CONTRACT was connected as an officer, employee or member of the governing body of the CITY, and (c) instances where the CONTRACTOR has an interest in any CITY department, its agents, servants or employees or parcels of land within the CITY. Compliance with this section shall be material to the CONTRACT. The CONTRACTOR, his/her/its agents, servants and employees must disclose any and all such interests in writing to the CITY.

ARTICLE XVI. PAYMENT. The City agrees to make all reasonable efforts to pay to the CONTRACTOR the sum set forth any invoice which has been approved by the City Manager or his authorized designee within thirty (30) days of receipt of such invoice at the Office of the City Auditor. Each invoice shall detail the work completed.

Subject to pending statutory appeal rights, the City hereby reserves the right and the CONTRACTOR hereby agrees that the City may deduct from the sum(s) otherwise payable under this CONTRACT any outstanding taxes, fines, fees and/or other municipal charges prior to disbursement to the CONTRACTOR.

ARTICLE XVII. CONFLICT. In the event there is a conflict between these Articles and Attachment A, Attachment A shall supersede these Articles.

40

ARTICLE XVIII. WAIVER AND AMENDMENT. The provisions contained in this CONTRACT may be modified only by the express written consent of the Parties. Any amendments, must be made only by written amendment executed by all signatories to the original agreement, prior to the effective date of the amendment.

The failure of any party to insist on the strict performance of any term, covenant or condition to this CONTRACT, at anytime, or in any one or more instances, or its failure to take advantage of any of its rights, or any course of conduct or dealing, shall not be construed as a waiver or a relinquishment of any such rights or conditions at any future time and shall, in no way act, as a wavier by any party of a breach of another party or have any affect on the continuance of or the full force and affect of any or all of the provisions of this Contract. The waiver of any provisions must be in writing and executed by all signatories to this Agreement prior to the force and effect of any such waiver.

Forbearance or indulgence in any form or manner by a party shall not be construed as a waiver, nor in any manner limit the legal or equitable remedies available to that party. No waiver by either party of any default or breach shall constitute a waiver of any subsequent default or breach of a similar or different matter.

ARTICLE XIX. CERTIFICATION. IN WITNESS WHEREOF, THE CONTRACTOR CERTIFIES, UNDER THE PAINS AND PENALTIES OF PERJURY, THAT THE CONTRACTOR IS IN COMPLIANCE WITH EACH OF THE FOLLOWING: a. TAXES. PURSUANT to M.G.L. c. 62C, s. 49A, the CONTRACTOR has filed all state tax returns and complied with all laws of the Commonwealth relating to taxes. b. DEBARMENT. The CONTRACTOR is not currently debarred or suspended by the Commonwealth of Massachusetts, or any of its entities or subdivisions. c. AMERICANS WITH DISABILITIES ACT. The CONTRACTOR is aware of the Americans with Disabilities Act which prohibits discrimination based upon disability and shall meet any relevant standards, and/or conditions set out in the bid/proposal documents, bid/proposal specifications, and/or ATTACHMENT A - SCOPE OF SERVICES.

ARTICLE XX. FORUM AND CHOICE OF LAW This CONTRACT and any performance herein shall be governed by and be construed in accordance with the laws of Commonwealth of Massachusetts, exclusive of its conflicts of law provisions. Any and all proceedings or actions relating to subject matter herein shall be brought and maintained in the courts of the Commonwealth of Massachusetts or the federal district court sitting in the Commonwealth of Massachusetts, which shall have exclusive jurisdiction thereof. Each of the Parties hereto irrevocably consents to and waives any objection to the exercise of

41

personal jurisdiction by the state and federal courts of the Commonwealth of Massachusetts. This paragraph shall not be construed to limit any other legal rights of the parties.

ARTICLE XXI. TAXES CONTRACTOR shall be solely responsible for the payment of any taxes, levies, betterments or assessments, fees or charges, whether in existence on the date hereof or becoming applicable pursuant to this Contract, which may be assessed against the CONTRACTOR or the CITY which are directly attributable to CONTRACTOR'S activities under this CONTRACT (the “Taxes”). CONTRACTOR shall pay all Taxes directly to the taxing authority before delinquency and before any fine, interest or penalty shall become due or be imposed by operation of law for their nonpayment.

ARTICLE XXII. NOTICES All notices, demands, requests, consents, approvals and other instruments required or permitted to be given pursuant to the terms hereof (hereinafter “Notice”), shall be in writing and shall be deemed to have been properly given when delivered in hand or deposited in registered or certified United States mail, postage prepaid, return receipt requested, addressed, as described herein or when delivered by messenger or overnight mail service to the correct addressee. Unless otherwise specified, Notice shall be deemed received when actually received or when the proffered Notice has been refused by the Addressee. The signature of an employee, servant or agent of the Addressee shall be determinative on the issue of actual receipt.

All notices shall be sent to the persons and addresses listed below. CONTRACTOR and the CITY shall, at any time and from time to time, have the right to specify as their proper addresses for purposes of this CONTRACT any other address or addresses giving fifteen (15) days' written notice thereof to the other party.

All Notices shall be forwarded to: FOR THE CITY Thomas G. Ambrosino, City Manager 500 Broadway City Hall Chelsea, MA 02150

With a Copy to: Cheryl Watson Fisher City Solicitor Law Department, Room 307 500 Broadway Chelsea, MA 02150

FOR THE CONTRACTOR: [NAME] [ADDRESS]

ARTICLE XXIII. CONSIDERATION The Parties mutually agree to enter into this CONTRACT for good and valuable consideration.

42

ARTICLE XXIV. REPRESENTATIONS AND WARRANTIES OF THE CONTRACTOR The CONTRACTOR represents and warrants (i) the CONTRACTOR has all requisite corporate power and authority to enter into this CONTRACT and to perform the obligations of the CONTRACTOR; (ii) that this CONTRACT has been duly and validly authorized, executed and delivered by the CONTRACTOR; (iii) the execution and delivery of this CONTRACT does not violate or conflict with any other agreement, license or obligation; (iv) the CONTRACTOR is duly organized, legal and validly existing and in good standing in the Commonwealth of Massachusetts; (v) that the CONTRACTOR is duly qualified and authorized to do business in the Commonwealth of Massachusetts; (vi) the CONTRACTOR is in compliance and is current with any payments under all federal, state and local tax laws; (vii) the CONTRACTOR will obtain any and all permits which may be necessary to perform the obligations of this CONTRACT; (viii) the CONTRACTOR will timely perform its obligations required by this CONTRACT.

ARTICLE XXV. THIRD PARTY BENEFICIARIES This CONTRACT shall not be construed to create any third party beneficiary rights in favor of any other parties or any right or privilege for the benefit of any other parties.

ARTICLE XXVI. ENTIRE CONTRACT This CONTRACT constitutes the entire Agreement of the parties hereto with respect to the subject matter hereof, and no representations, inducements, promises, or agreements, oral or otherwise, between the parties hereto with respect to the subject matter hereof not embodied herein shall be of any force or effect.

ARTICLE XXVII. LIABILITY OF MUNICIPALITY The CITY shall not be liable to CONTRACTOR for any loss of business or any indirect, incidental, special, consequential or exemplary damages or lost profits unless expressly specified herein.

ARTICLE XXVIII. HEADINGS Heading used in this Agreement are for convenience of reference only and shall not be construed as altering the meaning of this CONTRACT or any of its provisions.

ARTICLE XXIX. DAYS Any reference to "days" in this CONTRACT, shall be deemed to mean business days (Monday through Friday, excluding generally recognized holidays) except where specific reference is made to calendar days.

ARTICLE XXX. SURVIVAL The parties agree that the provisions of ARTICLE II – AMOUNT AND TERM; ARTICLE III – PERFORMANCE; ARTICLE V- REMEDIES OF THE CITY; ARTICLE VI- REMEDIES OF

43

THE CONTRACTOR. ARTICLE VII – ASSIGNABILITY; ARTICLE VIII – INDEMNIFICATION; ARTICLE IX- WORKER’S COMPENSATION AND OTHER INSURANCE; ARTICLE XI-SUBJECT TO APPROPRIATION; ARTICLE XII – DOCUMENTS, MATERIALS, ETC; ARTICLE XIII – AUDIT, INSPECTION, RECORDKEEPING; ARTICLE XIV- WEEKLY PAYROLL RECORDS REPORT; ARTICLE XVI – PAYMENT; ARTICLE XVIII – WAIVER AND AMENDMENT; ARTICLE XIX – CERTIFICATION; ARTICLE XX- FORUM AND CHOICE OF LAW; ARTICLE XXI – TAXES; ARTICLE XXIV- REPRESENTATIONS AND WARRANTIES OF THE CONTRACTOR; ARTICLE XXVII- LIABILITY OF THE MUNICIPALITY; ARTICLE XXX – SURVIVAL; and ARTICLE XXXI - SEVERABILITY shall survive the expiration or any earlier termination of this CONTRACT.

ARTICLE XXXI. SEVERABILITY If any provision of this CONTRACT is held to be illegal, invalid or unenforceable, the remaining terms shall not be affected and shall remain in full force and effect. The Agreement shall be interpreted as if the illegal, invalid or unenforceable provision had not been included in it and the invalid or unenforceable provision shall be stricken and shall be replaced by a mutually acceptable provision which being valid and enforceable comes closest to the intention of the parties with respect to the invalid or unenforceable provision.

ARTICLE XXXII. ADVICE AND COUNSEL The CONTRACTOR hereby acknowledges and agrees that CONTRACTOR has read this Agreement in its entirety and that CONTRACTOR has had the opportunity to consult legal and financial advisors of their choosing regarding the execution, delivery and performance of their obligations, hereunder.

ARTICLE XXXIII. COUNTERPARTS This CONTRACT may be executed in counterpart.

THE REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK

44

IN WITNESS WHEREOF the parties have hereto and to three other identical instruments set forth their hands the day and year first above written.

THE CONTRACTOR CITY MANAGER

______Company Name Thomas G. Ambrosino, City Manager

______Status (Corporation/Non-corporate)

______Signature & Title

______Please Print Name & Title Dylan Cook Chief Procurement Officer ______Date

______APPROVED AS TO FORM: Taxpayer Identification Number ______Cheryl Watson Fisher City Solicitor

I CERTIFY THAT FUNDS HAVE BEEN ENCUMBERED IN THE AMOUNT OF $______FOR THIS CONTRACT Approved as to Contract Manager: Appropriation Number: ______

______Department Head Name Edward M. Dunn Department Name City Auditor City of Chelsea

45

ATTACHMENT A

SCOPE OF SERVICES

INSTRUCTIONS FOR DEPARTMENT AND CONTRACTOR: Please attach for reference purposes a copy of all bid/proposal documents, including but not limited to (i) invitations/instructions for bidders (ii) invitation/instructions for proposers, (iii) general and specific conditions, and please provide a detailed description of all types of goods and/or services that will be provided pursuant to this CONTRACT, not otherwise provided in any bid/proposal instructions, specifications, conditions or other documents.

46

ATTACHMENT B

ADDITIONAL CONTRACT TERMS AND CONDITIONS

INSTRUCTIONS FOR DEPARTMENTS: Please specify any additions or modifications to the terms and conditions (not to conflict with the public procurement laws or City ordinances or regulations:

47

ATTACHMENT C

CERTIFICATE OF NON-COLLUSION

------

TAX COMPLIANCE CERTIFICATION

------

STATEMENT OF CORPORATE AUTHORITY

------

WAGE THEFT CERTIFICATION

------

LIVING WAGE CERTIFICATION

48

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.

Dated: ______Name of Company or Corporation

______Authorized Official's Signature

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULLY COMPLETED.

49

TAX COMPLIANCE CERTIFICATION

Pursuant to M.G.L. c. 62C, Section 49A, I certify under penalties of perjury that I, to my best knowledge and belief, have filed all Massachusetts tax returns and paid all Massachusetts taxes required under law, as well as paid all contributions and payments in lieu of contributions pursuant to M.G.L., c. 151A, Section 19A(b).

I further certify that I have complied with all federal, state and local laws relating to taxes, including but not limited to the withholding and reporting of any income taxes for employees and contractors, and the withholding and remittance of child support.

______Signature

______Social Security or Federal ID No.

______Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULLY COMPLETED.

50

STATEMENT OF CORPORATE AUTHORITY

At a duly authorized meeting of the Board of Directors of ______

held on ______at which time all voted that______

of this Company, be and hereby is authorized to execute contracts and bonds in the name and on 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)

51

WAGE THEFT CERTIFICATION

Pursuant to M.G.L. c. 149, M.G.L. c. 151, I certify under penalties of perjury that, neither this Company nor any of its subcontractors have been subject to a federal or state criminal or civil judgment, administrative citation, final administrative determination, order or debarment resulting from a violation of M.G.L. c. 149, M.G.L. c. 151, the Fair Labor Standards Act or any other state or federal laws regulating the payment of wages within three (3) years prior to the date of the Contract.

Or I certify that this Company has provided copies of any and all of the above to the City prior to the date of the Contract and any required wage bond or insurance; and certifies that while the Contract is in effect, it will report any instance of the above to the City within five (5) days of the Contractor’s receipt.

Signature

Social Security or Federal ID No.

Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULY COMPLETED

52

CITY OF CHELSEA

REQUIRED BID SUBMITTAL FORM

LIVING WAGE CERTIFICATION

I hereby certify, on behalf of ______(Company Name), that we pay each employee at least the Living Wage required by the City of Chelsea pursuant to Section 2.284B of the Code of Ordinances of the City of Chelsea, Massachusetts, which Living Wage is currently $13.20 per hour. We further certify and acknowledge that this Living Wage shall increase each February 1st, and we shall pay the required new Living Wage to all employees as of its effective date. We further certify and acknowledge that the payment of the Living Wage is a condition of this contract, and any failure to pay such Living Wage shall constitute a material breach of the contract. We agree to post a notice of this required Living Wage in our workplace.

Signature

Social Security or Federal ID No.

Date

BIDDERS/RESPONDENTS MUST SUBMIT THIS FORM FULY COMPLETED

53

ATTACHMENT D

City of Chelsea Conflict of Interest Law Compliance Statement and Requirements for Vendors

On July 1, 2009, the Legislature enacted Chapter 28 of the Acts of 2009 which made changes to Mass. General Laws c. 268A and c. 268B, the Massachusetts’ Conflict of Interest Law. On November 9, 2009, the Chelsea City Council designated the Chelsea City Solicitor as the Municipal Liaison to the State Ethics Commission and responsible for the facilitation of Chelsea’s obligation to comply with the changes in the law.

The City has a requirement for compliance, which is to make sure that all municipal elected officials, board and commission members, and employees including vendors are provided copies of the Summaries of the Ethics Laws.

Enclosed is a packet that should be copied and provide to each one of your employees who are assigned to work in Chelsea; including yourself. At the end of the summary is an acknowledgement of receipt of the summary. The acknowledgments must be submitted along with any purchase order or contract with the City of Chelsea. All documents pursuant to this new law will be kept on file in the City Clerk’s Office

The Procurement Officer will contact you directly, if there is a determination that you or your staff should undergo the Conflict of Interest Online Training Program.

If you have any questions, feel free to contact the Chelsea City Solicitor at 617-466-4150 as soon as possible.

54

Summary of the Conflict of Interest Law for Municipal Employees

______

This summary of the conflict of interest law, General Laws chapter 268A, is intended to help municipal employees understand how that law applies to them. This summary is not a substitute for legal advice, nor does it mention every aspect of the law that may apply in a particular situation. Municipal employees can obtain free confidential advice about the conflict of interest law from the Commission's Legal Division at our website, phone number, and address above. Municipal counsel may also provide advice.

The conflict of interest law seeks to prevent conflicts between private interests and public duties, foster integrity in public service, and promote the public's trust and confidence in that service by placing restrictions on what municipal employees may do on the job, after hours, and after leaving public service, as described below. The sections referenced below are sections of G.L. c. 268A.

When the Commission determines that the conflict of interest law has been violated, it can impose a civil penalty of up to $10,000 ($25,000 for bribery cases) for each violation. In addition, the Commission can order the violator to repay any economic advantage he gained by the violation, and to make restitution to injured third parties. Violations of the conflict of interest law can also be prosecuted criminally.

I. Are you a municipal employee for conflict of interest law purposes?

You do not have to be a full-time, paid municipal employee to be considered a municipal employee for conflict of interest purposes. Anyone performing services for a city or town or holding a municipal position, whether paid or unpaid, including full- and part-time municipal employees, elected officials, volunteers, and consultants, is a municipal employee under the conflict of interest law. An employee of a private firm can also be a municipal employee, if the private firm has a contract with the city or town and the employee is a "key employee" under the contract, meaning the town has specifically contracted for her services. The law also covers private parties who engage in impermissible dealings with municipal employees, such as offering bribes or illegal gifts.

II. On-the-job restrictions.

(a) Bribes. Asking for and taking bribes is prohibited. (See Section 2)

A bribe is anything of value corruptly received by a municipal employee in exchange for the employee being influenced in his official actions. Giving, offering, receiving, or asking for a bribe is illegal.

Bribes are more serious than illegal gifts because they involve corrupt intent. In other words, the municipal employee intends to sell his office by agreeing to do or not do some official act, and the giver intends to influence him to do so. Bribes of any value are illegal.

55

(b) Gifts and gratuities. Asking for or accepting a gift because of your official position, or because of something you can do or have done in your official position, is prohibited. (See Sections 3, 23(b)(2), and 26)

Municipal employees may not accept gifts and gratuities valued at $50 or more given to influence their official actions or because of their official position. Accepting a gift intended to reward past official action or to bring about future official action is illegal, as is giving such gifts. Accepting a gift given to you because of the municipal position you hold is also illegal. Meals, entertainment event tickets, golf, gift baskets, and payment of travel expenses can all be illegal gifts if given in connection with official action or position, as can anything worth $50 or more. A number of smaller gifts together worth $50 or more may also violate these sections.

Example of violation : A town administrator accepts reduced rental payments from developers.

Example of violation : A developer offers a ski trip to a school district employee who oversees the developer's work for the school district.

Regulatory exemptions . There are situations in which a municipal employee's receipt of a gift does not present a genuine risk of a conflict of interest, and may in fact advance the public interest. The Commission has created exemptions permitting giving and receiving gifts in these situations. One commonly used exemption permits municipal employees to accept payment of travel-related expenses when doing so advances a public purpose. Another commonly used exemption permits municipal employees to accept payment of costs involved in attendance at educational and training programs. Other exemptions are listed on the Commission's website.

Example where there is no violation : A fire truck manufacturer offers to pay the travel expenses of a fire chief to a trade show where the chief can examine various kinds of fire- fighting equipment that the town may purchase. The chief fills out a disclosure form and obtains prior approval from his appointing authority.

Example where there is no violation : A town treasurer attends a two-day annual school featuring multiple substantive seminars on issues relevant to treasurers. The annual school is paid for in part by banks that do business with town treasurers. The treasurer is only required to make a disclosure if one of the sponsoring banks has official business before her in the six months before or after the annual school.

(c) Misuse of position. Using your official position to get something you are not entitled to, or to get someone else something they are not entitled to, is prohibited. Causing someone else to do these things is also prohibited. (See Sections 23(b)(2) and 26)

A municipal employee may not use her official position to get something worth $50 or more that would not be properly available to other similarly situated individuals. Similarly, a municipal employee may not use her official position to get something worth $50 or more for someone else that would not be properly available to other similarly situated individuals. Causing someone else to do these things is also prohibited.

56

Example of violation : A full-time town employee writes a novel on work time, using her office computer, and directing her secretary to proofread the draft.

Example of violation : A city councilor directs subordinates to drive the councilor's wife to and from the grocery store.

Example of violation : A mayor avoids a speeding ticket by asking the police officer who stops him, "Do you know who I am?" and showing his municipal I.D.

(d) Self-dealing and nepotism. Participating as a municipal employee in a matter in which you, your immediate family, your business organization, or your future employer has a financial interest is prohibited. (See Section 19)

A municipal employee may not participate in any particular matter in which he or a member of his immediate family (parents, children, siblings, spouse, and spouse's parents, children, and siblings) has a financial interest. He also may not participate in any particular matter in which a prospective employer, or a business organization of which he is a director, officer, trustee, or employee has a financial interest. Participation includes discussing as well as voting on a matter, and delegating a matter to someone else.

A financial interest may create a conflict of interest whether it is large or small, and positive or negative. In other words, it does not matter if a lot of money is involved or only a little. It also does not matter if you are putting money into your pocket or taking it out. If you, your immediate family, your business, or your employer have or has a financial interest in a matter, you may not participate. The financial interest must be direct and immediate or reasonably foreseeable to create a conflict. Financial interests which are remote, speculative or not sufficiently identifiable do not create conflicts.

Example of violation : A school committee member's wife is a teacher in the town's public schools. The school committee member votes on the budget line item for teachers' salaries.

Example of violation : A member of a town affordable housing committee is also the director of a non-profit housing development corporation. The non-profit makes an application to the committee, and the member/director participates in the discussion.

Example : A planning board member lives next door to property where a developer plans to construct a new building. Because the planning board member owns abutting property, he is presumed to have a financial interest in the matter. He cannot participate unless he provides the State Ethics Commission with an opinion from a qualified independent appraiser that the new construction will not affect his financial interest.

In many cases, where not otherwise required to participate, a municipal employee may comply with the law by simply not participating in the particular matter in which she has a financial interest. She need not give a reason for not participating.

57

There are several exemptions to this section of the law. An appointed municipal employee may file a written disclosure about the financial interest with his appointing authority, and seek permission to participate notwithstanding the conflict. The appointing authority may grant written permission if she determines that the financial interest in question is not so substantial that it is likely to affect the integrity of his services to the municipality. Participating without disclosing the financial interest is a violation. Elected employees cannot use the disclosure procedure because they have no appointing authority.

Example where there is no violation : An appointed member of the town zoning advisory committee, which will review and recommend changes to the town's by-laws with regard to a commercial district, is a partner at a company that owns commercial property in the district. Prior to participating in any committee discussions, the member files a disclosure with the zoning board of appeals that appointed him to his position, and that board gives him a written determination authorizing his participation, despite his company's financial interest. There is no violation.

There is also an exemption for both appointed and elected employees where the employee's task is to address a matter of general policy and the employee's financial interest is shared with a substantial portion (generally 10% or more) of the town's population, such as, for instance, a financial interest in real estate tax rates or municipal utility rates.

(e) False claims. Presenting a false claim to your employer for a payment or benefit is prohibited, and causing someone else to do so is also prohibited. (See Sections 23(b)(4) and 26)

A municipal employee may not present a false or fraudulent claim to his employer for any payment or benefit worth $50 or more, or cause another person to do so.

Example of violation : A public works director directs his secretary to fill out time sheets to show him as present at work on days when he was skiing.

(f) Appearance of conflict. Acting in a manner that would make a reasonable person think you can be improperly influenced is prohibited. (See Section 23(b)(3))

A municipal employee may not act in a manner that would cause a reasonable person to think that she would show favor toward someone or that she can be improperly influenced. Section 23(b)(3) requires a municipal employee to consider whether her relationships and affiliations could prevent her from acting fairly and objectively when she performs her duties for a city or town. If she cannot be fair and objective because of a relationship or affiliation, she should not perform her duties. However, a municipal employee, whether elected or appointed, can avoid violating this provision by making a public disclosure of the facts. An appointed employee must make the disclosure in writing to his appointing official.

Example where there is no violation : A developer who is the cousin of the chair of the conservation commission has filed an application with the commission. A reasonable person could conclude that the chair might favor her cousin. The chair files a written disclosure with her

58 appointing authority explaining her relationship with her cousin prior to the meeting at which the application will be considered. There is no violation of Sec. 23(b)(3).

(g) Confidential information. Improperly disclosing or personally using confidential information obtained through your job is prohibited. (See Section 23(c))

Municipal employees may not improperly disclose confidential information, or make personal use of non-public information they acquired in the course of their official duties to further their personal interests.

III. After-hours restrictions.

(a) Taking a second paid job that conflicts with the duties of your municipal job is prohibited. (See Section 23(b)(1))

A municipal employee may not accept other paid employment if the responsibilities of the second job are incompatible with his or her municipal job.

Example : A police officer may not work as a paid private security guard in the town where he serves because the demands of his private employment would conflict with his duties as a police officer.

(b) Divided loyalties. Receiving pay from anyone other than the city or town to work on a matter involving the city or town is prohibited. Acting as agent or attorney for anyone other than the city or town in a matter involving the city or town is also prohibited whether or not you are paid. (See Sec. 17)

Because cities and towns are entitled to the undivided loyalty of their employees, a municipal employee may not be paid by other people and organizations in relation to a matter if the city or town has an interest in the matter. In addition, a municipal employee may not act on behalf of other people and organizations or act as an attorney for other people and organizations in which the town has an interest. Acting as agent includes contacting the municipality in person, by phone, or in writing; acting as a liaison; providing documents to the city or town; and serving as spokesman.

A municipal employee may always represent his own personal interests, even before his own municipal agency or board, on the same terms and conditions that other similarly situated members of the public would be allowed to do so. A municipal employee may also apply for building and related permits on behalf of someone else and be paid for doing so, unless he works for the permitting agency, or an agency which regulates the permitting agency.

Example of violation : A full-time health agent submits a septic system plan that she has prepared for a private client to the town's board of health.

59

Example of violation : A planning board member represents a private client before the board of selectmen on a request that town meeting consider rezoning the client's property.

While many municipal employees earn their livelihood in municipal jobs, some municipal employees volunteer their time to provide services to the town or receive small stipends. Others, such as a private attorney who provides legal services to a town as needed, may serve in a position in which they may have other personal or private employment during normal working hours. In recognition of the need not to unduly restrict the ability of town volunteers and part- time employees to earn a living, the law is less restrictive for "special" municipal employees than for other municipal employees.

The status of "special" municipal employee has to be assigned to a municipal position by vote of the board of selectmen, city council, or similar body. A position is eligible to be designated as "special" if it is unpaid, or if it is part-time and the employee is allowed to have another job during normal working hours, or if the employee was not paid for working more than 800 hours during the preceding 365 days. It is the position that is designated as "special" and not the person or persons holding the position. Selectmen in towns of 10,000 or fewer are automatically "special"; selectman in larger towns cannot be "specials."

If a municipal position has been designated as "special," an employee holding that position may be paid by others, act on behalf of others, and act as attorney for others with respect to matters before municipal boards other than his own, provided that he has not officially participated in the matter, and the matter is not now, and has not within the past year been, under his official responsibility.

Example : A school committee member who has been designated as a special municipal employee appears before the board of health on behalf of a client of his private law practice, on a matter that he has not participated in or had responsibility for as a school committee member. There is no conflict. However, he may not appear before the school committee, or the school department, on behalf of a client because he has official responsibility for any matter that comes before the school committee. This is still the case even if he has recused himself from participating in the matter in his official capacity.

Example : A member who sits as an alternate on the conservation commission is a special municipal employee. Under town by-laws, he only has official responsibility for matters assigned to him. He may represent a resident who wants to file an application with the conservation commission as long as the matter is not assigned to him and he will not participate in it.

(c) Inside track. Being paid by your city or town, directly or indirectly, under some second arrangement in addition to your job is prohibited, unless an exemption applies. (See Section 20)

A municipal employee generally may not have a financial interest in a municipal contract, including a second municipal job. A municipal employee is also generally prohibited from having an indirect financial interest in a contract that the city or town has with someone else.

60

This provision is intended to prevent municipal employees from having an "inside track" to further financial opportunities.

Example of violation : Legal counsel to the town housing authority becomes the acting executive director of the authority, and is paid in both positions.

Example of violation : A selectman buys a surplus truck from the town DPW.

Example of violation : A full-time secretary for the board of health wants to have a second paid job working part-time for the town library. She will violate Section 20 unless she can meet the requirements of an exemption.

Example of violation : A city councilor wants to work for a non-profit that receives funding under a contract with her city. Unless she can satisfy the requirements of an exemption under Section 20, she cannot take the job.

There are numerous exemptions. A municipal employee may hold multiple unpaid or elected positions. Some exemptions apply only to special municipal employees. Specific exemptions may cover serving as an unpaid volunteer in a second town position, housing-related benefits, public safety positions, certain elected positions, small towns, and other specific situations. Please call the Ethics Commission's Legal Division for advice about a specific situation.

IV. After you leave municipal employment. (See Section 18)

(a) Forever ban. After you leave your municipal job, you may never work for anyone other than the municipality on a matter that you worked on as a municipal employee.

If you participated in a matter as a municipal employee, you cannot ever be paid to work on that same matter for anyone other than the municipality, nor may you act for someone else, whether paid or not. The purpose of this restriction is to bar former employees from selling to private interests their familiarity with the facts of particular matters that are of continuing concern to their former municipal employer. The restriction does not prohibit former municipal employees from using the expertise acquired in government service in their subsequent private activities.

Example of violation : A former school department employee works for a contractor under a contract that she helped to draft and oversee for the school department.

(b) One year cooling-off period. For one year after you leave your municipal job you may not participate in any matter over which you had official responsibility during your last two years of public service.

Former municipal employees are barred for one year after they leave municipal employment from personally appearing before any agency of the municipality in connection with matters that were under their authority in their prior municipal positions during the two years before they left.

61

Example : An assistant town manager negotiates a three-year contract with a company. The town manager who supervised the assistant, and had official responsibility for the contract but did not participate in negotiating it, leaves her job to work for the company to which the contract was awarded. The former manager may not call or write the town in connection with the company's work on the contract for one year after leaving the town.

A former municipal employee who participated as such in general legislation on expanded gaming and related matters may not become an officer or employee of, or acquire a financial interest in, an applicant for a gaming license, or a gaming licensee, for one year after his public employment ceases.

(c) Partners. Your partners will be subject to restrictions while you serve as a municipal employee and after your municipal service ends.

Partners of municipal employees and former municipal employees are also subject to restrictions under the conflict of interest law. If a municipal employee participated in a matter, or if he has official responsibility for a matter, then his partner may not act on behalf of anyone other than the municipality or provide services as an attorney to anyone but the city or town in relation to the matter.

Example: While serving on a city's historic district commission, an architect reviewed an application to get landmark status for a building. His partners at his architecture firm may not prepare and sign plans for the owner of the building or otherwise act on the owner's behalf in relation to the application for landmark status. In addition, because the architect has official responsibility as a commissioner for every matter that comes before the commission, his partners may not communicate with the commission or otherwise act on behalf of any client on any matter that comes before the commission during the time that the architect serves on the commission.

Example: A former town counsel joins a law firm as a partner. Because she litigated a lawsuit for the town, her new partners cannot represent any private clients in the lawsuit for one year after her job with the town ended.

* * * * *

This summary is not intended to be legal advice and, because it is a summary, it does not mention every provision of the conflict law that may apply in a particular situation. Our website, http://www.mass.gov/ethics contains further information about how the law applies in many situations. You can also contact the Commission's Legal Division via our website, by telephone, or by letter. Our contact information is at the top of this document.

Version 5: Revised December 23, 2011

62

City of Chelsea Conflict of Interest Law

Compliance Statement and Requirements for Vendors

______

ACKNOWLEDGMENT OF RECEIPT

I, ______, (first and last name)

an employee at ______, (name of vendor)

Hereby acknowledge that I received a copy of the summary of the conflict of interest law for municipal employees, revised December 23, 2011, on

______. (date)

------

The City has a requirement for compliance, which is to make sure that all vendors are provided copies of the Summary of the Conflict of Interest Law for Municipal Employees (including Vendors).

VENDORS should copy the Summary of the Conflict of Interest Law and provide it to each one of the employees who are assigned to work in Chelsea.

Each employee shall complete the “Acknowledgment of Receipt” and the Vendor shall return the acknowledgments-only (not the Summary) to the Chelsea the Chelsea Procurement Office.

The “Acknowledgment of Receipt” must be submitted along with any purchase order or contract

63 with the City of Chelsea

64

THE COMMONWEALTH OF MASSACHUSETTS EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT DEPARTMENT OF LABOR STANDARDS Prevailing Wage Rates CHARLES D. BAKER As determined by the Director under the provisions of the ROSALIN ACOSTA Governor Secretary Massachusetts General Laws, Chapter 149, Sections 26 to 27H MICHAEL FLANAGAN KARYN E. POLITO Director Lt. Governor

Awarding Authority: City of Chelsea Contract Number: City/Town: CHELSEA Description of Work: City Hall Tower Renovation

Job Location: 500 Broadway

Information about Prevailing Wage Schedules for Awarding Authorities and Contractors

• This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the “Wage Request Number” on all pages of this schedule. • An Awarding Authority must request an updated wage schedule from the Department of Labor Standards (“DLS”) if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects (bid pursuant to G.L. c.149A), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. • The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149, § 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L. c. 149 § 27. The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor. • All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the journeyworker's rate for the trade. • The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a) the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F “rental of equipment” contracts. • Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years. Each weekly payroll report must contain: the employee’s name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/pw. • Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) 626-6953. • Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) 727-3465. • Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and criminal penalties.

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment Construction (2 AXLE) DRIVER - EQUIPMENT 06/01/2020 $36.25 $12.41 $13.72 $0.00 $62.38 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.25 $12.91 $13.72 $0.00 $62.88 12/01/2020 $36.25 $12.91 $14.82 $0.00 $63.98 06/01/2021 $37.05 $12.91 $14.82 $0.00 $64.78 08/01/2021 $37.05 $13.41 $14.82 $0.00 $65.28 12/01/2021 $37.05 $13.41 $16.01 $0.00 $66.47 (3 AXLE) DRIVER - EQUIPMENT 06/01/2020 $36.32 $12.41 $13.72 $0.00 $62.45 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.32 $12.91 $13.72 $0.00 $62.95 12/01/2020 $36.32 $12.91 $14.82 $0.00 $64.05 06/01/2021 $37.12 $12.91 $14.82 $0.00 $64.85 08/01/2021 $37.12 $13.41 $14.82 $0.00 $65.35 12/01/2021 $37.12 $13.41 $16.01 $0.00 $66.54 (4 & 5 AXLE) DRIVER - EQUIPMENT 06/01/2020 $36.44 $12.41 $13.72 $0.00 $62.57 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.44 $12.91 $13.72 $0.00 $63.07 12/01/2020 $36.44 $12.91 $14.82 $0.00 $64.17 06/01/2021 $37.24 $12.91 $14.82 $0.00 $64.97 08/01/2021 $37.24 $13.41 $14.82 $0.00 $65.47 12/01/2021 $37.24 $13.41 $16.01 $0.00 $66.66 ADS/SUBMERSIBLE PILOT 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 PILE DRIVER LOCAL 56 (ZONE 1)

For apprentice rates see "Apprentice- PILE DRIVER"

AIR TRACK OPERATOR 06/01/2020 $39.90 $8.60 $17.09 $0.00 $65.59 LABORERS - ZONE 1 12/01/2020 $40.88 $8.60 $17.09 $0.00 $66.57 06/01/2021 $41.90 $8.60 $17.09 $0.00 $67.59 12/01/2021 $42.91 $8.60 $17.09 $0.00 $68.60 For apprentice rates see "Apprentice- LABORER"

ASBESTOS REMOVER - PIPE / MECH. EQUIPT. 06/01/2020 $38.00 $12.50 $8.85 $0.00 $59.35 HEAT & FROST INSULATORS LOCAL 6 (BOSTON) 12/01/2020 $39.00 $12.50 $8.85 $0.00 $60.35 ASPHALT RAKER 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

BACKHOE/FRONT-END LOADER 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 2 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment BARCO-TYPE JUMPING TAMPER 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

BLOCK PAVER, RAMMER / CURB SETTER 06/01/2020 $39.90 $8.60 $17.09 $0.00 $65.59 LABORERS - ZONE 1 12/01/2020 $40.88 $8.60 $17.09 $0.00 $66.57 06/01/2021 $41.90 $8.60 $17.09 $0.00 $67.59 12/01/2021 $42.91 $8.60 $17.09 $0.00 $68.60 For apprentice rates see "Apprentice- LABORER"

BOILER MAKER 01/01/2020 $46.10 $7.07 $17.98 $0.00 $71.15 BOILERMAKERS LOCAL 29

Apprentice - BOILERMAKER - Local 29

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 65 $29.97 $7.07 $11.69 $0.00 $48.73 2 65 $29.97 $7.07 $11.69 $0.00 $48.73 3 70 $32.27 $7.07 $12.59 $0.00 $51.93 4 75 $34.58 $7.07 $13.49 $0.00 $55.14 5 80 $36.88 $7.07 $14.38 $0.00 $58.33 6 85 $39.19 $7.07 $15.29 $0.00 $61.55 7 90 $41.49 $7.07 $16.18 $0.00 $64.74 8 95 $43.80 $7.07 $17.09 $0.00 $67.96

Notes:

Apprentice to Journeyworker Ratio:1:4

BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY 02/01/2020 $54.40 $10.75 $21.94 $0.00 $87.09 WATERPROOFING) $22.09 $0.00 BRICKLAYERS LOCAL 3 (BOSTON) 08/01/2020 $55.75 $10.75 $88.59 02/01/2021 $56.39 $10.75 $22.09 $0.00 $89.23 08/01/2021 $57.79 $10.75 $22.25 $0.00 $90.79 02/01/2022 $58.38 $10.75 $22.25 $0.00 $91.38

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 3 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - BRICK/PLASTER/CEMENT MASON - Local 3 Boston

Effective Date - 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.20 $10.75 $21.94 $0.00 $59.89 2 60 $32.64 $10.75 $21.94 $0.00 $65.33 3 70 $38.08 $10.75 $21.94 $0.00 $70.77 4 80 $43.52 $10.75 $21.94 $0.00 $76.21 5 90 $48.96 $10.75 $21.94 $0.00 $81.65

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.88 $10.75 $22.09 $0.00 $60.72 2 60 $33.45 $10.75 $22.09 $0.00 $66.29 3 70 $39.03 $10.75 $22.09 $0.00 $71.87 4 80 $44.60 $10.75 $22.09 $0.00 $77.44 5 90 $50.18 $10.75 $22.09 $0.00 $83.02

Notes:

Apprentice to Journeyworker Ratio:1:5

BULLDOZER/GRADER/SCRAPER 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

CAISSON & UNDERPINNING BOTTOM MAN 06/01/2020 $40.30 $8.60 $17.24 $0.00 $66.14 LABORERS - FOUNDATION AND MARINE 12/01/2020 $41.28 $8.60 $17.24 $0.00 $67.12 06/01/2021 $42.30 $8.60 $17.24 $0.00 $68.14 12/01/2021 $43.31 $8.60 $17.24 $0.00 $69.15 For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING LABORER 06/01/2020 $39.15 $8.60 $17.24 $0.00 $64.99 LABORERS - FOUNDATION AND MARINE 12/01/2020 $40.13 $8.60 $17.24 $0.00 $65.97 06/01/2021 $41.15 $8.60 $17.24 $0.00 $66.99 12/01/2021 $42.16 $8.60 $17.24 $0.00 $68.00 For apprentice rates see "Apprentice- LABORER"

CAISSON & UNDERPINNING TOP MAN 06/01/2020 $39.15 $8.60 $17.24 $0.00 $64.99 LABORERS - FOUNDATION AND MARINE 12/01/2020 $40.13 $8.60 $17.24 $0.00 $65.97 06/01/2021 $41.15 $8.60 $17.24 $0.00 $66.99 12/01/2021 $42.16 $8.60 $17.24 $0.00 $68.00 For apprentice rates see "Apprentice- LABORER"

CARBIDE CORE DRILL OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 4 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment CARPENTER 03/01/2020 $50.64 $9.40 $18.95 $0.00 $78.99 CARPENTERS -ZONE 1 (Metro Boston) 09/01/2020 $51.54 $9.40 $18.95 $0.00 $79.89 03/01/2021 $52.39 $9.40 $18.95 $0.00 $80.74 09/01/2021 $53.29 $9.40 $18.95 $0.00 $81.64 03/01/2022 $54.14 $9.40 $18.95 $0.00 $82.49 09/01/2022 $55.04 $9.40 $18.95 $0.00 $83.39 03/01/2023 $55.89 $9.40 $18.95 $0.00 $84.24

Apprentice - CARPENTER - Zone 1 Metro Boston

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.32 $9.40 $1.73 $0.00 $36.45 2 60 $30.38 $9.40 $1.73 $0.00 $41.51 3 70 $35.45 $9.40 $13.76 $0.00 $58.61 4 75 $37.98 $9.40 $13.76 $0.00 $61.14 5 80 $40.51 $9.40 $15.49 $0.00 $65.40 6 80 $40.51 $9.40 $15.49 $0.00 $65.40 7 90 $45.58 $9.40 $17.22 $0.00 $72.20 8 90 $45.58 $9.40 $17.22 $0.00 $72.20

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.77 $9.40 $1.73 $0.00 $36.90 2 60 $30.92 $9.40 $1.73 $0.00 $42.05 3 70 $36.08 $9.40 $13.76 $0.00 $59.24 4 75 $38.66 $9.40 $13.76 $0.00 $61.82 5 80 $41.23 $9.40 $15.49 $0.00 $66.12 6 80 $41.23 $9.40 $15.49 $0.00 $66.12 7 90 $46.39 $9.40 $17.22 $0.00 $73.01 8 90 $46.39 $9.40 $17.22 $0.00 $73.01

Notes: % Indentured After 10/1/17; 45/45/55/55/70/70/80/80 Step 1&2 $33.92/ 3&4 $40.65/ 5&6 $60.34/ 7&8 $67.13 Apprentice to Journeyworker Ratio:1:5

CARPENTER WOOD FRAME 10/01/2019 $27.95 $7.07 $7.86 $0.00 $42.88 CARPENTERS -ZONE 2 (Wood Frame)

All Aspects of New Wood Frame Work

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 5 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - CARPENTER (Wood Frame) - Zone 2

Effective Date - 10/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $16.77 $7.07 $0.00 $0.00 $23.84 2 60 $16.77 $7.07 $0.00 $0.00 $23.84 3 65 $18.17 $7.07 $7.86 $0.00 $33.10 4 70 $19.57 $7.07 $7.86 $0.00 $34.50 5 75 $20.96 $7.07 $7.86 $0.00 $35.89 6 80 $22.36 $7.07 $7.86 $0.00 $37.29 7 85 $23.76 $7.07 $7.86 $0.00 $38.69 8 90 $25.16 $7.07 $7.86 $0.00 $40.09

Notes: % Indentured After 10/1/17; 45/45/55/55/70/70/80/80 Step 1&2 $19.65/ 3&4 $27.19/ 5&6 $34.50/ 7&8 $37.29 Apprentice to Journeyworker Ratio:1:5

CEMENT MASONRY/PLASTERING 01/01/2020 $49.07 $12.75 $22.41 $0.62 $84.85 BRICKLAYERS LOCAL 3 (BOSTON)

Apprentice - CEMENT MASONRY/PLASTERING - Eastern Mass (Boston)

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.54 $12.75 $15.41 $0.00 $52.70 2 60 $29.44 $12.75 $17.41 $0.62 $60.22 3 65 $31.90 $12.75 $18.41 $0.62 $63.68 4 70 $34.35 $12.75 $19.41 $0.62 $67.13 5 75 $36.80 $12.75 $20.41 $0.62 $70.58 6 80 $39.26 $12.75 $21.41 $0.62 $74.04 7 90 $44.16 $12.75 $22.41 $0.62 $79.94

Notes: Steps 3,4 are 500 hrs. All other steps are 1,000 hrs.

Apprentice to Journeyworker Ratio:1:3

CHAIN SAW OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES 06/01/2020 $50.33 $13.00 $15.70 $0.00 $79.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $51.48 $13.00 $15.70 $0.00 $80.18 06/01/2021 $52.58 $13.00 $15.70 $0.00 $81.28 12/01/2021 $53.73 $13.00 $15.70 $0.00 $82.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 6 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment COMPRESSOR OPERATOR 06/01/2020 $32.72 $13.00 $15.70 $0.00 $61.42 OPERATING ENGINEERS LOCAL 4 12/01/2020 $33.50 $13.00 $15.70 $0.00 $62.20 06/01/2021 $34.25 $13.00 $15.70 $0.00 $62.95 12/01/2021 $35.04 $13.00 $15.70 $0.00 $63.74 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DELEADER (BRIDGE) 01/01/2020 $50.96 $8.20 $22.10 $0.00 $81.26 PAINTERS LOCAL 35 - ZONE 1 07/01/2020 $51.51 $8.25 $22.40 $0.00 $82.16 01/01/2021 $52.06 $8.25 $22.75 $0.00 $83.06

Apprentice - PAINTER Local 35 - BRIDGES/TANKS

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.48 $8.20 $0.00 $0.00 $33.68 2 55 $28.03 $8.20 $5.94 $0.00 $42.17 3 60 $30.58 $8.20 $6.48 $0.00 $45.26 4 65 $33.12 $8.20 $7.02 $0.00 $48.34 5 70 $35.67 $8.20 $18.86 $0.00 $62.73 6 75 $38.22 $8.20 $19.40 $0.00 $65.82 7 80 $40.77 $8.20 $19.94 $0.00 $68.91 8 90 $45.86 $8.20 $21.02 $0.00 $75.08

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.76 $8.25 $0.00 $0.00 $34.01 2 55 $28.33 $8.25 $6.05 $0.00 $42.63 3 60 $30.91 $8.25 $6.60 $0.00 $45.76 4 65 $33.48 $8.25 $7.15 $0.00 $48.88 5 70 $36.06 $8.25 $19.10 $0.00 $63.41 6 75 $38.63 $8.25 $19.65 $0.00 $66.53 7 80 $41.21 $8.25 $20.20 $0.00 $69.66 8 90 $46.36 $8.25 $21.30 $0.00 $75.91

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

DEMO: ADZEMAN 12/01/2019 $39.30 $8.10 $16.60 $0.00 $64.00 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

DEMO: BACKHOE/LOADER/HAMMER OPERATOR 12/01/2019 $40.30 $8.10 $16.60 $0.00 $65.00 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

DEMO: BURNERS 12/01/2019 $40.05 $8.10 $16.60 $0.00 $64.75 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

DEMO: CONCRETE CUTTER/SAWYER 12/01/2019 $40.30 $8.10 $16.60 $0.00 $65.00 LABORERS - ZONE 1

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 7 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment For apprentice rates see "Apprentice- LABORER"

DEMO: JACKHAMMER OPERATOR 12/01/2019 $40.05 $8.10 $16.60 $0.00 $64.75 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

DEMO: WRECKING LABORER 12/01/2019 $39.30 $8.10 $16.60 $0.00 $64.00 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

DIRECTIONAL DRILL MACHINE OPERATOR 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

DIVER 08/01/2019 $68.52 $9.90 $21.15 $0.00 $99.57 PILE DRIVER LOCAL 56 (ZONE 1)

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDER 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 PILE DRIVER LOCAL 56 (ZONE 1)

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER TENDER (EFFLUENT) 08/01/2019 $73.41 $9.90 $21.15 $0.00 $104.46 PILE DRIVER LOCAL 56 (ZONE 1)

For apprentice rates see "Apprentice- PILE DRIVER"

DIVER/SLURRY (EFFLUENT) 08/01/2019 $102.78 $9.90 $21.15 $0.00 $133.83 PILE DRIVER LOCAL 56 (ZONE 1)

For apprentice rates see "Apprentice- PILE DRIVER"

DRAWBRIDGE OPERATOR (Construction) 03/01/2020 $53.50 $13.00 $19.20 $0.00 $85.70 ELECTRICIANS LOCAL 103 09/01/2020 $54.93 $13.00 $19.25 $0.00 $87.18 03/01/2021 $56.13 $13.00 $19.28 $0.00 $88.41 09/01/2021 $57.56 $13.00 $19.33 $0.00 $89.89 03/01/2022 $58.76 $13.00 $19.36 $0.00 $91.12 09/01/2022 $60.19 $13.00 $19.41 $0.00 $92.60 03/01/2023 $61.39 $13.00 $19.44 $0.00 $93.83 For apprentice rates see "Apprentice- ELECTRICIAN"

ELECTRICIAN 03/01/2020 $53.50 $13.00 $19.20 $0.00 $85.70 ELECTRICIANS LOCAL 103 09/01/2020 $54.93 $13.00 $19.25 $0.00 $87.18 03/01/2021 $56.13 $13.00 $19.28 $0.00 $88.41 09/01/2021 $57.56 $13.00 $19.33 $0.00 $89.89 03/01/2022 $58.76 $13.00 $19.36 $0.00 $91.12 09/01/2022 $60.19 $13.00 $19.41 $0.00 $92.60 03/01/2023 $61.39 $13.00 $19.44 $0.00 $93.83

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 8 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - ELECTRICIAN - Local 103

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $21.40 $13.00 $0.64 $0.00 $35.04 2 40 $21.40 $13.00 $0.64 $0.00 $35.04 3 45 $24.08 $13.00 $14.62 $0.00 $51.70 4 45 $24.08 $13.00 $14.62 $0.00 $51.70 5 50 $26.75 $13.00 $15.04 $0.00 $54.79 6 55 $29.43 $13.00 $15.46 $0.00 $57.89 7 60 $32.10 $13.00 $15.87 $0.00 $60.97 8 65 $34.78 $13.00 $16.29 $0.00 $64.07 9 70 $37.45 $13.00 $16.70 $0.00 $67.15 10 75 $40.13 $13.00 $17.12 $0.00 $70.25

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $21.97 $13.00 $0.66 $0.00 $35.63 2 40 $21.97 $13.00 $0.66 $0.00 $35.63 3 45 $24.72 $13.00 $14.64 $0.00 $52.36 4 45 $24.72 $13.00 $14.64 $0.00 $52.36 5 50 $27.47 $13.00 $15.06 $0.00 $55.53 6 55 $30.21 $13.00 $15.49 $0.00 $58.70 7 60 $32.96 $13.00 $15.90 $0.00 $61.86 8 65 $35.70 $13.00 $16.32 $0.00 $65.02 9 70 $38.45 $13.00 $16.73 $0.00 $68.18 10 75 $41.20 $13.00 $17.16 $0.00 $71.36

Notes: : App Prior 1/1/03; 30/35/40/45/50/55/65/70/75/80

Apprentice to Journeyworker Ratio:2:3***

ELEVATOR CONSTRUCTOR 01/01/2020 $61.42 $15.73 $18.41 $0.00 $95.56 ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2021 $63.47 $15.88 $19.31 $0.00 $98.66 01/01/2022 $65.62 $16.03 $20.21 $0.00 $101.86

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 9 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - ELEVATOR CONSTRUCTOR - Local 4

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $30.71 $15.73 $0.00 $0.00 $46.44 2 55 $33.78 $15.73 $18.41 $0.00 $67.92 3 65 $39.92 $15.73 $18.41 $0.00 $74.06 4 70 $42.99 $15.73 $18.41 $0.00 $77.13 5 80 $49.14 $15.73 $18.41 $0.00 $83.28

Effective Date - 01/01/2021 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $31.74 $15.88 $0.00 $0.00 $47.62 2 55 $34.91 $15.88 $19.31 $0.00 $70.10 3 65 $41.26 $15.88 $19.31 $0.00 $76.45 4 70 $44.43 $15.88 $19.31 $0.00 $79.62 5 80 $50.78 $15.88 $19.31 $0.00 $85.97

Notes: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year

Apprentice to Journeyworker Ratio:1:1

ELEVATOR CONSTRUCTOR HELPER 01/01/2020 $42.99 $15.73 $18.41 $0.00 $77.13 ELEVATOR CONSTRUCTORS LOCAL 4 01/01/2021 $44.43 $15.88 $19.31 $0.00 $79.62 01/01/2022 $45.93 $16.03 $20.21 $0.00 $82.17 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR"

FENCE & GUARD RAIL ERECTOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY 05/01/2020 $44.73 $12.50 $15.70 $0.00 $72.93 OPERATING ENGINEERS LOCAL 4 11/01/2020 $45.73 $12.50 $15.70 $0.00 $73.93 05/01/2021 $46.88 $12.50 $15.70 $0.00 $75.08 11/01/2021 $47.88 $12.50 $15.70 $0.00 $76.08 05/01/2022 $49.03 $12.50 $15.70 $0.00 $77.23 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY 05/01/2020 $46.23 $12.50 $15.70 $0.00 $74.43 OPERATING ENGINEERS LOCAL 4 11/01/2020 $47.24 $12.50 $15.70 $0.00 $75.44 05/01/2021 $48.40 $12.50 $15.70 $0.00 $76.60 11/01/2021 $49.41 $12.50 $15.70 $0.00 $77.61 05/01/2022 $50.57 $12.50 $15.70 $0.00 $78.77 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 10 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY 05/01/2020 $22.64 $12.50 $15.70 $0.00 $50.84 OPERATING ENGINEERS LOCAL 4 11/01/2020 $23.23 $12.50 $15.70 $0.00 $51.43 05/01/2021 $23.91 $12.50 $15.70 $0.00 $52.11 11/01/2021 $24.51 $12.50 $15.70 $0.00 $52.71 05/01/2022 $25.18 $12.50 $15.70 $0.00 $53.38 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FIRE ALARM INSTALLER 03/01/2020 $53.50 $13.00 $19.20 $0.00 $85.70 ELECTRICIANS LOCAL 103 09/01/2020 $54.93 $13.00 $19.25 $0.00 $87.18 03/01/2021 $56.13 $13.00 $19.28 $0.00 $88.41 09/01/2021 $57.56 $13.00 $19.33 $0.00 $89.89 03/01/2022 $58.76 $13.00 $19.36 $0.00 $91.12 09/01/2022 $60.19 $13.00 $19.41 $0.00 $92.60 03/01/2023 $61.39 $13.00 $19.44 $0.00 $93.83 For apprentice rates see "Apprentice- ELECTRICIAN"

FIRE ALARM REPAIR / MAINTENANCE 03/01/2020 $40.13 $13.00 $17.12 $0.00 $70.25 / COMMISSIONINGELECTRICIANS $17.16 $0.00 LOCAL 103 09/01/2020 $41.20 $13.00 $71.36 03/01/2021 $42.66 $13.00 $17.27 $0.00 $72.93 09/01/2021 $44.32 $13.00 $17.38 $0.00 $74.70 03/01/2022 $45.83 $13.00 $17.49 $0.00 $76.32 09/01/2022 $47.55 $13.00 $17.62 $0.00 $78.17 03/01/2023 $49.11 $13.00 $17.73 $0.00 $79.84 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN"

FIREMAN (ASST. ENGINEER) 06/01/2020 $40.30 $13.00 $15.70 $0.00 $69.00 OPERATING ENGINEERS LOCAL 4 12/01/2020 $41.25 $13.00 $15.70 $0.00 $69.95 06/01/2021 $42.16 $13.00 $15.70 $0.00 $70.86 12/01/2021 $43.11 $13.00 $15.70 $0.00 $71.81 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

FLAGGER & SIGNALER 06/01/2020 $23.50 $8.60 $17.09 $0.00 $49.19 LABORERS - ZONE 1 12/01/2020 $24.50 $8.60 $17.09 $0.00 $50.19 06/01/2021 $24.50 $8.60 $17.09 $0.00 $50.19 12/01/2021 $24.50 $8.60 $17.09 $0.00 $50.19 For apprentice rates see "Apprentice- LABORER"

FLOORCOVERER 03/01/2020 $47.05 $9.40 $19.25 $0.00 $75.70 FLOORCOVERERS LOCAL 2168 ZONE I 09/01/2020 $47.85 $9.40 $19.25 $0.00 $76.50 03/01/2021 $48.65 $9.40 $19.25 $0.00 $77.30 09/01/2021 $49.45 $9.40 $19.25 $0.00 $78.10 03/01/2022 $50.25 $9.40 $19.25 $0.00 $78.90

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 11 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - FLOORCOVERER - Local 2168 Zone I

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.53 $9.40 $1.79 $0.00 $34.72 2 55 $25.88 $9.40 $1.79 $0.00 $37.07 3 60 $28.23 $9.40 $13.88 $0.00 $51.51 4 65 $30.58 $9.40 $13.88 $0.00 $53.86 5 70 $32.94 $9.40 $15.67 $0.00 $58.01 6 75 $35.29 $9.40 $15.67 $0.00 $60.36 7 80 $37.64 $9.40 $17.46 $0.00 $64.50 8 85 $39.99 $9.40 $17.46 $0.00 $66.85

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.93 $9.40 $1.79 $0.00 $35.12 2 55 $26.32 $9.40 $1.79 $0.00 $37.51 3 60 $28.71 $9.40 $13.88 $0.00 $51.99 4 65 $31.10 $9.40 $13.88 $0.00 $54.38 5 70 $33.50 $9.40 $15.67 $0.00 $58.57 6 75 $35.89 $9.40 $15.67 $0.00 $60.96 7 80 $38.28 $9.40 $17.46 $0.00 $65.14 8 85 $40.67 $9.40 $17.46 $0.00 $67.53

Notes: Steps are 750 hrs. % After 09/1/17; 45/45/55/55/70/70/80/80 (1500hr Steps) Step 1&2 $32.36/ 3&4 $38.80/ 5&6 $58.01/ 7&8 $64.50 Apprentice to Journeyworker Ratio:1:1

FORK LIFT/CHERRY PICKER 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GENERATOR/LIGHTING PLANT/HEATERS 06/01/2020 $32.72 $13.00 $15.70 $0.00 $61.42 OPERATING ENGINEERS LOCAL 4 12/01/2020 $33.50 $13.00 $15.70 $0.00 $62.20 06/01/2021 $34.25 $13.00 $15.70 $0.00 $62.95 12/01/2021 $35.04 $13.00 $15.70 $0.00 $63.74 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR 01/01/2020 $46.25 $8.20 $22.10 $0.00 $76.55 SYSTEMS) $22.40 $0.00 GLAZIERS LOCAL 35 (ZONE 1) 07/01/2020 $46.80 $8.25 $77.45 01/01/2021 $47.35 $8.25 $22.75 $0.00 $78.35

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 12 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - GLAZIER - Local 35 Zone 1

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.13 $8.20 $0.00 $0.00 $31.33 2 55 $25.44 $8.20 $5.94 $0.00 $39.58 3 60 $27.75 $8.20 $6.48 $0.00 $42.43 4 65 $30.06 $8.20 $7.02 $0.00 $45.28 5 70 $32.38 $8.20 $18.86 $0.00 $59.44 6 75 $34.69 $8.20 $19.40 $0.00 $62.29 7 80 $37.00 $8.20 $19.94 $0.00 $65.14 8 90 $41.63 $8.20 $21.02 $0.00 $70.85

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.40 $8.25 $0.00 $0.00 $31.65 2 55 $25.74 $8.25 $6.05 $0.00 $40.04 3 60 $28.08 $8.25 $6.60 $0.00 $42.93 4 65 $30.42 $8.25 $7.15 $0.00 $45.82 5 70 $32.76 $8.25 $19.10 $0.00 $60.11 6 75 $35.10 $8.25 $19.65 $0.00 $63.00 7 80 $37.44 $8.25 $20.20 $0.00 $65.89 8 90 $42.12 $8.25 $21.30 $0.00 $71.67

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

HOISTING ENGINEER/CRANES/GRADALLS 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 13 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - OPERATING ENGINEERS - Local 4

Effective Date - 06/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $27.13 $13.00 $0.00 $0.00 $40.13 2 60 $29.60 $13.00 $15.70 $0.00 $58.30 3 65 $32.06 $13.00 $15.70 $0.00 $60.76 4 70 $34.53 $13.00 $15.70 $0.00 $63.23 5 75 $37.00 $13.00 $15.70 $0.00 $65.70 6 80 $39.46 $13.00 $15.70 $0.00 $68.16 7 85 $41.93 $13.00 $15.70 $0.00 $70.63 8 90 $44.40 $13.00 $15.70 $0.00 $73.10

Effective Date - 12/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $27.76 $13.00 $0.00 $0.00 $40.76 2 60 $30.29 $13.00 $15.70 $0.00 $58.99 3 65 $32.81 $13.00 $15.70 $0.00 $61.51 4 70 $35.34 $13.00 $15.70 $0.00 $64.04 5 75 $37.86 $13.00 $15.70 $0.00 $66.56 6 80 $40.38 $13.00 $15.70 $0.00 $69.08 7 85 $42.91 $13.00 $15.70 $0.00 $71.61 8 90 $45.43 $13.00 $15.70 $0.00 $74.13

Notes:

Apprentice to Journeyworker Ratio:1:6

HVAC (DUCTWORK) 02/01/2020 $49.36 $13.35 $24.12 $2.61 $89.44 SHEETMETAL WORKERS LOCAL 17 - A 08/01/2020 $50.96 $13.35 $24.12 $2.66 $91.09 02/01/2021 $52.61 $13.35 $24.12 $2.71 $92.79 08/01/2021 $54.36 $13.35 $24.12 $2.76 $94.59 02/01/2022 $56.11 $13.35 $24.12 $2.81 $96.39 For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (ELECTRICAL CONTROLS) 03/01/2020 $53.50 $13.00 $19.20 $0.00 $85.70 ELECTRICIANS LOCAL 103 09/01/2020 $54.93 $13.00 $19.25 $0.00 $87.18 03/01/2021 $56.13 $13.00 $19.28 $0.00 $88.41 09/01/2021 $57.56 $13.00 $19.33 $0.00 $89.89 03/01/2022 $58.76 $13.00 $19.36 $0.00 $91.12 09/01/2022 $60.19 $13.00 $19.41 $0.00 $92.60 03/01/2023 $61.39 $13.00 $19.44 $0.00 $93.83 For apprentice rates see "Apprentice- ELECTRICIAN"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 14 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment HVAC (TESTING AND BALANCING - AIR) 02/01/2020 $49.36 $13.35 $24.12 $2.61 $89.44 SHEETMETAL WORKERS LOCAL 17 - A 08/01/2020 $50.96 $13.35 $24.12 $2.66 $91.09 02/01/2021 $52.61 $13.35 $24.12 $2.71 $92.79 08/01/2021 $54.36 $13.35 $24.12 $2.76 $94.59 02/01/2022 $56.11 $13.35 $24.12 $2.81 $96.39 For apprentice rates see "Apprentice- SHEET METAL WORKER"

HVAC (TESTING AND BALANCING -WATER) 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 PIPEFITTERS LOCAL 537 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HVAC MECHANIC 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 PIPEFITTERS LOCAL 537 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

HYDRAULIC DRILLS 06/01/2020 $39.90 $8.60 $17.09 $0.00 $65.59 LABORERS - ZONE 1 12/01/2020 $40.88 $8.60 $17.09 $0.00 $66.57 06/01/2021 $41.90 $8.60 $17.09 $0.00 $67.59 12/01/2021 $42.91 $8.60 $17.09 $0.00 $68.60 For apprentice rates see "Apprentice- LABORER"

INSULATOR (PIPES & TANKS) 09/01/2019 $48.44 $12.80 $16.40 $0.00 $77.64 HEAT & FROST INSULATORS LOCAL 6 (BOSTON)

Apprentice - ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 Boston

Effective Date - 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.22 $12.80 $11.90 $0.00 $48.92 2 60 $29.06 $12.80 $12.80 $0.00 $54.66 3 70 $33.91 $12.80 $13.70 $0.00 $60.41 4 80 $38.75 $12.80 $14.60 $0.00 $66.15

Notes: Steps are 1 year

Apprentice to Journeyworker Ratio:1:4

IRONWORKER/WELDER 03/16/2019 $46.66 $8.00 $23.50 $0.00 $78.16 IRONWORKERS LOCAL 7 (BOSTON AREA)

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 15 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - IRONWORKER - Local 7 Boston

Effective Date - 03/16/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $28.00 $8.00 $23.50 $0.00 $59.50 2 70 $32.66 $8.00 $23.50 $0.00 $64.16 3 75 $35.00 $8.00 $23.50 $0.00 $66.50 4 80 $37.33 $8.00 $23.50 $0.00 $68.83 5 85 $39.66 $8.00 $23.50 $0.00 $71.16 6 90 $41.99 $8.00 $23.50 $0.00 $73.49

Notes: ** Structural 1:6; Ornamental 1:4

Apprentice to Journeyworker Ratio:**

JACKHAMMER & PAVING BREAKER OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

LABORER 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85

Apprentice - LABORER - Zone 1

Effective Date - 06/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $23.49 $8.60 $17.09 $0.00 $49.18 2 70 $27.41 $8.60 $17.09 $0.00 $53.10 3 80 $31.32 $8.60 $17.09 $0.00 $57.01 4 90 $35.24 $8.60 $17.09 $0.00 $60.93

Effective Date - 12/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $24.08 $8.60 $17.09 $0.00 $49.77 2 70 $28.09 $8.60 $17.09 $0.00 $53.78 3 80 $32.10 $8.60 $17.09 $0.00 $57.79 4 90 $36.12 $8.60 $17.09 $0.00 $61.81

Notes:

Apprentice to Journeyworker Ratio:1:5

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 16 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment LABORER: CARPENTER TENDER 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85 For apprentice rates see "Apprentice- LABORER"

LABORER: CEMENT FINISHER TENDER 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85 For apprentice rates see "Apprentice- LABORER"

LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER 06/01/2020 $39.30 $8.60 $17.09 $0.00 $64.99 LABORERS - ZONE 1

For apprentice rates see "Apprentice- LABORER"

LABORER: MASON TENDER 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

LABORER: MULTI-TRADE TENDER 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85 For apprentice rates see "Apprentice- LABORER"

LABORER: TREE REMOVER 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85 This classification applies to the removal of standing trees, and the trimming and removal of branches and limbs when related to public works construction or site clearance incidental to construction . For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

MARBLE & TILE FINISHERS 02/01/2020 $41.49 $10.75 $20.12 $0.00 $72.36 BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2020 $42.57 $10.75 $20.27 $0.00 $73.59 02/01/2021 $43.08 $10.75 $20.27 $0.00 $74.10 08/01/2021 $44.20 $10.75 $20.43 $0.00 $75.38 02/01/2022 $44.67 $10.75 $20.43 $0.00 $75.85

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 17 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - MARBLE & TILE FINISHER - Local 3 Marble & Tile

Effective Date - 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $20.75 $10.75 $20.12 $0.00 $51.62 2 60 $24.89 $10.75 $20.12 $0.00 $55.76 3 70 $29.04 $10.75 $20.12 $0.00 $59.91 4 80 $33.19 $10.75 $20.12 $0.00 $64.06 5 90 $37.34 $10.75 $20.12 $0.00 $68.21

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $21.29 $10.75 $20.27 $0.00 $52.31 2 60 $25.54 $10.75 $20.27 $0.00 $56.56 3 70 $29.80 $10.75 $20.27 $0.00 $60.82 4 80 $34.06 $10.75 $20.27 $0.00 $65.08 5 90 $38.31 $10.75 $20.27 $0.00 $69.33

Notes:

Apprentice to Journeyworker Ratio:1:3

MARBLE MASONS,TILELAYERS & TERRAZZO MECH 02/01/2020 $54.42 $10.75 $21.93 $0.00 $87.10 BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2020 $55.77 $10.75 $22.08 $0.00 $88.60 02/01/2021 $56.41 $10.75 $22.08 $0.00 $89.24 08/01/2021 $57.81 $10.75 $22.24 $0.00 $90.80 02/01/2022 $58.38 $10.75 $22.24 $0.00 $91.37

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 18 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & Tile

Effective Date - 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.21 $10.75 $21.93 $0.00 $59.89 2 60 $32.65 $10.75 $21.93 $0.00 $65.33 3 70 $38.09 $10.75 $21.93 $0.00 $70.77 4 80 $43.54 $10.75 $21.93 $0.00 $76.22 5 90 $48.98 $10.75 $21.93 $0.00 $81.66

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.89 $10.75 $22.08 $0.00 $60.72 2 60 $33.46 $10.75 $22.08 $0.00 $66.29 3 70 $39.04 $10.75 $22.08 $0.00 $71.87 4 80 $44.62 $10.75 $22.08 $0.00 $77.45 5 90 $50.19 $10.75 $22.08 $0.00 $83.02

Notes:

Apprentice to Journeyworker Ratio:1:5

MECH. SWEEPER OPERATOR (ON CONST. SITES) 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MECHANICS MAINTENANCE 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

MILLWRIGHT (Zone 1) 04/01/2019 $42.22 $9.90 $18.50 $0.00 $70.62 MILLWRIGHTS LOCAL 1121 - Zone 1

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 19 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - MILLWRIGHT - Local 1121 Zone 1

Effective Date - 04/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 55 $23.22 $9.90 $5.31 $0.00 $38.43 2 65 $27.44 $9.90 $15.13 $0.00 $52.47 3 75 $31.67 $9.90 $16.10 $0.00 $57.67 4 85 $35.89 $9.90 $17.06 $0.00 $62.85

Notes:

Steps are 2,000 hours Apprentice to Journeyworker Ratio:1:5

MORTAR MIXER 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

OILER (OTHER THAN TRUCK CRANES,GRADALLS) 06/01/2020 $23.13 $13.00 $15.70 $0.00 $51.83 OPERATING ENGINEERS LOCAL 4 12/01/2020 $23.70 $13.00 $15.70 $0.00 $52.40 06/01/2021 $24.25 $13.00 $15.70 $0.00 $52.95 12/01/2021 $24.83 $13.00 $15.70 $0.00 $53.53 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OILER (TRUCK CRANES, GRADALLS) 06/01/2020 $27.79 $13.00 $15.70 $0.00 $56.49 OPERATING ENGINEERS LOCAL 4 12/01/2020 $28.47 $13.00 $15.70 $0.00 $57.17 06/01/2021 $29.11 $13.00 $15.70 $0.00 $57.81 12/01/2021 $29.79 $13.00 $15.70 $0.00 $58.49 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

OTHER POWER DRIVEN EQUIPMENT - CLASS II 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PAINTER (BRIDGES/TANKS) 01/01/2020 $50.96 $8.20 $22.10 $0.00 $81.26 PAINTERS LOCAL 35 - ZONE 1 07/01/2020 $51.51 $8.25 $22.40 $0.00 $82.16 01/01/2021 $52.06 $8.25 $22.75 $0.00 $83.06

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 20 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 - BRIDGES/TANKS

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.48 $8.20 $0.00 $0.00 $33.68 2 55 $28.03 $8.20 $5.94 $0.00 $42.17 3 60 $30.58 $8.20 $6.48 $0.00 $45.26 4 65 $33.12 $8.20 $7.02 $0.00 $48.34 5 70 $35.67 $8.20 $18.86 $0.00 $62.73 6 75 $38.22 $8.20 $19.40 $0.00 $65.82 7 80 $40.77 $8.20 $19.94 $0.00 $68.91 8 90 $45.86 $8.20 $21.02 $0.00 $75.08

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $25.76 $8.25 $0.00 $0.00 $34.01 2 55 $28.33 $8.25 $6.05 $0.00 $42.63 3 60 $30.91 $8.25 $6.60 $0.00 $45.76 4 65 $33.48 $8.25 $7.15 $0.00 $48.88 5 70 $36.06 $8.25 $19.10 $0.00 $63.41 6 75 $38.63 $8.25 $19.65 $0.00 $66.53 7 80 $41.21 $8.25 $20.20 $0.00 $69.66 8 90 $46.36 $8.25 $21.30 $0.00 $75.91

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, NEW) * 01/01/2020 $47.65 $8.20 $22.10 $0.00 $77.95 * If 30% or more of surfaces to be painted are new construction, 07/01/2020 $48.28 $8.25 $22.40 $0.00 $78.93 NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 1 01/01/2021 $49.75 $8.25 $22.75 $0.00 $80.75

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 21 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 1 - Spray/Sandblast - New

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.83 $8.20 $0.00 $0.00 $32.03 2 55 $26.21 $8.20 $5.94 $0.00 $40.35 3 60 $28.59 $8.20 $6.48 $0.00 $43.27 4 65 $30.97 $8.20 $7.02 $0.00 $46.19 5 70 $33.36 $8.20 $18.86 $0.00 $60.42 6 75 $35.74 $8.20 $19.40 $0.00 $63.34 7 80 $38.12 $8.20 $19.94 $0.00 $66.26 8 90 $42.89 $8.20 $21.02 $0.00 $72.11

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.14 $8.25 $0.00 $0.00 $32.39 2 55 $26.55 $8.25 $6.05 $0.00 $40.85 3 60 $28.97 $8.25 $6.60 $0.00 $43.82 4 65 $31.38 $8.25 $7.15 $0.00 $46.78 5 70 $33.80 $8.25 $19.10 $0.00 $61.15 6 75 $36.21 $8.25 $19.65 $0.00 $64.11 7 80 $38.62 $8.25 $20.20 $0.00 $67.07 8 90 $43.45 $8.25 $21.30 $0.00 $73.00

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (SPRAY OR SANDBLAST, REPAINT) 01/01/2020 $45.71 $8.20 $22.10 $0.00 $76.01 PAINTERS LOCAL 35 - ZONE 1 07/01/2020 $46.26 $8.25 $22.40 $0.00 $76.91 01/01/2021 $46.81 $8.25 $22.75 $0.00 $77.81

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 22 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 1 - Spray/Sandblast - Repaint

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.86 $8.20 $0.00 $0.00 $31.06 2 55 $25.14 $8.20 $5.94 $0.00 $39.28 3 60 $27.43 $8.20 $6.48 $0.00 $42.11 4 65 $29.71 $8.20 $7.02 $0.00 $44.93 5 70 $32.00 $8.20 $18.86 $0.00 $59.06 6 75 $34.28 $8.20 $19.40 $0.00 $61.88 7 80 $36.57 $8.20 $19.94 $0.00 $64.71 8 90 $41.14 $8.20 $21.02 $0.00 $70.36

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.13 $8.25 $0.00 $0.00 $31.38 2 55 $25.44 $8.25 $6.05 $0.00 $39.74 3 60 $27.76 $8.25 $6.60 $0.00 $42.61 4 65 $30.07 $8.25 $7.15 $0.00 $45.47 5 70 $32.38 $8.25 $19.10 $0.00 $59.73 6 75 $34.70 $8.25 $19.65 $0.00 $62.60 7 80 $37.01 $8.25 $20.20 $0.00 $65.46 8 90 $41.63 $8.25 $21.30 $0.00 $71.18

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER (TRAFFIC MARKINGS) 06/01/2020 $39.15 $8.60 $17.09 $0.00 $64.84 LABORERS - ZONE 1 12/01/2020 $40.13 $8.60 $17.09 $0.00 $65.82 06/01/2021 $41.15 $8.60 $17.09 $0.00 $66.84 12/01/2021 $42.16 $8.60 $17.09 $0.00 $67.85 For Apprentice rates see "Apprentice- LABORER"

PAINTER / TAPER (BRUSH, NEW) * 01/01/2020 $46.25 $8.20 $22.10 $0.00 $76.55 * If 30% or more of surfaces to be painted are new construction, 07/01/2020 $46.80 $8.25 $22.40 $0.00 $77.45 NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 1 01/01/2021 $47.35 $8.25 $22.75 $0.00 $78.35

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 23 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER - Local 35 Zone 1 - BRUSH NEW

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.13 $8.20 $0.00 $0.00 $31.33 2 55 $25.44 $8.20 $5.94 $0.00 $39.58 3 60 $27.75 $8.20 $6.48 $0.00 $42.43 4 65 $30.06 $8.20 $7.02 $0.00 $45.28 5 70 $32.38 $8.20 $18.86 $0.00 $59.44 6 75 $34.69 $8.20 $19.40 $0.00 $62.29 7 80 $37.00 $8.20 $19.94 $0.00 $65.14 8 90 $41.63 $8.20 $21.02 $0.00 $70.85

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.40 $8.25 $0.00 $0.00 $31.65 2 55 $25.74 $8.25 $6.05 $0.00 $40.04 3 60 $28.08 $8.25 $6.60 $0.00 $42.93 4 65 $30.42 $8.25 $7.15 $0.00 $45.82 5 70 $32.76 $8.25 $19.10 $0.00 $60.11 6 75 $35.10 $8.25 $19.65 $0.00 $63.00 7 80 $37.44 $8.25 $20.20 $0.00 $65.89 8 90 $42.12 $8.25 $21.30 $0.00 $71.67

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PAINTER / TAPER (BRUSH, REPAINT) 01/01/2020 $44.31 $8.20 $22.10 $0.00 $74.61 PAINTERS LOCAL 35 - ZONE 1 07/01/2020 $44.86 $8.25 $22.40 $0.00 $75.51 01/01/2021 $45.41 $8.25 $22.75 $0.00 $76.41

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 24 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PAINTER Local 35 Zone 1 - BRUSH REPAINT

Effective Date - 01/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.16 $8.20 $0.00 $0.00 $30.36 2 55 $24.37 $8.20 $5.94 $0.00 $38.51 3 60 $26.59 $8.20 $6.48 $0.00 $41.27 4 65 $28.80 $8.20 $7.02 $0.00 $44.02 5 70 $31.02 $8.20 $18.86 $0.00 $58.08 6 75 $33.23 $8.20 $19.40 $0.00 $60.83 7 80 $35.45 $8.20 $19.94 $0.00 $63.59 8 90 $39.88 $8.20 $21.02 $0.00 $69.10

Effective Date - 07/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.43 $8.25 $0.00 $0.00 $30.68 2 55 $24.67 $8.25 $6.05 $0.00 $38.97 3 60 $26.92 $8.25 $6.60 $0.00 $41.77 4 65 $29.16 $8.25 $7.15 $0.00 $44.56 5 70 $31.40 $8.25 $19.10 $0.00 $58.75 6 75 $33.65 $8.25 $19.65 $0.00 $61.55 7 80 $35.89 $8.25 $20.20 $0.00 $64.34 8 90 $40.37 $8.25 $21.30 $0.00 $69.92

Notes: Steps are 750 hrs.

Apprentice to Journeyworker Ratio:1:1

PANEL & PICKUP TRUCKS DRIVER 06/01/2020 $36.08 $12.41 $13.72 $0.00 $62.21 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.08 $12.91 $13.72 $0.00 $62.71 12/01/2020 $36.08 $12.91 $14.82 $0.00 $63.81 06/01/2021 $36.88 $12.91 $14.82 $0.00 $64.61 08/01/2021 $36.88 $13.41 $14.82 $0.00 $65.11 12/01/2021 $36.88 $13.41 $16.01 $0.00 $66.30 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 DECK) PILE DRIVER LOCAL 56 (ZONE 1) For apprentice rates see "Apprentice- PILE DRIVER"

PILE DRIVER 08/01/2019 $48.94 $9.90 $21.15 $0.00 $79.99 PILE DRIVER LOCAL 56 (ZONE 1)

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 25 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - PILE DRIVER - Local 56 Zone 1

Effective Date - 08/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $24.47 $9.90 $21.15 $0.00 $55.52 2 60 $29.36 $9.90 $21.15 $0.00 $60.41 3 70 $34.26 $9.90 $21.15 $0.00 $65.31 4 75 $36.71 $9.90 $21.15 $0.00 $67.76 5 80 $39.15 $9.90 $21.15 $0.00 $70.20 6 80 $39.15 $9.90 $21.15 $0.00 $70.20 7 90 $44.05 $9.90 $21.15 $0.00 $75.10 8 90 $44.05 $9.90 $21.15 $0.00 $75.10

Notes:

Apprentice to Journeyworker Ratio:1:5

PIPEFITTER & STEAMFITTER 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 PIPEFITTERS LOCAL 537 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.19 $10.95 $19.74 $0.00 $89.88

Apprentice - PIPEFITTER - Local 537

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $22.48 $10.95 $8.00 $0.00 $41.43 2 45 $25.29 $10.95 $19.74 $0.00 $55.98 3 60 $33.71 $10.95 $19.74 $0.00 $64.40 4 70 $39.33 $10.95 $19.74 $0.00 $70.02 5 80 $44.95 $10.95 $19.74 $0.00 $75.64

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 40 $23.08 $10.95 $8.00 $0.00 $42.03 2 45 $25.96 $10.95 $19.74 $0.00 $56.65 3 60 $34.61 $10.95 $19.74 $0.00 $65.30 4 70 $40.38 $10.95 $19.74 $0.00 $71.07 5 80 $46.15 $10.95 $19.74 $0.00 $76.84

Notes: ** 1:3; 3:15; 1:10 thereafter / Steps are 1 yr. Refrig/AC Mechanic **1:1;1:2;2:4;3:6;4:8;5:10;6:12;7:14;8:17;9:20;10:23(Max) Apprentice to Journeyworker Ratio:**

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 26 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment PIPELAYER 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

PLUMBERS & GASFITTERS 03/01/2020 $58.69 $12.07 $17.26 $0.00 $88.02 PLUMBERS & GASFITTERS LOCAL 12 09/01/2020 $60.19 $12.07 $17.26 $0.00 $89.52 03/01/2021 $61.69 $12.07 $17.26 $0.00 $91.02

Apprentice - PLUMBER/GASFITTER - Local 12

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $20.54 $12.07 $6.24 $0.00 $38.85 2 40 $23.48 $12.07 $7.08 $0.00 $42.63 3 55 $32.28 $12.07 $9.63 $0.00 $53.98 4 65 $38.15 $12.07 $11.33 $0.00 $61.55 5 75 $44.02 $12.07 $13.03 $0.00 $69.12

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.07 $12.07 $6.24 $0.00 $39.38 2 40 $24.08 $12.07 $7.08 $0.00 $43.23 3 55 $33.10 $12.07 $9.63 $0.00 $54.80 4 65 $39.12 $12.07 $11.33 $0.00 $62.52 5 75 $45.14 $12.07 $13.03 $0.00 $70.24

Notes: ** 1:2; 2:6; 3:10; 4:14; 5:19/Steps are 1 yr Step4 with lic$65.32, Step5 with lic$72.89 Apprentice to Journeyworker Ratio:**

PNEUMATIC CONTROLS (TEMP.) 03/01/2020 $56.19 $10.95 $19.74 $0.00 $86.88 PIPEFITTERS LOCAL 537 09/01/2020 $57.69 $10.95 $19.74 $0.00 $88.38 03/01/2021 $59.17 $10.95 $19.74 $0.00 $89.86 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER"

PNEUMATIC DRILL/TOOL OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

POWDERMAN & BLASTER 06/01/2020 $40.15 $8.60 $17.09 $0.00 $65.84 LABORERS - ZONE 1 12/01/2020 $41.13 $8.60 $17.09 $0.00 $66.82 06/01/2021 $42.15 $8.60 $17.09 $0.00 $67.84 12/01/2021 $43.16 $8.60 $17.09 $0.00 $68.85 For apprentice rates see "Apprentice- LABORER"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 27 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment POWER SHOVEL/DERRICK/TRENCHING MACHINE 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (CONCRETE) 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

PUMP OPERATOR (DEWATERING, OTHER) 06/01/2020 $32.72 $13.00 $15.70 $0.00 $61.42 OPERATING ENGINEERS LOCAL 4 12/01/2020 $33.50 $13.00 $15.70 $0.00 $62.20 06/01/2021 $34.25 $13.00 $15.70 $0.00 $62.95 12/01/2021 $35.04 $13.00 $15.70 $0.00 $63.74 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

READY MIX CONCRETE DRIVERS after 4/30/12 05/01/2020 $27.90 $10.41 $14.12 $0.00 $52.43 (Drivers Hired After 4/30/2012)TEAMSTERS 25 (Metro) - Aggregate 08/01/2020 $27.90 $10.91 $14.12 $0.00 $52.93 05/01/2021 $29.15 $10.91 $15.25 $0.00 $55.31 08/01/2021 $29.15 $11.41 $15.25 $0.00 $55.81 05/01/2022 $30.40 $11.41 $15.25 $0.00 $57.06 08/01/2022 $30.40 $11.91 $15.25 $0.00 $57.56 READY-MIX CONCRETE DRIVER 05/01/2020 $32.91 $10.41 $14.12 $0.00 $57.44 TEAMSTERS 25 (Metro) - Aggregate 08/01/2020 $32.91 $10.91 $14.12 $0.00 $57.94 05/01/2021 $33.66 $10.91 $15.25 $0.00 $59.82 08/01/2021 $33.66 $11.41 $15.25 $0.00 $60.32 05/01/2022 $34.41 $11.41 $15.25 $0.00 $61.07 08/01/2022 $34.41 $11.91 $15.25 $0.00 $61.57 RECLAIMERS 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

RIDE-ON MOTORIZED BUGGY OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

ROLLER/SPREADER/MULCHING MACHINE 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) 03/01/2020 $45.67 $11.50 $15.90 $0.00 $73.07 ROOFERS LOCAL 33 08/01/2020 $47.10 $11.50 $15.90 $0.00 $74.50 02/01/2021 $48.53 $11.50 $15.90 $0.00 $75.93 08/01/2021 $49.96 $11.50 $15.90 $0.00 $77.36 02/01/2022 $51.39 $11.50 $15.90 $0.00 $78.79

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 28 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - ROOFER - Local 33

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $22.84 $11.50 $3.69 $0.00 $38.03 2 60 $27.40 $11.50 $15.90 $0.00 $54.80 3 65 $29.69 $11.50 $15.90 $0.00 $57.09 4 75 $34.25 $11.50 $15.90 $0.00 $61.65 5 85 $38.82 $11.50 $15.90 $0.00 $66.22

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $23.55 $11.50 $3.69 $0.00 $38.74 2 60 $28.26 $11.50 $15.90 $0.00 $55.66 3 65 $30.62 $11.50 $15.90 $0.00 $58.02 4 75 $35.33 $11.50 $15.90 $0.00 $62.73 5 85 $40.04 $11.50 $15.90 $0.00 $67.44

Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. (Hot Pitch Mechanics' receive $1.00 hr. above ROOFER) Apprentice to Journeyworker Ratio:**

ROOFER SLATE / TILE / PRECAST CONCRETE 03/01/2020 $45.92 $11.50 $15.90 $0.00 $73.32 ROOFERS LOCAL 33 08/01/2020 $47.35 $11.50 $15.90 $0.00 $74.75 02/01/2021 $48.78 $11.50 $15.90 $0.00 $76.18 08/01/2021 $50.21 $11.50 $15.90 $0.00 $77.61 02/01/2022 $51.64 $11.50 $15.90 $0.00 $79.04 For apprentice rates see "Apprentice- ROOFER"

SHEETMETAL WORKER 02/01/2020 $49.36 $13.35 $24.12 $2.61 $89.44 SHEETMETAL WORKERS LOCAL 17 - A 08/01/2020 $50.96 $13.35 $24.12 $2.66 $91.09 02/01/2021 $52.61 $13.35 $24.12 $2.71 $92.79 08/01/2021 $54.36 $13.35 $24.12 $2.76 $94.59 02/01/2022 $56.11 $13.35 $24.12 $2.81 $96.39

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 29 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - SHEET METAL WORKER - Local 17-A

Effective Date - 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 42 $20.73 $13.35 $5.89 $0.00 $39.97 2 42 $20.73 $13.35 $5.89 $0.00 $39.97 3 47 $23.20 $13.35 $11.13 $1.43 $49.11 4 47 $23.20 $13.35 $11.13 $1.43 $49.11 5 52 $25.67 $13.35 $12.08 $1.53 $52.63 6 52 $25.67 $13.35 $12.33 $1.54 $52.89 7 60 $29.62 $13.35 $13.70 $1.70 $58.37 8 65 $32.08 $13.35 $15.15 $1.80 $62.38 9 75 $37.02 $13.35 $16.56 $2.01 $68.94 10 85 $41.96 $13.35 $17.96 $2.20 $75.47

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 42 $21.40 $13.35 $5.89 $0.00 $40.64 2 42 $21.40 $13.35 $5.89 $0.00 $40.64 3 47 $23.95 $13.35 $11.13 $1.45 $49.88 4 47 $23.95 $13.35 $11.13 $1.45 $49.88 5 52 $26.50 $13.35 $12.08 $1.56 $53.49 6 52 $26.50 $13.35 $12.33 $1.57 $53.75 7 60 $30.58 $13.35 $13.70 $1.73 $59.36 8 65 $33.12 $13.35 $15.15 $1.85 $63.47 9 75 $38.22 $13.35 $16.56 $2.04 $70.17 10 85 $43.32 $13.35 $17.96 $2.24 $76.87

Notes: Steps are 6 mos.

Apprentice to Journeyworker Ratio:1:4

SPECIALIZED EARTH MOVING EQUIP < 35 TONS 06/01/2020 $36.54 $12.41 $13.72 $0.00 $62.67 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.54 $12.91 $13.72 $0.00 $63.17 12/01/2020 $36.54 $12.91 $14.82 $0.00 $64.27 06/01/2021 $37.34 $12.91 $14.82 $0.00 $65.07 08/01/2021 $37.34 $13.41 $14.82 $0.00 $65.57 12/01/2021 $37.34 $13.41 $16.01 $0.00 $66.76 SPECIALIZED EARTH MOVING EQUIP > 35 TONS 06/01/2020 $36.83 $12.41 $13.72 $0.00 $62.96 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.83 $12.91 $13.72 $0.00 $63.46 12/01/2020 $36.83 $12.91 $14.82 $0.00 $64.56 06/01/2021 $37.63 $12.91 $14.82 $0.00 $65.36 08/01/2021 $37.63 $13.41 $14.82 $0.00 $65.86 12/01/2021 $37.63 $13.41 $16.01 $0.00 $67.05

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 30 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment SPRINKLER FITTER 03/01/2020 $60.82 $9.68 $20.55 $0.00 $91.05 SPRINKLER FITTERS LOCAL 550 - (Section A) Zone 1 10/01/2020 $62.32 $9.68 $20.55 $0.00 $92.55 03/01/2021 $63.82 $9.68 $20.55 $0.00 $94.05

Apprentice - SPRINKLER FITTER - Local 550 (Section A) Zone 1

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.29 $9.68 $11.61 $0.00 $42.58 2 40 $24.33 $9.68 $12.30 $0.00 $46.31 3 45 $27.37 $9.68 $12.99 $0.00 $50.04 4 50 $30.41 $9.68 $13.73 $0.00 $53.82 5 55 $33.45 $9.68 $14.36 $0.00 $57.49 6 60 $36.49 $9.68 $15.05 $0.00 $61.22 7 65 $39.53 $9.68 $15.74 $0.00 $64.95 8 70 $42.57 $9.68 $16.43 $0.00 $68.68 9 75 $45.62 $9.68 $17.11 $0.00 $72.41 10 80 $48.66 $9.68 $17.80 $0.00 $76.14

Effective Date - 10/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 35 $21.81 $9.68 $11.61 $0.00 $43.10 2 40 $24.93 $9.68 $12.30 $0.00 $46.91 3 45 $28.04 $9.68 $12.99 $0.00 $50.71 4 50 $31.16 $9.68 $13.73 $0.00 $54.57 5 55 $34.28 $9.68 $14.36 $0.00 $58.32 6 60 $37.39 $9.68 $15.05 $0.00 $62.12 7 65 $40.51 $9.68 $15.74 $0.00 $65.93 8 70 $43.62 $9.68 $16.43 $0.00 $69.73 9 75 $46.74 $9.68 $17.11 $0.00 $73.53 10 80 $49.86 $9.68 $17.80 $0.00 $77.34

Notes: Apprentice entered prior 9/30/10: 40/45/50/55/60/65/70/75/80/85 Steps are 850 hours Apprentice to Journeyworker Ratio:1:3

STEAM BOILER OPERATOR 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 31 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TELECOMMUNICATION TECHNICIAN 03/01/2020 $40.13 $13.00 $17.12 $0.00 $70.25 ELECTRICIANS LOCAL 103 09/01/2020 $41.20 $13.00 $17.16 $0.00 $71.36 03/01/2021 $42.66 $13.00 $17.27 $0.00 $72.93 09/01/2021 $44.32 $13.00 $17.38 $0.00 $74.70 03/01/2022 $45.83 $13.00 $17.49 $0.00 $76.32 09/01/2022 $47.55 $13.00 $17.62 $0.00 $78.17 03/01/2023 $49.11 $13.00 $17.73 $0.00 $79.84

Apprentice - TELECOMMUNICATION TECHNICIAN - Local 103

Effective Date - 03/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 45 $18.06 $13.00 $0.54 $0.00 $31.60 2 45 $18.06 $13.00 $0.54 $0.00 $31.60 3 50 $20.07 $13.00 $14.00 $0.00 $47.07 4 50 $20.07 $13.00 $14.00 $0.00 $47.07 5 55 $22.07 $13.00 $14.31 $0.00 $49.38 6 60 $24.08 $13.00 $14.62 $0.00 $51.70 7 65 $26.08 $13.00 $14.94 $0.00 $54.02 8 70 $28.09 $13.00 $15.25 $0.00 $56.34 9 75 $30.10 $13.00 $15.56 $0.00 $58.66 10 80 $32.10 $13.00 $15.87 $0.00 $60.97

Effective Date - 09/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 45 $18.54 $13.00 $0.57 $0.00 $32.11 2 45 $18.54 $13.00 $0.57 $0.00 $32.11 3 50 $20.60 $13.00 $14.02 $0.00 $47.62 4 50 $20.60 $13.00 $14.02 $0.00 $47.62 5 55 $22.66 $13.00 $14.33 $0.00 $49.99 6 60 $24.72 $13.00 $14.64 $0.00 $52.36 7 65 $26.78 $13.00 $14.96 $0.00 $54.74 8 70 $28.84 $13.00 $15.28 $0.00 $57.12 9 75 $30.90 $13.00 $15.59 $0.00 $59.49 10 80 $32.96 $13.00 $15.90 $0.00 $61.86

Notes:

Apprentice to Journeyworker Ratio:1:1

TERRAZZO FINISHERS 02/01/2020 $53.34 $10.75 $21.94 $0.00 $86.03 BRICKLAYERS LOCAL 3 - MARBLE & TILE 08/01/2020 $54.69 $10.75 $22.09 $0.00 $87.53 02/01/2021 $55.33 $10.75 $22.09 $0.00 $88.17 08/01/2021 $56.73 $10.75 $22.25 $0.00 $89.73 02/01/2022 $57.32 $10.75 $22.25 $0.00 $90.32

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 32 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - TERRAZZO FINISHER - Local 3 Marble & Tile

Effective Date - 02/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $26.67 $10.75 $21.94 $0.00 $59.36 2 60 $32.00 $10.75 $21.94 $0.00 $64.69 3 70 $37.34 $10.75 $21.94 $0.00 $70.03 4 80 $42.67 $10.75 $21.94 $0.00 $75.36 5 90 $48.01 $10.75 $21.94 $0.00 $80.70

Effective Date - 08/01/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 50 $27.35 $10.75 $22.09 $0.00 $60.19 2 60 $32.81 $10.75 $22.09 $0.00 $65.65 3 70 $38.28 $10.75 $22.09 $0.00 $71.12 4 80 $43.75 $10.75 $22.09 $0.00 $76.59 5 90 $49.22 $10.75 $22.09 $0.00 $82.06

Notes:

Apprentice to Journeyworker Ratio:1:3

TEST BORING DRILLER 06/01/2020 $40.55 $8.60 $17.24 $0.00 $66.39 LABORERS - FOUNDATION AND MARINE 12/01/2020 $41.53 $8.60 $17.24 $0.00 $67.37 06/01/2021 $42.55 $8.60 $17.24 $0.00 $68.39 12/01/2021 $43.56 $8.60 $17.24 $0.00 $69.40 For apprentice rates see "Apprentice- LABORER"

TEST BORING DRILLER HELPER 06/01/2020 $39.27 $8.60 $17.24 $0.00 $65.11 LABORERS - FOUNDATION AND MARINE 12/01/2020 $40.25 $8.60 $17.24 $0.00 $66.09 06/01/2021 $41.27 $8.60 $17.24 $0.00 $67.11 12/01/2021 $42.28 $8.60 $17.24 $0.00 $68.12 For apprentice rates see "Apprentice- LABORER"

TEST BORING LABORER 06/01/2020 $39.15 $8.60 $17.24 $0.00 $64.99 LABORERS - FOUNDATION AND MARINE 12/01/2020 $40.13 $8.60 $17.24 $0.00 $65.97 06/01/2021 $41.15 $8.60 $17.24 $0.00 $66.99 12/01/2021 $42.16 $8.60 $17.24 $0.00 $68.00 For apprentice rates see "Apprentice- LABORER"

TRACTORS/PORTABLE STEAM GENERATORS 06/01/2020 $48.81 $13.00 $15.70 $0.00 $77.51 OPERATING ENGINEERS LOCAL 4 12/01/2020 $49.95 $13.00 $15.70 $0.00 $78.65 06/01/2021 $51.04 $13.00 $15.70 $0.00 $79.74 12/01/2021 $52.18 $13.00 $15.70 $0.00 $80.88 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 33 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment TRAILERS FOR EARTH MOVING EQUIPMENT 06/01/2020 $37.12 $12.41 $13.72 $0.00 $63.25 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $37.12 $12.91 $13.72 $0.00 $63.75 12/01/2020 $37.12 $12.91 $14.82 $0.00 $64.85 06/01/2021 $37.92 $12.91 $14.82 $0.00 $65.65 08/01/2021 $37.92 $13.41 $14.82 $0.00 $66.15 12/01/2021 $37.92 $13.41 $16.01 $0.00 $67.34 TUNNEL WORK - COMPRESSED AIR 06/01/2020 $51.38 $8.60 $17.69 $0.00 $77.67 LABORERS (COMPRESSED AIR) 12/01/2020 $52.36 $8.60 $17.69 $0.00 $78.65 06/01/2021 $53.38 $8.60 $17.69 $0.00 $79.67 12/01/2021 $54.39 $8.60 $17.69 $0.00 $80.68 For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) 06/01/2020 $53.38 $8.60 $17.69 $0.00 $79.67 LABORERS (COMPRESSED AIR) 12/01/2020 $54.36 $8.60 $17.69 $0.00 $80.65 06/01/2021 $55.38 $8.60 $17.69 $0.00 $81.67 12/01/2021 $56.39 $8.60 $17.69 $0.00 $82.68 For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIR 06/01/2020 $43.45 $8.60 $17.69 $0.00 $69.74 LABORERS (FREE AIR TUNNEL) 12/01/2020 $44.43 $8.60 $17.69 $0.00 $70.72 06/01/2021 $45.45 $8.60 $17.69 $0.00 $71.74 12/01/2021 $46.46 $8.60 $17.69 $0.00 $72.75 For apprentice rates see "Apprentice- LABORER"

TUNNEL WORK - FREE AIR (HAZ. WASTE) 06/01/2020 $45.45 $8.60 $17.69 $0.00 $71.74 LABORERS (FREE AIR TUNNEL) 12/01/2020 $46.43 $8.60 $17.69 $0.00 $72.72 06/01/2021 $47.45 $8.60 $17.69 $0.00 $73.74 12/01/2021 $48.46 $8.60 $17.69 $0.00 $74.75 For apprentice rates see "Apprentice- LABORER"

VAC-HAUL 06/01/2020 $36.54 $12.41 $13.72 $0.00 $62.67 TEAMSTERS JOINT COUNCIL NO. 10 ZONE A 08/01/2020 $36.54 $12.91 $13.72 $0.00 $63.17 12/01/2020 $36.54 $12.91 $14.82 $0.00 $64.27 06/01/2021 $37.34 $12.91 $14.82 $0.00 $65.07 08/01/2021 $37.34 $13.41 $14.82 $0.00 $65.57 12/01/2021 $37.34 $13.41 $16.01 $0.00 $66.76 WAGON DRILL OPERATOR 06/01/2020 $39.40 $8.60 $17.09 $0.00 $65.09 LABORERS - ZONE 1 12/01/2020 $40.38 $8.60 $17.09 $0.00 $66.07 06/01/2021 $41.40 $8.60 $17.09 $0.00 $67.09 12/01/2021 $42.41 $8.60 $17.09 $0.00 $68.10 For apprentice rates see "Apprentice- LABORER"

WASTE WATER PUMP OPERATOR 06/01/2020 $49.33 $13.00 $15.70 $0.00 $78.03 OPERATING ENGINEERS LOCAL 4 12/01/2020 $50.48 $13.00 $15.70 $0.00 $79.18 06/01/2021 $51.58 $13.00 $15.70 $0.00 $80.28 12/01/2021 $52.73 $13.00 $15.70 $0.00 $81.43 For apprentice rates see "Apprentice- OPERATING ENGINEERS"

WATER METER INSTALLER 03/01/2020 $58.69 $12.07 $17.26 $0.00 $88.02 PLUMBERS & GASFITTERS LOCAL 12 09/01/2020 $60.19 $12.07 $17.26 $0.00 $89.52 03/01/2021 $61.69 $12.07 $17.26 $0.00 $91.02 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" Outside Electrical - East

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 34 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment CABLE TECHNICIAN (Power Zone) 09/01/2019 $28.83 $8.75 $1.86 $0.00 $39.44 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $29.67 $9.25 $1.89 $0.00 $40.81 For apprentice rates see "Apprentice- LINEMAN"

CABLEMAN (Underground Ducts & Cables) 09/01/2019 $40.84 $8.75 $10.02 $0.00 $59.61 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $42.03 $9.25 $10.27 $0.00 $61.55 For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN CDL 09/01/2019 $33.64 $8.75 $9.86 $0.00 $52.25 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $34.62 $9.25 $10.07 $0.00 $53.94 For apprentice rates see "Apprentice- LINEMAN"

DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) 09/01/2019 $26.43 $8.75 $1.79 $0.00 $36.97 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $27.20 $9.25 $1.82 $0.00 $38.27 For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class A CDL) 09/01/2019 $40.84 $8.75 $14.10 $0.00 $63.69 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $42.03 $9.25 $14.35 $0.00 $65.63 For apprentice rates see "Apprentice- LINEMAN"

EQUIPMENT OPERATOR (Class B CDL) 09/01/2019 $36.04 $8.75 $10.65 $0.00 $55.44 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $37.09 $9.25 $10.87 $0.00 $57.21 For apprentice rates see "Apprentice- LINEMAN"

GROUNDMAN 09/01/2019 $21.62 $8.75 $1.65 $0.00 $32.02 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $22.25 $9.25 $1.67 $0.00 $33.17 For apprentice rates see "Apprentice- LINEMAN"

GROUNDMAN -Inexperienced (<2000 Hrs.) 09/01/2019 $26.43 $8.75 $1.79 $0.00 $36.97 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $27.20 $9.25 $1.82 $0.00 $38.27 For apprentice rates see "Apprentice- LINEMAN"

JOURNEYMAN LINEMAN 09/01/2019 $48.05 $8.75 $17.19 $0.00 $73.99 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 08/30/2020 $49.45 $9.25 $17.48 $0.00 $76.18

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 35 of 36 Supplemental Classification Effective Date Base Wage Health Pension Total Rate Unemployment

Apprentice - LINEMAN (Outside Electrical) - East Local 104

Effective Date - 09/01/2019 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $28.83 $8.75 $3.36 $0.00 $40.94 2 65 $31.23 $8.75 $3.44 $0.00 $43.42 3 70 $33.64 $8.75 $3.51 $0.00 $45.90 4 75 $36.04 $8.75 $5.08 $0.00 $49.87 5 80 $38.44 $8.75 $5.15 $0.00 $52.34 6 85 $40.84 $8.75 $5.23 $0.00 $54.82 7 90 $43.25 $8.75 $7.30 $0.00 $59.30

Effective Date - 08/30/2020 Supplemental Step percent Apprentice Base Wage Health Pension Unemployment Total Rate 1 60 $29.67 $9.25 $3.39 $0.00 $42.31 2 65 $32.14 $9.25 $3.46 $0.00 $44.85 3 70 $34.62 $9.25 $3.54 $0.00 $47.41 4 75 $37.09 $9.25 $5.11 $0.00 $51.45 5 80 $39.56 $9.25 $5.19 $0.00 $54.00 6 85 $42.03 $9.25 $5.26 $0.00 $56.54 7 90 $44.51 $9.25 $7.34 $0.00 $61.10

Notes:

Apprentice to Journeyworker Ratio:1:2

TELEDATA CABLE SPLICER 02/04/2019 $30.73 $4.70 $3.17 $0.00 $38.60 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

TELEDATA LINEMAN/EQUIPMENT OPERATOR 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

TELEDATA WIREMAN/INSTALLER/TECHNICIAN 02/04/2019 $28.93 $4.70 $3.14 $0.00 $36.77 OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104

Additional Apprentice Information:

Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. 11E-11L.

All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L.

All steps are six months (1000 hours.) Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified.

** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc.

Issue Date: 06/15/2020 Wage Request Number: 20200615-007 Page 36 of 36 Tutorial #1 eBidding REGISTRATION INSTRUCTIONS

Below are the step by step instructions on how to register to use BidDocs ONLINE eBidding. There is no cost to register. Start by going to

www.biddocsonline.com

STEP 1: Click on the “eBidding Login” tab at the top of the page.

STEP 2: If your company has not previously registered, click on the text “Click Here To Register”.

STEP 3: If your company has previously registered, login by entering the registered email address and password and then click the “Login” button.

Note: Your company will have only one registration and must use the same password. STEP 3: All fields must be completed in the registration form.

STEP 4: After completing the registration form, you must read and acknowledge the Terms and Conditions. Click the “Submit” button.

STEP 5: Enter the email and password previously created during the registration process and click “Login”.

STEP 6: After logging in, the account authorization screen will appear. You must click “Print Form” to proceed to Step 7. STEP 7: Print and notarize the form (sign in blue ink). Return the original “Electronic Bidder Signature Authorization Form” to BidDocs ONLINE Inc.

The mailing address is: BidDocs ONLINE Inc. P.O. Box 51 61 Skyfields Drive (for overnight) Groton, MA 01450

Your company is responsible for ensuring that BidDocs ONLINE receives the signed Electronic Bidder Signature Authorization Form a minimum of three (3) business days prior to the bid date. BidDocs ONLINE will notify you by email that your form has been received and processed. A unique bar code will identify your bid paperwork.

Note: The registration form will remain “active” until such time that your company requests a change in the person signing the form, the company address or other pertinent company information. Your company is responsible for printing and resubmitting an updated form as required.

STEP 8: While the Electronic Bidder Signature Authorization Form is being processed, you may commence completing the common forms (DCAM Eligibility and Sections 1-4 of the DCAM Update Statement) that are required for MGL c. 149 bids. (See Tutorial #2 - eBidding Common Forms Instructions)

Please note that you are responsible for completing the associated forms for each sub-trade and/or general bid as applicable.

Summary: THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED BY THE AWARDING AUTHORITY. You must submit your bid electronically at www.biddocsonline.com. At any time during the bidding process, you may print the various bid documents for your company’s records. Additional instructions to complete the other bid forms are accessible on the BidDocs ONLINE website (click on the “Tutorial” tab at the bottom footer). eBIDDING INSTRUCTIONS TO BIDDERS

THIS PROJECT IS BEING ELECTRONICALLY BID AND HARD COPY BIDS WILL NOT BE ACCEPTED. Please review the instructions in the bid documents on how to register as an electronic bidder. The bids are to be prepared and submitted at www.biddocsonline.com . Tutorials and instructions on how to complete the electronic bid documents are available online (click on the “Tutorial” tab at the bottom footer).

ARTICLE 1 - BIDDER'S REPRESENTATION

1.1 Each General Bidder or Sub-bidder (hereinafter called the "Bidder") by making a bid or sub-bid (hereinafter called "bid") represents that: 1. The Bidder has read and understands the Contract Documents and the bid is made in accordance therewith. 2. The Bidder has visited the site and is familiar with the local conditions under which the Work has to be performed.

1.2 Failure to so examine the Contract Documents and site will not relieve any Bidder from any obligation under the bid as submitted.

ARTICLE 2 - GENERAL BIDDER'S AND FILED SUB-BIDDER’S CERTIFICATION

2.1 General bids shall be submitted with the following: 1. A Certificate of Eligibility on the appropriate form prescribed and issued by the Division of Capital Asset Management and Maintenance (DCAM), showing that the Bidder is eligible to bid on projects of this size in the specified category of work (create a pdf file of the Certificate and browse & attach at www.biddocsonline.com); and 2. A Contractor Update Statement, DCAM Form CQ3 (create a pdf file of the Update Statement and browse & attach at www.biddocsonline.com or complete the Update Statement online at www.biddocsonline.com). 3. The Contractor Update Statement (CQ3) is not a public record as defined in DCAM regulation 810 CMR 8.06 and will not be open to public inspection.

2.2 Filed sub-bids shall be submitted with the following: 1. A Sub-Bidder Certificate of Eligibility on the appropriate form prescribed and issued by DCAM showing that the sub-bidder is eligible to bid on public projects in the specified category of work (create a pdf file of the Certificate and browse & attach at www.biddocsonline.com); and 2. A Sub-Bidder Update Statement on a form prescribed by DCAM (create a pdf file of the Update Statement and browse & attach at www.biddocsonline.com or complete the Update Statement online at www.biddocsonline.com). 3. The Sub-Bidder Update Statement is not a public record as defined in DCAM regulation 810 CMR 8.06 and will not be open to public inspection.

2.3 It is the Bidder's responsibility to obtain the necessary forms from DCAM and make application in sufficient time for evaluation of the application and issuance of a Certificate of Eligibility prior to bid.

2.4 Be advised that a new Massachusetts law has been enacted that requires all employees who work on Massachusetts public works construction sites must have no less than 10 hours of OSHA- approved safety and health training. See Chapter 306 of the Acts of 2004, which will become effective July 1, 2006. 1. This requirement will apply to any general bid or sub bid submitted on or after July 1, 2006 and to any contract awarded on or after July 1, 2006. 2. This law directs the Massachusetts Attorney General to restrain the award of construction contracts to any contractor who is in violation to this requirement and to restrain the performance of these contracts by non-complying contractors. eBidding Over $150K 10/31/2016 Instructions to Bidders 1 of 6 3. The Contractor and all subcontractors on this project will be required to provide certification of compliance with this requirement in accordance with the provisions of Section 01100 of these Contract Documents. Non-compliance with this new Massachusetts Law will disqualify you from bidding on public contracts.

ARTICLE 3 - REQUESTS FOR INTERPRETATION

3.1 Bidders shall promptly notify the Designer of any ambiguity, inconsistency, or error which they may discover upon examination of the Contract Documents, the site, and local conditions.

3.2 Bidders requiring clarification or interpretation of the Contract Documents shall make a written request to the Designer. The Designer will answer such requests if received seven (7) calendar days before the date for receipt of the bids.

3.3 Interpretation, correction, or change in the Contract Documents will be made by written Addendum which will become part of the Contract Documents. Neither the Awarding Authority nor the Designer will be held accountable for any oral interpretations, corrections, or changes.

3.4 Copies of addenda will be made available for inspection at the locations listed in the Advertisement where Contract Documents are on file or online at www.biddocsonline.com. Hard copies of the addenda will not be forwarded to the plan holders. The bidder is solely responsible for reviewing all addenda posted on the project website.

ARTICLE 4 - PREPARATION AND SUBMISSION OF BIDS

4.1 Forms and Bid Preparation Bids shall be submitted electronically on the "Form for General Bid" or the "Form for Sub-Bid" at www.biddocsonline.com, as appropriate and available at no cost. The forms enclosed in the Project Manual shall not be extracted or used. 4.1.1 All bidders must complete and submit the electronic bidder registration form (Electronic Bidder Signature Authorization Form – hard copy) to BidDocs ONLINE Inc. The form must be received by BidDocs ONLINE Inc. at least three business days prior to the bidding opening for processing. The Awarding Authority, the Designer or BidDocs ONLINE Inc. will not be held accountable if the bidder fails to submit the electronic bidder registration form in a timely manner. Instructions to submit the form are in the Contract Documents and are available at www.biddocsonline.com (click on the “Tutorial” tab at the bottom footer). 4.1.2 All entries on the bid form shall be made online. Any documents that are attached to the bid must be in a pdf format. 4.1.3 Sums shall be expressed in both words and figures in the space indicated on the bid form. Where there is a discrepancy between the bid sum expressed in words and the bid sum expressed in figures, the words shall control. Note: The electronic bid forms match the “word” amount to the numeric “figure” amount entered. 4.1.4 If the requirement of Performance and Payment Bonds for filed sub-contractors is left blank by the General Bidder on the Form for General Bid, the Awarding Authority shall interpret this as a "yes". No increase in contract price will be allowed for providing these bonds. Note: The system requires that the general bidder explicitly acknowledge yes or no. 4.1.5 Costs for subcontractor's bond premiums shall be paid for by the General Contractor in accordance with M.G.L. c.149 §44F.

4.2 Bid Deposits shall be: 4.2.1 at least five percent (5%) of the greatest possible bid amount, considering all alternates; 4.2.2 made payable to the Awarding Authority; 4.2.3 conditioned upon faithful performance by the principal of the agreements contained in the bid, and

eBidding Over $150K 10/31/2016 Instructions to Bidders 2 of 6 4.2.4 in the form of: .1 cash, .2 certified check, treasurer’s or cashier’s check issued by a responsible bank or trust company, or .3 bid bond issued by a surety company licensed to do business in the Commonwealth of Massachusetts.

Note: Both the “bid bond” or “check” bid deposits are to be scanned and uploaded to the system as a pdf file. IMPORTANT NOTICE: If the bidder elects to make a bid deposit in the form of “cash” or “check” the bidder must have the cash or check physically delivered to the Awarding Authority prior to the date and time of the bid opening.

4.2.5 retained until the execution and delivery of the Owner/Contractor Agreement if they represent the bid deposit of one of the three (3) lowest responsible and eligible General Bidders or one of the three (3) lowest Sub-bidders in a filed sub-bid trade, or a sub-bidder listed by one of the three (3).lowest General Bidders.

4.3 Electronic Submission of Filed Sub-Bids Sub-bids, including the bid deposit, DCAM Sub-Bidder Certificate of Eligibility, DCAM Sub-Bidder Update Statement and required miscellaneous forms noted in the bid documents shall be submitted electronically online at www.biddocsonline.com. No hard copy bids will be accepted.

You will receive an email confirming submission of your bid. Click on the email link to review and print the submitted bid documents. Keep the email as a receipt that your bid was submitted. Note: You may modify your bid at any time prior to the bid date and time advertised. You will receive a new email each time you re-submit your bid. 4.3.1 Date and time for receipt of bids is set forth in the Advertisement. 4.3.2 Timely submission of a bid online shall be the full responsibility of the Bidder. Note: The project countdown clock on the website is the official clock that will determine when the bids are due.

4.4 Electronic Submission of General Bids General Bids, including the bid deposit, DCAM Certificate of Eligibility, Prime /General Contractor Update Statement (CQ3) and required miscellaneous forms noted in the bid documents shall be submitted electronically online at www.biddocsonline.com . No hard copy bids will be accepted.

You will receive an email confirming submission of your bid. Click on the email link to review and print the submitted bid documents. Keep the email as a receipt that your bid was submitted. Note: You may modify your bid at any time prior to the bid date and time advertised. You will receive a new email each time you re-submit your bid. 4.4.1 Date and time for receipt of bids is set forth in the Advertisement. 4.4.2 Timely submission of a bid online shall be the full responsibility of the Bidder. Note: The project countdown clock on the website is the official clock that will determine when the bids are due.

4.5 Sub-Trade Solicitations 4.5 .1 If the General Bidders are instructed to carry an amount for a given sub-trade listed under Item 2, General Bidders shall list the sub-trade, and amount provided by the Awarding Authority. The line under bonds required on the General Bid Form should be marked “no” in order for subparagraph 4.5.2.2 to be applicable. 4.5 .2 Upon solicitation of a subcontractor to perform the work required by the sub-trade as mentioned in subparagraph 4.5.1, the selected General Contractor’s contract amount will be adjusted as follows: .1 The difference between the subcontract amount and the amount carried in the bid. .2 The total cost of the subcontractor's bonds, if the selected General Contractor requires such bonds after the solicitation is completed and if the selected General Contractor complied with 4.4.1 above, and .3 The resultant cost difference for General Contractor's Bonds premiums. 4.5.3 Overhead and Profit for supervision of the sub-trade in question shall be included by all General Bidders in Item 1. 4.5 4 Additional overhead and profit is not allowed on the incremental difference as stated in M.G.L. c.149 §44F (4)(a)(2) nor on the costs for the additional bond premiums. eBidding Over $150K 10/31/2016 Instructions to Bidders 3 of 6 4.6 Addenda 4.6 .1 All modifications to the bid documents will be issued via an addendum. All registered plan holders will be electronically notified when addenda are issued. Hard copies of the addenda will not be forwarded to the plan holders. The bidder is solely responsible for reviewing all addenda posted on the project website. The bidder must acknowledge all addenda have been reviewed by selecting “yes” or “no” as part of the ebidding process. If the bidder selects “no”, the bidder will automatically be directed to the Addenda icon on the project page.

ARTICLE 5 - ALTERNATES

5.1 Each General Bidder shall acknowledge Alternates in Section C on the Form for General Bid by entering the dollar amount of addition or subtraction necessitated by each Alternate.

5.2 In the event an Alternate does not involve a change in the amount of the base bid, the Bidder shall so indicate by entering "0" (numeric figure) in the “Add” space provided for that Alternate.

5.3 Sub-bidders shall enter on the Form for Sub-bid the amount of addition or subtraction necessitated by each Alternate which pertains to the work of that trade. If an Alternate does not involve a change in the bid amount, indicate by entering "0" (numeric figure) in the “Add” space provided for that Alternate.

5.4 General Bidders shall enter on the Form for General Bid a single amount for each Alternate which shall consist of the Sub-bidders' amounts and the amount for work performed by the General Contractor.

5.5 The low Bidder will be determined on the basis of the sum of the base bid and the accepted alternates.

ARTICLE 6 - WITHDRAWAL OF BIDS

6.1 Before Opening of Bids 6.1.1 Any bid may be withdrawn (retracted) prior to the time designated for receipt of bids upon clicking the tab to “Retract Bid”. The bidder and Awarding Authority will receive an email confirming that the bidder retracted the bid. 6.1.2 Withdrawn bids may be modified and resubmitted up to the time designated for the receipt of bids.

6.2 After Opening of Bids Bidders may withdraw a bid, without penalty, any time up to the time of Award as defined in paragraph 6.1, and upon demonstrating, to the satisfaction of the Awarding Authority, that a bona fide clerical error was made during the preparation of the bid. Failure to conclusively demonstrate a bona fide clerical error may result in forfeiture of the bid deposit.

6.3 In the event of a general bid withdrawal after opening of bids, the Awarding Authority shall consider the bid from next lowest eligible and responsible bidder.

6.4 Sub-bid Withdrawal/Substitution 6.4.1 Selection - Should a filed sub-bidder listed on the Form for General Bid of the selected General Contractor (per Article 7 of these instructions) withdraw its bid, be unable to provide performance and payment bonds as required by the selected General Contractor, or otherwise refuse to sign a subcontract with the selected General Contractor, the Awarding Authority and the selected General Contractor shall consider the other sub-bids to which the Awarding Authority and the selected General Contractor make no objection and substitute a new sub-bidder for such trade. 6.4.2 Process: If the selected General Contractor: .1 required bonds (on the Form for General Bid) for the sub-bidder who withdrew then the selected General Contractor’s contract amount shall be adjusted to account for: .1 the difference between the amount of the sub-bid listed on the Form for General Bid and the amount of the replacement sub-bid, and .2 the incremental difference in the cost of the General Contractor bonds premiums, but eBidding Over $150K 10/31/2016 Instructions to Bidders 4 of 6 .3 there will be no compensation for additional subcontractor bond premiums .2 did not require bonds (on the Form for General Bid) for the sub-bidder who withdrew and now the selected General Contractor wants bonds from the replacement sub-bidder, then the selected General Contractor’s contract amount shall be adjusted: .1 to account for the difference between the amount of the sub-bid listed on the Form for General Bid and the amount of the replacement sub-bid, .2 the amount for the new sub-bidder’s performance and payment bonds, and .3 the incremental difference in the cost of the General Contractor bond premiums. 6.4.3 There shall be no adjustment to the selected General Contractor’s contract amount except as set forth in 6.4.2.1 and 6.4.2.2. Additional overhead and profit is not allowed on the incremental difference in the sub-bids or on the costs for the additional bond premiums.

ARTICLE 7 - CONTRACT AWARD

7.1 Award means both the determination and selection of the lowest, responsible and eligible bidder, by the Awarding Authority.

7.2 The Awarding Authority will award the contract to the lowest responsible and eligible bidder within thirty days, Saturdays, Sundays, and legal holidays excluded after the opening of bids in accordance with M.G.L. c.149 §44A.

7.3 The Contract will be awarded to the lowest responsible and eligible Bidder, except in the event of substitution as provided under M.G.L. c.l49 §§44E and 44F, in which cases the procedure as required by said sections shall govern the award of the Contract.

7.4 The award of this Contract is subject to the approval of the Awarding Authority. Contracts without approval shall not be considered valid. 7.5 The Awarding Authority reserves the right to waive any informalities in or to reject any or all Bids if it be in the public interest to do so.

7.6 The Awarding Authority also reserves the right to reject any sub-bid if it determines that such sub-bid does not represent the bid of a person competent to perform the work as specified, or if less than three sub-bids are received for a sub-trade, or if bid prices are not reasonable for acceptance without further competition.

7.7 As used herein, the term "lowest responsible and eligible bidder" shall mean the General Bidder whose bid is the lowest of those Bidders demonstrably possessing the skill, ability, and integrity necessary for the faithful performance of the work, and who meets the requirements for Bidders set forth in M.G.L. c.l49 §44A-J and is not debarred from bidding under M.G.L. c.l49 §44C; and who shall certify that they are able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work.

ARTICLE 8 - FORMS REQUIRED FOR CONTRACT APPROVAL

8.1 Upon Award, the General Bidder shall complete the following forms to ensure prompt contract validation. These forms will be provided to the selected General Bidder by the Awarding Authority. Submit (3) originals of each.

8.2 Owner/Contractor Agreement and Form of Corporate Vote.

8.3 Form of Contractor's Equal Employment Certification in accordance with the General Conditions. Form of Sub-Contractor's Equal Employment Certification in accordance with the General Conditions.

8.4.1 Form of Performance Bond and Form of Payment Bond must be submitted by the General Contractor on the Awarding Authority's form, in accordance with the General Conditions. The dates on the bonds must coincide with the contract date, and a current Power-of-Attorney must be attached to each bond. eBidding Over $150K 10/31/2016 Instructions to Bidders 5 of 6 8.4.2 Performance and Payment Bonds must also be submitted for all filed subcontractors, if required by the General Bidder on its Form for General Bid, in the total amount of the subcontract payable to the General Contractor.

8.5.1 Insurance Certificates for the General Contractor and all filed subcontractors are required and must be submitted in accordance with the General Conditions. 8.5.2 General Contractors must indicate on special perils insurance or installation floater if stored materials are covered.

8.6 Form of Subcontract for all filed subcontractors - executed and submitted on the statutory subcontract form.

8.7 Statement of Management on Internal Accounting Controls and a Statement prepared by a CPA expressing an opinion to the state of Management Controls, as required by M.G.L. c.30 §39R. This applies to the General Contractor only.

ARTICLE 9 - CONTRACT VALIDATION

9.1 The Owner-Contractor Agreement shall not be valid until signed by Awarding Authority.

9.2 The Notice to Proceed for construction shall not be issued until the Owner/Contractor Agreement has been validated by the Awarding Authority.

9.3 Incomplete or unacceptable submissions of forms required by paragraphs 8.2 - 8.7 will delay the validation of the Owner/Contractor Agreement by the Awarding Authority.

END OF SECTION

eBidding Over $150K 10/31/2016 Instructions to Bidders 6 of 6