Loading...
HomeMy WebLinkAbout09/19/2017 Booster Pumping Station 11 Roof Replacement and Masonry Repairs9/20/2017 Board Docs® Pro Agenda Item Details Meeting Sep 19, 2017 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - 7:00 p.m. Category 8. VILLAGE MANAGER'S REPORT Subject 8.2 Motion to accept bid for Booster Pumping Station 11 Roof Replacement and Masonry Repairs D. Kersey Construction Co. in an amount not to exceed $105,547. Type Action Preferred Date Sep 05, 2017 Absolute Date Sep 05, 2017 Fiscal Impact Yes Dollar Amount 105,547.00 Budgeted Yes Budget Source Water and Sewer Enterprise Fund Recommended Accept the lowest cost, responsive bid for the Booster Pumping Station 11 Roof Replacement and Action Masonry Repairs as submitted by Riddiford Roofing Company of Arlington Heights, Illinois in an amount not to exceed $105,547. Background The Village of Mount Prospect operates a water distribution system that utilizes booster pumping stations located throughout the community. These stations help to maintain pressure and fire flow capabilities in the water distribution system by pumping water from adjacent storage reservoirs. In 2010, the Village retained the services of a professional roofing architect to inspect and evaluate the various pump station roofs. The roofs were inventoried and a capital replacement plan was created based on age and condition. To date, three (3) of five (5) booster pumping station roofs have been replaced. The roof at Booster Pumping Station 11 is slated for 2017. Replacement of the roof at Booster Pumping Station 16 in 2018 will complete the plan. Booster Station 11 is situated in the middle of the Mount Prospect Golf Course (600 See Gwun Avenue) adjacent to the park district maintenance facility (see attached location map). This roof is over 30 years old. Various repairs have been made over the years. The roof presently leaks during heavy rainfall. It covers the booster pumps, electrical equipment, and motor controls housed in the station. In addition to the roof replacement, the scope of work also includes extensive brick facade tuck pointing and brick replacement work. Removal and replacement of corroded steel guides for the removable structure that covers the deep well is also included. Plans, specifications, and bid documents for this project were developed by STR Building Resources, LLC of Arlington Heights, Illinois. A bid notice was placed in a local newspaper and on the Onvia on Demand bid clearinghouse website. Six (6) firms picked up a bid package. Three (3) firms attended the mandatory pre-bid meeting. Bids were received on August 28, 2017, opened, and read aloud as required. Three (3) firms submitted bids: Bidder Bid Riddiford Roofing $95,870 A-1 Roofing $102,300 D. Kersey Construction Co. $117,400 http://www.boarddocs.com/il/vomp/Board.nsf/Public 1/2 9/20/2017 Architect's Estimate: $85,000. Board Docs® Pro All bids were appropriately signed and included required bid bonds. All bids satisfied bid requirements. The apparent low bidder is Riddiford Roofing Company of Arlington Heights, Illinois (Riddiford). Riddiford has not performed work for the Village of Mount Prospect. However, reference checks indicate that the firm has successfully completed projects of this scale and scope. Riddiford's bid is 12% higher than the architect's estimate. The variance appears primarily attributable to material costs. All bidders indicated that the cost of materials is higher than anticipated by the architect. Staff has concluded that all bids are responsive. It is the opinion of staff that Riddiford is qualified to construct the proposed improvements. Staff recommends that 10% contingency($9,857) be added to the project award to cover unforeseen repairs found after the roof is removed. The total award would be in an amount not to exceed $105,547 ($95,870 bid + $9,587 contingency = $105,547 total award). Alternatives 1. Accept lowest cost, responsive bid for Booster Station 11 Roof Replacment and Masonry Repairs. 2. Action at discretion of Village Board. Staff Recommendation Staff recommends that the Village Board accept the lowest cost, responsive bid for the Booster Pumping Station 11 Roof Replacement and Masonry Repairs as submitted by Riddiford Roofing Company of Arlington Heights, Illinois in an amount not to exceed $105,547. iii • � • •ii •�� • • 1 • � � 4• �L rs Booster Station #11 - Bid Specs.pdf (7,457 KB) Motion & Votin Accept the lowest cost, responsive bid for the Booster Pumping Station 11 Roof Replacement and Masonry Repairs as submitted by Riddiford Roofing Company of Arlington Heights, Illinois in an amount not to exceed $105,547. Motion by Michael Zadel, second by Richard Rogers. Final Resolution: Motion Carries Yea: William Grossi, Eleni Hatzis, Paul Hoefert, Richard Rogers, Colleen Saccotelli, Michael Zadel http://www.boarddocs.com/il/vomp/Board.nsf/Public 2/2 Bid Request For BOOSTER STATION #11 MASONRY REMEDIATION & ROOFING REMOVAL AND REPLACEMENT MANDATORY PRE-BID: August 15, 2017 - 1.00 PM Local Time BID OPENING- August 28, 2017 - 1.00 PM Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Sealed bids will be received until 1:00 p.m. on Monday, August 28, 2017 in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, In a separate, sealed envelope please submit bid clearly marked "Sealed Bid for Booster Station #11 - Masonry Remediation & Roofing Removal and Replacement Project". The project includes, but is not limited to the following bid items: Roofing work to include removal of the existing roof system and replacement with new vapor barrier membrane, insulation substrate, SBS modified bitumen roofing system and prefinished aluminum sheet metal. Masonry work will include grinding and repointing of existing brick masonry veneer, removal and replacement of sealants and other miscellaneous masonry remediation items. The work includes a Base Bids plus pricing for Optional Work that the Village of Mount Prospect may require the Contractor to perform during the contract period. There will be a mandatory pre-bid conference at 1:00 PM on Tuesday, August 15, 2017 at the project site, 600 See Gwun Avenue, Mount prospect IL 60056. Copies of the Bidding Documents may be obtained electronically from the BHFX Planroom: httr)-//www. fx lanroom.com. A non-refundable print fee, in the amount of twenty-five dollars ($25.00) for each set of documents will be required. Checks shall be made payable to BHFX. NO SETS WILL BE AVAILABLE AT THE PREBID MEETING. Any problems receiving the Bidding Documents, contact STR Building Resources LLC, at 847.952.9668. All work under this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 820 ILCS 130/0.01 et seq. and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Village Manager Michael Cassady Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Table of Contents PROCUREMENT AND CONTRACTING REQUIREMENTS Section Page Notice to Bidders 2 Table of Contents 3 Instructions to Bidders 5 General Conditions 11 CCDD Information 29 Bid Form 30 Affidavit— Bid Certification Form 34 Bid Sheet 36 Contract 38 Labor and Material Payment Bond 44 Performance Bond SPECIFICATIONS DIVISION 01 -- GENERAL REQUIREMENTS A. 01 10 00 - Summary of Work B. 01 20 00 - Price and Payment Procedures C. 01 21 00 -Allowances D. 01 22 00 - Unit Prices E. 01 23 00 - Alternates F. 01 30 00 - Administrative Requirements 1. INSERT —Materials List and Descriptions 2. INSERT — Roofing System Manufacturer's Certification G. 01 40 00 - Quality Requirements H. 01 42 16 - Definitions I. 01 50 00 - Temporary Facilities and Controls J. 01 60 00 — Product Requirements K. 01 70 00 — Execution and Closeout Requirements L. 01 78 00 — Closeout Submittals 3 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project DIVISION 02 — EXISTING CONDITIONS A. 02 01 10 — Interior Protection B. 02 50 00 — Site Remediation DIVISION 04 — MASONRY A. 04 01 00 — Maintenance of Masonry DIVISION 05 — METALS A. 05 31 00 — Steel Decking B. 05 50 00 — Metal Fabrications DIVISION 06 — WOOD, PLASTICS, AND COMPOSITES A. 06 10 00— Rough Carpentry DIVISION 07 — THERMAL AND MOISTURE PROTECTION A. 07 52 16 — Styrene -Butadiene -Styrene Modified Bituminous Roofing B. 07 62 00 — Sheet Metal Flashing and Trim C. 07 90 05 — Joint Sealers DIVISION 08 — DOORS AND WINDOWS A. 08 62 00 — Unit Skylights DIVISION 09 — FINISHES A. 09 97 00 — Exterior Paint Finishes DIVISION 22 — PLUMBING A. 22 40 00 — Storm Water Drainage LIST OF DRAWINGS BOUND HEREIN TITLE SHEET NUMBER ROOF PLAN RP -1 DETAIL/ELEVATION REFERENCE PLAN RP -2 ELEVATIONS EL -1 UPPER ROOF RAISED EDGE FLASHING D-1 UPPER ROOF RAISED EDGE FLASHING D-2 LOWER ROOF RAIED EDGE FLASHING D-3 PARAPET FLASHING D-4 CLOSURE FLASHING D-5 DRAIN FLASHING D-6 TYPICAL SKYLIGHT CURB FLASHING D-7 TYPICAL INSIDE CORNER FLASHING D-8 TYPICAL OUTSIDE CORNER FLASHING D-9 INSULATION LAYOUT D-10 FASTENING LAYOUT D-11 METAL FABRICATION D-12 4 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project INSTRUCTIONS TO BIDDERS 1) Bid. Bid forms are furnished by the Village. All bids must be submitted on the forms provided, complete and intact, properly signed in ink in the proper spaces, and submitted in a sealed envelope. All bids shall be delivered to the office of the Village Manager, Village Hall, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on Monday, August 28, 2017. Envelopes shall be plainly marked, Sealed Bid for Booster Station #11 - Masonry Remediation & Roofing Removal and Replacement Project" and with the following information: company's name, address, date and time of opening. Bids must be signed by an authorized official of the organization submitting the bid with the name of the official and his/her title typed below the signature. 2) Pre -Bid Conference. There will be a mandatory pre-bid conference at 1:00 PM on Tuesday, August 15, 2017 at the project site, 600 See Gwen Avenue, Mount Prospect, Illinois 60056. 3) Bid Deposit; Surety. A bid deposit in the amount of ten percent (10%) of the total bid amount, payable to the Village, is required, unless otherwise stated in the bid package. The deposit must be in the form of a bid bond, certified check, or a bank cashier's check. All bid performance deposit checks will be retained by the Village until the bid award is made, at which time the checks will be promptly returned to the unsuccessful bidders. The bid performance deposit check of the successful bidder will be retained until surety bonding requirements have been satisfied and proof of insurance coverage is provided. 4) Alternate Multiple Bids/Specifications The Specifications describe the services that the Village feels is necessary to meet the performance requirements of the Village. It is not the desire or the intent to eliminate or exclude any bidder from bidding because of minor deviations, alternates or changes. Bidders desiring to bid on services which deviate from these Specifications, but which they believe are equivalent, are requested to submit alternate bids. However, alternate bids must be clearly indicated as such, and deviations from the applicable Specifications should be plainly noted. The bid must be accompanied by complete Specifications for the services offered. Bidders wishing to submit a secondary bid must submit it as an alternate bid. There is to be only one bid per envelope. The Village shall be the sole and final judge unequivocally as to whether any substitute is of equivalent or better quality. This decision is final and will not be subject to recourse by any person, firm or corporation. If the bidder wishes to qualify its bid or make special stipulations thereto, such qualifications or stipulations shall be stated on standard letterhead size sheets of paper, all attached to the bid form. 5) Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid. 6) Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened. The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the specified time has arrived, and no bid received thereafter will be considered. No responsibility will be attached to the Village or its representatives for the premature or non -opening of a bid not properly addressed and identified, except as otherwise provided by law. 7) Late Bids. Bids arriving after the specified time, whether sent by mail, courier, or in person, will not be accepted. These bids will either be refused or returned unopened. It is the bidder's responsibility for timely delivery regardless of the method used. Mailed bids which are delivered after the specified hour will not be accepted regardless of post marked time on the envelope. 8) Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted. 9) Error In Bids. When an error is made in extending total prices, the unit bid price will govern. Otherwise, the bidder is not relieved from errors in bid preparation. 10) Withdrawal Of Bids. A written request for the withdrawal of a bid or any part thereof may be granted if the request is received by the Director of the requesting Department prior to the specified time of opening. After the opening, the bidder cannot withdraw or cancel his bid for a period of ninety (90) calendar days, or such longer time as stated in the bid documents. 11)Bidders Qualifications. All bidders must submit the following information on or before the time at which the bid is required to be submitted: a. The location of the bidder's permanent place of business. b. Evidence of ability to provide an efficient and adequate plan for executing the work. c. A list of similar projects carried out by the bidder. d. A list of projects the bidder presently has under contract. e. Any additional evidence tending to show that the bidder is adequately prepared to fulfill the contract. 12)References; Background Check. Bidders shall include with its bid, on a separate sheet attached to the bid, the names of three (3) references regarding its financial qualifications and three (3) references regarding its qualifications by experience, ability, personnel and equipment to undertake work of the nature and extent contemplated by the bid and Specifications. References must include company name, address, contact person, and telephone number. The Village reserves the right to reject bids not accompanied by the required references. All Bidders, as a condition of and prior to entry into a contract, agree that a complete background investigation of the principals of the Bidder and all employees who will work on the project may be made. Bidders agree to cooperate with the appropriate Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Village personnel to supply all information necessary to complete these investigations. The Village in its complete discretion may disqualify any Bidder, including a low Bidder, and may void any contract previously entered into based upon its background investigation. 13) Consideration Of Bid And Contract. No bid will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village or had failed to perform faithfully any previous contract with the Village within two (2) years prior to the date of the invitation to bid. 14) Conditions. Bidders are responsible to become familiar with all conditions, instructions and Specifications governing this bid. The bidder is responsible to visit a site if necessary and its bid is based upon the knowledge of all information readily available at the site of such a visit. Once the bids have been opened, the failure to have read and understood all conditions, Specifications and instructions shall not be cause to alter the original bid or to request additional compensation. No extra compensation will be allowed the successful bidder for failure to inform or familiarize itself prior to bidding. 15) Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents may submit a written request for interpretation to the Village, as provided in the Specifications. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. 16) Prices. Unit prices shall be shown for each unit on which there is a bid, and shall include all packing, crating, freight, and shipping charges, and cost of unloading at the destination unless otherwise stated in the bid. Unit prices shall not include any local, state or federal taxes. The Village is exempt, by law, from paying state and village retailer's occupation tax, service occupation tax, and federal excise tax. The Village will supply the successful bidder with its tax exemption number. Cash discounts will not be considered in determining overall price, but may be used in an overall evaluation. 17) Qualifications of Contractors. Factors: It is the intention of the Village to award the Contract only to a bidder who furnishes satisfactory evidence that it has the requisite experience, ability, capital facilities, plant organization and staffing to enable it to perform the work successfully and promptly, and to complete the work within the time set forth in the Bid Documents. The Village shall consider the following factors: a. The lowest responsible bid. b. The ability, capacity, and skill of the bidder to perform the contract to provide the service required. c. Whether the bidder can perform the contract or provide the service promptly, or within the time specified, without delay or interference. Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project d. The character, integrity, reputation, judgment, experience, and efficiency of the bidder. e. The quality of performance of previous contracts of services. f. The previous and existing compliance by the bidder with laws and ordinance relating to the contract or service. g. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service. h. The quality, availability, and adaptability of the supplies or contractual service to the particular use required. i. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract. j. The number and scope of conditions attached to the bid. k. Whether the bidder has a place of business in the Village. I. Responsiveness to the exact requirements of the invitation to bid. m. Ability to work cooperatively with the Village and its administration. n. Past records of the bidder's transactions with the Village or with other entities as evidence of the bidder's responsibility, character, integrity, reputation, judgment, experience, efficiency and cooperativeness. o. Any other factor that the Village may legally consider in determining the bid that is in the best interests of the Village. 18)Award Or Resection. The Village, at its sole discretion, reserves the right to reject any and all bids or parts thereof, to waive any irregularities, technicalities and informalities, and to award a bid in the best interests of the Village. Any bid submitted will be binding for ninety (90) calendar days after the date of the bid opening. Bidders shall make all investigations necessary to thoroughly inform themselves regarding the equipment or supplies to be furnished in accordance with the bid. No plea of ignorance by the bidder of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the bidder to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the Village or the compensation to the bidder. Any bidder's exceptions to the terms or conditions, or deviations from the written Specifications must be shown in writing and attached to the bid form. No verbal exceptions or agreements with employees of the Village will be considered valid. Such exceptions or deviations can be cause for rejection of the bid proposal. Any exceptions not taken by the bidder shall be assumed by the Village to be included. A contract will be awarded to the lowest responsible bidder complying with the conditions of the bid documents only when it is in the best interest of the Village to accept the bid. The Village shall be the sole judge of compliance with the Specifications. 8 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project 19)Other Requirements. a. New Equipment. The bidder certifies that any equipment to be furnished shall be new, current model, standard production and fully operable, unless otherwise indicated on the bid form. b. Material, Equipment and Service Standards. Unless otherwise directed by the Specifications, all materials, equipment and services provided will meet standards or requirements which would normally be anticipated in common practice. The bidder guarantees that all applicable federal, state and local laws, including OSHA, are being complied with in connection with the bid and any resultant contract or purchase by the Village. c. Data; Proprietary. Complete and detailed brochures and specifications for vehicles equipment, materials, goods, supplies and/or services to be furnished must be included with each bid. Any reservations on the use of data contained in a bid must be clearly stated in the proposal itself. Unless stated otherwise, information submitted in response to the bid is not proprietary or confidential. d. Patented Devices, Materials, And Processes. Contract prices are to include all royalties and costs arising in the Work. It is the intent that whenever the Bidder is required or desires to use any design, device, material, or process covered by patent or copyright, the right of such use shall be provided for by suitable legal agreement with the patent owner. 20)Reguirement Of Bidder. The successful bidder shall, within ten (10) days after notification of the award of the contract: a) enter into a contract in writing with the Village covering all matters and things related to its bid; and b) furnish the required certificate of insurance and bonds. 21)Bid Certification Form. All bid submittals must include a signed Bid Certification Form (copy attached) certifying non -collusion in the bid, and that the bidder is in compliance with Sections 33E-3 and 33E-4 of the Illinois Criminal Code regarding bid rotating and bid -rigging, 720 ILCS 5/33E-3, 33E-4, compliance with the Illinois Drug Free Workplace Act, 30 ILCS 580/1, et seq., and Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., that it is not delinquent in the payment of taxes (65 ILCS 5/11-42.1) and that it has a written sexual harassment policy in place in full compliance with Section 2-105 of the Human Rights Act, 775 ILCS 5/2-105, as amended, Sections 33E-3 and 33E-4 states that it is unlawful to participate in bid -rigging and/or bid rotating. Therefore, all bidders must certify, under oath, that they are not barred from bidding on the contract as a result of a violation of Sections 33E-3 and/or 33E-4, prohibiting bid -rigging and bid rotation. Therefore, the Bid Certification Form must be notarized. 22) Interpretation Of Bid Documents. Any bidder in doubt as to the true meaning of any part of the Specifications or other bid documents shall submit a written request for interpretation to Anthony Bryant at abryant@burnsmcd.com, no later than five (5) 9 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project calendar days prior to the date set for the opening of the bid. Any questions received after that time may be answered at the discretion of the Village. In the event that the Village finds a question to be adequately addressed in the existing bidding documents, the question may be answered in writing by directing the requesting bidder to the applicable provision(s) in the existing bid documents. No further clarifications or interpretations will be issued. Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral explanations are not binding. Questions about this Request for Bids should be directed to: Casey Botterman Water and Sewer Superintendent Mount Prospect Public Works Department 1700 West Central Road Mount Prospect, IL 60056 Phone: (847) 870-5640 Email: CBotterman@mountprospect.org 10 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project GENERAL CONDITIONS 1) Definition of Terms. In these specifications and the accompanying documents, the several terms hereinafter defined shall be understood to mean as follows: The term "Award" shall mean the decision of the Village of Mount Prospect to accept the bid of the lowest responsible bidder for the work, subject to the execution and approval of a satisfactory contract therefore, and bond to secure the performance thereof, and to such other conditions as may be specified or otherwise required by law. The term "Bid" shall mean a formal written offer of a bidder to perform the proposed work in accordance with these specifications. The term "Bidder" shall mean any individual, firm, or corporation submitting a bid for the work contemplated. The phrase "Bid Documents" shall mean the Notice to Bidders, Table of Contents, Instructions to Bidders, General Conditions and Special Provisions, Specifications, Bid Form, Affidavit — Bid Certification Form, Bid Security, Bid Sheet, Other Materials or standards provided or noted by the Village, Contract, Performance Bond form, and Labor and Materials Payment Bond form. The term "Board" shall mean the Board of Trustees of the Village of Mount Prospect, Illinois. The term "CCDD" shall mean Clean Construction or Demolition Debris. The term, "Contract," shall mean the written agreement between the Village and the contractor, or between the owner and the contractor. The phrase "Contract Documents" shall mean the Bid Documents, bidder's submitted Bid Form, Bid Security, Bid Sheet, Contract and required bonds or letter of credit. The term "Contractor," as successful bidder, shall mean the individual, firm or corporation who shall have entered into an agreement or contract to furnish all necessary labor, equipment, tools and materials for the performance of the work under its bid and the Bid Documents. The phrase "Director of Public Works" shall mean the Director of Public Works representing the Village of Mount Prospect. The term "EPR" shall mean the Village's Engineering Project Representative. Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project The phrase "Final Performance Date" shall mean the date that Substantial Performance and the punch list items must be completed. The term "Inspector" shall mean the authorized representative of the Director of Public Works assigned to make detailed inspection of any or all portions of the work or materials therefore. The phrase "Notice of Award" shall mean the written notice of award of the contract given by the Village to the successful bidder. The phrase "Notice to Bidders" shall mean the official notice included in the bid inviting bids for the proposed improvements. The phrase "Notice to Proceed" shall mean the official notice to the contractor that will start the performance period/ The phrase "Performance Period" shall mean the time allotted for contractor to perform the contract from start to Substantial Performance. The term "Owner" shall mean the Village of Mount Prospect. The phrases "Payment and Performance Bond" and "Letter of Credit" shall mean the approved form of security furnished by the contractor and its financial institution as a guarantee that it will execute the work and pay all material providers and subcontractors. The terms "Plans" or Contract Drawings" shall mean all official drawings or reproductions of drawings pertaining to the work provided in the contract. The phrase "Project Schedule" shall mean the critical path schedule submitted by Contractor to the Village, which includes targeted dates of completion through the Substantial Completion Date. The term "Punch list" shall mean a list of items to be completed after Substantial Performance. The phrase "Special Provisions" shall mean any special directions and requirements prepared to cover the method or manner of performing work on a particular project, or cover the quantities or quality of the materials to be furnished under the contract which are not covered herein. The special provisions included in the contract shall govern the work and take precedence over the general provisions and STANDARD SPECIFICATIONS noted above wherever they conflict therewith, but they shall not operate to annul those portions of the general provisions with which they are not in conflict. The term "Specifications" shall mean the general and special provisions, instructions and requirements contained herein, together with written agreements and all other executed documents which describe the method of performing the work, the quantities, or the quality of material to be furnished under the contract. Additionally, 12 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project the term specifications will refer to standard practices as outlined in the Illinois Department of Transportation's "STANDARD SPECIFICATIONS FOR ROAD AND BRIDGE CONSTRUCTION (R&BC), latest revision and the "STANDARD SPECIFICATIONS FOR WATER AND SEWER MAIN CONSTRUCTION IN ILLINOIS" prepared by the ISPE, CECT, et al, latest revision. The term "Subcontractor" shall mean any individual, firm or corporation other than the contractor supplying labor, equipment, tools and materials for use in the work of the contract. The phrase "Substantial Performance" shall mean the date that the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. The phrase "Substantial Performance Date" shall mean the date that substantial performance must be completed. The term "Village" shall mean the Village of Mount Prospect, Illinois. The terms "Village Manager" or "Manager" shall mean the Village Manager of the Village of Mount Prospect, Illinois or his duly appointed representative. The terms "Work" and "Project" are used interchangeably and shall mean the improvement advertised for letting, described in the bid form, indicated on the plans, and covered in the specifications and contract, and authorized alterations, extensions and deductions, including labor, tools, equipment, materials and incidentals necessary for the satisfactory completion of the project. The term, 1/2 stick" shall mean one-half the standard length of pipe, typically this is seven (7) feet. 2) Award of contract; Performance; Payment. a. Award of Contract. The Village will issue a Notice of Award to the successful bidder, advising that it has been awarded the contract. Within ten (10) days of delivery of the Notice of Award, by personal service or registered or certified U.S. mail, posted prepaid and receipt requested, Contractor shall execute the Contract, attached to the Bid Documents, and furnish the Village with the required bonds and certificate of insurance. b. Notice to Proceed. Upon the Village's receipt of the executed Contract, required bonds and certificate of insurance, the Village will issue and send to Contractor a Notice to Proceed, which will start the performance period. c. Substantial Performance; Final Completion. The Contract shall be substantially performed within seventy (70) days after the Notice to Proceed is effective (the Substantial Performance Date"). Substantial Performance is when the entire Project can be used for the purposes for which it was intended, i.e., only punch list items remain. 13 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project ii. Final completion shall be within thirty (30) days after the Substantial Performance Date (the "Final Performance Date"). d. Project Schedule. Within ten (10) days after the Contractor executes the Contract, Contractor shall submit to Village a Project Schedule to include targeted dates of completion of all construction and other requirements of the Contractor through the Substantial Completion Date. Contractor shall monitor schedule progress and provide monthly updates and revisions of the Project Schedule, as needed to Village. e. Liquidated Damages for Inexcusable Delay. Time is of the essence. The Contractor agrees that all work included in connection with this project must be completed by the Final Performance Date, or sooner, after receipt of Notice To Proceed. It is hereby acknowledged and agreed by both parties that the damages to the Village are not readily ascertainable but that the failure to timely complete this Work will materially and significantly damage the safety and well-being of the Village, its staff and the public, and that therefore a sum of 1,000.00 per day is a fair and reasonable damage estimate to compensate the Village for any such delay. If the Contractor fails to fully complete the Work in that time, then and in this event, the Contractor further expressly agrees that, for each day this Work and this contract shall remain uncompleted after that date, the Village may deduct the sum of $1,000.00 per day after the Final Performance Date, from the contract price as payment to the Village, by the Contractor of the liquidated damages sustained by reason of failure of the Contractor to complete the Project on or before the time aforesaid. ii. Provided, however, that if the completion of this contract is delayed by the Village, by general strikes, acts of God, or casualty beyond the control of the Contractor, then and in such event, the time of completion of this contract shall be extended for such additional time as shall be caused by such delay. iii. Provided, always, however, that the Contractor shall, at the time of such delay, if any, demand of the Village, in writing, such additional time within which to complete the performance of the Contract. The Contractor will be required to notify the Village within three (3) days of such delay, stating the reason for same. If the Contractor does not notify the Village in writing, within three (3) days of the delay, no request for extension of time will be approved. f. Measurement of Quantities. All work completed under the contract will be measured by the Village according to United States standard measures. g. Payment. Payment under the Contract will be made in accordance with the Illinois Local Government Prompt Payment Act, 50 ILCS 505/1 et seq. 14 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project h. Payment for Items Omitted when Partially Completed. Should the Village cancel or alter any portion of the contract which results in the elimination or non - completion of any portions of the work partially completed, the contractor will be allowed a fair and equitable amount covering all items of work incurred prior to the date of cancellation, alteration, or suspension of such work. A written change order may apply. Partial Payment. When requested, the contractor will make an approximate estimate, in writing, of the materials in place completed, the amount of work performed, and the value thereof, at the contract unit prices. From the amount so determined, there shall be deducted ten percent (10%) to be retained until after completion of the entire Work to the Village for payment, except that no amount less than $500 will be so certified unless the total amount of the contract is less than $500. In addition, an estimate may, at the discretion of the Village and upon presentation of receipted invoices and freight bills, be made for payment of the value of acceptable materials delivered on the Work or in acceptable storage places and not used at the time of such estimate. Ten percent (10%) shall be retained from the value of such materials until final payment. Such materials, when so paid for by the Village, shall become the property of the Village, and in the event of default by the Village, shall become the property of the Village, and in the event of default by the contractor, the Village may use or cause to be used such materials in the construction of the work provided for in the contract. The amount thus paid by the Village shall be deducted from estimates due the contractor as the material is used in the work. Partial payment for work or materials shall not be construed as an acceptance of the work or any part of it, or as a waiver of any provisions of the contract. Partial payment will only be granted if in the opinion of the Village sufficient labor and materials have been expended to warrant it. If partial payments are requested, the Contractor shall submit with each payment request a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and for every party listed a full or partial waiver of lien, as appropriate. Beginning with the second payment request, and with each succeeding payment request, the Contractor shall submit Contractor's Affidavits and partial waivers of lien for each subcontractor and supplier showing that the amount paid to date to each is at least equivalent to the total value of that subcontractor's work, less retainage, included on the previous payment request. Acceptance and Final Payment. Whenever the Work shall have been completely performed on the part of the contractor, including Punch list items, and all parts of the Work have been approved by the Village and accepted by the Village, a final payment showing the value of the work will be prepared by the contractor as soon as the necessary measurements and computations can be made, all prior estimates upon which payments have been made being approximate only and 15 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project subject to correction in the final payment. The amount of this estimate, less any partial or semifinal payments previously made and less any sums that have been deducted or retained under the provisions of the contract, will be paid to the contractor as soon as practicable after the final acceptance, provided the contractor has furnished to the Village the required maintenance bond and satisfactory evidence that all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished for the purpose of such work have been paid or that the person or persons to whom the same may be due have consented to such final payment. If final payment is requested, the Contractor shall submit a properly completed Contractor's Affidavit setting out, under oath, the name, address and amount due or to become due, of Contractor, each subcontractor, vendor, supplier or other appropriate party included in its cost, and a full and final waiver of lien for the full amount of the Work, less retainage. The Contractor shall assign over to the Village all manufacturers' and suppliers' warranties respecting any part of the Work. The Contractor shall also deliver to the Village the required maintenance bond prior to Final Payment and upon receipt of Final Payment a set of Plans and Specifications annotated to show the Project "as -built." The acceptance by the contractor of the final payment shall constitute a release and waiver of any and all rights and privileges under the terms of the contract; further, the acceptance by the contractor of final payment shall relieve the Village from any and all claims or liabilities for anything done or furnished relative to the Work or for any act or neglect on the part of the Village relating to or connected with the Work. k. Punch list. The Contractor shall notify the Village when it believes substantial performance of the entire Project has been achieved. The Village, and/or any independent consultant engaged by the Village, shall then inspect the Project site with the Contractor, and prepare and deliver to the Contractor within five (5) days thereafter, a written Punch list indicating items of construction which are not in material conformity with the Contract Documents. The Punch list items shall be completed by the Final Performance Date. Pending completion of Punch list items, the Village may withhold from amounts due to the Contractor an amount equal to but not greater than one and one-half (1'/) times the estimated cost to complete Punch list items. Final Policing of the Sites. Before the completed work will be ready for the Village's final inspection, the contractor shall have removed from the project sites all surplus equipment, machinery, materials, debris, barricades, and signs. The contractor shall leave said project sites in the best possible condition to the complete satisfaction of the Village. m. Final Inspection. The Village shall make final inspection of all of the Work, as soon as practicable after notification in writing by the contractor that the work is completed and ready for acceptance. If the Work is not acceptable to the Village at the time of such inspection, the Village shall inform the contractor as to the particular defects to be remedied before final acceptance can be made. 16 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project n. Alterations, Cancellations, Extensions and Deductions. The Village reserves the right to alter the plans, extend or shorten the improvement, add such incidental work as may be necessary, and increase or decrease the quantities of work to be performed to accord with such changes, including the deduction or cancellation of any one or more of the unit price items. Such changes shall not be considered as a waiver of any condition of the contract nor to invalidate any of the provisions thereof. A written change order may apply. All Work shall be done under the supervision of the Village's Director of Public Works, or a designated representative who shall decide all questions which arise as to the quality and acceptability of materials furnished, work performed, manner of performance, rate of progress of the work, interpretation of the plans and specifications, acceptable fulfillment of the contract, compensation and disputes and mutual rights between contractors under the specifications. I. Change Orders. The Village may from time to time require changes in the Work. Such changes shall comply with Section 33-E9 of the Criminal Code, 720 ILCS 5/33E-9. m. Right of the Village to Terminate the Contract. If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. ii. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. iii. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any 17 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. 3) Performance of the Work. a. Accident Prevention. The contractor shall exercise every precaution at all times for the protection of persons and properties. The safety provisions of all applicable laws and ordinances shall be strictly observed. Any practice obviously hazardous, in the opinion of the Director of Public Works or his authorized representative, shall be immediately discontinued by the contractor upon his receipt of instructions from the Director of Public Works or an authorized representative to discontinue such practice. b. Clean-up. After all work under each task phase of the work is completed, the Contractor shall remove all loose debris and other materials not incorporated in the work from the site of the work. Any clean up or restoration to private property will be the responsibility of the Contractor. c. Construction Noise Restriction. All construction activities or alteration operations within the Village shall be performed only between the hours of 8:00 a.m. and 7:00 p.m. Variations from these time limitations shall be allowed only in the case of maintenance of operation of safety and traffic control devices such as barricades, signs and lighting, or to construction of an emergency nature. More stringent requirements may be assessed for work in state highway or railroad rights-of-way." Working hours outside these times must receive prior approval from the Village. d. General. The work to be performed under the contract includes the furnishing of all supervision, labor, materials, tools, equipment and incidentals of every kind and description necessary for construction, in accordance with the Contract Documents. e. Inspection. All materials and each part or detail of the work shall be subject at all times to inspection by the Village or its inspectors, and the contractor will be held strictly to the true intent of the Specifications in regard to quality of materials, workmanship and diligent execution of the contract. The Village or its inspectors shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the contractor as is required to make a complete and detailed inspection. Materials, components or completed work not complying therewith may be rejected by the Village and shall be replaced by the Contractor at no expense to the Village. Any rejected material or component shall be removed 18 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project at the entire expense of the Contractor, after written notice has been mailed by the Village to the Contractors that such materials or components have been rejected. The contractor shall, if the Village requests, remove or uncover such portions of the finished work as the Village may direct before final acceptance of the same. After the examination, the contractor shall restore said portion of the work to the standard required by the Specifications. If the work thus exposed or examined proves acceptable, the expense of uncovering or removing and the replacing of the parts removed shall be paid for as extra work; but if the work so exposed or examined is unacceptable, the expense of uncovering or removing and replacing of the same shall be borne by the contractor. f. Materials and Equipment. Except where the Specifications indicate otherwise, the Village is not responsible for providing any tools, equipment or storage under the contract in order to permit its completion of any contractual obligations under the contract, which may be awarded as the result of the bid. g. Personnel and Equipment. The contractor shall provide an adequate number of competently trained personnel with sufficient supervision to provide the services required, and contractor shall provide identification of its personnel if requested by the Village. Any contractor's employee whose employment is reasonably detrimental or objectionable to the Village shall be immediately transferred from the work -site upon the Village's request. The exercise of this option shall not be construed as placing the Village in charge of the Work or making the Village responsible for safety. All on the road vehicles or equipment shall be identified by the contractor's name for purpose of identification. All tools or equipment required to carry out the operations within the scope of the contract shall be provided by the Contractor, and shall meet the standards of the Federal Occupational Safety and Health Act and State of Illinois safety codes as may be required by law. The Village reserves the right to inspect the equipment that will be used prior to award of Bid. h. Protection and Restoration of Property. It is understood that in the execution of the Work herein provided for there may be interference with and/or damage to trees, shrubbery, crops, fences, railroad tracks, overhead structures such as poles, wires, cables, underground structures such as sewers, gas mains, telephone conduits and cables, water mains, drains, service connections, wires, pipes, conduits, located along, adjacent to, and/or crossing the locations of the Work, and that it may be necessary to relocate or reconstruct certain of such structures, improvements, and installations and/or to make repairs to the same by reasons of doing the Work herein provided for, and it is therefore particularly and specifically agreed that the Bidder except as otherwise herein provided, shall do the Work necessary for such relocation, reconstruction, and repair and shall bear and pay 19 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project all of the cost and expense of such relocation, reconstruction, and/or repair of, and all damage done to any and all such pipe line and other structures, improvements, and installations, including service connections, if any, to adjacent property, existing at the date of the execution of the contract and/or existing, during the period of the Work to be done under the contract, which may be interfered with, damaged, and/or necessarily relocated, reconstructed, or repaired in the performance of the Work herein provided for, including the restoration and resurfacing of unpaved portions of public streets and alleys, rights-of-way, easements, and private property damaged or disturbed by the Work, the same to be restored to as good condition as the same existed at the time of the commencement of any such Work or relocation. It is further agreed that the owners of any structures, improvements, installations, referred to in the preceding paragraph shall have the right to do the Work or any part thereof necessary for the relocation, reconstruction, replacement, repair, and other Work required by reason of any interference with and/or damage to such structures, improvements, installations, due to the prosecution of the Work and upon completion of such Work by them done, said owners may render bills to the Bidder for the cost and expenses thereof which bills shall be paid by the Bidder without extra compensation therefore from the Village, upon demand by said owners, or upon demand made by the Village upon the Bidder for the payment thereof. Public Relations. The Contractor shall cooperate with the Village of Mount Prospect in maintaining a high degree of sensitivity to the needs of property and business owners along the project route. Contractor will distribute written public work notices to businesses and residences as required by the Village. Removal of Defective and Unauthorized Work. Work done without lines and grades being given, or beyond the lines shown on the plans or as given, except as herein provided, or any extra work done without authority will be considered as unauthorized and at the expense of the contractor, and will not be measured or paid for. Work so done may be ordered removed or replaced at the contractor's expense. All work which has been ordered to be removed or replaced shall be remedied or removed and replaced by the contractor in a manner approved by the Village at the contractor's expense. Upon failure of the contractor to comply promptly with any order of the Village made under this provision, the Village shall, after giving written notice to the contractor, have the authority to cause defective work to be remedied, or removed and replaced, or to cause unauthorized work to be removed, and deduct the cost thereof from any compensation due or to become due the contractor. k. Scheduling. The contractor shall consult with the Village's Public Works Director or an authorized representative concerning the details and scheduling of the work contemplated herein, and shall be governed by the decisions of said Director or representative. 20 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project I. Supervision. The contractor shall at all times have a competent person in charge of its work crew at the job site to whom the Village representative may issue directives. Such person shall be authorized to accept and act upon such directives. Such person shall be fluent in the English language. m. Work In Street Right — of — Way. All of contractor's construction work in street rights-of-way shall be done in strict accordance with the applicable controlling public agency's construction specifications, permitting, bonding, rules, and regulations. All costs for necessary permits and bonds shall be borne by the Contractor and considered incidental to the fixed item price of the applicable work. Contractor shall coordinate with the proper public officials and receive approval from said officials prior to any street closings or detouring required due to the work to be performed. Contractor shall protect existing vegetation from removal or damage wherever possible. Contractor shall confine construction work to specified construction limits as shown on the drawings or defined in the specifications. Should Contractor damage or remove any vegetation outside the construction limits, Contractor shall restore the affected area to its original state at no expense to the Village. 4) BOND; INSURANCE; INDEMNIFICATION. a. Performance and Labor and Material Payment Bond. Upon submission of the executed contract to the Village, Contractor shall furnish to the Village a surety bond in the amount one hundred and ten percent (110%) of the bid for the faithful performance of the Contract and to indemnify the Village against loss. The Contractor shall also furnish a labor and materials bond in the amount one hundred and ten percent (110%) of the bid to ensure payment for all labor and materials, including compliance with the provisions of law relating to the payment of the prevailing rate of wages. The premium of such bonds is to be paid by the Contractor. The surety must be with a substantial surety company satisfactory to the Village and authorized by law to do business in the State of Illinois and endorsed by a local representative of said surety company. All payment and performance bonds shall name the Village of Mount Prospect as Obligee and be written upon forms prepared or approved by the Village. Said bonds may be satisfied with a Letter of Credit, in the form acceptable to the Village, from a bank or savings and loan within the Chicago metropolitan area. The bonds and Letter of Credit shall remain in effect during the full term of the Contract and any extension thereof. Failure to so provide these bonds or Letter of Credit shall result in forfeiture of the bid bond/Letter of Credit to the Village as liquidated damages and not as a penalty, and the termination of the contract and/or withdrawal of the award. 21 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project b. Insurance Requirements. In submission of a bid, the bidder is certifying that it has all insurance coverages required by law or that would normally be expected for bidder's type of work. In addition, the bidder is certifying that, as successful bidder/Contractor, upon execution of the Contract, it will provide Insurance of such types and in such amounts as may be necessary to protect itself and the interests of the Village against all hazards or risks of loss contemplated by the Contract. The Village shall be named as additional insured on all applicable insurance policies. Satisfactory certificates of insurance shall be filed with the Village upon execution of the Contract. The certificates shall state that thirty (30) days advance written notice will be given to the Village before any policy covered thereby is changed or canceled. Insurance coverage shall be in the following minimum amounts: Limit/ Limit/ Type of Insurance Ea. Occurrence Aggregate General Liability Bodily Injury $1,000,000 $3,000,000 Property Damage $1,000,000 $3,000,000 Contractual Ins. $1,000,000 $3,000,000 Automobile Liability Bodily Injury $1,000,000 $1,000,000 Property Damage $1,000,000 $1,000,000 Workers Compensation Employee Claims Employers Liability Statutory for Illinois $1,000,000 per accident c. Indemnification. The Contractor shall indemnify_and save harmless the Village, its officers and employees and STR Building Resources, LLC from any and all liability, losses or damages, including attorneys fees and costs of defense, the Village may suffer as a result of claims, demands, suits, actions or proceedings of any kind or nature, including workers' compensation claims, in any way resulting from or arising out of the operations of the Contractor under the Contract, including operations of subcontractors; and the Contractor shall, at his own expense, appear, defend, and pay all fees of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith; and, if any judgments shall be rendered against the Village in any such action, the Contractor shall, at his own expense, satisfy and discharge same. The Contractor expressly understands and agrees that any bonds, letters of credit or insurance protection required by the Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend the Village as herein provided. Contractor agrees to defend and hold harmless the Village and STR Building Resources, LLC from and against all demands, claims, suits, costs, expenses, damages and adjustments based upon any infringement of any patent relating to 22 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project goods specified in the contract, and on account of the Village's use of any copyrighted or uncopyrighted, composition, trade secrets, secret process, proprietary rights, patented of unpatented invention, article or appliance furnished or used under the bid Specifications. 5) Compliance with Laws. a. Collusion. If at any time it shall be found that the person, firm, or corporation to whom the Contract has been awarded has, in presenting any proposal or proposals, unlawfully colluded with any other party or parties, then the Contract so awarded shall be null and void and the Consultant and his sureties shall be liable to the Village for all loss or damage which the Village may suffer thereby, and the Village may advertise for new bids for said work. b. Observance of Laws, Ordinances, and Regulations; Certifications of Compliance with Applicable Laws. The contractor shall, at all times during the life of this contract, observe and abide by all federal, state and local laws which in any way affect the conduct of the work and with all decrees and orders of courts or agencies of competent jurisdiction. Likewise, said contractor shall be governed by all municipal ordinances and regulations which in any way affect the conduct of the work. The contractor shall indemnify and save harmless the owner, its officers, agents, and employees against any claim or liability arising from or based on his violation of any law, ordinance, regulation, decree or order. The bidder and contractor, as successful bidder, shall comply with all applicable state, federal and local laws, including, but not limited to the following: Bid Ripping/Rotating. By submitting a bid, the Contractor certifies that no owner, officer or director is barred from contracting with any unit of state or local government as a result of violating the bid rigging or bid rotating provisions contained in 720 ILCS 5/33E-3 & 33E-4. ii. Tax Payment. The Contractor certifies that it is not delinquent in the payment of any taxes to the Illinois Department of Revenue. (65 ILCS 5/11- 42.1-1) iii. Drug Free Workplace Act. The Contractor will comply with the requirements of the Drug Free Workplace Act if the contract is $5,000 or more and it has more than 24 employees at the time of entering into the contract (30 ILCS 580). iv. Preference to Veterans Act. The Contractor will comply with the Preference to Veterans Act (330 ILCS 55). V. Substance Abuse Prevention Program. By submitting a bid, the Contractor certifies that the company has in place, to the extent not covered by a collective bargaining agreement that deals with the subject of the Act, a substance abuse prevention program that meets or exceeds the 23 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project requirements of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq. vi. Non -Discrimination. The Contractor will comply with the Illinois Public Works Employment Discrimination Act (775 ILCS 10/1, et seq.) vii. Equal employment Opportunity. The Contractor will comply with Article 2 of the Illinois Human Rights Act (775 ILCS 5/2-101, et seq.), including establishment and maintenance of a sexual harassment policy as required by Section 2-105, and the Rules and Regulations of the Illinois Department of Human Rights, including the EQUAL EMPLOYMENT OPPORTUNITY CLAUSE, which is a material term of all public contracts, as follows: EQUAL EMPLOYMENT OPPORTUNITY In the event of the contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause or the Act, the contractor may be declared ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be cancelled or voided in whole or in part, and other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this contract, the contractor agrees as follows: 1) That he or she will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service; and, further, that he or she will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any underutilization. 2) That, if he or she hires additional employees in order to perform this contract or any portion of this contract, he or she will determine the availability (in accordance with this Part) of minorities and women in the areas from which he or she may reasonably recruit and he or she will hire for each job classification for which employees are hired in a way that minorities and women are not underutilized. 3) That, in all solicitations or advertisements for employees placed by him or her or on his or her behalf, he or she will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, sexual orientation, marital status, order of protection status, national origin or ancestry, citizenship status, age, physical or mental disability unrelated to ability, military status or an unfavorable discharge from military service. 4) That he or she will send to each labor organization or representative of workers with which he or she has or is bound by a collective bargaining or other agreement or understanding, a notice advising the labor organization or representative of the contractor's obligations under the Act and this Part. 24 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project If any labor organization or representative fails or refuses to cooperate with the contractor in his or her efforts to comply with the Act and this Part, the contractor will promptly notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations under the contract. 5) That he or she will submit reports as required by this Part, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Act and this Part. 6) That he or she will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Act and the Department's Rules and Regulations. 7) That he or she will include verbatim or by reference the provisions of this clause in every subcontract awarded under which any portion of the contract obligations are undertaken or assumed, so that the provisions will be binding upon the subcontractor. In the same manner as with other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply with the provisions. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations. Title 44, Part 750, Section 750, APPENDIX A, Illinois Administrative Code, viii. PREVAILING WAGE. This contract calls for the construction of a "public work" within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/1, et seq., as amended (the "Act"). The Contractor and all subcontractors are required to pay wage rates in accordance with the Act to all laborers, workers and mechanics. The Village has adopted the prevailing wages as determined by the Illinois Department of Labor ("IDOL") for Cook County. The prevailing rate of wages is revised by the IDOL and is available on the IDOL website, www.stglq.il.us/agencv/idol/rates/rates.HTM. The Contractor and all subcontractors are solely responsible for checking the Department's website for revisions to prevailing wage rates. In the event that the IDOL should revise the prevailing rate of wages, then the revised rates shall apply to this Contract. In no case shall any revision in the rates of prevailing wages result in an increase in the total Contract price. All bonds provided by the Contractor under the terms of this Contract shall include such provisions as will guarantee the faithful performance of the Contractor's obligations under this clause and under the Prevailing Wage Act, 820 ILCS 130/1 et. seq. Contractor shall comply with all applicable provisions of the Prevailing Wage Act, including, but not limited to, the requirements of Section 5 of the Prevailing Wage Act, 820 ILCS 130/5. The Contractor, and all 25 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Subcontractors and Sub -Subcontractors participating on the Project, shall make and keep those records required under Section 5 of the Prevailing Wage Act in paper or electronic format. In conformance with the Act, each contractor and subcontractor, or other entity performing work on the project, shall maintain records of all laborers, mechanics and other workers employed by them on the project, including the following information on each worker: (1) name; (2) address; (3) telephone number when available; (4) social security number; (5) classification or classifications; (6) gross and net wages paid in each pay period; (7) number of hours worked each day; (8) starting and ending times of each day; (9) hourly wage rate; (10) hourly overtime wage rate; (11) hourly fringe benefit rates; (12) the name and address of each fringe benefit fund; (13) the plan sponsor of each fringe benefit, if applicable; and (14) the plan administrator of each fringe benefit, if applicable. These records shall be kept by the participating contractor and subcontractor for a period of not less than five (5) years from the date of last payment on the contract or subcontract. No later than the 15th day of each calendar month, each participating contractor and subcontractor shall submit a monthly certified payroll to the Village consisting of the above - referenced information as well as a statement signed by the participating contractor or subcontractor that certifies: (a) the records are true and accurate; (b) the hourly rates paid to each worker is not less than the general prevailing rate of hourly wages required under the Prevailing Wage Act; and (c) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class A misdemeanor. ix. Compliance with Freedom of Information Act Request. Section 7 of the Illinois Freedom of Information Act (FOIA), 5 ILCS 140/7, applies to public records in the possession of a party with whom the Village of Mount Prospect has contracted. The Village of Mount Prospect will have only a very short period of time from receipt of a FOIA request to comply with the request and there is a significant amount of work required to process a request including collating and reviewing the information. The bidder/contractor acknowledges the requirements of FOIA and agrees to comply with all requests made by the Village of Mount Prospect for public records (as that term is defined by Section 2(c) of FOIA) in the undersigned's possession and to provide the requested public records to the Village Mount Prospect within two (2) business days of the request being made by the Village of Mount Prospect. The bidder/contractor agrees to indemnify and hold harmless the Village of Mount Prospect from all claims, costs, penalties, losses and injuries (including but not limited to, attorney's fees, other professional fees, court costs and/or arbitration or other dispute resolution costs) arising out of or relating to its failure to provide public records to the Village of Mount Prospect under the contract. A. Miscellaneous Contract Requirements 26 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project 1. Contract Alterations. No amendment of a contract shall be valid unless made in writing and signed by the Village President, Village Manager, or their authorized representative. 2. Licenses and Permits. The Contractor shall procure at its own expense all necessary licenses and permits in connection with the work under the Contract. 3. Nonassignability. The contractor shall not assign the contract, or any part thereof, to any other person, firm or corporation without the previous written consent of the Village. Such assignment shall not relieve the contractor from its obligations or change the terms of the contract unless agreed by the Village at its sole discretion. 4. Notices. All notices required by the contract shall be given in writing. 5. Taxes. The contractor shall pay all federal, state and local taxes as may be applicable on all materials, labor and services furnished by it under the contract, and the amounts of such taxes shall be included in the unit prices bid. 27 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project 28 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project CCDD INFORMATION An environmental assessment of the project areas has been performed and it was found that there is no reason to believe that these projects sites contain contaminated soils. Uncontaminated Soil Certification Forms LPC -663 has been provided at the end of these bid documents. The full environmental data report can be provided upon request. The Contractor shall only be responsible for the disposal of clean construction debris. The Contractor shall prepare all bid pricing based on the assumption that all excavations and associated debris will comply with the clean construction debris disposal requirements and that the debris can and will be disposed of at any clean debris landfill. The Village or its CCDD consultant will prepare all Source Site Certification by Owner or Operator forms (or LPC -662 manifests) for each location and for each date of excavation during this project. These forms will be provided to the contractor by the engineering project representative or (EPR). The Contractor shall acquire one manifest for each load as outlined in the state regulations and shall be responsible for only the costs of disposal of clean construction debris= SUSPECT DEBRIS The Contractor shall only be responsible for the disposal of any and all clean construction debris. If the Contractor, for whatever reason, suspects that an excavation, debris load, or any portion thereof, may contain non -clean construction debris, then he shall immediately notify the Village or the EPR. The Public Works Department can be reached at 847-870-5640. If the Village or EPR agree that the material is suspect then the Contractor shall set aside that suspect load or portion thereof on site or at a holding area identified by the Village. The Contractor shall at that time be no longer responsible for the disposal of that load or portion thereof. The Village and its CCDD consultant will become responsible for the testing and subsequent disposal of all suspect debris. 29 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project BID FORM Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Village of Mount Prospect Department of Public Works FROM: (hereinafter called "Bidder") TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Proiec The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — 2013 Drainage Improvements Project Contract Document Labor and Materials Payment bond form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. 30 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum No. Addendum Date Acknowledgement by Bidder or Authorized Representative Date Acknowledged Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. 3114 II: 011111,11 II:,di y, :3 Upon award the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of 31 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach substantial completion within seventy (70) consecutive calendar days after the Notice to Proceed with final completion thirty (30) days thereafter. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 4) BID SHEET(S) — Masonry Remediation & Roofing Removal and Replacement Project Respectfully submitted: 0011 =20 do "I, J1.5150ma (Signature) Title: Date: Contact Information: Official Address: Telephone: Email: ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS (Pages 30-37) ALONG WITH THE AFFIDAVIT— BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE.VILLAGE OF MOUNT PROSPECT 32 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project li;tl C! i,fifk;afioirr IC!!!!(NT '1 IC:ryagm:, I AFFIDAVIT — BID CERTIFICATION FORM Bidder: Company/Firm Name: Address: As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, being first duly sworn on oath, deposes and states that he or she is (sole owner, partner, joint ventured, President, Secretary, etc.) of and has the authority to make all (Name of Company) certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section 11 Bid Ripping and Rotating The undersigned further states that (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Drug Free Workplace The undersigned further states that (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. ;tl C! i,fifk';atk'ire IC:: ; N,.�.r..0 IC:!!'age :: 33 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project AFFIDAVIT — BID CERTIFICATION FORM Section IV Tax Payment The undersigned further states that is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Section V Sexual Harassment Policy Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes- ...every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. Signed by: Signature Name Printed: Signed and sworn to before me this day of 20_. My commission expires: Notary Public Title: 34 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of , being ten percent (10%) of the total amount bid by the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. SUBMITTED THIS SEAL (if corporation) DAY OF , 2013. Bidder: Bidder's Agent and Agent's Title Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of 35 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project BID SHEET SUMMARY OF PRICES: OFFERS: A. Having examined the Place of The Work and all matters referred to in the Instructions to Bidders and the Contract Documents prepared by STR-SEG for the above mentioned project, we, the undersigned, hereby offer to enter into a Contract to perform the Work for the Sum of: dollars ($ ), in lawful money of the United States of America. UNIT PRICES A. The following are Unit Prices for specific portions of the Work as listed. The following is the list of Unit Prices: ITEM DESCRIPTION UNIT QUANTITY ITEM VALUE 1. Repair of steel roof deck per square foot $ 2. Replacement of steel roof deck per square foot $ 3. Replacement of 2x4 or 2x6 wood blocking per lineal foot $ 4. Application of low area fill material per unit $ 5. Replacement of brick masonry units each $ 6. Replacement of 8"x8"x16" concrete block masonry units each $ 7. Resealing of existing surfaces (kerf seal) per lineal foot $ CHANGES TO THE WORK A. When Owner and Consultant establish that the method of valuation for Changes in the Work in excess of the allowance(s) will be net cost plus a percentage fee in accordance with General Conditions, our percentage fee will be: 1. percent overhead and profit on the net cost of our own Work; 2. percent on the cost of work done by any Subcontractor. 36 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project PROPOSED SUBCONTRACTORS A. The following work will be performed (or provided) by Subcontractors and coordinated by us: 1. WORK SUBJECT a. SUBCONTRACTOR NAME b. ADDRESS C. PHONE -FAX -EMAIL 2. WORK SUBJECT a. SUBCONTRACTOR NAME b. ADDRESS C. PHONE -FAX -EMAIL 3 WORK SUBJECT a. SUBCONTRACTOR NAME b. ADDRESS C. PHONE -FAX -EMAIL 4. WORK SUBJECT a. SUBCONTRACTOR NAME b. ADDRESS C. PHONE -FAX -EMAIL B. If the Owner has a reasonable and substantial objection to any Subcontractor on this list, and refuses, in writing, to accept such person or organization, the Bidder may, at his option, withdraw his Bid, or submit an acceptable substitute, with any adjustment to his Bid price occasioned by such substitution, for Owner's consideration. 37 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project CONTRACT THIS Contract (hereinafter the "Contract") is entered into on this —day of , 2016, by and between the VILLAGE OF MOUNT PROSPECT, an Illinois municipal corporation (hereinafter the "Village"), and , an (hereinafter the `Contractor") (Village and Contractor sometimes referred to individually as "Party" and collectively as "Parties"), WHEREAS, the Village has solicited competitive bids for its "2013 Drainage Improvements Project"; and WHEREAS, the Contractor submitted a bid to perform the work associated with the 2013 Drainage Improvements Project (hereinafter the "Bid"); and WHEREAS, upon its review of the submitted bids, the Village has awarded the contract to perform the work associated with the Booster Station #11 - Masonry Remediation & Roofing Removal and Replacement Project to the Contractor, subject to the execution of this Contract; NOW, THEREFORE, for and in consideration of their mutual promises, covenants, undertakings and agreements, the parties agree as follows: ARTICLE I – CONTRACT DOCUMENTS This Contract is subject to the terms and conditions set forth in the Contract Documents, which are incorporated herein as if fully set forth, and include the following Bid Documents with Bidder's/Contractor's Bid Submittals prioritized to be included in number 6*: 1. Notice to Bidders 2. Table of Contents 3. Instructions to Bidders 4. General Conditions and Special Provisions 5. Specifications 6. Bid Submittals, including Bid Form, Affidavit – Bid Certification Form, Bid Security, Bid Sheet (*Bidder's/Contractor's completed Bid Submittals) 7. Other materials or standards provided or noted by the Village 8. Contract 9. Applicable performance and labor and materials payment bonds, or letter of credit. (Collectively the "Contact Documents") ARTICLE II – PERFORMANCE BY CONTRACTOR 1. The Contractor agrees to perform the work, including all labor, materials, equipment and services, in accordance with the terms and conditions set forth in the Contract Documents (hereinafter the "Work"). 38 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project 2. The Contractor acknowledges that the Village reserves the right to add to or subtract from the estimated quantities. 3. The Contractor certifies that it will comply with all state and federal laws and regulations, and county and municipal ordinances, as set forth in the General Conditions. ARTICLE III — PERFORMANCE BY VILLAGE The Village agrees to pay the Contractor for its performance of the Work in the manner and amount provided in the Contract Documents. ARTICLE IV - CONFLICT BETWEEN CONTRACT DOCUMENTS In the event of a conflict between any Contract Document and the terms of this Contract, the Contract shall control to the extent of the conflict. In the event of any other conflict between Contract Documents, the preceding Document shall govern to the extent of the conflict based upon the order of priority set forth in Article I of this Contract, unless otherwise specifically stated. ARTICLE V — COMMENCEMENT AND COMPLETION OF WORK After the written Notice to Proceed is issued by the Village, which will start the performance period, the Contractor then has 10 days to commence work. The Contractor shall achieved substantial performance within seventy (70) consecutive calendar days after the Notice to Proceed has been issued with final performance thirty (30) days thereafter. The Contractor shall commence performance of the Work and complete performance of the Work, in accordance with the schedule set forth in the Contract Documents, but in no event shall any Work be performed prior to the Village's receipt of this Contract, executed by Contractor, and the Village's acceptance and approval of the payment and performance bonds, or letter of credit, and certificate of insurance required by the Contract Documents. ARTICLE V — NOTICE Unless otherwise provided, all notices required under this Contract shall be made in writing and addressed or delivered as follows: TO THE VILLAGE OF MOUNT PROSPECT - The Village of Mount Prospect 1700 West Central Road Mount Prospect, Illinois 60056 ATTN: Director of Public Works TO CONTRACTOR- at the address set forth on the Bid Form, or: Notices shall be deemed effective when received by personal service or registered or certified U.S. mail, postage prepaid and receipt requested, to the address so specified. Either Party may, by written notice to the other, change its own mailing address. 39 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project ARTICLE VI — PRIOR AGREEMENTS; SUCCESSORS This Contract supersedes all previous agreements, understandings and representations of any nature whatsoever, whether oral or written, and constitutes the entire understanding between the Parties. The terms of this Contract shall be binding upon and inure to the benefit of the parties and the partners and officials, successors in interest, executors, administrators, assigns and representatives and their respective successors and assigns, provided, however, that the Contractor shall not assign, sublet or transfer any rights or interest in this Agreement in whole or in part without the prior written approval of the Village, except to the extent that the Contract Documents provide otherwise. ARTICLE VII - DEFAULT BY CONTRACTOR If the Contractor fails to begin the Work under the Contract within the time specified, or fails to perform the Work in accordance with the terms of the approved schedule or performs the Work in a manner unacceptable to the Village, or neglects or refuses to remove materials or perform anew such Work as has been rejected by the Village, or if the Contractor shall become insolvent or be declared bankrupt, or shall make an assignment for the benefit of creditors, or from any other cause whatsoever shall fail to carry on the Work in a manner required by the Contract, the Village shall give notice as hereinafter provided to the Contractor and its surety in writing specifying such failure, delay, neglect, refusal or default, and if the Contractor, within a period of ten (10) calendar days after the giving of such notice, shall not proceed in accordance therewith, then the Village shall have full power and authority to declare the this Contract and the Contractor in default, and to forfeit the rights of the Contractor in this Contract. Upon declaration of Contractor's default, the Village may, at its option, call upon the surety to complete the Work in accordance with the terms of this Contract or may take over the Work, including any materials on the Work site as may be suitable and acceptable to the Village and may complete the Work by its own forces or on its own account, or may enter into a new contract or contracts for the completion of the Work, or may use such other methods as shall be required for the completion of the Work in an acceptable manner as the Village may in its discretion determine. All costs and charges incurred by the Village, together with the cost of completing the Work shall be deducted from any moneys due or which may become due on this to the Contractor under this Contract. Following any payment due and received by the Village from the Contractor's surety following default, if the expense so incurred by the Village is less than the sum paid to the Village by the surety under this Contract for work remaining, the surety shall be entitled to receive the excess difference paid to the Village. When such Contractor default costs incurred by the Village exceeds the sum paid to the Village for the work remaining under the Contract the Contractor and the surety shall be liable and shall pay to the Village the full cost of such additional expenses. ARTICLE VIII - DEFAULT BY VILLAGE In the event of a material default by the Village under this Contract, the Village shall have sixty (60) days, from notice thereof by Contractor, to cure the default prior to Contractor's termination of this Contract. The failure to pay a contested invoice shall not be considered a material default. Upon termination, the Village shall be responsible to pay any uncontested payments due for work performed. 40 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project ARTICLE IX — VENUE The parties hereto agree that for purposes of any lawsuit(s) between them concerning this Agreement, its enforcement, or the subject matter thereof, venue shall be in Cook County, Illinois, and the laws of the State of Illinois shall govern the cause of action. ARTICLE X - SEVERABILITY OF CONTRACT If any term of this Contract is held by a court of competent jurisdiction to be void or unenforceable, the remainder of the Contract terms will remain in full force and effect and will not be affected. ARTICLE XI - CUMULATIVE REMEDIES The exercise or failure to exercise any legal rights and remedies associated with any act of default or breach hereunder by either Party will not constitute a waiver or forfeiture of any other rights and remedies, and will be without prejudice to the enforcement of any other right or remedy available by law or authorized by this Contract. ARTICLE XII - COMPLIANCE WITH LAWS Each party to this Contract will comply with all applicable state and federal laws and regulations, and county and municipal ordinances and regulations. ARTICLE XIII - DISPUTE RESOLUTION Should a dispute arise between the Village and the Contractor as to the terms and conditions of the Contract, or the responsibilities, limitations, or working relations of either Party, the designated project personnel will make every reasonable effort to resolve the difference in accordance with the terms and conditions of the Contract. If a dispute continues despite these efforts, it shall be referred to the Parties' Project Managers. If the above action fails to resolve the dispute, the Parties may, by agreement, elect to resolve the dispute through a mediation process. Each Party shall bear its own costs in preparing and conducting mediation, except that the costs, if any, of the actual mediation proceeding shall be shared equally by the Parties. The mediation process is defined as follows.. The Parties shall select a mutually agreeable mediator from American Arbitration Association lists or any other agreeable list to aid the Parties in resolving the dispute. The mediator shall not be an employee or former employee of either Party. The first meeting shall be held at a location chosen by the Village. At the meetings, each Party may present materials and/or arguments to the mediator. The mediator's decision shall be not being binding upon either Party. In the event that the foregoing steps fail to resolve the dispute, either Party may bring suit in the Circuit Court of Cook County, Illinois. ARTICLE XIV - ASSIGNMENT No rights or interest in this Contract may be assigned by Contractor without prior written notice being provided by Contractor to the Village and the Village's written approval. The 41 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project Village shall not unreasonably withhold its approval of such assignment. In the event of an assignment, the Contractor shall not be relieved of its obligations under the Contract unless agreed to by the Village, at its sole discretion. ARTICLE XV - RECRUITING The Parties shall not, without the consent of the other Party, entice, encourage, offer special inducements, or otherwise recruit employees of the other Party during the period of this Contract and for a period of one (1) year thereafter. This clause is not intended to restrict any individual's right of employment but rather is intended to preserve the relationship intended under this Contract and to prevent the Parties from actively recruiting the employees of the other Party. ARTICLE XVII - COUNTERPARTS This Contract may be executed in counterparts, each of which shall be an original and all of which together shall constitute one and the same agreement. ARTICLE XVIII - ENFORCEABILITY If any provision of this Contract is found to be invalid, illegal or unenforceable, that provision shall be severable from the rest of this Contract and the validity, legality and enforceability of the remaining provisions will in no way be affected or impaired. ARTICLE XIX - EFFECTIVE DATE The effective date of this Contract shall be the date of the last signature executing the Contract (hereinafter referred to as the "Effective Date"). ARTICLE XX - ADVERTISEMENT Contractor shall not use, in its advertising, marketing programs, or other promotional efforts, any data, pictures, or other representation of the Village, except with the specific written authorization in advance by the Village. ARTICLE XXI - CAPTIONS; HEADINGS The paragraph headings which appear herein are included solely for convenience and shall not be used in the interpretation of this Contract. ARTICLE XXII — ENTIRE AGREEMENT This Contract, consisting of the Contract Documents, constitutes the entire agreement between the Parties for the subject matter hereof and supersedes all prior arrangements, agreements, representations and undertakings, written or oral. This Contract may not be changed or modified except by a written instrument duly executed by each of the Parties hereto. 42 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project IN WITNESS WHEREOF, the Parties hereto have executed this Contract. Contractor: Title: Date: ATTEST: Title: Date: VILLAGE OF MOUNT PROSPECT Title: Date: ATTEST: Title: Date: 43 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project VILLAGE OF MOUNT PROSPECT LABOR AND MATERIAL PAYMENT BOND Bond No. : Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), has awarded to , as Principal (hereinafter "Contractor"), a written agreement with the Village dated , (hereinafter "Contract"), for in accordance with the drawings and specifications prepared by: STR Building Resources, LLC, which Contract is incorporated herein and made a part hereof; and WHEREAS, the Contractor is required to furnish a bond in connection with the Contract to secure the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons as provided by law; NOW, THEREFORE, we, the undersigned Contractor and with main office at as Surety, are held and firmly bound unto the Village in the penal sum of Dollars ($ ), lawful money of the United States, for which payment well and truly to be made we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these present. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly pay for all laborers, workmen and mechanics engaged in the work under the Contract, and not less than the general prevailing rate of hourly wages as required by the Contract and the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., and for all material used or reasonably required for use in the performance of the Contract, and all duly authorized modifications, alterations, changes or additions to said Contract as may hereafter be made, then this obligation shall be null and void; otherwise it shall remain in full force and effect, subject to the following conditions:. 1. A "Claimant" is defined as any person, firm or corporation having contracts with Contractor or with a subcontractor of Contractor to furnish labor, materials, or both, for use in the performance of the Contract. "Labor and materials" is construed to include that part of water, gas, power, light, heat, oil, gasoline, 44 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project telephone service, rental of equipment, and any other items for which a mechanic's lien may be asserted. 2. Any person having a claim for labor and materials furnished in the performance of the Contract shall have no right of action unless he shall have filed a verified notice of such claim with the Village Clerk within 180 days after the date of the last items of work or the furnishing of the last item of materials, and filed a copy of that verified notice upon the Contractor within 10 days after the filing of the notice with the Village Clerk. Filing must be by personal service or United States Mail, postage prepaid, certified or restricted delivery, return receipt requested, limited to addressee. The notice shall contain 1) the name and address of the claimant; 2) the business address of the claimant within the State of Illinois, if any, or if the claimant be a foreign corporation having no place of business within the State, the principal place of business of the corporation, and in the case of partnership, the names and residences of each of the partners; 3) the name of the Contractor for the Village; 3) the name of the person, firm or corporation by whom the claimant was employed or to whom such claimant furnished materials; 4) a brief description of the public improvement for the construction or installation of which the Contract is to be performed; and 5) a description of Claimant's contract as it pertains to the public improvement describing the work done by the claimant and stating the total amount due and unpaid as of the date of the verified notice. No defect in the notice herein provided for shall deprive the claimant of its right of action under the terms and provision of this Bond unless it shall affirmatively appear that such defect has prejudiced the rights of an interested party asserting the same. 3. No action shall be brought on this Bond later than one year after the date of the last item of work or of the furnishing of the last item of materials. Such suit shall be brought only in the circuit court of the State in the judicial district in which the Contract is to be performed. 4. The Village shall not be liable for the payment of any costs or expenses of any such lawsuit, and the Village does not have any obligations to any Claimants who make claims on this Bond. Surety will pay for all such claims, and for all costs and expenses of any such lawsuit, up to a maximum of the amount of this Bond. Surety hereby expressly agrees that no extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder, shall in any way affect the obligation of this Bond; and it does hereby waive notice of any such extension of time, change, modification, alteration, deletion, or addition to the undertakings, covenants, terms, conditions, and agreements of the Contract, or to the work to be performed thereunder. Surety's obligations hereunder are independent of the obligations of any other surety for the payment of claims of laborers, workmen, mechanics, material suppliers, and other persons in connection with the Contract; and suit may be brought against Surety 45 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project and such other sureties, jointly and severally, or against any one or more of them, or against less than all of them without impairing the Village's rights against the others. Any payment by the Surety made in good faith pursuant to this Bond shall reduce the principal amount of this Bond. Signed and sealed this day of , 201_ Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF Surety By: Officer Of The Surety Title Address: NOTARY a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this day of 201 Notary Signature: My Commission expires: (Attach Surety's Power of Attorney) 46 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project VILLAGE OF MOUNT PROSPECT PERFORMANCE BOND Bond No. Principal Amount: Contract: KNOWN ALL MEN BY THESE PRESENTS, that Contractor ,as Principal (hereinafter "Contractor"), and , with main office at a corporation of the state of as Surety (hereinafter "Surety"), are held and firmly bound unto the Village of Mount Prospect, an Illinois municipal corporation (hereinafter "Village"), in the penal sum of Dollars ($ ), lawful money of the United States, for the payment of which, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has entered into a written agreement with the Village dated (hereinafter "Contract"), for the construction of in accordance with the drawings and specifications prepared by: (Village of Mount Prospect or architect/engineer), which Contract is incorporated herein and made a part hereof. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Contractor shall fully, promptly and completely discharge the Contract and all duly authorized modifications, alterations, changes, or additions to said Contract as may hereafter be made, and during the life of any guaranty required under the Contract, and, if Contractor shall fully secure and protect the Village from all liability and from all loss or expense of any kind, including all court costs and attorneys' fees made necessary or arising from the failure, refusal or neglect of Contractor to comply with all obligations assumed by Contractor in connection with the performance of the Contract and all such modifications, alterations, changes, or additions, then this obligation shall be null and void; otherwise it shall remain in full force and effect. Upon receipt of written notice from the Village that the Contractor is in default, and performance by the Village of its obligations under the Contract, Surety will promptly (1) remedy the default; (2) arrange for the performance of Contractor's obligations under the Contract through the use of qualified contractors acceptable to the Village; or (3) notify the Village that it may hire a contractor to complete Contractor's obligations under the Contract. Surety will promptly notify, in writing, the Village of which option it is exercising. Failure of the Surety to elect an option within fifteen (15) days of receipt of the notice from the Village shall constitute authorization to the Village to complete the improvements at Surety's expense. The balance of the contract price shall be credited against the cost of completing and/or correcting the Contractor's performance under the Contract. If the cost exceeds the balance of the contract price, the Surety shall pay the excess amount to the Village, up to a maximum of the principal amount of this Bond. If the Surety arranges for completion and/or correction or remedies the default, the balance of the contract price that is required to complete, correct or remedy the default shall be paid by the Village to Surety. Surety will be responsible, up to the maximum of the principal amount of this Bond, for payment for correction and completion of the Contract, any 47 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project additional legal, design professional or delay costs arising from Contractor's default and/or resulting from action or inaction on the part of the Surety and liquidated damages, or, if no liquidated damages are provided for in the Contract, actual damages caused by delayed performance or non-performance by the Contractor or Surety. The Village shall not be required to pay Surety more than the balance of the contract price. The term "balance of the contract price" means the total amount payable by the Village to the Contractor under the contract, and any amendments thereto, less the amounts paid to the Contractor by the Village. Any suit under this Bond must be filed before the expiration of two years from the date on which final payment under the Contract is due or the applicable statute of limitations, whichever is longer. No right of action shall accrue on this Bond to or for the use of any person or corporation other than the Village or its heirs, executors, administrators or successors. Any proceeding, legal or equitable, under this Bond may be instituted in a court of competent jurisdiction in the location in which the work is located. Notice to any of the parties shall be mailed to the appropriate address listed above. Surety hereby waives notice of any modifications, alterations, changes, additions or extension of time in the Contract. Signed and sealed this day of Contractor By: Signature Title ATTEST: Corporate Secretary (corporations only) STATE OF COUNTY OF ,201—. Surety By: Officer Of The Surety Title Address: NOTARY I, , a Notary Public in and for said county, do hereby certify that (Insert Name of Attorney -In -Fact for Surety) who is personally known to me to be the same person whose name is subscribed to the foregoing instrument on behalf of Surety, appeared before me this day in person and acknowledge respectively that he/she signed, sealed, and delivered said instrument as his/her free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this Notary Signature: _ day of , 201_ My Commission expires: 48 Booster Station #11 Masonry Remediation & Roofing Removal and Replacement Project w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 01 10 00 SUMMARY OF WORK 1 PART 1 -GENERAL 1.01 PROJECT DESCRIPTION A. Project Title: Masonry Remediation & Roofing Removal and Replacement at Pump Station #11. B. Owner's Name: Village of Mount Prospect Public Works Department. C. Consultant's Name: STR Building Resources LLC. D. In general, the Work consists of Masonry Remediation & Roofing Removal and Replacement on Roof Areas 1 and 2 at Pump Station #11 located in Mount Prospect, IL on behalf of Village of Mount Prospect Public Works Department. 1.02 CONTRACT DESCRIPTION A. Contract Type: One single -prime contract based on a Stipulated Prices, as described in the Contract Documents, at the discretion of the Owner. 1.03 DEFINITIONS A. In this Section: 1. "Contractor" or "Roofing Contractor" refers to the Prime Contractor, its direct workforce or sub- contractors under its direction directly related to the Roofing Removal and Replacement & Exterior Masonry Remediation Work. 2. "Plumbing Contractor" refers to the plumbing contractor as a sub -contractor to the Roofing Contractor. 3. "Painting Contractor" refers to the painting contractor as a sub -contractor to the Roofing Contractor. 4. Masonry Conttractor refers to the remedial masonry contractor as a sub -contractor to the Roofing Contractor. 1.04 CONTRACTOR USE OF SITE AND PREMISES A. The building is a fully -occupied water filtration and pump station environment. Owner intends to continue to occupy the existing building during the entire construction period. 1. The Contractor shall be aware that the water filtration and pump station is located on a public golf course that will be active during the work performed on the facility. Contractor acknowledges that errant golf balls may enter the work site and that there may be golfer and/or golf cart traffic on or near the facility throughout the duration of the work. Contractor shall take measures to minimize the risk of damage to Contractors vehicles and/or equipment that may otherwise result from golf course activities. B. Arrange use of site and premises to allow for: 1. Owner occupancy: Minimize conflict and facilitate Owner's operations. 2. Unimpeded performance of work by Others. C. No smoking will be allowed on premises. D. Provide temporary toilet facility in work area. 1.05 WORK SCHEDULE A. Contractor shall work with Owner's Operations Department and the Consultant to coordinate a schedule of work that provides the least possible impact to the Owner. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SUMMARY OF WORK 011000-1 B. Contractor shall conduct work operations with the following restrictions: 1. Work hours shall be Monday through Friday between 6:00 a.m. and 6:00 p.m. 2. Weekend work may be conducted only with prior written agreement of the Owner no later than the Wednesday preceding the proposed weekend work. 3. The timeframe of this Contract does not anticipate Contractor to exceed a forty (40) hour work week for individual personnel. Overtime and/or premium time will not be a consideration without prior written agreement of the Owner. C. Work shall commence on or after Monday, September 18, 2017 and shall be Substantially Complete no later than Friday, October 20, 2017. Final Completion shall be achieved no later than Friday, October 27th. 1.06 WORK BY ROOFING CONTRACTOR A. Coordinate with Owner to separate the Pumphouse Enclosure Building (Roof Area 1) from the Booster Station Facility (Roof Area 2). Provide waterproof protection to the pump components exposed to weather. B. Prior to roof replacement operations, provide interior protection to protect the Booster Station building contents from dust, debris, and falling objects. Coordinate interior protection with the Owner. 1. The Contractor shall utilize all available methods to prevent dust and debris from entering the interior space of the building. 2. Provide additional interior protection from dust, debris, falling objects and hot bitumen to be installed over the existing TV monitors, computer equipment and books under all locations prior to roof removal operations. a. Additional polyethylene sheeting shall be draped overtop interior finishes as required by the contractor's operations and the request of Owner personnel. b. Interior protection shall consist of minimum 8 -mil polyethylene sheeting. c. Contractor shall remove all draped sheeting and temporary wall coverings at the end of the workday and clean up the space directly below the area of work. C. Remove existing roof membrane, insulation, flashings, secondary perimeter nailers and wood blocking and perimeter metal down to the existing structural roof deck. 1. Owner will verify and identify all abandoned components prior to the start of the project. 2. As instructed by the Owner, remove the abandoned conduit, cabling, antennas, masts, etc. during the course of the work. Remove from the site. 3. Trash and construction -related debris shall be picked up and disposed of properly. Clean-up of the work site will be expected on a daily basis. D. Clean the exposed deck of all debris. Repair or replace decking as required. Provide submission of Unit Price Work in accordance with Section 0120 00 - "Price and Payment Procedures". 1. Contractor shall be responsible to provide interior protection and clean-up under deck replacement areas. E. Execute necessary drain repairs, in accordance with Section 22 40 00 - "Storm Water Drainage" 1. Prior to or during removal of existing roofing, if required, remove existing drain bowls positioned above the structural deck surface and install temporary drain sleeves to provide positive drainage until the new roof drain assemblies can be installed. 2. Just prior to, or during installation of finished roofing, replace all existing drain bowls and reset the new roof drain head at the proper height above the deck. 3. Insulate drain bowl and horizontal drainage piping as required from the drain to the vertical leader. F. Provide new wood nailers, blocking and plywood where shown or required by the Construction Drawings. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 1000-2 SUMMARY OF WORK w w ngIIVICw w @U@�I "" IIVIIVIIw lw lw 1. ; Construct wood -frame stud wall to height required to provide for twelve (12) inch minimum flashing height at the highest point of the insulation system. a. Secure frame wall base plate to existing perimeter nailers with screws. b. Provide sheet metal clip angles, on 4'-0" maximum centers, where wall length exceeds 12'-0" in unbroken length. Secure clip angles to interior side of wall with screws; fasten into roof deck, through underlayment membrane, with screws. Cover and seal new stud wall assembly as necessary to maintain the building in a watertight condition. G. Install vapor barrier system: Mechanically fasten the specified cementitious board roof sheathing to the steel deck. On all roof areas, provide a two-ply substrate membrane in hot asphalt. a. Terminate substrate membrane plies flat adjacent to wall surfaces. Flash walls with asphalt - coated cotton fabric (mini) and hot asphalt utilizing the mop to push fabric tight into the wall to roof interface; DO NOT BRIDGE FLASHINGS. Glaze flashings upon completion. b. Note: Phasing of the project in this sequence to allow tear -off operations to be completed is acceptable, and the preferred method. H. Over the vapor barrier membrane, prior to finish roof application, provide low area remediation, as directed by the Consultant: 1. Provide submission of Unit Price Work of this Article in accordance with Section 0120 00 - "Price and Payment Procedures". a. Allowance quantities are noted in Section 01 21 00 - "Allowances". b. Application of one 50 pound bag and the necessary granules shall be considered one "Unit". 2. Water test areas to determine low areas. Outline the perimeter of the ponded water with permanent marking paint to demarcate the area. Sweep area to remove standing water if necessary. a. Review length of perimeter demarcation and depth measurement with Consultant prior to application of low -area fill materials. Install acrylic -modified cementitious material slurry: a. Mechanically mix material with low -speed drill and paddle in accordance with the manufacturer's recommendations. b. Apply cementitious slurry and allow to self -level within the low area. c. Screed if necessary and trowel to provide a smooth, uniform and even surface. 5. Broadcast granules into the surface of the slurry until refusal. This action is not optional as granules are required for the curing process. 6. Allow adhesive slurry to cure a minimum of 24 -hours before application of finished roof system. Miscellaneous work: Coordinate with Remedial Masonry Contractor to perform remedial masonry remediation on the exterior brick veneer walls of the facility: a. Work Item #12: Remove existing surface -applied sealant(s), prepare surfaces, prime and replace sealant(s): 1) Remove existing exterior surface -applied sealants at corners, perimeters of door frames, perimeters of louver frames, and glazing to existing window frame perimeters where noted on the Elevation Drawings. 2) Thoroughly scrape existing window/door frame header, jambs, mullion(s) and sill surfaces to remove all existing polyurethane and/or silicone sealant residue. a) Remove from other surfaces as necessary to achieve required sealant adhesion. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SUMMARY OF WORK 01 1000-3 3) Install new kerf-applied sealant at locations over properly prepared and primed substrate components in accordance with Section 07 90 05 - "Joint Sealers". b. Work Item #22: Rout existing brick masonry joints and repoint area: 1) Remove existing wall mounted signage from wall surfaces and provide to Owner for storage or refurbishment. 2) Prepare and repointjoints in brick masonry wall surfaces in accordance with Section 04 0100 - "Maintenance of Masonry" a) Remove mortar from all joints to a minimum depth of 3/4 inch (deeper if required to reach sound mortar). Do not damage the edges or corners of the masonry units. b) Hand -chisel all shorted head joints and inside corners to assure a complete 3/4 -inch removal is achieved throughout. c) Replace broken or deteriorated brick as required to matching existing. Submit Unit Pricing for additional Work in accordance with Section 0120 00 - "Price and Payment Procedures". 3) At the completion of the repointing operations, clean masonry veneer. 4) Reinstall existing or refurbished wall mounted signage in locations as originally removed unless directed otherwise by Owner. 2. On the Pump House Enclosure (Roof Area 1), rework the adjoining vertical sheet metal wall panels: a. Remove and save existing closure and cut off existing wall panels a minimum of 1 -inch above the high point of the new perimeter cap flashing, to provide for proper flashing height and reconnection after the new wall components are installed. b. Apply rust inhibitive paint to cut edges of panels; re -install panel closure flashing and install new sheet metal receiver. 3. On Roof Area 2, install a new acrylic dome skylights: a. Remove the existing skylight domes and frames from the existing roof curb. b. Enhance and raise existing curbs to provide a minimum of 8 -inches of flashing height above the finished roof membrane. c. After completion of the finished roof system membrane flashings, install the new acrylic dome skylight assemblies over the remediated curb; fasten base flange to nailers. d. Install sheet metal skirt flashing with hemmed edges and flange over underlying wood nailers prior to installation of the skylight frame. Extend interior skirt flashing to cover nailers. 4. At the exposed Pump House Enclosure rail, wire brush exposed rusted metal surfaces, apply primer and two (2) coats of rust -inhibitive coating over the structural steel rail and embeds: a. Prepare existing surfaces: 1) Where heavy coatings of scale are evident, remove by hand or power tool cleaning in accordance with coating manufacturer's instructions. 2) Clean entire surface prior to coating application. b. Mask adjacent surfaces not to be coated, where necessary, to protect from droppings or spattering of cleaning solvents, primer or coating. c. Apply rust -inhibitive coating to the prepared surfaces in accordance with Section 09 97 00 - "Exterior Paint Finishes" 1) Apply primer. Allow to dry thoroughly before applying base coating. 2) Apply the first coat of material (body coat) to the completed primer coat. 3) Apply a second coat of material, over the completed first coat. Provide the specified insulation system: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 1000-4 SUMMARY OF WORK w w ngIIVICw w @U@�I "" IIVIIVIIw lw lw 1. ; General: a. Adhere insulation boards to the vapor barrier membrane or underlying insulation course(s) using hot asphalt or manufacturer's recommended adhesive in accordance with Section 07 52 16 — "SBS Modified Roof System" b. Begin insulation system with full boards placed 4 -corner to 4 -corner; install subsequent insulation layers trimmed in a manner that board joints offset twenty-four (24) inches from underlying board joints creating a leading stepped edge. 1) Where boards are cut around projections a minimum of eighteen (18) inches is acceptable provided the pattern is resumed after incorporating the projection. 2. Install the base course of flat -stock insulation over the vapor barrier membrane. 3. Install the intermediate course of flat -stock insulation over the base course. 4. At the roof drains, install tapered insulation to create an 8'-0" square sump area. 5. Over the remainder of the roof area, install the top course of tapered insulation. 5. Install the cover board over the entire roof area. K. Install an SBS modified bitumen roof membrane over the completed top course of insulation. 1. Install the two-ply fiberglass felt base sheet over the completed insulation system. a. Install a fiberglass felt base flashing ply to all perimeters and projections. b. Place sheet metal flashings over the base sheet plies in a continuous bed of asphalt mastic and install stripping plies. 2. After completion of roof membrane base plies, install lead flashings and strip plies at drains. 3. After review and acceptance of the completed base plies by the Consultant, install the granule - surfaced modified bitumen roof membrane over the completed base sheet plies. a. Do not apply asphalt at the selvage edge to allow for hot-air welding of all laps. b. Install the finish flashing membrane to all perimeters and projections in hot asphalt. L. Install drain clamping rings and strainers. M. After review and acceptance of the completed roofing systems and flashings by the Consultant: 1. Install membrane protection prior to flood coat or coating operations in accordance with Section 07 72 00 - `Roof Accessories": a. Install specified membrane protection under piping supports and at all serviceable equipment doors. Install a minimum of four (4) concrete ballast pavers over a polyethylene air layer at top and bottom of roof access ladder(s). Coat the completed roof system with the specified aluminum roof coating. N. All roof system detailing, at perimeters and projections, shall be constructed in accordance with the Construction Drawings. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SUMMARY OF WORK 01 1000-5 SECTION 01 20 00 PRICE AND PAYMENT PROCEDURES 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Price and Contract Time. C. Change procedures. D. Correlation of Contractor submittals based on changes. E. Procedures for preparation and submittal of application for final payment. 1.02 RELATED REQUIREMENTS A. Section 01 21 00 - Allowances: Payment and modification procedures relating to allowances. B. Section 01 22 00 - Unit Prices: Monetary values of unit prices, payment and modification procedures relating to unit prices. 1.03 SCHEDULE OF VALUES A. Submit AIA form G703 - Continuation Sheet. 1. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Consultant for approval. 2. Forms filled out by hand will not be accepted. B. Revise schedule to list approved Change Orders, with each Application for Payment. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. The Contractor shall submit ONE copy of the following: 1. Contractor's original invoice to match the amount requested, less the retainage. 2. AIA form G702 - Application and Certificate for Payment. a. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit sample to Consultant for approval. b. A retainage of ten percent (10%) of the requested amount shall be withheld on each progress payment. c. Forms filled out by hand will not be accepted. d. Execute certification by signature of authorized officer. 3. AIA form G703 — Schedule of Values. a. For each item, provide a column for listing each of the following: 1) Item Number. 2) Name of Contractor 3) Description of work. 4) Scheduled Values. 5) Previous Applications. 6) Work in Place and Stored Materials under this Application. 7) Authorized Change Orders. 8) Total Completed and Stored to Date of Application. 9) Percentage of Completion. 10) Balance to Finish. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement PRICE AND PAYMENT PROCEDURES 01 2000-1 11) Retainage. b. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed. 4. Contractor's Partial Waiver of Lien, including affidavit of material supplier and subcontractor payees, where applicable, to match the amount requested. 5. Supplier's material and subcontractor's partial or final Waivers of Lien, where applicable, to match the affidavit amount stated. 6. Updated Project Schedule. 7. Affidavits of compliance with the prevailing wage rate determination, including those from subcontractors as a separate Adobe (*.pdf) file(s) for each submission. 8. Justification for payment for materials not in-place by means of supplier invoices, bills of lading, Waivers of Lien, etc. C. Submit scanned electronic copies of each Application for Payment as an Adobe (*.pdf) document and send electronically to the Consultant at the following email address: 1. dmarguardt@str-segecom 2. tlodenstr-segecom D. Consultant will approve Applications for Payments as a representation that the Work has progressed to the point indicated and, that to the best of his knowledge, information and belief, the quality of the Work is in accordance with the requirements of the Contract Documents. 1. Application for Payments will be reviewed and processed on Fridays, and if acceptable, will be submitted to the Owner electronically with a copy sent to the Contractor for verification. 2. For unacceptable or missing attachments, Consultant will issue instructions directly to Contractor. 1.05 MODIFICATION PROCEDURES A. For minor changes not involving an adjustment to the Contract Price or Contract Time, Consultant will issue instructions directly to Contractor. B. For other required changes, Consultant will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Price or Contract Time. 2. Promptly execute the change. C. For changes for which advance pricing is desired, Consultant will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications. Contractor shall prepare and submit a fixed price quotation within five (5) days. 2. Proposed cost shall include furnishing all labor, materials and equipment necessary to perform the work as described, as well as all applicable costs, expenses, profit, overhead, applicable taxes and fees. 3. Indicate any change in Contract Time for executing the change, with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. D. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. E. Substantiation of Costs: Provide full information required for evaluation. 1. For Unit Price work, provide following data: 2. Date of work, using standard field form. 3. Quantities of product/material used. 4. Verification by authorized representative of Owner. 5. Digital photos documenting existing conditions and finished work. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 2000-2 PRICE AND PAYMENT PROCEDURES 6. As -built drawing(s) referencing the location of the work performed. For time and material (T&M) work, submit itemized account and supporting data after completion of change, within time limits indicated in the Conditions of the Contract. Support each claim for additional costs with additional information: a. Origin and date of claim. b. Dates and times work was performed, and by whom. c. Time records and wage rates paid. d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. F. Execution of Change Orders: Submit Changes on AIA G701 Change Order form for signatures of parties as provided in the Conditions of the Contract. G. After execution of Change Order, promptly revise Schedule of Values and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Price. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, except identifying total adjusted Contract Price, previous payments, inclusion of any/all Change Orders, and with zero sum remaining due. B. Application for Final Payment will not be considered until the following have been accomplished: All closeout procedures specified in Section 01 70 00. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement PRICE AND PAYMENT PROCEDURES 01 2000-3 SECTION 01 21 00 ALLOWANCES 1 PART 1 -GENERAL 1.01 SECTION INCLUDES A. Contingency allowance. B. Payment and modification procedures relating to allowances. 1.02 RELATED REQUIREMENTS A. Section 01 20 00 - Price and Payment Procedures: Additional payment and modification procedures. B. Section 01 22 00 - Unit Prices: Measurement and Payment procedures for work performed under a unit price payment method. 1.03 CONTINGENCY ALLOWANCES A. Contractor's costs for products, delivery, installation, labor, insurance, payroll, taxes, bonding, equipment rental, overhead and profit will be included in Change Orders authorizing expenditure of funds from this Contingency Allowance. B. Funds will be drawn from the Contingency Allowance only by Change Order. C. At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.04 ALLOWANCES SCHEDULE A. The Contractor shall include the following allowances in his Base Bid amount: 1. Material Contingency Allowances: a. Section 04 01 00 - Maintenance of Masonry: Provide removal and replacement of 200 brick masonry veneer units. Locations to be identified in the field based on examination of existing conditions. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement ALLOWANCES 01 21 00-1 SECTION 01 22 00 UNIT PRICES 1 PART 1 -GENERAL 1.01 SECTION INCLUDES A. List of unit prices, for use in preparing Bids. B. Measurement and payment criteria applicable to Work performed under a unit price payment method. 1.02 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 1.03 MEASUREMENT OF QUANTITIES A. Measurement methods delineated in the individual specification sections complement the criteria of this section. In the event of conflict, the requirements of the individual specification section govern. B. Take all measurements and compute quantities. Measurements and quantities will be verified by Owner. C. Assist by providing necessary equipment, workers, and survey personnel as required. D. Measurement by Area: Measured by square dimension using mean length and width or radius. E. Linear Measurement: Measured by linear dimension, at the item centerline or mean chord. 1.04 PAYMENT A. Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities of Work that is incorporated in or made necessary by the Work and accepted by the Consultant, multiplied by the unit price. Unit Prices are intended to be applied to small quantities of additional work. 2. The Owner may, at any time, request to utilize time and materials (T&M) breakdown of additional work, in lieu of the Unit Prices. B. Payment will not be made for any of the following: 1. Products/materials wasted or disposed of in a manner that is not acceptable. 2. Products/materials determined as unacceptable before or after placement. 3. Products/materials not completely unloaded from the transporting vehicle. 4. Products/materials placed beyond the lines and levels of the required Work. 5. Products/materials remaining on hand after completion of the Work. 6. Loading, hauling, and disposing of rejected Products/Materials. 1.05 SCHEDULE OF UNIT PRICES A. Item #1: Repair of steel roof decking, per square foot. Cost for installation of sheet metal reinforcing plate over deteriorated areas; or, preparation and rust painting of existing roof deck: Section 05 01 30. B. Item #2: Replacement of steel roof decking, per square foot. Cost for removal of damaged or deteriorated roof decking and replacement with new steel roof decking; shall include any required perimeter sheet metal supports or stitch plates where new decking does not match and/or "nest" into adjacent, existing decking: Section 05 01 30. C. Item #3: Replacement of 2x4 or 2x6 wood nailers/blocking, per linear foot. Cost for removal of deteriorated wood members and replacement with new, matching materials: Section 06 10 00. D. Item #4: Application of low area fill material, per square foot. Cost for identification of low areas on roof surface and screed application of specified material to eliminate ponding water: Section 07 52 16 — Styrene -Butadiene -Styrene Modified Bitumoinous Roofing (SBS). 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement UNIT PRICES 01 2200-1 E. Item #5: Replacement of brick masonry veneer units, per unit. Cost for removal of cracked, spalled or deteriorated units and replacement with new, matching materials: Section 04 01 00. F. Item #6: Replacement of 8"x8"x16 concrete block masonry units, per unit. Cost for removal of damaged/deteriorated units and replacement with new, matching materials: Section 04 01 00. G. Item #7: Preparation and installation of sealant over existing surfaces (i.e. window/door frames), per lineal foot. Cost for removal and preparation of existing surfaces and installation of new joint sealer as specified: Section 07 90 05. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 2200-2 UNIT PRICES SECTION 01 30 00 ADMINISTRATIVE REQUIREMENTS 1 PART 1 -GENERAL 1.01 SECTION INCLUDES A. Preconstruction meeting. B. Progress meetings. C. Construction progress schedule. D. Submittals for review E. Submittals for information F. Submittals for project closeout G. Number of copies of submittals. H. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Document 00 72 00 - General Conditions: B. Document 00 73 00 - Supplementary Conditions: C. Section 01 78 00 - Closeout Submittals: Project record documents. 1.03 PROJECT COORDINATION A. Cooperate with the Owner's Project Coordinator in allocation of mobilization areas of site; for access, traffic, and parking facilities. B. During construction, coordinate use, security and access of site and facilities through the Project Coordinator. C. Comply with Project Coordinator's procedures for intra -project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. D. Comply with instructions of the Owner's Representative/Project Coordinator for use of temporary utilities and construction facilities. E. Comply with Consultant's procedures for intra -project communications; submittals, reports and records, schedules, coordination drawings, and recommendations; and resolution of ambiguities and conflicts. F. Make the following types of submittals to Consultant: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION 3.01 PRECONSTRUCTION MEETING A. Consultant will schedule a meeting at the Project site prior to Contractor occupancy. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement ADMINISTRATIVE REQUIREMENTS 01 3000-1 B. Attendance Required: 1. Owner, or Designated Representative. 2. Consultant. 3. Contractor, including Project Manager, Job Superintendent and Project Foremen. 4. Major Sub -contractors. C. Agenda: 1. Execution of Owner -Contractor Agreement (if applicable). 2. Submission of executed bonds (if applicable) and insurance certificates. 3. Distribution of Contract Documents. 4. Submission of list of Subcontractors and Schedule of Values and progress schedule. 5. Designation of personnel representing the parties to Contract, including emergency contact information. 6. Project schedule: a. Coordination of projected progress. b. Identification of problems that impede, or will impede, planned progress. c. Review of progress schedule, including corrective measures, if required to regain projected schedules. d. Maintenance of progress schedule. 7. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 8. Maintenance of quality and work standards. 9. Application for payment procedures. 10. Use of premises by Owner and Contractor. 11. Owner's requirements and occupancy prior to completion. 12. Construction facilities and controls provided by Owner. 13. Temporary utilities provided by Owner. 14. Security and housekeeping procedures. 15. Other business relating to Work. D. Contractor is encouraged to take and submit electronic photo documentation of the project set-up location, to include overviews and any noted pre-existing conditions, for Consultant's and Owner's project file prior to mobilization. 3.02 CONSTRUCTION PROGRESS SCHEDULE A. Within ten (10) days after date of the Agreement, submit a proposed schedule defining planned operations for the performance of the Work for review. B. If preliminary schedule requires revision after review, submit revised schedule within [5] days. C. Within 20 days after review of preliminary schedule, submit draft of proposed complete schedule for review. 1. Include written certification that major contractors have reviewed and accepted proposed schedule. D. Within 10 days after joint review, submit complete schedule. E. Submit updated schedule with each Application for Payment. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 3000-2 ADMINISTRATIVE REQUIREMENTS 3.03 SUBMITTALS FOR REVIEW A. Deliver the following submittals with the Materials List as the cover page: 1. Materials List: Preliminary list of major products proposed for use on the form provided, with name of manufacturer, trade name or model number of product or materials (final list may be provided at the pre -construction meeting if changing between specified products). DO NOT submit product samples, product data sheets, printed information, installation instructions, catalog cuts, or material color charts unless specifically requested. 2. Schedule of Values: Provide a breakdown of the Contract amount by portions of the project with the following minimum classifications; a breakdown of materials and labor will be considered insufficient. The Consultant will utilize this schedule when approving progress payments. a. Mobilization b. Roof Removal c. Underlayment and Vapor Barrier d. Roof Membrane and Flashings e. Sheet Metal f. Warranty g. Allowance (if applicable) 3. Shop Drawings: Provide the following drawings, as applicable: a. Fabricated components, where required by the Bidding Documents, or if prepared by the manufacturer/fabricator for use in producing the product. Color charts: Provide an original copy of the manufacturer's color samples, for selection by the Owner. 5. Samples: Provide samples as requested. Install required samples on site; do not submit samples to Consultant. Will be reviewed only for aesthetic, color, and/or finish selection by Owner. B. Submit to Consultant for review for the limited purpose of checking for conformance with information given and the design concept expressed in the contract documents. 3.04 SUBMITTALS FOR INFORMATION 1. Certificate of Insurance: Provide a copy of certificate(s), with the Owner as certificate holder: Village of Mount Prospect, STR Partners LLC and STR Building Resources LLC shall be named as Additional Insureds. 2. Surety: Provide a copy of the performance and payment bonds, if required, for the Consultant (originals shall be provided to the Owner with the executed Agreement). 3. Roofing System Manufacturer's Certification: Provide the selected manufacturer's certification of intent to warrant the specific project, acknowledging the system design, as specified, and the Contractor's standing as a licensed applicator of the specified roof system as appended in this section. 4. Roofing System Manufacturer's Notice of Award: Provide a copy of the Manufacturer's NOA statement from the selected manufacturer for the specified roof system. 5. MSDS Sheets: Deliver directly to the Owner at the Pre -construction Meeting, a copy of the manufacturer's printed MSDS sheets for major products proposed for use with trade name or model number of product or materials being used. DO NOT send copies of MSDS sheets to the Consultant. B. When the following are specified in individual sections, submit them for information: Design data. Certificates. 3. Test reports. 4. Inspection reports. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement ADMINISTRATIVE REQUIREMENTS 01 3000-3 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. C. Submit for Consultant's knowledge as contract administrator or for Owner. No action will be taken. 3.05 SUBMITTALS FOR PROJECT CLOSEOUT A. When the following are specified in individual sections, submit them at project closeout: 1. Project record documents. 2. Operation and maintenance data. B. Upon "Substantial Completion" of project, the Contractor shall submit the following items to the Consultant for presentation to the Owner. 1. Roofing manufacturer's warranty, as specified. 2. Contractor's material and labor warranty; MRCA form number 19878, except for five (5) year period. 3. Prevailing wage rate affidavit(s). 4. Waste manifests (for ACRM), if applicable. 5. Bonds; consent of surety to final payment. 6. Final lien waiver(s). 7. Other types as indicated. 3.06 NUMBER OF COPIES OF SUBMITTALS A. Documents for Review — Electronic format (*.pdf) preferred: 1. Sheet Sizes, Not Larger Than 8-1/2 x 11 for written documentation or 11x17 inches for Shop Drawings, if possible B. Samples: Submit the number specified in individual specification sections; one of which will be retained on site for reference. 3.07 SUBMITTAL PROCEDURES A. Transmit submittals electronically to the Consultant at the following email address: 1. tlodent-str-segecom B. Schedule submittals to expedite the Project, and coordinate submission of related items. C. For each submittal for review, allow 15 days excluding delivery time to and from the Contractor. D. Submit all required items to Consultant prior to the pre -construction meeting. E. Schedule submittals to expedite the Project, and coordinate submission of related items. Provide no later than ten (10) days prior to the start of Work. F. When revised for resubmission, identify all changes made since previous submission. G. Clearly identify any variations from Contract Document requirements and reasons for same (acceptance of substitutions, negotiated changes with Owner, etc.). Identify any Product/Material or system limitations that may be detrimental to successful performance of the completed Work. H. Where applicable, if revised for resubmission, identify all changes made since previous submission. I. Consultant will distribute reviewed submittals as appropriate. Affected parties are instructed to promptly report any inability to comply with requirements. J. Submittals not requested will not be recognized or processed. K. Samples 1. Provide samples as requested. Install required samples on site; do not submit samples to Consultant. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 3000-4 ADMINISTRATIVE REQUIREMENTS END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 3000-2 ADMINISTRATIVE REQUIREMENTS MATERIALS LIST AND DESCRIPTIONS PROJECT: Village of Mount Prospect Public Works Department Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement Roof Areas 1 and 2 STR-SEG Project No. 14048 Contractor Name: Address: Phone/Fax: Masonry Components Brick Masonry Units Concrete Block Units Product Name FOR STR-SEG APPROVAL STAMP Manufacturer SUBMIT BRICK UNIT SAMPLES AT SITE Mortar Components Portland Cement Hydrated Lime Color Admixture Substrate Components Substrate Components Cementitious Board Underlayment Underlayment Fasteners and Plates (denote type and length) Fiberglass Base Sheet Interply Asphalt Asphalt Glass Felt (Base Memb.) Fiberglass Base Sheet (Top Memb.) Low Area Fill Material Insulation Components Base Layer Polyiso Insulation (denote thickness) 1 MATERIALS LIST AND DESCRIPTIONS - Cont'd Intermediate Layer Polyiso Insulation Tapered Drain Sump Insulation Tapered Insulation System Cover Board Insulation Adhesive Fiber Cant Strips Tapered Edge Strips Spray Filler Foam (denote thickness) (denote slope and starting thickness) (denote slope and starting thickness) (denote thickness) SBS Membrane Components SBS Modified Bitumen Roof System Manufacturer Asphalt Glass Felt (Base Sheet Plies) Interply Asphalt Mineral -Surfaced Modified Membrane Aluminum Coating Sheet Metal/ Miscellaneous Components Prefinished Galvanized Steel (Color Chart Attached) Temporary Drain Sleeves Cast -Iron Roof Drain Assemblies Termination Bar Tape Caulk Concealed Flashing General Purpose Sealant Butyl Sealant Acrylic Dome Skylights Structural Steel Primer Structural Steel Paint END OF FORM 2 ROOFING SYSTEM MANUFACTURER'S CERTIFICATION To be completed by the Specified Roofing System Material Manufacturer for each specified roofing system to be installed at the project. Owner's Name: Village of Mount Prospect Public Works Department Project Name: Masonry Remediation & Roofing Removal and Replacement Pump Station #11 — Roof Areas 1 and 2 STR-SEG No. 14048 BuildingAddress(es): 600 See Gwun Ave., Mount Prospect, IL Material Manufacturer: Installing Contractor: Be advised that the technical department of the above named Material Manufacturer has examined the project drawings, specifications, and warranty requirements for the roofing work on this project as prepared by STR-SEG, bearing Project Number 14048, dated May XX, 2017, with regard to the replacement roofing system. CERTIFICATION We hereby certify that: 1. All materials will be furnished and delivered to this project in good merchantable quality, and will meet or exceed the specification requirements and will be applied in accordance with the manufacturer's instructions, to provide a sound weather/watertight system. 2. Upon completion of the installation, in accordance with the plans and specifications, being the recommended installation and inspection procedures, we certify that the manufacturer will issue the warranty as specified in the project manual. 3. The drawings and specifications follow the recommendations of the Material Manufacturer's manual for this type of system with: No Exception The Following Exceptions: (approval will be given upon correction of documents in accordance with these recommendations.) (Please include shop drawings if exceptions are noted.) The Installing Contractor has been an approved applicator of the Manufacturer's Material specified for a minimum of six months prior to the Bid opening and has at least five successful completed projects to date. AUTHORIZED TECHNICAL REPRESENTATIVE OF MANUFACTURER: BY. - SIGNATURE: TITLE: DATE: (Print or Type Name) (Manufacturer's Authorized Technical Representative's Signature) END OF FORM SECTION 01 40 00 QUALITY REQUIREMENTS 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. References and standards B. Installers quality assurance C. Mock-ups D. Control of installation E. Tolerances F. Testing and inspection services 1.02 RELATED REQUIREMENTS A. Section 01 30 00 - Administrative Requirements: Submittal procedures. B. Section 01 42 16 - Definitions. C. Section 01 60 00 - Product Requirements: Substitution procedures. 1.03 REGULATORY REQUIREMENTS A. Comply with all applicable Federal, State and local codes and ordinances in force at the project site. B. Apply, obtain and pay for required local and regional building permits and fees to legally execute the Work of this Contract. C. Airborne asbestos fibers, lead and PCB compounds, if encountered, have been determined to be hazardous to one's health. Compliance with all possible Federal, State and Local regulations as they relate to handling these materials is the Contractor's responsibility. D. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. E. Manufacturer's Field Reports: Submit reports for Consultant's benefit as contract administrator or for Owner. 1. Submit report in duplicate within 30 days of observation to Consultant for information. 2. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. F. Erection Drawings: Submit drawings for Consultant's benefit as contract administrator or for Owner. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 2. Data indicating inappropriate or unacceptable Work may be subject to action by Consultant or Owner. 1.04 REFERENCES AND STANDARDS A. For products or workmanship specified by association, trades, or other consensus standards, comply with requirements of the standard, except when more stringent requirements are specified or are required by applicable codes. B. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. C. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. D. Obtain copies of standards where required by product specification sections. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement QUALITY REQUIREMENTS 01 4000-1 E. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. F. Should specified reference standards conflict with Contract Documents, request clarification from Consultant before proceeding. G. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Consultant shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.05 INSTALLERS QUALITY ASSURANCE A. Contractor shall take complete charge of the work under this contract and coordinate the work of all trades on the project. B. Monitor quality control over suppliers, manufacturers, products, services, site conditions and workmanship to produce Work of specified quality. C. Comply with manufacturer's instructions including each step in sequence. D. Should manufacturer's instructions conflict with Contract Documents, request and receive clarification from the Consultant before proceeding. E. Perform Work by persons qualified to produce required and specified quality. F. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes or specified requirements indicate a higher standards or more precise workmanship. G. Verify that field measurements are as indicated on Shop Drawings or as instructed by the manufacturer. H. Contractor shall obtain complete data at the site and inspect surfaces that are to receive the Work before proceeding with fabricating, assembling, fitting or erecting the work. The Contractor shall be solely responsible for the accuracy of measurements and laying out of the work and shall make good any errors, defects due to faulty measurements taken, information obtained, layout, or failure to report discrepancies. I. The Contractor shall notify the Consultant in writing in case of discrepancies between existing work and drawings, and defects in such surfaces that are to receive the work. The Consultant will evaluate the notice and direct what remedial action will be taken. Contractor shall apply, install, connect, erect, use, clean and condition manufactured articles, materials, and equipment as recommended by the manufacturer, unless specified to the contrary. 1.06 FIELD SAMPLES A. Provide field samples at the site as required by individual specification Sections. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Consultant before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 4000-2 QUALITY REQUIREMENTS 3.02 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent Work. B. Verify that utility services are available, of the correct characteristics, and in the correct locations. If services are of incorrect characteristics or incorrect locations Contractor shall provide C. Examine and verify specific conditions described in individual specification Sections. 3.03 MOCK-UPS A. Tests will be performed under provisions identified in this section and identified in the respective product specification sections B. Provide mock-ups at the site as required by individual specification Sections. C. Assemble and erect specified items with specified attachment and anchorage devices, flashings, seals, and finishes. D. Accepted mock-ups shall be a comparison standard for the remaining Work. E. Where mock-up has been accepted by Consultant and is specified in product specification sections to be removed, remove mock-up and clear area when directed to do so. 3.04 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Consultant before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.05 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.06 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Consultant, it is not practical to remove and replace the Work, Consultant will direct an appropriate remedy or adjust payment. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement QUALITY REQUIREMENTS 01 4000-3 SECTION 01 42 16 DEFINITIONS 1 PART 1 -GENERAL 1.01 SUMMARY A. This section supplements the definitions contained in the General Conditions. B. Other definitions are included in individual specification sections. 1.02 DEFINITIONS A. Furnish: To supply, deliver, unload, and inspect for damage. B. Install: To unpack, assemble, erect, apply, place, finish, cure, protect, clean, start up, and make ready for use. C. Product: Material, machinery, components, equipment, fixtures, and systems forming the work result. Not materials or equipment used for preparation, fabrication, conveying, or erection and not incorporated into the work result. Products may be new, never before used, or re -used materials or equipment. D. Provide: To furnish and install. E. Supply: Same as Furnish. F. Substantial Completion, for the purpose of this Contract, shall be defined as the completion of weather tight envelope and adequate protection of building occupants from hazards posed by operation of equipment and construction activities, or other potential harmful conditions that may exist or become evident during the final work effort by the Contractor, prior to completing the punch list items and demobilizing per the Contract Documents. 1. The roof system (insulation, membrane and flashings) shall be complete; 2. All lifting activities requiring the use of a crane or other equipment shall be complete; 3. Sheet metal finishes/detailing work shall be complete or well underway. G. Final Completion, for the purpose of this Contract, shall be defined as the point that the Work is found to be in full compliance with the Contract Documents. 1. Shall include the successful completion of any outstanding work items, or work requiring corrective action, as determined at the Final Review and published in punch list reports. 2. All equipment removed from the site and any required site restoration is complete. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement DEFINITIONS 014216-1 SECTION 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. Temporary Utilities B. Temporary Sanitary Facilities C. Temporary Controls: Barriers, Enclosures and Fencing D. Special Site Controls 1.02 TEMPORARY UTILITIES A. Temporary Electricity 1. Electric power is available on-site, free of charge for Roofing Project purposes only. Conveyance shall include individual circuit breakers, so as not to interrupt Owner's service in any way. 2. Masonry Contractor shall provide trailer mounted diesel generators for electrical power required during the performance of the Work. 3. The Contractor shall provide all means of conveyance required for carrying out the Work. B. Water Service 1. Water for construction purposes is available through the existing facility, free of charge. Contractor shall provide all extensions from existing service to project work area as required. 2. Use trigger -operated nozzles for water hoses, to avoid waste of water. 3. Contractor shall be responsible for all damages caused to existing hose bibs as a result of not using the correct key tool. 1.03 TEMPORARY SANITARY FACILITIES A. Provide and maintain portable toilet facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. C. At end of construction, remove facilities and return the grounds to same or better condition as originally found. 1.04 TEMPORARY CONSTRUCTION AND CONTROLS A. Erect and subsequently remove temporary construction as needed to accomplish work. B. Patch attachment to remaining structure in a manner acceptable to the Owner. C. Ladders, Stairs and Scaffolds 1. The Contractor shall furnish and maintain equipment such as temporary stairs, fixed ladders, ramps, chutes, runways, sidewalk overhead scaffold protection, and the like as required for proper execution of work by all trades. Underlay scaffolds with planking to prevent uprights from resting directly on the underlying surface. D. Parking 1. Parking shall be in an area designated by the Owner. E. Cleaning and Waste Removal 1. Contractor shall be responsible for all cleaning required within the technical sections of the specifications governing work under the Contractor's jurisdiction as well as for keeping all work areas, passageways, ramps, stairs and all other areas of the premises free of accumulation of surplus materials, rubbish, debris and scrap which may be caused by the Contractor's operations or that of the Subcontractors operation. 2. Waste materials removed from the site shall be managed by the contractor and disposed of in accordance with all applicable laws, regulations, codes, rules, and standards. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement TEMPORARY FACILITIES AND CONTROLS 01 5000-1 3. Remove rubbish, debris and scrap promptly upon its accumulation. Remove at the end of each work day at a minimum. 4. Combustible waste shall be removed immediately or stored in fire resistive containers until disposed of in an approved manner. 5. In addition to the above, the Contractor shall be responsible for the general "broom" cleaning of the premises governing work under this Contract. The Contractor shall also perform "final" cleaning of all exposed surfaces to remove all foreign matter, spots, soil, construction dust, etc., so as to put the project in a complete and finished condition ready for acceptance and use intended. 6. If rubbish and debris is not removed, or if surfaces are not cleaned as specified above, Owner reserves the right to have said work done by others and the related cost(s) will be deducted from monies due the Contractor. F. Protection 1. All structures and equipment shall be constructed, installed and operated with guards, controls and other devices in place. 2. Provide, erect and maintain all required planking, barricades, guard rails, temporary walkways, etc., of sufficient size and strength necessary for protection of stored material and equipment; paved surfaces, walks, curbs, gutters and drives; streets adjacent to or within project area; adjoining property and all project work to prevent accidents to the public and the workmen at the job site. 3. Provide protection against rain, snow, wind, ice, storms, or heat so as to maintain all work, materials, apparatus, and fixtures, incorporated in the work or stored on the site, free from injury or damage. At the end of the day's work, cover all new work likely to be damaged. Remove snow and ice as necessary for safety and proper execution of the work. 4. Take all necessary precautions to protect the Owners property as well as adjacent property, including trees, shrubs, buildings, sanitary and storm sewers, water piping, gas piping, electric conduit or cable, etc., from any and all damage which may result due to work on this project. 5. Repair any work, damaged by failure to provide proper and adequate protection, to its original state to the satisfaction of the Owner or remove and replace with new work at the Contractor's expense. 6. Store materials on raised platforms; a minimum of three (3) inches off of impervious surfaces (i.e. concrete); a minimum of six (6) inches off of pervious surfaces (i.e. grass). Protect with coverings while providing for adequate air circulation. Coverings to extend down sides completely. Manufacturers shrink wrap is not an acceptable covering. G. Barriers. Enclosures and Fencing Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas that could be hazardous to workers or the public, to allow for owner's use of site and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 2. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 3. Contractor shall surround set-up area and storage area with a fence and provide additional fence as necessary to meet applicable safety regulations. a. Constriction fence shall be commercial grade, 11 -gauge, open -mesh galvanized chain link fencing, minimum 6 -foot high, with galvanized or steel base plate posts spaced a maximum of 8 -feet on center. Provide ballast weight on interior of fencing to hold base plates in a fixed location. b. Equip fencing with vehicular and pedestrian gates with locks. H. Fire protection The Contractor shall provide and maintain in working order during the entire construction period, such fire protective equipment and devices as required by applicable safety standards and as 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 5000-2 TEMPORARY FACILITIES AND CONTROLS deemed necessary and suitable for any possible class or type of fire. Extinguishers shall be nonfreezing type such as A -B -C rated dry chemical, of not less than 10 -pound capacity each. I. Security and Protection of Work Watchpersons will not be furnished by the Owner. The Contractor shall precautionary measures, to include the furnishing of watchpersons if deemed necessary, to protect persons and property from damage or loss where the Contractor's work is involved. J. Noise Control Provide methods, means and facilities to minimize noise produced by construction operations. Perform portions of the Work which will generate excessive noise during hours when the building is unoccupied. K. Dust Control Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent construction dust from entering the occupied building. L. Fume and Odor Control Provide methods and means to minimize fume and odor produced by construction operations, including the use of enclosed tanker asphalt bitumen storage and distribution equipment. Cover building intakes, in conjunction with the Owner, to minimize fumes and odor produced by construction operations. Provide kettles/tankers with after burner fume recovery system. 1.05 SPECIAL SITE CONDITIONS A. Building Access: Generally, exterior access only is allowed for the project. Interior access to the facility shall be by project foreman or supervisor only on an as needed basis to review interior leaks, damage, etc., resulting from exterior work. B. NO SMOKING or use of any other tobacco or tobacco containing product will be tolerated on any property owned by Village of Mount Prospect Public Works Department This includes parking lots, rooftops and/or other areas set up and maintained by the Contractor within construction site. C. Hours of Construction: Weekdays, Monday through Friday 7:00 a.m. to 5:00 p.m. Saturday work may be performed upon 24 hour advance notice to Owner and Consultant. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement TEMPORARY FACILITIES AND CONTROLS 01 5000-3 SECTION 01 60 00 PRODUCT REQUIREMENTS 1PART 1 -GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Sustainable design -related product requirements. C. Re -use of existing products. D. Transportation, handling, storage and protection E. Product option requirements. F. Substitution limitations and procedures. G. Procedures for Owner -supplied products. H. Maintenance materials, including extra materials, spare parts, tools, and software. 1.02 RELATED REQUIREMENTS A. Section 01 30 00 - Administrative Requirements: Submittal procedures. 1.03 PRODUCT DELIVERY REQUIREMENTS A. Contractor or the Contractor's authorized representative must be present to accept delivery of all equipment and material shipments. 1. The Owner will not knowingly accept, unload or store anything delivered to the site for the Contractor's use. 2. Inadvertent acceptance of delivered items by any representative or employee of the Owner shall not constitute acceptance or responsibility for any of the materials or equipment. 3. It shall be the Contractor's responsibility to assume liability for equipment or material delivered to the job site. 1.04 PRODUCT STORAGE AND HANDLING REQUIREMENTS A. Contractor shall confine equipment, apparatus, storage of materials and operations to limits indicated on the drawings or agreed to by the Owner at the pre -construction meeting. Contractor shall not bring material onto the site until they are needed for the progress of the work. B. The storage of materials on the grounds shall be in strict accordance with the instructions stated within the technical sections. Storage of materials on the roof shall at no time exceed the design carrying capacity of the structural system. C. All hazardous materials, including motor fuels, shall be properly handled and contained to prevent spills or other releases. The Contractor shall develop and maintain a contingency plan to provide emergency response, containment, and cleanup of spills of hazardous materials resulting from contract activities. All spills and releases shall be reported to the Owner. 2PART 2 - PRODUCTS 2.01 EXISTING PRODUCTS A. Do not use materials and equipment removed from existing premises unless specifically required or permitted by the Contract Documents 1. Existing materials and equipment indicated to be removed, but not to be re -used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, shall become the property of the Contractor; remove from site. B. Reused Products: Reused products include materials and equipment previously used in this or other construction, salvaged and refurbished as specified. 2.02 NEW PRODUCTS 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement PRODUCT REQUIREMENTS 01 6000-1 A. Provide new products unless specifically required or permitted by the Contract Documents. 2.03 PRODUCT OPTIONS A. Products Specified by Reference Standards or by Description Only: Use any product meeting those standards or description. B. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. 2.04 MAINTENANCE MATERIALS A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in individual specification sections. B. Deliver to Project site; obtain receipt prior to final payment. 3PART 3 - EXECUTION 3.01 SUBSTITUTION PROCEDURES A. Product substitution requests may be made only by a Bidder who is an official Bidder of Record. B. The Consultant will consider a substitute product only if it is in the same general classification of the specified product. C. A "Request for Substitution" will be considered only if written request is received by the Consultant within five (5) days prior to the Bid Due date. 1. Comply with requirements specified in this section. 2. Document each request with complete data substantiating compliance of proposed substitution with Contract Documents. D. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level of the specified product. 2. Will provide the same warranty for the substitution as for the specified product. 3. Will coordinate installation and make changes to other Work that may be required for the Work to be complete with no additional cost to Owner. 4. Waives claims for additional costs or time extension that may subsequently become apparent. 5. Substitutions will not be considered when they are indicated or implied on shop drawing or product data submittals, without separate written request, or when acceptance will require revision to the Contract Documents. E. Substitution Submittal Procedure: 1. Submit one (1) copy of request for substitution for consideration. Limit each request to one (1) proposed substitution. 2. Submit shop drawings, product data, and certified test results attesting to the proposed product equivalence. Burden of proof is on proposer. 3. The Consultant will notify Contractor in writing of decision to reject request. The Consultant's decision of approval or disapproval shall be final. 3.02 OWNER -SUPPLIED PRODUCTS A. See Summary for identification of Owner -supplied products. B. Owner's Responsibilities: 1. Arrange for and deliver Owner reviewed shop drawings, product data, and samples, to Contractor. 2. Arrange and pay for product delivery to site. 3. On delivery, inspect products jointly with Contractor. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 6000-2 PRODUCT REQUIREMENTS Submit claims for transportation damage and replace damaged, defective, or deficient items. 5. Arrange for manufacturers' warranties, inspections, and service. C. Contractor's Responsibilities: Review Owner reviewed shop drawings, product data, and samples. Receive and unload products at site; inspect for completeness or damage jointly with Owner. Handle, store, install and finish products. Repair or replace items damaged after receipt. 3.03 TRANSPORTATION AND HANDLING A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. B. Transport and handle products in accordance with manufacturer's instructions. C. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. D. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 3.04 STORAGE AND PROTECTION A. Designate receiving/storage areas for incoming products so that they are delivered according to installation schedule and placed convenient to work area in order to minimize waste due to excessive materials handling and misapplication. B. Store materials on raised platforms; a minimum of three (3) inches off of impervious surfaces (i.e. concrete); a minimum of six (6) inches off of pervious surfaces (i.e. grass). 1. Protect with breathable, weather -protective coverings, while providing for adequate air circulation. Note that manufacturer's shrink wrap is not an acceptable covering. Coverings to extend down sides completely. C. Store with seals and labels intact and legible. D. Store sensitive products in weather tight, climate controlled, enclosures in an environment favorable to product. E. Prevent contact with material that may cause corrosion, discoloration, or staining. F. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. G. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement PRODUCT REQUIREMENTS 01 6000-3 SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Cutting and patching. C. Cleaning and protection. D. Closeout procedures, except payment procedures. 1.02 RELATED REQUIREMENTS A. Section 01 30 00 - Administrative Requirements: Submittal procedures. B. Section 01 60 00 - Product Requirements: Substitution procedures. 1.03 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate space requirements, supports, and installation of mechanical, electrical and plumbing work that are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with lines of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. C. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Coordinate completion and clean-up of work of separate sections. E. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 2PART 2 - PRODUCTS 2.01 PATCHING MATERIALS A. New Materials: As specified in product sections; match existing products and work for patching and extending work. B. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. 3PART 3 - EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment for new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over -ordering or misfabrication. E. Verify that utility services are available, of the correct characteristics, and in the correct locations. F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-1 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 7000-2 EXECUTION AND CLOSEOUT REQUIREMENTS 3.02 PREPARATION A. Contractor shall take care to install protection to prevent marring or damage to building components adjacent to the Work. B. Clean substrate surfaces prior to applying next material or substance. C. Seal cracks or openings of substrate prior to applying next material or substance. D. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.04 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. a. Fit products together to integrate with other work. b. Provide openings for penetration of mechanical, electrical, and other services. c. Match work that has been cut to adjacent work. d. Repair areas adjacent to cuts to required condition. e. Repair new work damaged by subsequent work. f. Remove samples of installed work for testing when requested. g. Remove and replace defective and non -conforming work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. D. Employ original installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work with new products, sleeves, ducts, conduit, and other penetrations through surfaces. H. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish. 3.05 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing the space. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement EXECUTION AND CLOSEOUT REQUIREMENTS 01 7000-3 C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off- site; do not burn or bury. 3.06 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle plastic coverings if possible. 3.07 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.08 FINAL CLEANING A. Clean new and adjacent roof surfaces, including gutters, downspouts, and/or storm drainage systems, of debris. B. Remove sealants, adhesives, bitumen, grease and other foreign material from finish surfaces of the building. C. Repair, patch or touch-up marred surfaces, to match adjacent surfaces. D. Use cleaning materials that are nonhazardous. E. Remove all labels that are not permanent. Do not paint or otherwise cover fire test labels or nameplates on mechanical and electrical equipment. F. Clean site; sweep paved areas, rake clean landscaped surfaces. G. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.09 CLOSEOUT PROCEDURES A. Make submittals that are required by governing or other authorities. Provide copies to Consultant/Owner. B. Notify Consultant when Work is considered complete. Submit written certification that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Consultant's review. C. The Consultant, upon receipt of Contractor's "Notice of Completion", shall conduct a Final Review of the project. 1. If the Work is incomplete or if items are identified in need of correction, the Consultant will produce a written punch list for the Contractor. 2. Contractor shall take immediate action to address the punch list items, to correct items of deficient work, and shall document and/or certify that the items have been completed in accordance with the Contract Documents. D. When the Work has been deemed complete, to the satisfaction of the Owner and Consultant, Contractor will be instructed to complete the Close-out Submittals. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 7000-4 EXECUTION AND CLOSEOUT REQUIREMENTS END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 7000-2 EXECUTION AND CLOSEOUT REQUIREMENTS w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 01 78 00 CLOSEOUT SUBMITTALS 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. Warranties and Bonds 1.02 RELATED REQUIREMENTS A. Section 01 30 00 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 70 00 - Execution and Closeout Requirements: Closeout procedures, except payment procedures C. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Warranties and Bonds: 1. Roofing System Manufacturer's Warranty: Refer to specific requirements in the following Sections: a. Section 07 52 16 — "Styrene -Butadiene -Styrene Modified Bitumen Roof System (SBS)" 2. Roofing Contractor's Warranty: a. Provide contractor's "Roofing Warranty" typical in form and content indicated by the Midwest Roofing Contractors Association, Inc. (MRCA) approved guarantee form number 20078. b. Shall be issued to cover a 5 -year term, following completion of project, instead of 1 -year as indicated on the standard form. 3. Masonry Contractor's Warranty: a. Provide contractor's workmanship guarantee, executed on the attached form. B. Contractors Certifications: 1. Signed "final punch list" indicating completion of any and all punch list items. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION 3.01 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed as one (1) original and one (1) duplicate, by responsible Subcontractors, suppliers, and manufacturers, within [5] days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form and contain full information. C. Upon "Final Completion" of project, the Contractor shall submit the project record documents, maintenance data, warranties and bonds, and Contractor's certifications to the Consultant for presentation to the Owner: D. Co -execute submittals when required. E. Retain warranties and bonds until time specified for submittal. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement CLOSEOUT SUBMITTALS 01 7800-1 MASONRY CONTRACTOR'S GUARANTEE Building Name: Total Area: Prime Contractor: Masonry Contractor: Date of Completion: Subject to the terms, conditions and limitations stated herein, we, the undersigned hereby jointly and severally guarantee that the brick masonry and mortar installation on the above named building, will remain free from defects in materials or workmanship, for a period of two (2) years from the date of completion; and that we will at our expense, make or cause to be made such permanent repairs to said brick masonry and mortar materials having defects in any of the materials and workmanship applied by or through the undersigned, as may be necessary to restore to compliance with the specifications or replace said masonry installation to a sound condition without defects as hereinafter defined. This guarantee is made subject to the following terms and conditions: 1) The term "defect" shall include faulty workmanship, use of other -than -specified materials, and the following, • Inadequate or improper installation of the thru-wall flashing membrane, flashing corners or sheet metal drip flashing, resulting in water entry; • Broken, cracked (visible from 4'-0" distance) or otherwise damaged brick masonry units; • Cracked (greater than 1/16 -inch in width) or otherwise defective mortar joints. • Loose components and/or fasteners; • Buckling or movement of the new walls (greater than 1/2 -inch from true plane). In the event defects are identified, the Owner shall notify the undersigned parties in writing at the addresses listed below within thirty (30) days of discovery of defects. This Guarantee is in lieu of all other warranties expressed or implied, including warranties of merchantability or fitness for any particular purpose. No representatives of the parties herein named have the authority to make any representations other than those stated herein. IN WITNESS WHEREOF, this instrument has been duly executed, PRIME CONTRACTOR MASONRY CONTRACTOR Signature Signature Name/Title Name/Title Date Date Address Address Telephone Telephone Seal Seal NOTE: If the Masonry Contractor is also the Prime Contractor, only one signature in either signature block is required. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 01 7800-2 CLOSEOUT SUBMITTALS w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 02 50 00 SITE REMEDIATION 1PART 1 - GENERAL 1.01 DESCRIPTION A. This section covers the removal, and replacement with like materials, of lawns, plantings, and pavement damaged by the Contractor during the performance of the Work. B. The cost of all repairs covered under this section shall be the sole responsibility of the Contractor. If the Contractor fails to make repairs to the Owner's satisfaction, the Owner reserves the right to retain, from moneys due the Contractor, such amount as necessary to repair the grounds to their previous condition. 1.02 REQUIREMENTS A. Unless otherwise noted before construction begins, Contractor shall photo document the setup area(s) to show all observable pre-existing conditions prior to mobilization and provide such documentation to Owner and Consultant. Failure to provide such documentation shall result in any found damage to underground sprinklers, electrical, ground covers and vehicle and pedestrian pavements, will be considered the fault of the Contractor to be restored to pre -construction condition unless the submitted documentation shows a pre-existing condition existed. B. Upon completion, restore grounds to its preconstruction condition including but not limited to property, utilities and landscaping or the Owner and adjacent property owners. In the event of the contractor's failure to repair or restore the surrounding premises, the Owner may do so, the cost of which, including fifteen percent (15%) for administration, will be deducted from sums due to the Contractor; or if insufficient, Contractor will reimburse the Owner for any shortfall. 1.03 WARRANTY A. The Contractor shall maintain and warrant all work performed under this section for a period of ninety (90) days from the date of its completion. The Contractor shall be responsible for the correction of unsatisfactory landscaping materials or workmanship and shall repair such defects promptly upon notice, at no additional cost to the Owner. 2PART 2 - PRODUCTS (NOT USED) 3PART 3 - EXECUTION (NOT USED) END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SITE REMEDIATION 025000-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 04 01 00 MAINTENANCE OF MASONRY 1PART 1 - GENERAL 3.01 SECTION INCLUDES A. Requirements for cleaning and repointing deteriorated masonry joints as specified and as indicated on the Construction Drawings. B. Products and requirements for replacement of deteriorated unit masonry units. 3.02 REFERENCES A. Related sections: 1. Section 01 10 00 — Summary of Work: Work item descriptions. B. ASTM International Standards: 1. ASTM C67 — Standard Test Methods for Sampling and Testing Brick and Structural Clay Tile; 2002c. 2. ASTM C90 — Standard Specification for Loadbearing Concrete Masonry Units; 2002. 3. ASTM C144 — Standard Specification for Aggregate for Masonry Mortar; 2002. 4. ASTM C150 — Standard Specification for Portland Cement; 2002a. 5. ASTM C207 — Standard Specification for Hydrated Lime for Masonry Purposes; 1997. 6. ASTM C216 — Standard Specification for Facing Brick (Solid Masonry Units Made from Clay or Shale); 2002. 7. ASTM C780 — Standard Test Method for Preconstruction and Construction Evaluation of Mortars for Plain and Reinforced Unit Masonry; 2002. C. American Concrete Institute (ACI): 530.1-88 /American Society of Civil Engineers (ASCE): 6-99, Masonry Standards Joint Committee, "Specifications for Masonry Structures". D. Brick Institute of America (BIA): Technical Notes on Brick Construction. E. International Masonry Institute: Recommended Practices and Guide Specifications for Cold Weather Masonry Construction. 3.03 SUBMITTALS A. The Contractor shall submit, for approval by the Owner, the following product samples: 1. Mortar: Provide a sample of each type and color of joint required for the project. a. All new mortar, when hardened and cured, shall reasonably match the existing mortar color and appearance of the surrounding wall plane. b. Submit tooled and washed mortar sample(s) in ground areas of existing wall surface at eye level, (16) inches by (16) inches with a minimum of (8) inches between sample areas for comparison with existing joints. 1) Provide successful match of new mortar components by weight and proportion. 2. Masonry units: Provide a sample showing a representative mix of proposed masonry units for the project, for comparison with existing components. a. For concrete masonry units, provide sample a minimum eight (8) inches by eight (8) inches in size. b. For brick masonry units, provide a sample board or brick strap of five (5) units tall clearly stating the name, series, texture, size and plant of manufacturer for the brick, typ. 3.04 QUALITY ASSURANCE 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF MASONRY 0401 00-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; A. Work shall be performed by a firm having a minimum of five (5) years' successful experience in comparable masonry restoration projects and employing personnel skilled in the restoration processes and operations indicated. 1. Use of power -operated, rotary hand saws/grinders or pneumatically -powered chisels for mortar removal will be permitted based on submission of a satisfactory quality -control program, to include proper supervision of work to prevent damage due to worker fatigue. 2. No allowance will be made for lack of skill on the part of the workmen in the acceptance or rejection of the work provided under this section. B. Contractor shall be familiar with the specified thru-wall flashing system and/or shall attend technical training provided by the manufacturer to understand the proper sequence of installation for the components. C. Single -source responsibility for mortar materials: 1. Obtain mortar ingredients of uniform quality, including color for exposed masonry, from one manufacturer for cementitious components and from one source for aggregate. 2. Materials shall be supplied in sufficient quantity to complete the Work, without change during the course of the project. D. Single -source responsibility for masonry units: Provide masonry units of uniform texture and color, or a uniform blend within the acceptable ranges for these characteristics, from one manufacturer for each different product required for each continuous surface or visually -related surfaces. E. Testing: Test materials proposed for use for compliance with specifications in accordance with test methods contained in referenced specifications and as follows: 1. Mortar: Test for compressive strength and water retention in accordance with ASTM C780. a. Compressive strengths shall be: Type "N": Minimum 750 psi at 28 days. 2. Brick: Test in accordance with ASTM C67. Shall be classified slightly efflorescent or better. 3.05 ENVIRONMENTAL REQUIREMENTS A. Cold weather conditions: 1. Do not perform masonry work when ambient air temperature is below 40°F or is expected to fall below 40°F within twenty-four (24) hours of placement. 2. When placing work in cold weather (40-50°F), mix mortar using warm water to maintain mortar temperature above 50°F at point of application. B. Hot weather conditions: 1. When placing work in hot weather (above 80°F), comply with recommended standards to ensure proper hydration and curing of mortar materials. 2. Mortar shall be mixed and placed within one (1) hour when the temperature is above 80°F. C. Protect completed work from precipitation until mortar joints are sufficiently hard enough to avoid damage. 3.06 WORK SEQUENCING AND SCHEDULING A. Proceed with demolition and removal of defective mortar from joints in a systematic manner, from the top to the bottom in areas indicated within Elevations stopping at new or existing control joints to demarcate a "panel". 1. Contractor, at his discretion, may elect to proceed with grinding operations on an entire elevation, but shall not proceed with more than two elevations in progress at any time unless preapproved by the Consultant and the Owner. B. Advise Consultant in advance of estimated completion of selective demolition and surface preparation of each panel for observation of completed work. Proceed with scheduled or expanded masonry repair only after written approval by the Building Envelope Consultant. C. Proceed with masonry repairs as necessary to stay ahead of roofing work, where applicable. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 0401 00-2 MAINTENANCE OF MASONRY w w ngIIVICw w @U@�I "" IIVIIVIIw lw lw 1. ; 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF MASONRY 0401 00-3 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 4PART 2 - PRODUCTS 4.01 PREBLENDED COLORED MORTAR MIXES A. Basis of the specification is a site -mixed, dry preblended, proportional -by -volume, custom color mortar mix of Portland cement, hydrated lime, natural masonry sand aggregate and color pigment mixtures meeting ASTM C 270 and ASTM C 1714 requirements. New mortar materials must match the existing mortar in color, texture and finish tooling. 1. "Custom Mix Tuckpoint Mortar", Type N, by Spec Mix, Inc., Eagan, MN: com. Local representation by Quikrete Chicago, Mr. Luke Kisielewski, (630) 557-8252. a. Portland cement: ASTM C150, Type I or Type III, natural color. b. Pressure -hydrated lime: ASTM C207, Type N. c. Aggregate Type: Natural bank/blending sand with the following minimum characteristics: Sieve Size Passinq #4 - #50 93% #100 70% #200 19% Produced at Spring Lake Sand and Gravel, Spring Grove, IL d. Colored mortar pigments, if required: Natural and synthetic iron and chromium oxides, compounded for use in mortar mixes. Provide one of the following: 1) SGS Mortar Colors by Solomon Grind -Chem Service, Inc. 2) True -Tone Mortar Colors, by Davis Colors, a division of Rockwood Industries, Inc. 2. "Setting Mortar for Replacement Units": a. Portland Cement, Lime & Sand Masonry Mortar, Type N, by Spec Mix, Inc., Eagan, MN: ww specmix.com b. Mortar Color: Natural. 3. Water: Shall be potable, fresh, clean, clear and free from deleterious amounts of sewage, oil, acid, alkalis, salts, or organic matter. 4.02 MASONRY UNITS A. Concrete masonry units: 1. Shall conform to ASTM C90, Type N, Grade 2. 2. Shall match the existing units in size and weight/compressive strength. B. Face brick: 1. Shall conform to ASTM C216, Grade SW, Type FBS. 2. Shall match the existing unit size and, as closely as possible, the existing color and texture. 4.03 MISCELLANEOUS ACCESSORIES A. Cleaning materials: 1. Provide brushes for cleaning that have stiff, natural fiber bristles only. 2. Use solution of 1/2 cup trisodium phosphate per gallon, or commercial alkaline masonry cleaner such as: Sure Klean Restoration Cleaner, by PROSOCO, Inc., Lawrence, KS. 3. Note: Acidic -base cleaning products will not be permitted on this project. 4.04 EQUIPMENT A. Power Generators: As specified in Section 0150 00— "Temporary Facilities and Controls" B. Dust Collection System: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 0401 00-4 MAINTENANCE OF MASONRY w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 1. "Hilti VC 300-17 X" dry vacuum system with minimum 300 CFM utilizing a maximum 10 -foot, 1.4 - inch diameter hose specially designed for high velocity collection of dust generated from surface grinding of mortar materials. a. The use of multiple grinder units attached to a single vacuum will be not be permitted. 2. Preapproved equals must demonstrate collection of dust in BOTH the forward and reverse direction of the grinder with not less than 98 -percent collection of dust. C. The use of a Metabo duct collection shroud at the grinder interface s is recommended by not required. D. The use of a Hilti 1.5" SDS Max mortar chisel with carbide tips for head joint surface work and half- moon removal is recommended but not required. E. The use of "Quick -Point Mortar Guns" or "Bakers Bags" for the application of mortar materials will not be permitted. 5PART 3 - EXECUTION 5.01 EXAMINATION A. Examine the project site and verify: Environmental conditions are satisfactory for performance of the work. 2. Masonry surfaces are acceptable to receive the work. B. Determine existing masonry support, attachment and integrity. C. Determine existence and locations of above -ground utility lines, including exterior -mounted and/or enclosed conduit. D. Notify the Consultant of pre-existing defects or conditions which may interfere with the requirements of this section. Absence of notice will constitute the Contractor's acceptance of the site. 5.02 PREPARATION A. Prior to brick masonry thru-wall or remediation operations, provide protection over the exiting roof membrane surface to protect from dust, debris, and falling objects in accordance with Section 01 10 00 — "Summary of Work". B. Separate areas to be protected from restoration areas using means adequate to prevent damage. C. Protect surrounding elements from damage due to restoration procedures. D. Cover existing landscaping with tarpaulins or similar covers. E. Mask immediately adjacent surfaces with material that will withstand cleaning and restoration procedures. F. Carefully remove and store removable items located in areas to be restored, including fixtures, fittings, finish hardware, and accessories; reinstall upon completion. G. Close off adjacent occupied areas with dust proof and weatherproof partitions. H. Clean all project -related surfaces prior to proceeding with repairs. I. When using cleaning methods that involve water or other liquids, install drainage devices to prevent runoff over adjacent surfaces unless those surfaces are impervious to damage from runoff. 5.03 TEMPORARY WORK A. Temporary enclosures: As weather and/or site conditions warrant, construct wood -frame enclosures, cover with reinforced polyethylene sheeting, secure edges and interior. The cost of all such enclosures shall be the sole responsibility of the Contractor. B. Temporary repairs: Shall be made only as approved by the Consultant. 5.04 SELECTIVE DEMOLITION AND SURFACE PREPARATION A. Evaluate deteriorated mortar joints and remove joints defined as: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF MASONRY 0401 00-5 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; Defective: Meaning any mortar that appears loose, porous, crumbled, cracked, badly weathered (deeper than 1/4 -inch below masonry surface), unbonded to adjacent masonry units or a potential source of leakage. 2. Profusely defective: Meaning any joint that where mortar has fallen out or has completely lost its bond to adjacent masonry units. B. Remove defective mortar from joints to a minimum depth of 3/4 inch; remove deeper if necessary to reach sound mortar. 1. Cut out joints with suitable tools, used in such a manner as to not loosen adjacent joints or damage the edges or corners of the adjacent masonry units. a. Mechanical equipment (pointing grinders) shall be used only on horizontal joints, to assist in removal of mortar materials. b. Removal of mortar from the sides of the joint and head joints using hand tools (toothing chisel and mallet). 2. All joints shall be cut clean of unsound mortar materials, in a square manner to full depth of cut. Furrow -shaped joints will not be acceptable. 3. Complete removal of all deteriorated joints in an area, or building elevation, before repointing. C. Utilize grinders with a specially designed guard system for dust extraction into a dry vacuum system specially designed for repointing or surface grinding. Dust emissions may not exceed a visible haze in or around the work site. D. Remove loose material in joint cavities by use of compressed air or a hose stream of water prior to repointing. 5.05 MORTAR MIXING A. Measure materials for mixing, in accordance with ASTM C270, by volume. Measure by the use of a container of known capacity. Proportions for Portland cement, lime, and aggregate, respectively, are as follows: Type "N" —1:1:6. The strength of the new mortar shall not exceed that of the existing materials. 2. The autoclave expansion of the cementitious portion of the mortar materials, when mixed in proportions required shall not exceed one-half percent (1/2%) when tested according to ASTM C151. 3. The air content of any mortar mixed in proportions required shall not exceed five percent (5%) when tested according to ASTM C231 and/or ASTM C173. B. Mix only such amounts of mortar that will be used within the following time frame, based on ambient temperature. Discard mortar that has reached its initial set or has not been used within that time frame. 1. 80°F or less: Two (2) hours. 2. 80°F or above: One (1) hour. C. In cold weather (40-50°F), heat sand and/or water to maintain mortar temperature of 50°F at point of use. Mortar which falls below this temperature may be retempered with hot water if consistency is not impaired. Water or sand shall, in no case, be heated above 160°F. D. Mix pointing mortar as follows: 1. Mix dry ingredients with enough water to produce a damp mixture of workable consistency which will retain its shape when formed into a ball. 2. Allow mortar to stand in dampened condition for 1 to 1-1/2 hours. 3. Add water to bring mortar to a workable consistency prior to application. Discard mortar that has not been used within thirty (30) minutes; do not re -temper. E. Mix masonry setting mortar as follows: 1. Ensure equipment is clean and free from hardened mortar and other foreign matter. 2. Mechanically mix cementitious materials, powdered coloring admixtures and masonry sand damp. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 0401 00-6 MAINTENANCE OF MASONRY w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 3. Mix using a mechanically -operated mortar mixer for at least three (3) minutes but not more than five (5) minutes. 4. Mortar may be re -tempered with water for consistency and workability within the time frame stated above. 5.06 REPOINTING A. Wet existing mortar joints thoroughly before applying fresh mortar. B. Allow water to soak into the wall. Joints should be visibly wet, but free of surface water, prior to application. C. Pack joints in thin layers with fresh mortar between masonry units until joint is filled. D. While mortar is still resilient, tool surface to create a solid, dense joint; tool to the same profile as other adjoining, existing joints. Uncompacted, furrow shaped joints will not be acceptable. 5.07 MASONRY UNIT REPLACEMENT A. General: Replace masonry units which are chipped, stained, or damaged, or if units do not match adjoining units as intended. a. Consultant shall verify the number of broken or deteriorated brick per masonry panel with the on-site Project Foreman which shall be published in the Job Site Observation Report (JSOR) for that site visit. Contractor shall have 24 -hours to contest the count or the count shall be considered final. Cut new and existing masonry units with a dry, motor -driven saw designed to cut masonry with clean, sharp, unchipped edges. Cut new units as required to fit adjoining work neatly. Use full units without cutting wherever possible. B. Cut out mortar joints surrounding masonry units that are to be removed and replaced. 1. Units to be removed may be broken to facilitate removal, providing surrounding units to remain are not damaged. Exercise care to prevent debris falling into cavity, where applicable. 2. Once the units are removed, carefully chisel out the surrounding mortar. 3. Where deterioration extends to the masonry units of the back-up wall, remove sufficient units from the face wythe to allow for proper replacement of back-up units. Remove dust and debris by brushing, blowing with air or rinsing with water. C. Dampen surfaces of the surrounding masonry units before new units are placed. Allow existing masonry to absorb surface moisture prior to starting installation of the new replacement units. D. Where applicable, install replacement reinforcement between units to match existing. E. Butter contact surfaces of existing masonry and new replacement masonry units with sufficient mortar to fill head joints. Center replacement masonry units in opening and press into position. F. Remove excess mortar with a trowel. Point around replacement masonry units to ensure full bed, head and collar joints. G. Repoint new mortar joints in repair area to comply with requirements for repointing existing masonry, except rake out joints before mortar sets. When mortar becomes "thumbprint hard", proceed with tooling joints. H. Tool joints with a jointing tool to produce a smooth, compacted, concaved joint and as follows: Match existing joint style to produce a consistent, uniform appearance. 2. Hold tooled joint back from unit masonry face where existing unit edges have eroded or weathered to "round" edges or corners. Match existing or modify new joint as required to produce a textural match with existing masonry. 5.08 FIELD QUALITY CONTROL 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF MASONRY 0401 00-7 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; A. Allow Consultant and Owner's representative's use of scaffolding and lift devices as needed to observe progress of work. Notify Consultant in advance when scaffolds and lifts will be relocated. Do not relocate until Consultant has had reasonable time to observe work. 5.09 CLEANING A. Clean all mortar smears, droppings, etc. from wall with dry brush as work proceeds. B. Immediately remove stains, efflorescence, or other excess resulting from the work of this section. C. Clean mortar from the face of masonry no later than end of following work day after the mortar is set: 1. Remove large mortar particles by hand with wooden paddles or nonmetallic scrapers, hoes, or chisels. 2. Test cleaning methods on concealed area prior to applying to the entire area. 3. Use bucket and stiff fiber hand brush cleaning method, with appropriate cleaner (solution of 1/2 cup trisodium phosphate per gallon, or commercial alkaline masonry cleaner), as described in BIA- Technical Note No. 20. 4. Use of acidic -based products for cleaning will not be permitted. D. Exterior masonry cleaning: 1. Use controlled solution of hydrofluoric acid, wetting agents and catalytic inhibitors (Muriatic acid cleaning will not be permitted). 2. Contractor shall pre -wet wall, dilute cleanser and properly rinse wall (400-600 psi) under manufacturer's written directions for the specific application. E. Flush masonry wall with clean, pressurized water after completion of Work. F. Clean all surrounding surfaces to preconstruction condition. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 0401 00-8 MAINTENANCE OF MASONRY w.w.IIIIIICw.w. @U@II "" IIIIIIIIIIIIIIIII. ; SECTION 05 01 30 MAINTENANCE OF STEEL ROOF DECKING 1PART 1 - GENERAL 5.10 SECTION INCLUDES A. Roof deck; repair or replacement of existing, as required. 5.11 REFERENCE STANDARDS A. ASTM International Standards, latest edition unless otherwise stated: 1. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc - Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 3. ASTM B633 - Standard Specification for Electrodeposited Coatings of Zinc on Iron and Steel; B. FM DS 1-28 - Wind Design; 2007. C. FM DS 1-29 - Roof Deck Securement and Above -Deck Roof Components; Factory Mutual System; 2006. D. ICC -ES AC43 - Acceptance Criteria for Steel Deck Roof and Floor Systems; ICC Evaluation Service, Inc.; 2010 (R2013). E. SDI (DM) - Publication No.31, Design Manual for Composite Decks, Form Decks, Roof Decks; Steel Deck Institute; 2007. F. SSPC-Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic"); The Society for Protective Coatings; 2002 (Ed. 2004). 5.12 DELIVERY, STORAGE AND HANDLING A. Cut plastic wrap to encourage ventilation. B. Store deck on dry wood sleepers; slope for positive drainage. 6PART2-PRODUCTS 6.01 MANUFACTURERS A. Steel Deck: 1. Canam Steel Corporation; www.canam-steefioistsews. 2. Cordeck, Inc.: www.cordeck.com. 3. Nucor-Vulcraft Group: www.vulcraft.com. 4. Substitutions: See Section 0160 00 - "Product Requirements". 6.02 STEEL DECK A. All Deck Types: Select and design metal deck in accordance with SDI Design Manual. 1. Maximum Vertical Deflection of Roof Deck: 1/240 of span. B. Roof Deck: Composite type, fluted steel sheet to match existing profile. 1. Galvanized Steel Sheet: ASTM A653/A653M, Structural Steel (SS) Grade 40/275, with G90/Z275 galvanized coating. 2. Profile and thickness to match existing. 3. Span Design: Double. 4. Minimum Metal Thickness, Excluding Finish: 22 gage (0.8 mm). 5. Side Joints: Lapped, mechanically fastened. 6. End Joints:Lapped, mechanically fastened. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF STEEL ROOF DECKING 0501 30-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 6.03 ACCESSORY MATERIALS A. Bearing Plates and Angles: ASTM A36/A36M steel, unfinished. B. Metal closure strips and cover plates, 22 gage (0.8 mm) thick sheet steel; of profile and size as indicated; finished same as deck. C. Mechanical Fasteners: Steel; hex washer head, self -drilling, self -tapping. 1. Design Requirements for Sidelap Connections: Provide number and type of fasteners that comply with the applicable requirements of SDI design method for roof deck applications, ICC -ES AC43, and FM wind uplift resistance. 2. Fasteners for Steel Roof Decks Protected with Waterproofing Membrane: ASTM B633, SC1, Type III zinc electroplate. a. Sheet metal stitching: 10-14 x 7/8 inch, ICH TRAXX/1 with pilot point. b. Steel decking to barjoist: 12-24 x 7/8 inch, ICH TRAXX/4. c. Steel decking to structural steel: 12-24 x 1-1/4 inch, ICH TRAXX/5. d. At interlocking side laps: 10-14 x 7/8 inch, ICH TRAXX/1 with pilot point. 3. Substitutions: See Section 0160 00 - "Product Requirements". D. Rust -inhibitive coating: SSPC-Paint 20, complying with VOC limitations of authorities having jurisdiction: 1. Epoxy Zinc Rich Primer CM18/CM19, by Benjamin Moore and Company, Montvale, NJ. 2. Galvanox, by Carboline Company, St. Louis, MO. 3. Catha-Coat 304 Organic Zinc Rich Epoxy Primer, by Devoe Paints and ICI Devoe Coatings, Cleveland, OH. 4. Kolorane Zinc Rich Primer #9700 or Aquapon Zinc Rich, PPG Architectural Finishes, Pittsburgh, PA. 5. Cold Galvanizing Compound, by Rust-oleum Corporation, Vernon Hills, IL. 6. Zinc Clad 5, Organic, by The Sherwin-Williams Company, Cleveland, OH. 7. MC -Zinc, by Wasser High -Tech Coatings, Kent, WA. 7PART 3 - EXECUTION 7.01 EXAMINATION A. Verify, prior to start of decking removal, the existence and location of deck -supported utilities and accessories including, but not limited to: water and gas lines, fire -sprinkler systems, above and below deck conduit and tubing, and ceiling suspension systems. Coordinate any work that may affect these utilities with the Owner. B. Evaluate deteriorated steel decking: 1. Repair decking that is surface -rusted, with no pinholes through the steel after wire -brushing. 2. Install reinforcing plates over openings 16 inches (400 mm) square or less, or decking deteriorated in excess of the limit specified above. 3. Replace decking sections that: a. Are cut or otherwise damaged; b. Have openings larger than 16 inches (400 mm) square; c. Have multiple openings between support members; d. Are rusted over more than twenty-five percent (25%) of the area between supports; or e. Are deflected or otherwise compromised structurally. 7.02 DECKING REPAIR A. Preparation for repair — rust removal: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 055000-2 METAL FABRICATIONS w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; Remove all loose rust from surface of steel decking by means of wire brushing. Decking shall be cleaned to achieve a surface grade acceptable for specified coating. B. Clean all loose rust particles and dust from surface of decking and apply two (2) coats of rust -inhibitive coating over prepared areas and/or areas of raw metal. C. Deck reattachment: Mechanically attach loose ends of decking to steel support members at 12 inches (300 mm) on center maximum, in field, and at 6 inches (150 mm) on center maximum, in the corners and perimeter as defined in FM DS 1-29. Mechanically attach side laps as specified below. D. Deck reinforcement: 1. Install sheet metal reinforcing plate to cover severely rusted areas or openings. Extend a minimum of 3 inches (75 mm) onto adjacent, sound areas of decking. 2. Ensure that the reinforcing plate sets flat and smooth with top of decking. 3. Mechanically attach all edges of reinforcing plate to steel decking 3 inches (75 mm) on center, including at all corners. 4. Apply two (2) coats of specified primer to cut edges of reinforcing plate. E. Splice plates at changes in deck direction: 1. Where deck changes direction and is cut and butted, install a 12 inch (300 mm) wide sheet metal reinforcing plate centered overjoint. 2. Ensure that the reinforcing plate sets flat and smooth with top of decking. 3. Mechanically attach each edge of reinforcing plate to steel decking 6 inches (150 mm) on center maximum. 4. Apply two (2) coats of specified primer to cut edges of reinforcing plate. 7.03 DECKING REPLACEMENT A. Steel decking removal: Prior to the removal and replacement of the existing steel roof decking, provide a barricade under the work area, within the building, staffed with a watchman. Remove select sections of damaged or deteriorated steel decking. B. Erect new steel deck in accordance with SDI Design Manual and manufacturer's instructions. Align and level. C. On masonry surfaces provide minimum 4 inch (100 mm) bearing. D. On steel supports provide minimum 1-1/2 inch (38 mm) bearing. E. Fasten deck to steel support members at ends and intermediate supports at 12 inches (300 mm) on center maximum, parallel with the deck flute and at each transverse flute using methods specified. F. At mechanically fastened male/female side laps fasten at 24 inches (600 mm) on center maximum. G. Drive mechanical sidelap connectors completely through adjacent lapped sheets; positively engage adjacent sheets with minimum three -thread penetration. H. At deck openings from 6 inches (150 mm) to 18 inches (450 mm) in size, provide 2 x 2 x 1/4 inch (50 x 50 x 6 mm) steel angle reinforcement. Place angles perpendicular to flutes; extend minimum two flutes beyond each side of opening and mechanically attach to deck at each flute. I. At openings between deck and walls, columns, and openings, provide sheet steel closures and angle flashings to close openings. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement MAINTENANCE OF STEEL ROOF DECKING 0501 30-3 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 05 50 00 METAL FABRICATIONS 1 PART 1 —GENERAL 7.04 SECTION INCLUDES A. Shop fabricated steel items. 7.05 RELATED REQUIREMENTS A. Section 09 97 00 — Exterior Paint Finishes: Primer and paint finish. 7.06 REFERENCE STANDARDS A. ASTM A36/A36M - Standard Specification for Carbon Structural Steel; 2012. B. ASTM A283/A283M - Standard Specification for Low and Intermediate Tensile Strength Carbon Steel Plates; 2013. C. AWS D1.1/D1.1M - Structural Welding Code - Steel; American Welding Society; 2010. D. SSPC-SP 2 - Hand Tool Cleaning; Society for Protective Coatings; 1982 (Ed. 2004). 7.07 SUBMITTALS A. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS qualification within the previous 12 months. 7.08 QUALITY ASSURANCE A. Fabricator Qualifications: A qualified steel fabricator that is accredited by the International Accreditation Service (IAS) Fabricator Inspection Program for Structural Steel (AC172). 8PART 2- PRODUCTS 8.01 MATERIALS -STEEL A. Steel Sections: ASTM A36/A36M. B. Plates: ASTM A283. C. Welding Materials: AWS D1.1/D1.1M; type required for materials being welded. 8.02 FABRICATION A. Fit and shop assemble items in largest practical sections, for delivery to site. B. Fabricate items with joints tightly fitted and secured. C. Continuously seal joined members by continuous welds. D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, flush, and hairline. Ease exposed edges to small uniform radius. 8.03 FABRICATED ITEMS A. Pump House Railing and Embeds: Fabricate from steel angles and shapes of size to match existing. Weld adjoining members together to form a single unit matching existing fabrication as closely as possible. 1. Size replacement railing angles to match existing. 2. Prepare fabricated surfaces to be primed in accordance with SSPC-SP2. 3. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. 8.04 FINISHES —STEEL A. Prepare surfaces to be primed in accordance with SSPC-SP2. B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. 8.05 FABRICATION TOLERANCES 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement METAL FABRICATIONS 055000-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; A. Squareness: 1/8 inch (3 mm) maximum difference in diagonal measurements. B. Maximum Offset Between Faces: 1/16 inch (1.5 mm). C. Maximum Misalignment of Adjacent Members: 1/16 inch (1.5 mm). D. Maximum Bow: 1/8 inch (3 mm) in 48 inches (1.2 m). E. Maximum Deviation From Plane: 1/16 inch (1.5 mm) in 48 inches (1.2 m). 9PART 3- EXECUTION 3.01 EXAMINATION A. Verify that field conditions are acceptable and are ready to receive work. 9.02 PREPARATION A. Clean and strip primed steel items to bare metal where site welding is required. B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete or embedded in masonry. 9.03 INSTALLATION - GENERAL A. Install items plumb and level, accurately fitted, free from distortion or defects. B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until completion of erection and installation of permanent attachments. C. Perform field welding in accordance with AWS D1.1/D1.1M. D. Obtain approval prior to site cutting or making adjustments not scheduled. 9.04 TOLERANCES A. Maximum Variation From Plumb: 1/4 inch (6 mm) per story, non -cumulative. B. Maximum Offset From True Alignment: 1/4 inch (6 mm). C. Maximum Out -of -Position: 1/4 inch (6 mm). END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 055000-2 METAL FABRICATIONS w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 06 10 00 ROUGH CARPENTRY 1PART 1 GENERAL 1.01 SECTION INCLUDES D. Roofing nailers. E. Concealed wood blocking, nailers, and supports. 9.05 RELATED REQUIREMENTS A. Section 07 52 16 — Styrene -Butadiene -Styrene Modified Bituminous Roofing. B. Section 07 62 00 — Sheet Metal Flashing and Trim C. Section 07 72 00 — Roof Accessories 9.06 REFERENCE STANDARDS A. ASTM A153/A153M -Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel Hardware; 2009. B. AWPA U1 - Use Category System: User Specification for Treated Wood; American Wood Protection Association; 2010. C. PS 20 -American Softwood Lumber Standard; National Institute of Standards and Technology, Department of Commerce; 2010. 9.07 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. 10PART 2 PRODUCTS 10.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. 10.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Wood blocking, two to four (2-4) inches in nominal thickness: 1. Nominal sizes as indicated on drawings, S4S. 2. Moisture Content: S -dry or MC19. B. Wood cant, diagonally saw -cut from minimum four by four (4x4) dimensional lumber, as indicated on the Construction Drawings: 1. Lumber: S4S, No. 1 or Construction Grade 2. Moisture Content: S -dry or MC19. 10.03 STRUCTURAL GRADE PLASTIC LUMBER A. Mineral -added HDPE plastic wood blocking, nominal thickness as indicated on the Construction Drawings: 1. Lumber shall be manufactured with recycled HDPE and consist of no less than 50% recycled material, both post-industrial and post -consumer mixed with minerals to add strength. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement ROUGH CARPENTRY 061000-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 2. Lumber shall be molded in one piece per specified size. All materials will have UV additives to prevent deterioration of the plastic lumber from exposure to UV light. 3. Finished plastic lumber will not rot, crack or splinter for a minimum of 50 years and shall be resistant to termites, marine borers, salt spray, oil, and fungus. 4. Approved Manufacturers: a. BearBoard by Engineered Plastic Systems, LLC, Elgin, IL. b. Fiberforce by Bedford Technology, LLC., Worthington, MN c. PolyForce by Tangent Technologies, LLC., Aurora , IL 10.04 PLYWOOD A. Interior grade C -D or better, with exterior glue (CDX), conforming to the rating of the American Plywood Association (APA), PS 1 83. 1. Nominal sizes as indicated on drawings. 10.05 FASTENERS AND ANCHORS A. Carpentry to wood substrate: 1. #8, course galvanized, sharp point, dual torque deck screw with square drive bugle head. 2. Length as necessary to penetrate the substrate by a minimum of 1 1/2 inches. B. Carpentry to solid masonry substrate: 1. Tapper, 1/4 -inch diameter, Phillips -head screw, by Powers Fastening, Inc., New Rochelle, NY. Length as necessary to provide a minimum of one (1) inch embedment. 2. Tapcon 1/4 -inch diameter, Phillips -head screw by ITW Buildex, Itasca, IL. Length as necessary to provide a minimum of 1 -inch embedment. C. Carpentry to hollow masonry substrate: 1. Sleeve anchor by Hilti Fastening Systems, Tulsa, OK. Length as necessary to penetrate a minimum of one (1) inch into the interior of the hollow masonry units. 2. Tapper, 1/4 -inch diameter, Phillips -head screw, by Powers Fastening, Inc., New Rochelle, NY. Length as necessary to provide a minimum of one (1) inch embedment. 3. Tapcon, 1/4 -inch diameter, Phillips -head screw by ITW Buildex, Itasca, IL. Length as necessary to provide a minimum of 1 -inch embedment. D. Carpentry to sheet metal substrate: 1. Self drilling sheet metal screws, cadmium plated. 2. Length shall penetrate the substrate by a minimum of one (1) inch. 3. 10-24 wafer -head Plymetal TEKS/3 with wings by ITW Buildex, Itasca, IL. 11 PART 3 EXECUTION 11.01 BLOCKING, NAILERS, AND SUPPORTS A. Provide wood blocking and nailers where indicated on Contract Drawings. B. Securely fasten and stagger all joints. Allowable difference between adjoining units shall be 1/8 -inch. 1. Fasten one (1) and two (2) inch dimensional lumber to deck substrate with screw type fastener, sixteen (16) inches on center, stagger fastening pattern. 2. Fasten one (1) and two (2) inch dimensional lumber courses to one another with three (3) inch polymer coated screw type fastener, sixteen (16) inches on center, stagger fastening pattern. 3. Fasten (1) one and two (2) inch dimensional lumber, within ten (10) feet of corners, with screw type fastener, eight (8) inches on center, stagger fastening pattern. a. Form corner by alternating lapped courses. 11.02 ROOF -RELATED CARPENTRY 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 061000-2 ROUGH CARPENTRY w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. B. Provide wood curb extensions at all existing curbs as required to provide finished flashing height above new roof system surface of ten (10) inches, minimum. C. Provide wood curb at all roof openings except where prefabricated curbs are specified and where specifically indicated otherwise. Form corners by alternating lapping side members. 11.03 PLASTIC CARPENTRY INSTALLTION A. Install in accordance with manufacturer's printed instructions and as follows: 1. Installation shall be made with screw type fasteners only. Installation with nails is not permitted and will be viewed as a violation of these specifications. 2. Space boards as necessary to allow for expansion and contraction. 3. Provide adequate support as appropriate to the application, climate, and modulus of elasticity of the product. 11.04 TOLERANCES A. Framing Members: 1/4 inch (6 mm) from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet (2 mm/m) maximum, and 1/4 inch in 30 feet (7 mm in 10 m) maximum. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement ROUGH CARPENTRY 061000-3 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 07 52 16 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 1PART 1 -GENERAL 11.05 SECTION INCLUDES A. SBS modified bituminous membrane roofing system, including all components specified. B. Disposal of demolition debris construction waste is the responsibility of Contractor. Perform disposal in manner complying with all applicable federal, state, and local regulations. C. Commencement of work by Contractor shall constitute acknowledgement by Contractor that this specification can be satisfactorily executed, under the project conditions and with all necessary prerequisites for warranty acceptance by roofing membrane manufacturer. No modification of the Contract Sum will be made for failure to adequately examine the Contract Documents or the project conditions. 11.06 RELATED REQUIREMENTS A. Section 01 10 00 — Summary of Work B. Section 06 10 00 — Rough Carpentry: Wood nailers associated with roofing and roof insulation. C. Section 07 62 00 — Sheet Metal Flashing and Trim: Formed metal flashing and trim items associated with roofing. D. Section 08 62 00 — Unit Skylights. E. Section 22 40 00 — Storm Water Drainage: temporary roof drains and permanent roof drains 11.07 DEFINITION A. Roofing Terminology: Refer to ASTM D1079 for definition of terms related to roofing work not otherwise defined in the section. B. LTTR: Long Term Thermal Resistance, as defined by CAN -ULC S770. 11.08 REFERENCE STANDARDS A. ASTM C136 -Standard Test Method for Sieve Analysis of Fine and Coarse Aggregates; 2006. B. ASTM C177 - Standard Test Method for Steady -State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded -Hot -Plate Apparatus; 2010. C. ASTM C208 - Standard Specification for Cellulosic Fiber Insulating Board; 2012. D. ASTM C209 - Standard Test Methods for Cellulosic Fiber Insulating Board; 2012. E. ASTM C518 - Standard Test Method for Steady -State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus; 2010. F. ASTM C728 - Standard Specification for Perlite Thermal Insulation Board; 2005 (Reapproved 2010). G. ASTM C1177/C1177M - Standard Specification for Glass Mat Gypsum Substrate for Use as Sheathing; 2008. H. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2013. I. ASTM C1549 - Standard Test Method for Determination of Solar Reflectance Near Ambient Temperature Using a Portable Solar Reflectometer; 2009. J. ASTM D41/D41 M - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing; (2011). K. ASTM D312/D312M - Standard Specification for Asphalt Used in Roofing; (Latest Version). L. ASTM D638 - Standard Test Method for Tensile Properties of Plastics; 2010. M. ASTM D1004 - Standard Test Method for Tear Resistance (Graves Tear) of Plastic Film and Sheeting; 2009. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-1 N. ASTM D1079 - Standard Terminology Relating to Roofing, Waterproofing, and Bituminous Materials; 2013. O. ASTM D1621 - Standard Test Method for Compressive Properties Of Rigid Cellular Plastics; 2010. P. ASTM D1622 - Standard Test Method for Apparent Density of Rigid Cellular Plastics; 2008. Q. ASTM D1668/D1668M - Standard Specification for Glass Fabrics (Woven and Treated) for Roofing and Waterproofing; (2014). R. ASTM D2178/D2178M-15 Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing; (Latest Version). S. ASTM D3273 - Standard Test Method for Resistance to Growth of Mold on the Surface of Interior Coatings in an Environmental Chamber; 2012. T. ASTM D3409-93 - Standard Test Method for Adhesion of Asphalt -Roof Cement to Damp, Wet, or Underwater Surfaces; (2008). U. ASTM D4355 - Standard Test Method for Deterioration of Geotextiles by Exposure to Light, Moisture, and Heat in a Xenon Arc Type Apparatus; 2007. V. ASTM D4491 - Standard Test Methods for Water Permeability of Geotextiles by Permittivity; 1999a (Reapproved 2009). W. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos -Free; (2012). X. ASTM D4601/D4601 M - Standard Specification for Asphalt -Coated Glass Fiber Base Sheet Used in Roofing; 2004 (Reapproved 2012)e1. Y. ASTM D4751 - Standard Test Method for Determining Apparent Opening Size of a Geotextile; 2012. Z. ASTM D6164/D6164M - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Polyester Reinforcements; (2011). AA. ASTM D6878/D6878M - Standard Specification for Thermoplastic Polyolefin Based Sheet Roofing; 2011 a. BB. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2013a. CC. ASTM E136 - Standard Test Method for Behavior of Materials in a Vertical Tube Furnace At 750 Degrees C; 2012. DD. CAN -ULC -S770 - Standard Test Method Determination of L -Term Thermal Resistance Of Closed -Cell Thermal Insulating Foams; 2009. EE. PS 20 - American Softwood Lumber Standard; 2010. 11.09 ADMINISTRATIVE REQUIREMENTS A. Coordinate with installation of associated architectural sheet metal flashings, through wall scuppers, sheet metal wall panel system, remedial repairs to built-up roof system base flashing repairs, remedial downspout repairs, and electric heat cable installation installed by other sections as the Work of this section proceeds. B. Coordinate with building addition and remedial masonry repairs installed by Owner under separate contract. C. Pre -Installation Conference: Before start of roofing work, Contractor shall hold a meeting to discuss the proper installation of materials in accordance with Section 0130 00— "Administrative Requirements". 1. Require attendance with all parties directly influencing the quality of roofing work or affected by the performance of roofing work. 11.10 SUBMITTALS A. See Section 0130 00—Administrative Requirements, for submittal procedures. B. Shop Drawings: Provide: For tapered insulation, provide project -specific layout and dimensions for each board. C. Executed Warranty. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-2 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w w ngIIVICw w @U@�I "" IIVIIVIIw lw lw 1. ; 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-3 11.11 QUALITY ASSURANCE A. Installer Qualifications: Roofing installer shall have the following: 1. Current approval, license, or authorization as applicator by the manufacturer. 2. Fully staffed office within 100 miles of the job site. 3. At least five years' experience in installing specified system. 4. Capability to provide payment and performance bond to building owner. 5. Capability to provide a payment performance bond. B. Comply with the published recommendations and instructions of the roofing membrane manufacturer. C. In the event the Contractor wishes to make improvements in materials or techniques, or is required to make improvements by the material manufacturer in order to obtain warranty(s), the Contractor shall make written request to the Consultant for acceptance stating in full the nature of the proposed changes and stating that the changes, if accepted, will be accomplished at no increase in cost. D. Advise Consultant of any discrepancies prior to commencement of Work. E. Commencement of work by Contractor shall constitute acknowledgement by Contractor that this specification can be satisfactorily executed, under the project conditions and with all necessary prerequisites for warranty acceptance by roofing membrane manufacturer. No modification of the Contract Sum will be made for failure to adequately examine the Contract Documents or the project conditions. F. Contractor shall maintain at least one (1) copy of the following at the project site throughout construction: 1. Specifications, drawings, addenda, value enhancement, change order and all approved submittals. 2. Material Safety Data Sheets (MSDS) manual for all materials used on this project. G. Broom base sheet plies into place. Failure to broom plies during installation will be viewed as a violation of these specifications. H. All plies are to be hand -mopped unless "mini-mopper" hot -dispensers are used. The use of a felt layer to string felts and dispense asphalt materials at the same time is unacceptable and will be viewed as a violation of these specifications. I. Take care to avoid contamination of the new membrane with debris. Do not use completed areas for storage of materials and equipment. 1. Discovery of entrapped aggregate within the roof membrane plies is sufficient cause for its rejection. J. Perform Work in a sequential manner to avoid construction traffic over completed areas as installation progresses. 11.12 DELIVERY, STORAGE, AND HANDLING A. Make no deliveries to the project site until ready to install or approved storage is provided. The Owner will not accept delivery nor will the Owner be responsible for any materials or equipment stored on the premises. B. Deliver materials in the manufacturer's original, unopened containers and rolls with labels intact and legible. C. Deliver materials in sufficient quantity to allow continuity of work. D. Materials used on the job must be stored in such a manner as not to create a nuisance or hazard. E. Store materials on clean, raised platforms, with breathable, weather protective covering when stored outdoors. Provide continuous protection from materials against weathering and moisture absorption. F. Factory applied "shrink-wrapping" is not considered to be an acceptable weather protective covering. Store rolled goods on end; do not double stack rolls. Improper storage practices will be grounds for rejection of questionable materials. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-4 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; G. Store primers, coatings, sealants and similar materials between 60 degrees and 80 degrees Fahrenheit. H. DO NOT store materials in a manner which will overload any portion of the building. I. Handle all materials in a manner which will not damage the material. All damaged materials shall be removed from project site. 11.13 FIELD CONDITIONS A. Apply roofing in dry weather. All roofing materials installed during rain shall be removed and replaced with dry materials at Contractor's expense. B. DO NOT apply roofing unless authorized by the Building Envelope Consultant when the working hour's ambient temperature is below 32 degrees Fahrenheit. Under no circumstances will any seaming, flashing or adhesive activities be allowed when the ambient temperature is below 20 degrees Fahrenheit, or the wind chill factor is below 0 degrees Fahrenheit. C. Existing materials designated to remain, which are damaged or defaced as a result of the work shall be replaced at Contractor's expense to like new condition. D. Reinstall all rooftop mounted equipment in a watertight manner and repair any damage to sheet metal or other components related to connection and protection of the roof system. E. Prevent materials from entering and clogging roof drains and conductors. Remove roof drain plugs when no work is taking place or when rain is forecast. F. Protection of surfaces: 1. Take every precaution to prevent water leakage, bitumen drippage, debris falling into the building interior, or other such occurrences. Contractor is responsible for any damage to the building interior, or contents, during construction. 2. Provide special protection or avoid heavy traffic on completed work. Temporary walkways and work platforms shall be provided as necessary. 3. Wall surfaces shall be protected with tarpaulins or other suitable cover to prevent damage, staining or discoloration that might result from operations such as removal, disposal, replacement or removing of equipment or materials to the roof surface. Windows, doorways, docks, walkways, etc. may require special protection measures. G. Disposal of materials: All materials to be disposed of shall be loaded directly into trucks by means that will prevent damage to existing or new surfaces and to control pollution. Free -fall of debris from heights over 15' will not be allowed. Contractor is responsible for any charges, such as landfill fees, incurred for disposal of materials. 11.14 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Comply with all warranty procedures required by manufacturer, including notifications, scheduling, and inspections. C. Warranty: After project completion and acceptance, provide the roof manufacturer's limited warranty covering membrane and other indicated components of the system, for the term indicated. Limit of Liability: No dollar limitation. Scope of Coverage: Repair leaks in the roofing system caused by: a. Ordinary wear and tear of the elements. Unintentional damage due to normal rooftop inspections, maintenance, or service. c. Manufacturing defect in branded materials. d. Defective workmanship used to install these materials. e. Damage due to winds up to 72 mph (116 km/h). f. Hail up to 2 inches (50 mm) in diameter. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-5 3. Not Covered: g. Damage due to winds in excess of 72 mph (116 km/h). h. Damage due hurricanes or tornadoes. i. Intentional damage. 4. Warranty period shall be twenty (20) years from the date of completion. D. Contractors Warranty: After project completion and acceptance, provide the installing Contractor's two (2) year limited labor and material warranty covering roof membrane system. 12PART 2 - PRODUCTS 12.01 MANUFACTURERS A. Acceptable Manufacturers: 1. BiTec Bitumen Technology, Morrilton, AK: www.bi-tec.com 2. GAF Building Materials Corporation, Wayne, NJ: ww afecom 3. Johns -Manville Corporation, Denver, CO: wwweimecom 4. Soprema Roofing and Waterproofing, Inc., Wadsworth, OH: www.soorema.us B. Roofing systems by other manufacturers are not acceptable. C. Manufacturer of Insulation and Cover Boards: Same manufacturer as roof membrane. D. Substitutions: - See Section 01 60 00 — Product Requirements 1. Submit evidence that the proposed substitution complies with the specified requirements. 12.02 ROOF DECK SHEATHING A. Cementitious-Based Sheathing: Non-combustible, lightweight moisture and mold resistant cement board manufactured of Portland cement, lightweight aggregate and glass mesh, complying with ASTM C1325 and D3273, and with the following additional characteristics: 1. Size: 48 inches (1220 mm) by 96 inches (2440 mm), nominal. a. Exception: Board to be attached using adhesive or asphalt may be no larger than 48 inches (1220 mm) by 48 inches (1220 mm), nominal. 2. DEXcell Cement Roof Boards by National Gypsum Company, Charlotte, NC: www.nafional�y�sumecom 2. Durock cement board by US Gypsum Corporation, Chicago, IL: www.usg.com 3. Thickness: 5/8 inch. 12.03 VAPOR RETARDER MATERIALS A. Mopping Asphalt Adhesive: Type IV (4) Special Steep asphalt conforming to ASTM D312(84). B. Base Ply: 1. Asphalt Felt: Asphalt impregnated, glass fiber mat reinforced roofing sheet, complying with ASTM D2178, Type IV or VI. C. Secondary Ply: 1. Base Sheet: High-performance, asphalt coated, fiberglass reinforced, roofing base sheet complying with ASTM D4601 Type II. D. Miscellaneous mastics and accessories: 1. Asbestos -free asphalt mastic: conforming to ASTM D4586, Type I. 2. Neoprene Cement: a. Ace Hardware BlackJack #1010 Super Flash -Neoprene Cement, by Gardner -Gibson, Tampa, FL. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-6 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; b. APOC #501 Super -Flash Neoprene Thermoplastic Sealant, by Gardner Asphalt Corporation, Tampa, F1. c. 229 AR Elastomeric, by Karnak Midwest, Broadview, IL. d. Lucas #100 Neoprene Roof Cement, by RM Lucas Corporation, Chicago, IL 3. Reinforcing mesh: asphalt -coated woven glass fabric conforming to ASTM D1668(86), Type I & 11. 4. Asphalt primer: conforming to ASTM D41(85). 12.04 ROOF INSULATION AND COVER BOARDS A. Polyisocyanurate Board Insulation: Closed cell polyisocyanurate foam with black glass reinforced mat laminated to faces, complying with ASTM C1289 Type 11, Class 1. 1. Flat Stock Materials: a. Size: 48 inches (1220 mm) by 48 inches (1220 mm), nominal. b. Thickness(es): 1) Base Course: 1.8 inches. 2) Intermediate Course: 2.0 inches. 2. Tapered insulation System: a. Starting thickness: 1.5 -inches b. Rate(s) of taper: 1/4 inch per lineal foot. 3. Tapered drain sumps: a. Factory pre -mitered valley insulation boards ("X" Panels). 1) Rate of taper: 1/4 inch per lineal foot. 2) Thickness: 1/2 inch to 1.5 inches in 4'-0" wide board. 4. Tapered crickets behind projections. a. Factory pre -mitered valley insulation boards. b. Starting thickness: 1/2 inch. c. Rate of taper: Double the rate of the field insulation course or the structural roof deck slope. d. Edge strip: 0 to 1/2 inch in six inch width (install along toe). B. High Density Wood Fiber Cover Board: Cellulosic fiber insulating board complying with ASTM C208 Grade 2, surfaced with non -asphaltic coating to reduce asphalt absorption, and with the following additional characteristics: 1. Size: 48 inches (1220 mm) by 48 inches (1220 mm), nominal. 2. Thickness: 1/2 inch (12 mm). 12.05 FASTENERS A. Cementitious cement board sheathing to steel roof decks: 1. #12 minimum diameter, FM approved, corrosion resistant screw and three (3) inch stress plate. 2. Screw length: One and five-eighths (1-5/8) inches; shall engage the roof deck (top flutes only). 12.06 INSULATION ADHESIVE MATERIALS A. Asphalt primer conforming to ASTM D41(85): B. Insulation adhered to substrate and/or base course(s) of insulation. Contractor may utilize one of the following: 1. Insulation adhered to substrate and/or base course(s) of insulation: Type IV Special Steep asphalt, conforming to ASTM D312(84). 2. Single -part polyurethane foam insulation adhesive applied with ribbons 6 -inch O.C.: a. I.S.O. Fix Adhesive by Firestone Building Products Company, Carmel, IN. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-7 b. Insta-Stik Professional Roofing Adhesive by Dow Chemical Co., Marietta, GA 3. Dual -part polyurethane foam insulation adhesive applied with ribbons 6 -inch O.C.: a. Fast 100 by Carlisle Syntec, Inc., Carlisle, PA. b. I.S.O. Stick, I.S.O. Twin Pack, I.S.O. Spray S, I.S.O. Fix II by Firestone Building Products Company, Carmel, IN. c. OlyBond by Olympic Manufacturing Group, Inc., Agawam, MA. d. Weather-Tite One Step Foamable Adhesive by Millennium Adhesive Products, Chagrin Falls, OH. 12.07 ACCESORY SUBSTRATE PRODUCTS A. Cant Strips and Tapered Edge Strips: 45 degree face slope and minimum 5 inch (127 mm) face dimension; provide at all angle changes between vertical and horizontal planes that exceed 45 degrees. 1. Type: Wood fiber, complying with ASTM C208. 2. Install using hot asphalt (Type IV) or roofing mastic. B. Spray Filler Foam: 1. Two -component, quick -cure polyurethane foam, yielding a minimum density of 1.75/ lbs/cf: a. Froth -Pak Foam Sealant by Dow Chemical Company, Midland, MI.: www.dowbuildingsolufions.com b. Touch `n Foam/Seal 1.75 PCF FR Standard by Convenience Products, Fenton, MO: www.touch-n-seal.com 12.08 ASPHALT BASE ROOFING MATERIALS A. Mopping Asphalt: ASTM D312 Type IV (4) Special Steep. B. Ply Sheets: two (2) plies of asphalt impregnated, glass fiber mat reinforced roofing sheet, complying with ASTM D2178, Type VI, formulated for hot asphalt and cold adhesive application to substrate and subsequent plies, with the following additional characteristics: 1. Approved for use in Factory Mutual tested assemblies. 2. Complying with criteria for UL G-2 base sheet. 3. Sheet Width: 3.3 feet (1 m), nominal. 4. Acceptable Products: a. Beta VI Ply Sheet, by BiTec Bitumen Technology b. Firestone Type VI, by Firestone Building Products Company c. Flex Ply 6, by GAF Building Materials Corporation d. GlasPly Premier, by Johns -Manville Corporation e. Sopra VI, by Soprema Roofing and Waterproofing, Inc. C. Base Flashing Sheet: Same materials as Ply Sheet - One (1) ply application. 1. Sheet length: Provide the longest possible sheets not to exceed 10 lineal feet to minimize field seaming. 12.09 SBS MODIFIED BITUMEN MATERIALS A. Cap Sheet: Granule surfaced SBS polymer -modified bitumen sheet, reinforced with non -woven polyester fabric, complying with ASTM D6164, Type II, Grade G, with the following additional characteristics: 1. Formulated for hot asphalt and cold adhesive application. 2. Reinforcing Fabric: minimum 250 gram/m2 with continuous fiberglass strands in machine direction. 3. Granule color: Black 4. Sheet Width: 3.3 feet (1 m), nominal. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-8 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 5. Acceptable Products a. SPM -4H-250, by BiTec Bitumen Technology b. SBS Premium, by Firestone Building Products Company c. Ruberoid Mop Plus, by GAF Building Materials Corporation d. DynaLastic 250, by Johns -Manville Corporation e. Sopralene 250, by Soprema Roofing and Waterproofing, Inc. B. Flashings: Same materials and configuration as roofing membrane. C. Roof Protection Pads: Additional ply of granule surfaced SBS polymer -modified cap sheet, applied in same manner as cap sheet. 12.10 ACCESSORY MATERIALS A. Low area fill material: 1. RoofSlope acrylic modified cementitious sloping material, 50# bag, by Pli-Dek Systems, Inc., Murrieta, CA. 2. Roofing granules: 3M #11 Grade, ceramically-colored minerals, by 3M, Specified Construction Products Department, St. Paul, MN. B. Miscellaneous mastics, sealants and accessories: 1. Neoprene Cement (for use around sheet metal penetration flashings): a. Ace Hardware BlackJack #1010 Super Flash -Neoprene Cement, by Gardner -Gibson, Tampa, FL. b. APOC #501 Super -Flash Neoprene Thermoplastic Sealant, by Gardner Asphalt Corporation, Tampa, F1. c. 229 AR Elastomeric, by Karnak Midwest, Broadview, IL. d. Lucas #100 Neoprene Roof Cement, by RM Lucas Corporation, Chicago, IL e. Asbestos -free asphalt mastic conforming to ASTM D4586, Type I. 2. Elastomeric mastic: Neoprene or SBS rubber modified, caulking grade asphalt mastic conforming to ASTM D4586, Type I and ASTM D3409. 3. Reinforcing mesh: asphalt -coated woven glass fabric conforming to ASTM D1668(86), Type I & 11. 4. Asphalt primer conforming to ASTM D41(85). C. Roof system surfacing: 1. Non -asbestos, rubberized asphalt aluminum roof coating: a. HE869 Elastomeric Roof Coating, by Henry Company, EI Segundo, CA. b. #298 Alumin-R, by Karnak Midwest, Broadview, IL. c. #637 Elastomeric Roof Coating, by RM Lucas Corporation, Chicago, IL. 13PART 3 - INSTALLATION 13.01 GENERAL A. Install roofing, insulation, flashings, and accessories in accordance with roofing manufacturer's published instructions and recommendations for the specified roofing system. Where manufacturer provides no instructions or recommendations, follow good roofing practices and industry standards. Comply with federal, state, and local regulations. B. Obtain all relevant instructions and maintain copies at project site for duration of installation period. C. Do not start work until Pre -Installation Notice has been submitted to manufacturer as notification that this project requires a manufacturer's warranty. D. Perform work using competent and properly equipped personnel. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-9 E. Temporary closures, which ensure that moisture does not damage any completed section of the new roofing system, are the responsibility of the applicator. Completion of flashings, terminations, and temporary closures shall be completed as required to provide a watertight condition. F. Install roofing membrane only when surfaces are clean, dry, smooth and free of snow or ice; do not apply roofing membrane during inclement weather or when ambient conditions will not allow proper application; consult manufacturer for recommended procedures during cold weather. Do not work with sealants and adhesives when material temperature is outside the range of 60 to 80 degrees F. G. Protect adjacent construction, property, vehicles, and persons from damage related to roofing work; repair or restore damage caused by roofing work. 1. Protect from spills and overspray from bitumen, adhesives, sealants and coatings. 2. Particularly protect metal, glass, plastic, and painted surfaces from bitumen, adhesives, and sealants within the range of wind-borne overspray. 3. Protect finished areas of the roofing system from roofing related work traffic and traffic by other trades. H. Until ready for use, keep materials in their original containers as labeled by the manufacturer. I. Consult membrane manufacturer's instructions, container labels, and Material Safety Data Sheets (MSDS) for specific safety instructions. Keep all adhesives, sealants, primers and cleaning materials away from all sources of ignition. 13.02 EXAMINATION A. Examine roof deck to determine that it is sufficiently rigid to support installers and their mechanical equipment and that deflection will not strain or rupture roof components or deform deck. B. Verify that surfaces and site conditions are ready to receive work. Correct defects in the substrate before commencing with roofing work. C. Examine roof substrate to verify that it is properly sloped to drains. D. Verify that the specifications and drawing details are workable and not in conflict with the roofing manufacturer's recommendations and instructions; start of work constitutes acceptable of project conditions and requirements. E. Verify that wood nailers have been properly installed. 13.03 PREPARATION A. Remove all of the existing roof system down to the roof deck including all existing composition base flashings. Dispose of all materials properly. At penetrations, remove all existing flashings, including lead, asphalt, mastic, etc. 2. At walls, curbs, and other vertical and sloped surfaces, remove loose and unsecured flashings; remove mineral surfaced and coated flashings; remove excessive asphalt to provide a smooth, sound surface for new flashings. B. Take appropriate measures to ensure that fumes from adhesive solvents are not drawn into the building through air intakes. C. Prior to proceeding, prepare roof surface so that it is clean, dry, and smooth, and free of sharp edges, fins, roughened surfaces, loose or foreign materials, oil, grease and other materials that may damage the membrane. D. Fill all surface voids in the immediate substrate that are greater than 1/4 inch wide with fill material acceptable insulation to membrane manufacturer. E. Seal, grout, or tape deck joints, where needed, to prevent bitumen seepage into building. F. Wood Nailers: Provide wood nailers at all perimeters and other locations where indicated on the drawings, of total height matching the total thickness of insulation being used. 1. Install with 1/8 inch gap between each length and at each change of direction. 2. Mechanically fasten to deck to resist force of 200 Ibf per linear foot. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-10 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 13.04 ASPHALT APPLICATION - GENERAL A. Application Directly to Concrete Deck: Do not install unless deck is sufficiently dry; test deck for dryness in accordance with roofing manufacturer's instructions. B. Apply by "Mini-mopper" machine or hand mopping. Follow all industry and manufacturer requirements for heating, storage and handling of asphalt. Do not apply asphalt or ply sheets if asphalt temperature is above or below that recommended. C. During installation of the membrane, keep mop full with proper amounts of asphalt; do not scrub with the mop when applying the asphalt. D. Extend hot asphalt application not more than 5 to 10 feet beyond roll currently being installation and no more than 48 inches inches when the temperature is below 50 degrees F. E. Keep roof top traffic to a minimum on newly applied membrane and for a period after in order to minimize damage and bitumen displacement. Set rolls from the "cold" side of the roof. F. Roll the roofing membrane into the hot bitumen with positive pressure to assure firm and uniform attachment to the asphalt without creating any voids or wrinkles. 13.05 DECK SHEATHING INSTALLATION A. Install 48" by 96" substrate sheathing with the long dimension of the sheathing perpendicular to steel deck flutes. Abut ends of the boards centered over top flanges of decking. Offset board joints by not less than one-third (1/3) of board length; one-half board offset is preferred. B. Mechanically fasten sheathing to metal deck with screws and plates so plates bear tightly against face of sheathing boards but do not cut into facing in accordance with the pattern shown in the Construction Drawings. 1. Gaps in excess of 1/4 inch will not be acceptable. At gaps larger than 1/4 inch cut back and fill with new sheathing material no smaller than eighteen (18) inches in either dimension. Do not jam or deform boards. Broken corners shall be cut-out and replaced. 4. Variations in elevation in excess of 1/8 inch between boards will not be acceptable. 13.06 VAPOR RETARDER (Hot Applied) A. General Workmanship: 3. Install membrane plies perpendicular to the slope of the roof, beginning at the lowest elevation of the roof. All felts shall be laid in shingle fashion, placed to ensure that water will flow over or parallel to, but never against, exposed felt edges. 1. Install membrane plies in a uniform and continuous mopping of hot asphalt at the rate of 30 pounds per 100 square feet. Ply shall never touch ply, even at roof edges, laps, tapered edge strips or cants. 2. Repair fishmouths, blisters, wrinkles, voids, ridges and other anomalies. Cut out defects and install a two-ply patch in hot asphalt over the affected area. 3. Lap ply ends four (4) inches. Stagger ply end laps three (3) feet minimum. 4. Remove temporary tie ins and water cut off materials before proceeding with contiguous work. Overlap previous day's work by twelve (12) inches, minimum. B. Vapor Barrier Membrane Installation: 1. If applicable, allow asphalt primer to dry to the touch before proceeding with installation of substrate membrane plies. 2. Starting at the lowest point of the roof deck, the first ply of fiberglass felt shall be thirty-six (36) inches wide, laid perpendicular to the slope of the roof deck. 3. Continue placing additional full -width (36") plies of fiberglass felt thirty-four (34) inches from, and parallel to, the low edge of the preceding ply until the edge of the roof area is reached. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-11 4. Starting again at the lowest point of the roof deck, the second ply of fiberglass base sheet shall be eighteen (18) inches wide, laid perpendicular to the slope of the roof deck to offset underlying laps. 5. Continue placing additional full -width (36") plies of base sheet thirty-four (34) inches from, and parallel to, the low edge of the preceding ply until the edge of the roof area is reached. 6. Finish the base sheet application of the substrate membrane at the opposite edge of the roof area; the last ply of fiberglass base sheet shall be eighteen (18) inches wide, laid parallel to the preceding ply of the roof area to complete the two-ply application. 7. Trim substrate membrane plies on the deck surface flush with the vertical substrate at wall and projection bases. 8. Apply 90 -degree perimeter tie-in with application of asphalt and cotton fabric to finish seal at wall and projection bases. Apply a uniform and continuous glaze coat of hot asphalt at the rate of 20 pounds per 100 square feet. 9. Fit plies up to roof drain piping and tape with three -course application of asphalt mastic and reinforcing mesh to finish seal. 10. Seal all projections with a three -course application of mastic and reinforcing mesh. a. Ensure that all penetrations and edge conditions are sealed to prevent moisture and air drive into the roofing system. 11. Do not glaze coat exposed substrate membrane plies in the field of the roof. 12. At end of each working day, place water stops along edges, at substrate level, to prevent water entry into the newly -completed substrate membrane. 13.07 LOW AREA REMEDIATION A. Install as directed by the Consultant, prior to installation of insulation substrate. Provide submission of Unit Price Work of this Article in accordance with Section 0120 00 — "Price and Payment Procedures" a. Application of one 50 pound bag and the necessary granules shall be considered one "Unit" B. Water test areas to determine low areas. C. Outline the perimeter of the ponded water with permanent marking paint to demarcate the area. Sweep area to remove standing water if necessary. 1. Review length of perimeter demarcation and depth measurement with Consultant prior to application of low area fill materials. D. Install acrylic modified cementitious material slurry: Mechanically mix material with low -speed drill and paddle in accordance with the manufacturer's recommendations. 2. Apply cementitious slurry and allow to self -level within the low area. 3. Screed if necessary and trowel to provide a smooth, uniform and even surface. E. Broadcast granules into the surface of the slurry until refusal. This action is not optional as granules are required for the curing process. F. Allow adhesive slurry to cure a minimum of 24 -hours before application of membrane cap sheet. 13.08 INSULATION AND COVER BOARD INSTALLATION A. Comply with bitumen handling requirements as described in Section 0160 00— "Product Requirements". B. Install insulation boards in booked fashion (4 corners touching), or in accordance with the approved shop drawings (tapered insulation system): 1. Begin base application with full boards; install subsequent insulation layers trimmed in a manner that board joints offset twenty-four (24) inches from underlying board joints creating a leading stepped edge. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-12 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; a. Where boards are cut around projections a minimum of eighteen (18) inches is acceptable provided the pattern is resumed after incorporating the projection. Example: a. Base 48" by 96" boards would be overlaid with a trimmed 24" by 24" board at the starting corner and a 24" by 48" board placed along the starting edge to produce a twenty-four (24) inch wide stepped leading edge on two sides. b. Additional trimmed 24" by 48" boards are then placed along the adjacent edge to continue the offset in two directions. c. Remaining boards are placed full size in the field. C. Install insulation boards firmly butted to each other and to adjacent materials: Gaps in excess of 1/4 inch will not be acceptable. At gaps larger than 1/4 inch either: a. Cut back and fill with insulation material no smaller than eighteen (18) inches in either dimension. b. Apply spray filler foam materials within gaps to provide a solid transition between boards. Do not jam or deform boards. 3. Variations in elevation in excess of 1/8 inch between boards will not be acceptable. D. Tapered crickets at projections: Over the completed base course of insulation, prior to installation of the top course of insulation or the roof system, install factory pre-cut (mitered) valley boards to create crickets on the upslope side of all curbed penetrations greater than twelve (12) inches in width. Start cricket valley line twelve (12) inches out from side of curb to avoid roof flashings. 3. Install a six (6) inch wide, 0"-1/2" thickness, tapered fiberboard edge strip along the edge of the saddle to provide a smooth transition for the top course of insulation. 13.09 INSULATION ATTACHMENT A. Cementitious board sheathing fastened to steel roof decks: 1. Fasten the specified rigid roof insulation to the prepared deck. 2. Fastening pattern and density shall be in accordance with the layout pattern as shown in the Construction Drawings. Verify pattern with selected roof system manufacturer's approvals. 3. Add additional fasteners at perimeters and corners to comply with Factory Mutual wind uplift requirements. 4. Install additional fasteners, as necessary, to ensure that all insulation boards are firmly attached and provide a smooth, even substrate for subsequent materials. 5. Drive fasteners tight to top surface of insulation boards; take care not to deform the stress plates by overdriving. B. Insulation adhered to substrate or to base course(s) of insulation in hot asphalt: 1. Adhere the insulation boards to the prepared substrate or installed base course(s) of insulation, in a solid mopping of hot asphalt, at the rate of 30 lbs. per 100 square feet. a. "Solid mopping of hot asphalt" for purposes of insulation adhesion shall be defined as minimum thirty (30) pounds per square over 95% of the board's surface area. Less than 95% coverage at the minimum weight will be grounds for rejection of the work. 2. Set all boards into position while asphalt is still hot. a. STEP - DO NOT SLIDE - each unit of insulation into place. b. Lay insulation boards with edges in moderate contact without forcing. Cut insulation to fit neatly to perimeters of roof areas and around penetrations and projections. 4. Filler pieces shall be cut to fit prior to adhering; remove cut pieces and embed in a solid mopping of hot asphalt. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-13 5. "Walk-in" all insulation boards into place until the asphalt cools to ensure complete adhesion to the substrate. 3. Install fiber cants and tapered edge strips in full moppings of hot asphalt where detailed, manufacturer requirement, or for positive slope. C. Insulation adhered in polyurethane foam adhesive: 1. Adhere the insulation boards to the prepared substrate or installed base course(s) of insulation in continuous ribbons of foam adhesive: 2. Apply parallel ribbons of adhesive spaced approximately six (6) inches apart. 3. Serpentine applications will NOT be accepted. 4. The first ribbon should be placed a maximum of three (3) inches from the edge of the insulation board. 5. Battery powered adhesive dispensers, if used, must have the last ribbon applied by hand adjacent to the dispenser ribbons to provide continuous six (6) inch spacing. 6. Set all boards into position a maximum of five (5) minutes after application of adhesive. 7. Filler pieces shall be cut to fit prior to adhering; remove pieces and embed in ribbons of foam adhesive spaced a maximum of six (6) inches apart. 8. "Walk-in" all insulation boards into place while adhesive sets (approximately ten (10) minutes) to ensure complete adhesion to the substrate. D. Insulation adhered in urethane -based cold adhesive: 1. Adhere the insulation boards to the prepared substrate or installed base course(s) of insulation in continuous beads of liquid adhesive: 2. Apply beads of adhesive, spaced approximately six (6) inches apart. 3. The first ribbon should be placed a maximum of three (3) inches from the edge of the insulation board. 4. Battery powered adhesive dispensers, if used, must have the last ribbon applied by hand adjacent to the dispenser ribbons to provide continuous six (6) inch spacing. 5. Set all boards into position a maximum of five (5) minutes after application of adhesive. 6. Filler pieces shall be cut to fit prior to adhering; remove pieces and embed into wet adhesive. 7. Walk all insulation boards into place while adhesive is wet to ensure complete adhesion to the substrate. E. Insulation adhered in asphalt -based cold adhesive: Adhere the insulation boards to the prepared substrate or installed base course(s) of insulation in a uniform and continuous application of adhesive applied at the rate of 2 to 2-1/2 gallons per 100 square feet. 2. Set all boards into position a maximum of ten (10) minutes after application of adhesive. 3. Filler pieces shall be cut to fit prior to adhering; remove pieces and embed in a continuous application of adhesive. 4. Walk all insulation boards into place while adhesive is wet to ensure complete adhesion to the substrate. 13.10 INSTALLATION OF BUILT-UP ASPHALT BASE FOR MODIFIED BITUMEN SHEET A. Starting at the low point, lay each ply so that flow of water is over or parallel to, never against, the lap. 1. Two -Ply Assembly: Install starter sheet of 18 inches (460 mm) width; install subsequent sheets full width with minimum 18-1/2 inches (470 mm) side overlap. 2. End Laps: Install all sheets with minimum 2 inch (50 mm) end laps. 3. Maintain minimum 12 inches (305 mm) stagger between end laps in adjacent layers. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-14 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; B. Embed the full width of plies in full mopping of asphalt applied to the substrate at rate recommended by roofing manufacturer; a minor flow of hot asphalt should be seen coming from the side laps. C. Extend membrane up cant strips a minimum of 4 inches onto vertical surfaces. D. Keep sheets free of wrinkles, buckles and fishmouths; "broom in" promptly to eliminate voids and obtain proper embedment. E. Seal seams and ends to insure watertightness. Seal membrane around roof penetrations. F. Install the base flashing ply: Install the fiberglass felt base flashing ply to all perimeters and projections. 2. Embed the base flashing ply in full mopping of asphalt applied to the substrate. Immediately, while the asphalt is hot, firmly embed the fiberglass felt. a. Glove felt into place to eliminate all voids, wrinkles, and fishmouths. 3. Extend felt from the flashing termination point to a minimum of six (6) inches, from the base of the cant, onto the roof surface. G. Install integral sheet metal flashing components and stripping in accordance with the Construction Details: All sheet metal surfaces shall be smooth, dry and free of debris and obstructions. Prior to installing sheet metal flashings: a. Prime top and bottom of sheet metal surfaces to be striped into the membrane system with asphalt primer. Apply primer at the rate of 1/2 -gallon per 100 square feet; adjust depending upon material porosity. b. Allow asphalt primer to dry to the touch before proceeding with installation of membrane - stripping plies. Install the sheet metal flashing: a. Apply a uniform bed of asphalt mastic to the membrane substrate. b. Firmly embed the sheet metal into the asphalt mastic. c. Install membrane -stripping plies from the flashing termination point to a minimum of six (6) inches onto the roof surface. H. Install waterproof cut-off to membrane at end of day's operation. Remove cut-off before resuming roofing. I. Complete entire membrane assembly without undue delay. 1. Exception: The cap sheet may be installed not more than 14 days after installation of the interply base sheet. j. Before resuming installation, be sure the surface of the last sheet is clean and dry; broomed and cleaned sufficiently using the necessary equipment. k. Remove materials that show evidence of water intrusion and replace with like material. I. Cover materials that have been damaged with additional layers of ply sheets installed over them equal in quantity to those originally installed. m. Prime the surface using asphalt primer at rate recommended by roofing manufacturer. 13.11 MODIFIED BITUMEN INSTALLATION WITH HOT ASPHALT A. In air temperature below 50 degrees F (10 degrees C), unroll sheets and allow to relax; flatten with broom if necessary to eliminate voids and obtain proper embedment. B. Start at the low point with a full width sheet; embed sheets in full mopping of asphalt: 1. Take care to avoid contaminating the selvedge of the field sheets with asphalt so that the laps can be hot-air welded properly. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-15 2. Apply top pressure to ensure that the installed cap sheet lays flat and is completely adhered in the mopping asphalt, without voids or ridges. Apply sufficient pressure along lap to ensure that asphalt mopping is continuous up to, but not over, selvedge of underlying sheet. 3. Do not apply excess pressure that could displace mopping asphalt and create voids under sheet. C. Maintain one-half sheet stagger between first and second layer; install with minimum 3 inch (75 mm) side laps and 6 inch (150 mm) end laps; keep sheets free of wrinkles, buckles and fish mouths. D. Hot-air weld all membrane laps: 1. Use a robotic hot air welder on edge lap seams specifically designed for use with modified bitumen membranes (Leister Variant or previously -approved equal). Hand held welders may only be used for end laps (with a minimum 3 -inch nozzle) or membrane patch applications (with a maximum 1 - inch nozzle). 2. After adhesion, allow the sheet to "relax" for a minimum of twenty-four (24) hours prior to welding of laps. 3. Apply uniform and continuous pressure to selvedge and end laps during hot-air welding to ensure complete adhesion. 4. Probe finish membrane laps after completion. 5. Re -heat and re -seal fishmouths or laps which are not fully and continuously bonded. E. Extend finish membrane two (2) inches beyond the top edges of cants at wall and projection bases. F. Fit finish membrane into roof drain rims, secure clamping rings and install strainer domes. 13.12 FLASHING AND ACCESSORIES INSTALLATION A. Install flashings, including laps, splices, joints, bonding, adhesion, and attachment, as required by membrane manufacturer's recommendations and details. B. Install the modified bitumen flashing membrane: 1. Over the installed base flashing ply, apply a uniform coating of hot asphalt. Hold back mopping asphalt from edges to allow for hot-air welding of all laps. 2. Glove into place to eliminate all voids, wrinkles and fishmouths. 3. Extend membrane from the flashing termination point to a minimum of twelve (12) inches, from the base of the cant, onto the roof surface. C. Hot-air weld all vertical seams on the modified bitumen flashing membrane. Hot-air weld the bottom edge of modified bitumen flashing membrane onto the finish roof membrane. D. Seal the exposed leading edge of the modified bitumen flashing membrane at all metal flanges with a 3/8 -inch bead of neoprene cement. E. Fasten the completed roof flashings, approximately 1/2 -inch from the top: To concrete or masonry substrate: a. Fasten with the specified inverted termination bar (caulk cup down and inwards) to the substrate at twelve (12) inches on center. 2. To wood substrate: a. Fasten to the substrate at eight (8) inches on center, using ring-shanked nails placed through one (1) inch metal discs. 3. Seal the top edge of the flashings with a three (3) course application of asphalt mastic and fiberglass reinforcing membrane. 13.13 FINISHING AND WALKWAY INSTALLATION A. Finish Coating Application: Upon review and approval by the Consultant, and prior to the installation of the finish metal flashing components, apply one (1) coat of the specified aluminum roof coating to the entire roof membrane and flashing surfaces at the rate of two and one-half (2.5) gallons per 100 square feet. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 075216-16 STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; B. Install all sheet metal flashings in accordance with the Construction Details. C. Install concrete paver walkways butted tightly, not more than 1/2 inch (12 mm) apart, over drainage mat overtop previously installed protection membrane at access points to the roof, around rooftop equipment that may require maintenance, and where indicated on the drawings. 13.14 FIELD QUALITY CONTROL A. See Section 0140 00 - Quality Requirements, for additional requirements. B. Inspection by Manufacturer: Provide final inspection of the roofing system by a Technical Representative employed by roofing system manufacturer specifically to inspect installation for warranty purposes (i.e. not a sales person). C. Perform all corrections necessary for issuance of warranty. 13.15 CLEANING A. Clean all contaminants generated by roofing work from building and surrounding areas, including bitumen, adhesives, sealants, and coatings. B. Repair or replace building components and finished surfaces damaged or defaced due to the work of this section; comply with recommendations of manufacturers of components and surfaces. C. Remove leftover materials, trash, debris, equipment from project site and surrounding areas. 13.16 PROTECTION A. Where construction traffic must continue over finished roof membrane, provide durable protection and replace or repair damaged roofing to original condition. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STYRENE -BUTADIENE -STYRENE MODIFIED BITUMINOUS ROOFING (SBS) 075216-17 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 07 62 00 SHEET METAL FLASHING AND TRIM 1PART 1 -GENERAL 13.17 SECTION INCLUDES A. Fabricated sheet metal items, including but not limited to: 1. coping and continuous concealed cleats; 2. raised edge cap flashing; 3. fascia cover/extensions; 4. closure panels; 5. general -use counterflashing; 13.18 RELATED REQUIREMENTS A. Section 06 10 00 — Rough Carpentry: Wood blocking for batten seams. B. Section 07 52 16 — Styrene -Butadiene -Styrene Modified Bitumen Roof System (SBS): Roofing system: Sheet metal flashing associated with roofing. C. Section 07 90 05 — Joint Sealers: Sealants associated with sheet metal flashing. 13.19 REFERENCE STANDARDS A. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc -Coated (Galvanized) or Zinc -Iron Alloy -Coated (Galvannealed) by the Hot -Dip Process; 2011. B. ASTM B32 - Standard Specification for Solder Metal; 2008. C. ASTM B749 - Standard Specification for Lead and Lead Alloy Strip, Sheet, and Plate Products; 2003 (Reapproved 2009). D. ASTM A666 - Standard Specification for Annealed or Cold -Worked Austenitic Stainless Steel Sheet, Strip, Plate, and Flat Bar; 2010. E. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural Manufacturers Association; 2012. F. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2002. G. AAMA 2604 - Voluntary Specification, Performance Requirements and Test Procedures for High Performance Organic Coatings on Aluminum Extrusions and Panels; 2010. H. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2011. I. ASTM B101 - Standard Specification for Lead -Coated Copper Sheet and Strip for Building Construction; 2012. J. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2010. K. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric]; 2010. L. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association; 2012. 13.20 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. 13.21 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SHEETMETAL FLASHING AND TRIM 076200-1 w.w.ngIIVICw.w. @U@I "" IIVIIVIIwlwlwl. ; B. Samples: Provide field -installed samples as described below, for review by the Owner and Consultant, prior to fabrication and installation of sheet metal flashings. 1. Samples shall be fabricated to comply with shop drawings that have been reviewed and accepted for construction. 2. Samples shall clearly demonstrate the jointing procedure to be utilized. 3. Peel protective adhered plastic from all sheet metal samples prior to submission. 4. Label detail reference on one end of all samples for field coordination. a. Allow sufficient space for Consultant's comments on remainder of sample. 5. For cap flashings, copings, and counterflashings, provide separate samples showing: a. 18 -inch long unit with field -verified dimensions for each specific detail type, including hold- down cleats and jointing procedure (i.e., lapped, batten plate or `solid'); b. 12 -inch by 12 -inch unit with inside and/or outside corner fabrication, as applicable. 13.22 QUALITY ASSURANCE A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and published Constriction Details. B. Maintain one copy of published Construction Details on site. C. Fabricator and Installer Qualifications: Company specializing in sheet metal work with five years of documented experience. D. Contractor shall coordinate and be responsible for removal and reinstallation of items not specified to be removed and replaced as may be necessary for proper installation of its Work. E. Utilize good weather to utmost. 1. Plan and schedule all work to occur during least threatening weather. 2. Contractor to have standing agreement with all subcontractors, all parties agreeing to proceed as arranged, but also agreeing to adjust to sudden changes of weather. F. Work, once begun, will leave building subject to leakage and therefore must be considered in state of emergency when weather threatens. 1. Existing building shall be protected by Contractor from water entering through any roof, parapet or wall area under repair for the life of the project. 2. Where sheet metal flashings are incorporated into the roof system flashings, installation shall commence concurrently with roofing operations to prevent delays. a. Where sheet metal flashings are designed to provide counterflashing, installation shall commence as soon as possible after roof flashing work has been completed to minimize the exposure of the flashing edge. b. In all other locations, where sheet metal flashings are designed to provide finish architectural flashing, concealed flashing shall be installed as temporary protection during construction and as a permanent, secondary moisture barrier under sheet metal flashings. G. Load debris directly into trucks by means of approved chutes or other controlled means. 1. Throwing or dropping will not be permitted. 2. All such aggregate, rubbish, and debris shall be removed from site and disposed of by Contractor. 3. Pick up debris continuously to prevent straying. 4. Avoid damaging property as much as possible by limiting number of locations where trucks may be loaded. 13.23 DELIVERY, STORAGE, AND HANDLING A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation. Slope metal sheets to ensure drainage. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 076200-2 SHEET METAL FLASHING AND TRIM w.w.IIIIIICw.w. @U@II "" IIIIIIIIIIIIIIIII. ; B. Prevent contact with materials that could cause discoloration or staining. 14PART 2 PRODUCTS 14.01 SHEET MATERIALS A. Pre -Finished Aluminum: ASTM B209 (ASTM B209M) 3005 alloy, H12 or H14 temper 0.050 inch thick; plain finish shop pre -coated with fluoropolymer coating. 1. Fluoropolymer Coating: High Performance Organic Finish, AAMA 2604; multiple coat, thermally cured fluoropolymer finish system. 2. Thicknesses: a. Girth width up to 8 -inches: 0.050 inch. b. Girth width >8 -inches up to16-inches: 0.063 inch. 3. Color: As selected by Consultant from manufacturer's standard colors. B. Lead: ASTM B749: 1. Drain lead flashings: 4 -pound sheet lead (.0625 inch minimum), 36 -inch square sheet. 2. Soil stack flashings: 4 -pound sheet lead (.0625 inch minimum) base and vertical stack, minimum square base flange as necessary to extend 4 -inches out from stack on all sides. a. 4# - 12x12x12 Stack Flashing by Mayco Industries, Inc., Birmingham, AL. b. Or preapproved equal. C. Stainless Steel: ASTM A666 Type 304, soft temper, 24 -gauge thickness; smooth No. 4 finish. 14.02 MANUFACTURED COMPONENTS A. Pump House Perimeter Weather Seal: Model "Ultra -Kit" Prefabricated 0.080 -thick inner -tube and 0.100 - thick ultra -rubber garage door bottom seal with 2 -inch flat stock aluminum retainer bar by North Shore Residential Door Company, Inc.; www.northshorecommercialdoor.com B. Extruded aluminum termination bar with top caulking cup and bottom bulb for use as flashing termination: 1. TCB -75, 3/32 x 1 -inch, by Metal Era, Inc., Waukesha, WI. 2. Lip Bar, 0.090 x 3/4 -inch by Olympic Manufacturing Group, Agawam, MA. 3. Approved equal. 14.03 JOINTING MATERIALS A. Solder: ASTM B32; Sn50 (50/50) type. B. Rivets: 1. 1/8 -inch diameter, minimum. Length as required to properly engage sheet metal. a. Galvanized steel, aluminum or copper: Pop rivets to match the sheet metal being joined. b. Stainless steel: Stainless steel with stainless mandrels. c. Prefinished metal: Color of rivets to match the sheet metal being joined. C. Sheet metal stitch screws: 1. Self -drilling sheet metal screws, 10-16 x 3/4 inch Hex Washer Head, TEKS/1 with pilot point (use EPDM or neoprene sealing washers with exposed fasteners). 2. Cadmium plated where unexposed or color to match the sheet metal being joined. D. Tape caulk For use in "loose -locked" joints, described below, 1/8 -inch by 1-1/2 inch, minimum, butyl tape sealant: 1. EZ Trim Sealant Tape (#226597), by GSSI Sealants, Houston TX. 2. SikaLastomer 95 (953D), by Sika Corporation, Kansas City, MO. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SHEETMETAL FLASHING AND TRIM 076200-3 w.w.IIIIIICw.w. @U@II "" Illlllllillillill. ; E. Butyl Sealant: High solids, non -skinning, non-drying elastomer sealant for use between laps in fabrications of thru-wall flashing sheet metal. 1. Trempro JS 773 by Tremco Commercial Sealants & Waterproofing, Beachwood, OH. 2. PTI 707 Architectural Butyl Sealant by C.R. Laurence Co., Inc., Los Angeles, CA. F. Gutter Sealant: Non -corrosive, single -component, oxime cured silicone sealant for use between laps in fabrications of gutter and downspout sheet metal. Color shall match sheet metal color being installed. 1. Novaflex Metal Roof Sealant by Novagard Solutions, Cleveland, OH. 14.04 CONCEALED FLASHING A. Polyvinyl -chloride sheet material, 20 -mil thickness, conforming to ASTM D822 — 400 hour exposure. 1. Moistseal, by Advanced Building Products, Inc., Springvale, ME. 2. Vi -Seal, by AFCO Products, Inc., Somerville, MA. 3. Nuflex, by Sandell Manufacturing Company, Inc., Amsterdam, NY. 4. Wascoseal, by York Manufacturing, Inc., Sanford, ME. 14.05 FASTENERS AND ANCHORS A. Sheet metal to wood nailers, concealed fasteners to be covered with roofing plies: 1. Stainless steel sheet metal: 11 gauge, 1-1/2 inch length, annular ring-shanked roofing nails with hot -dipped galvanized coating and 3/8 -inch, minimum, head. a. Stormguard R -103-A, by W.H. Maze Company, Peru, IL. b. Stronghold R103 -A, by Independent Nail, Taunton, MA. B. Sheet metal to wood blocking: 1. Concealed fasteners: #12 minimum pan -head stainless steel wood screw, 1-1/4 inch minimum length. 2. Exposed fasteners: #12 minimum hex -head stainless steel wood screw, 1-1/4 inch minimum length, with neoprene washer. C. Sheet metal to concrete or masonry: 3/16 -inch minimum diameter and 1-1/4 inch minimum length (use EPDM or neoprene sealing washers with exposed fasteners. 1. Tapcon, hex -head screw, by Buildex Division of ITW, Inc., Itasca, IL; itwbuildex.com. 2. Tapper, hex -head screw or Zamac Nailin with stainless steel pin, by Powers Fastening, Inc., Brewster, NY; wwwepowers.com. 3. Titen, 1/4 -inch diameter, Phillips -head screw, by Simpson Strong -Tie, Pleasanton, CA; strongtieecom. 4. Zinc Nail -in with stainless steel pin, by SFS intec, Inc., Wyomissing, PA; sfsintecusa.com. D. Sheet metal to sheet metal curb: 1. HWS36 Hollow Wall Anchor, by Wej-It/Toggler, Norwalk, CT; weiitecom. 2. Polly anchor, 3/16 -inch Short, by Powers Fastening, Inc., Brewster, NY; w8 owers.com. 3. HWA18S or HWA18L, 3/16 -inch diameter with steel expander shell, by Simpson Strong -Tie, Pleasanton, CA; strongtieecom. 4. Length as necessary for proper engagement on interior of curb. 14.06 FABRICATION A. Deliver shop fabricated and manufactured products to site ready for designed installation. Field fabricate to fit applications indicated and perform optimally with respect to weather resistance, watertightness, durability, strength and uniform appearance. B. Fabricate to allow controlled expansion in running lengths not only for movement of metal components in relationship to one another, but also to adjoining dissimilar materials in a manner sufficient to prevent water infiltration, deformation, or damage. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 076200-4 SHEET METAL FLASHING AND TRIM w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; C. The Sheet Metal Contractor shall fabricate all items in maximum lengths and hold all joints to a minimum. At no time shall any piece be shorter than three (3) feet in length unless piece makes up an entire run. D. Unless otherwise noted, drip edges, where shown, shall be three-quarters (3/4) inches with all exposed edges hemmed one-half (1/2) inch. E. Do not "punch" brake points. F. Form sections true to shape, accurate in size, square, and free from distortion or defects. G. Fabricate cleats of sheet metal material and thickness as shown in the Construction Drawings. H. Form pieces in longest possible lengths. I. Hem exposed edges on underside 1/2 inch; miter and seam corners. J. Tin edges of copper sheet to be soldered. Solder shop formed metal joints. After soldering, remove flux. Wipe and wash solder joints clean. Weather seal joints. K. Fabricate corners from one piece with minimum 18 inch (450 mm) long legs; seam for rigidity, seal with sealant. L. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and hemmed to form drip. 3PART 3 EXECUTION 14.07 EXAMINATION A. Examine the areas and conditions under which Work of this section will be installed. 1. Bring to Consultant's attention any conditions detrimental to the proper and timely completion of the Work. 2. Do not proceed until satisfactory conditions have been corrected. B. Verify base flashings and terminations are in place, sealed and secure. C. Sheet Metal Contractor shall counter flash, with architectural sheet metal, all vertical surfaces base flashed with roof system membrane. D. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. E. Verify roofing termination and base flashings are in place, sealed, and secure. 3.02 SHEET METAL JOINTING A. Solid joints for aluminum sheet metal: 1. Lap sheet metal sections two (2) inches, minimum. 2. Install butyl tape caulk between sections. 3. Fasten with pop -rivets on two (2) inch maximum centers. F. Loose -locked under plate joints: 1. Install running sections in maximum of ten (10) foot lengths. 2. Install sheet metal sections with a 1/4 -inch, maximum, gap between sections. 3. Notch the bottom return hems three (3) inches back from the end, on the face of each section, to accommodate the under plate. 4. Fabricate a minimum six (6) inch wide under plate to fit section configuration snugly with no open gaps or bridging, with down -turned face on each side to engage hems on the adjacent sheet metal flashing section. 5. Install 1 -1/2 -inch wide butyl tape caulk between sections and under plate. 6. Hook the under plate flashing under the adjacent sheet metal flashing section; creating a two and one-half (2-1/2) inch minimum lap. G. Lapped joints: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SHEETMETAL FLASHING AND TRIM 076200-5 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 1. Install running sections in maximum of ten (10) foot lengths. 2. Lap sheet metal sections two (2) inches, minimum. 3. At lap, notch the bottom hem of one section two (2) inches back from the end, to accommodate the adjacent section. 4. Hook the overlying sheet metal flashing onto the adjacent sheet metal flashing section; creating a two (2) inch minimum lap. 14.08 CONCEALED FLASHING INSTALLTION A. Install specified concealed flashing membrane over parapets, roof edges, expansion joints and other locations as shown in the Construction Drawings: 1. Lap membrane pieces two (2) inches, minimum. Seam laps watertight, where required. 2. On building face, turn down and extend membrane below exposed wood blocking components two (2) inches, minimum. 3. On roof side, extend membrane over top of completed flashings two (2) inches, minimum. 4. Fasten to substrate sufficiently to maintain weather tight condition until finish flashings are installed. 14.09 PREPARATION A. Contractor shall remove and dispose of all existing architectural sheet metal flashing from areas to receive new. B. Verify that wood blocking and nailers are securely anchored and that roof projections and penetrations are in place and set and braced. C. Install starter and edge strips, and cleats before starting installation. D. Install surface mounted reglets true to lines and levels. Seal top of reglets with sealant. E. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil (0.4 mm). 14.10 INSTALLATION A. Coordinate with installation of roof system and substrates to receive Work of this section which are required to assure each element of the Work performs properly and combines elements in waterproof and watertight system. B. Anchor substrates to withstand lateral and thermal stresses, and loading pressures. 1. Conceal fasteners where possible and as indicated on Contract Drawings. 2. Use exposed fasteners only where permitted. C. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted. D. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines accurate to profiles. E. Coping: 1. Provide new architectural sheet metal coping where shown on construction drawings and required. 2. Fabricate using 8'-0" or 10"-0" flat stock sheets as shown on construction drawings. 3. Shop -fabricate solid corner units to extend twelve (12) inches, minimum, in each direction, measured on the roof side of wall. Fabricate corner units using the solid joint procedure described above. 4. Join coping units using the loose -locked, underplate joint procedure described above or as recommended by SMACNA, based on the width of the coping. a. Install corner units first followed by full length coping units to the center of the wall run. Infill the center portion of the wall; minimum coping unit length shall be 24 -inches. 5. Secure exterior leg to continuous cleat; hand tool (crimp) to fully engage. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 076200-6 SHEET METAL FLASHING AND TRIM w w ngIIVICw w @U@�I "" IIVIIVIIw lw lw 1. ; 6. Fasten coping sections twenty (20) inches on center through pre -punched ob-round holes. F. Concealed Continuous Cleats: 1. Provide new architectural sheet metal concealed cleats where shown on Contract Drawings and required. 2. Fabricate using 8'-0" or 10"-0" flat stock sheets as shown on Contract Drawings. 3. Provide one-quarter (1/4) inch space between sections. 4. Secure to substrate eight (8) inches on center, maximum. G. Raised Edge Cap Flashing: 1. Provide new architectural sheet metal fascia cover where shown on Contract Drawings and required. 2. Fabricate using 8'-0" or 10"-0" flat stock sheets as shown on Contract Drawings. 3. Join flashing sections using the loose -locked, underplate joint procedure described above. 4. Shop -fabricate solid corner units to extend six (6) inches, minimum, in each direction, measured on the roof side of wall. Fabricate corner units using the solid joint procedure described above. 5. Where shown on Contract Drawings, secure to continuous cleats; hand tool (crimp) to fully engage. 6. Fasten cap flashing cover sections twenty (20) inches on center through pre -punched ob-round holes. H. Fascia Cover/Extension: 1. Provide new architectural sheet metal fascia cover where shown on Contract Drawings and required. 2. Fabricate using 8'-0" or 10"-0" flat stock sheets as shown on Contract Drawings. 3. Join flashing sections using the lapped joint procedure described above. 4. Shop -fabricate solid corner units to extend six (6) inches, minimum, in each direction, measured on the roof side of wall. Fabricate corner units using the solid joint procedure described above. 5. Where shown on Contract Drawings, secure to continuous cleats; hand tool (crimp) to fully engage. 6. Fasten fascia cover sections eight (8) inches on center through pre -punched ob-round holes. 7. Stagger joints between fascia cover and cap or coping flashing. Closure Panels: 1. Provide new architectural sheet metal transition and closure panels where shown on Contract Drawings and required. 2. Fabricate closure and corner panels; lapping, riveting and sealing joints. 3. Secure exterior leg to continuous cleat; hand tool (crimp) to fully engage; where indicated. 4. Secure closure and corner panels to vertical substrate six (6) inches on center through tape caulk and seal; where indicated on Contract Drawings. J. General -Use Counterflashing: 1. Provide new architectural sheet metal counterflashing at curbs where shown on Contract Drawings and required. 2. Unless otherwise noted, counterflashing shall be continuous from corner to corner and shall lap top of base flashing a minimum of three (3) inches. 3. Fabricate using 8'-0" or 10"-0" flat stock sheets as shown on Contract Drawings: a. Hem bottom edge of sheet metal flashing one-half (1/2) inch to form drip. b. Fabricate top edge of flashing 1/4 -inch longer than the unit flange as shown on the Construction Drawings. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement SHEETMETAL FLASHING AND TRIM 076200-7 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; c. Brake counter flashing longitudinally to provide spring action; holding bottom firmly against roof flashing. 4. At installation join sections using the lapped joint procedure described above; join corners using the applicable solid joint procedure described above. 5. Secure counterflashing to curb on eight (8) inch, maximum, centers. K. Perimeter Weather Seal Installation: 1. Install weather seal at coping and vertically on the masonry wall surface of the Booster Station Building. Transition rubber seal continuous along entire track. 2. Pre -drill holes 18 -inches on center thru the retainer bar. Set the retainer bar in two lines of butyl sealant and mechanically fasten into place. Verify that each section of retainer is tightly fitted together and flush. 3. Begin installation of the rubber seal in from the end of the track on one side of the parapet wall and slide sufficient length of rubber seal thru to extend down the track to the floor. Transition the corner and slide the remaining rubber seal into place on the vertical track. Repeat the procedure for the other side. a. NOTE: Rubber seal will stretch during installation; trim the ends as needed after the seal retracts. 14.11 FIELD QUALITY CONTROL A. See Section 01 40 00 - Quality Requirements, for field inspection requirements. B. Inspection will involve surveillance of work during installation to ascertain compliance with specified requirements. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 076200-8 SHEET METAL FLASHING AND TRIM SECTION 07 90 05 JOINT SEALERS 1 PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. 1.02 RELATED REQUIREMENTS A. Section 01 10 10 - Summary of Work: Overall Project Scope. B. Section 07 62 00 — Sheet Metal Flashing and Trim: Sealants required in conjunction with sheet metal flashing. 1.03 REFERENCE STANDARDS A. ASTM International Standards: 1. ASTM C920 — Standard Specification for Elastomeric Joint Sealants; 2011. 2. ASTM C1193 — Standard Guide for Use of Joint Sealants; 2009. 3. ASTM D1667 —Standard Specification for Flexible Cellular Materials--Poly(Vinyl Chloride) Foam (Closed -Cell); 2005 (Reapproved 2011). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Samples: Submit color charts illustrating sealant colors for selection. 1.06 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. B. Manufacturer Qualifications: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience. C. Applicator Qualifications: Company specializing in performing the work of this section with minimum five years' experience. 1.07 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.08 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal and watertight seal, exhibit loss of adhesion or cohesion, or do not cure. 2PART 2 PRODUCTS 2.01 SEALANTS A. General Purpose Exterior Sealant: Nonsag Silyl-terminated Polyether Sealant: ASTM C920, Grade NS, Class 25 minimum, Uses NT, A, G, M, O; single component, non -sagging, non -staining, non-bleeding. 1. Color: To be selected by Consultant from manufacturer's full range. 2. Movement Capability: Plus and minus 50 percent. 3. Service Temperature Range: -65 to 180 degrees F (-54 to 82 degrees C). 4. Applications: Use for: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement JOINT SEALERS 079005-1 a. Control, expansion, and soft joints in masonry. b. Joints between concrete and other materials. c. Joints between metal frames and other materials. d. Other exterior joints for which no other sealant is indicated. 5. Products: a. MasterSeal NP 150, by BASF Corporation Construction Systems, Shakopee, MN: www.master-builders-solufions.basf.us b. SoudaSeal 50LM, by Soudal, Inc., Manassas, VA. www.soudalusa.com c. Substitutions: See Section 01 60 00 - Product Requirements. 2.02 ACCESSORIES A. Primer: Non -staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non -corrosive and non -staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: 1. Round foam rod compatible with sealant 2. Closed cell, non gassing, expanded polyethylene, complying with ASTM C1330. 3. Non absorbent and non staining. 4. Forty (40) percent larger diameter than joint width to provide support during sealer application and tooling. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. E. Substitutions: - See Section 01 60 00 - Product Requirements. 3PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces and joint openings are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Plan Work and take whatever action is necessary to prevent dirt and debris from contaminating or preventing proper applications. It is the responsibility of this applicator to verify all conditions exist in accordance with the manufacturer's requirements for proper installation and performance. B. Remove loose materials and foreign matter that could impair adhesion of sealant. C. Clean and prime joints in accordance with manufacturer's instructions. D. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. E. Thoroughly and completely mask all joints where the appearance of sealant on adjacent surfaces would be objectionable. F. Protect elements surrounding the work of this section from damage or disfigurement. G. Exposed Concrete Floor Joints: Test joint filler in inconspicuous area of floor slab. Verify specified product does not stain or discolor slab. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Measure joint dimensions and size joint backers to achieve the following, unless otherwise indicated: 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 079005-2 JOINT SEALERS 1. Width/depth ratio of 2:1. 2. Neck dimension no greater than 1/3 of the joint width. 3. Surface bond area on each side not less than 75 percent of joint width. E. Install bond breaker where joint backing is not used. F. Apply sealant under pressure with hand or power actuated gun or other appropriate means. Guns shall have nozzle of proper size and shall provide sufficient pressure to completely fill joints as designed. 1. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. H. Tool joints concave. I. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and intersections; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surface. J. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal all joints with adhesive; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surface. K. Concrete Floor Joint Filler: Install concrete floorjoint filler per manufacturer's written instructions. After floor joint filler is fully cured, shave joint filler flush with top of concrete slab. 3.04 CLEANING A. Clean adjacent soiled surfaces. B. Remove all debris from site. C. Remove all debris from site. 3.05 PROTECTION A. Protect elements surrounding the Work of this section from damage or disfigurement. B. Repair or replace defaced and/or disfigured finishes caused by Work of this section. C. Protect sealants until cured. 4 5END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement JOINT SEALERS 079005-3 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 6SECTION 08 62 00 7UNIT SKYLIGHTS 1 PART 1 GENERAL 7.01 SECTION INCLUDES A. Preformed plastic skylights with integral metal frame. 7.02 RELATED REQUIREMENTS A. Section 06 10 00 - Rough Carpentry: Wood support curbs. B. Section 07 52 16 — Styrene -Butadiene -Styrene Modified Bitumen Roofing System (SBS): Roofing system and base flashing at skylight curb. C. Section 07 62 00 - Sheet Metal Flashing and Trim: Skylight counterflashing. 7.03 REFERENCE STANDARDS A. Aluminum Association (AA)- Specifications for Aluminum Structures. B. AAMA/WDMA/CSA 101/I.S.2/A440 - North American Fenestration Standard/Specification for windows, doors, and skylights; American Architectural Manufacturers Association/Window and Door Manufacturers Association/Canadian Standards Association; 2011. C. American Society of Heating, Refrigerating and Air -Conditioning Engineers (ASHRAE) 90.1 - Energy Standard for Buildings Except Low -Rise Residential Buildings. D. ASTM B209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate; 2010. E. ASTM B209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric]; 2010. F. ASTM B221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, Wire, Profiles, and Tubes; 2013. G. D635 - Standard Test Method for Rate of Burning and/or Extent and Time of Burning of Plastics in a Horizontal Position. H. D1929 - Standard Test Method for Determining Ignition Temperature of Plastics. I. D2843 - Method for Density of Smoke from the Burning or Decomposition of Plastics. J. ASTM D4479/D4479M - Standard Specification for Asphalt Roof Coatings - Asbestos -Free; 2007 (Reapproved 2012)e1. 7.04 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Submittals for Review: 1. Shop Drawings: Submit plan, section, elevation, and perspective drawings as necessary to depict each specified skylight. Include flashing, connection, and termination details. 7.05 QUALITY ASSURANCE A. Manufacturer Qualifications: Primary products supplied by single manufacturer with minimum of ten years' experience. B. Installer Qualifications: Skylights installed by single installer with minimum of five years demonstrated experience in installing products of same type and scope as specified. 7.06 DELIVERY, STORAGE, AND HANDLING A. Store products in manufacturer's unopened packaging until ready for installation. B. Store and dispose of hazardous materials, and materials contaminated by hazardous materials, in accordance with requirements of local authorities having jurisdiction. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement UNIT SKYLIGHTS 086200-1 w.w.IIIIIICw.w. @U@II "" IIIIIIIIIIIIIIIII. ; 7.07 PROJECT CONDITIONS A. Do not install skylights unless temperature, humidity, and ventilation are within limits set by manufacturer. 7.08 WARRANTY A. See Section 01 78 00 - Closeout Submittals, for additional warranty requirements. B. Provide five year manufacturer warranty, including coverage for leakage due to defective skylight materials or construction. 8PART 2 PRODUCTS 8.01 MANUFACTURERS A. Basis of Design: 1. Bristolite Daylighting Systems, 401 E Goetz, Ave, Santa Ana, CA.: www. bristolite. ccm. 2. Applicable model: Quasar Prismatic. 3. Substitutions: See Section 01 60 00 - Product Requirements. 8.02 MATERIALS A. Aluminum Extrusions: 1. ASTM B221, 6063-T6 alloy and temper. 8.03 UNIT SKYLIGHT A. Construction: 1. Glazing/Frame/Sealing: a. Outer glazing: Radial triarch shape for maximum dawn to dusk light harvesting, formed from Plaskolite Duraplex impact modified clear prismatic, minimum 0.177 inch thick and minimum Visible Light Transmittance of 87. b. Inner glazing: Same material as outer glazing except white, minimum 0.118 inch thick, to create 100 percent diffused light to interior building space. c. Dome material: Tested to and pass: 1) UBC -26-7 and ASTM D635 achieving minimum CC2 rating. 2) ASTM D2843 Smoke Density Test. 3) ASTM D1929 Ignition Temperature Test (Self Ignition). 2. Frame: a. Architectural grade extruded aluminum. b. Minimum 0.075 inch thick, 2.25 inches in depth on horizontal leg, and 2.0 inches in depth on vertical leg. c. Contain AAMA compliant "poured and debridged" long life, polyurethane thermal break where aluminum on outside of frame is completely separated from aluminum on inside of frame. d. Squared with 90 degree corners and flat on one plane by insertion of corner stabilizers prior to full heli -arc welding. e. Full perimeter condensation trough measuring minimum of 0.625 inches wide and 0.375 inches deep with minimum of six non -clog weep holes routed to outside of frame. f. Frame cap: 1) Architectural grade extruded aluminum. 2) Minimum 0.050 inch thick, 1.75 inches in depth on horizontal leg, and 2.0 inches in depth on vertical leg. 3) Frame cap squared and flat prior to full held -arc welding. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 086200-2 UNIT SKYLIGHTS w.w.IIIIIICw.w. @U@II "" IIIIIIIIIIIIIIIII. ; g. Sealing gasket: Skylight sealed with custom formed, Monsanto UL Listed, 25 year, Santoprene engineered thermoplastic. 8.04 FABRICATION A. Skylights factory assembled and glazed, ready for installation. B. Fabricate skylights weathertight and free of visual distortions and defects. C. Protect exterior drip/counterflashing and drainage ports from weather and airborne debris. D. Miter and full penetration weld corners of curb and retaining frames. E. Seal retaining frames securing glazing panels along each side under spring tension with silicone sealant along full perimeter of retaining frame. F. Pre -drill frames for anchorage to roof curbs. G. Seal glazing panels to base frame with allowance for expansion and contraction. H. Provide exterior weep hole arrangement. 8.05 ACCESSORIES A. Closed -cell weatherstripping: 1. Neoprene, closed -cell foam/sponge rubber tape gasketing, 1/4 inch thick by 1-1/4 inch minumum width, with high -tack rubber -based adhesive and liner on one side: a. Weatherstripping, 1/4 -inch Thick Closed Cell by Chamberlin Rubber Company, Inc.: www.chamberlinrubber.com b. Pres -On Neoprene Closed Cell Foam Tape #P8125 by Pres -On Products, Inc.: wwwepreson.com c. Substitutions: See Section 01 60 00 - Product Requirements. 9PART 3 EXECUTION 9.01 EXAMINATION A. Verify existing conditions before starting work. B. Verify that openings and substrate conditions are ready to receive work of this section. C. Verify that curbs installed under other sections are complete. 9.02 PREPARATION A. Apply protective back coating on aluminum surfaces of skylight units that will be in contact with cementitious materials or dissimilar metals. B. Apply weatherstripping foam tape to surface of curb with adhesive side onto curb surface. Trim corners and abutting edges clean and true to eliminate passage of moisture, dust and air leakage. 9.03 INSTALLATION A. Install aluminum curb assembly, fastening securely to roof decking. Flash curb assembly into roof system. B. Place skylight units and secure to curb assembly. Install counterflashing as required. C. Apply sealant to achieve watertight assembly. 9.04 CLEANING A. Remove protective material from prefinished aluminum surfaces. B. Wash down exposed surfaces; wipe surfaces clean. C. Remove excess sealant. 10END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement UNIT SKYLIGHTS 086200-3 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 09 97 00 EXTERIOR PAINT FINISHES 1PART 1 - GENERAL 1.01 SECTION INCLUDES A. This section covers the products and application of rust -inhibitive paints over steel surfaces. 1.02 RELATED REQUIREMENTS A. Section 01 10 00 — Summary of Work: Miscellaneous Work. B. 07 62 00 — Sheet Metal Flashing and Trim. 1.03 REFERENCE STANDARDS A. Steel Structures Painting Council (SSPC): 1. SP 1-89 - No. 1, Solvent Cleaning. 2. SP 2-89 - No. 2, Hand Tool Cleaning. 3. SP 3-89 - No. 3, Power Tool Cleaning. B. ASME (ANSI) A13.1-2007, "Scheme for the Identification of Piping Systems," for letter size, length of color field, colors, and viewing angles of identification devices for equipment. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate the work with other sections referencing this section. 1.05 SUBMITTALS A. See Section 01 30 00 - Administrative Requirements, for submittal procedures. B. Samples: Submit color charts illustrating manufacturers' standard colors for selection. 1.06 QUALITY ASSURANCE A. Qualifications: 1. Manufacturer Qualifications: Company with minimum 15 years of experience in manufacturing of specified products. 2. Applicator Qualifications: Company with minimum of 5 years' experience in application of specified products on projects of similar size and scope, and is acceptable to product manufacturer. a. Successful completion of a minimum of 5 projects of similar size and complexity to specified Work. 1.07 DELIVERY, STORAGE, AND HANDLING A. Comply with manufacturer's ordering instructions and lead-time requirements to avoid construction delays. B. Deliver materials in manufacturer's original, unopened, undamaged containers with identification labels intact. C. Store tightly sealed materials off ground and away from moisture, direct sunlight, extreme heat, and freezing temperatures. 1.08 PROJECT CONDITIONS A. Environmental Requirements: 1. Do not apply material when substrate or ambient temperature is 40 degrees F (4 degrees C) or below or is expected to fall below 40 degrees F (4 degrees C) within 24 hours after application. 2. Do not apply material if rain is expected within 24 hours of application. 3. Do not apply over moving cracks, control joints, or expansion joints. 4. Do not apply to horizontal traffic -bearing surfaces. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement EXTERIOR PAINT FINISHES 099700-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; 2PART 2 — PRODUCTS 2.01 ACCEPTABLE PRODUCTS A. Rust -inhibitive coating over structural steel: 1. Carbomastic #15, by Carboline Company, St. Louis, MO. 2. Devran 224HS High -build Epoxy Coating, by Devoe Paint, Cleveland, OH. 3. Enduthane S2800 Series, by Pratt and Lambert Paints, Cleveland, OH. 4. Corothane I Aliphatic Finish, by The Sherwin-Williams Company, Cleveland, OH. 5. MC -Aluminum, by Wasser High -Tech Coatings, Kent, WA. 3PART 3 — EXECUTION 3.01 SURFACE PREPARATION A. Substrate preparation: 1. Remove grease, rust, scale, dirt and dust from steel and iron surfaces with toluene, xylene or similar solvents in accordance with SSPC SP1. 2. Where heavy coatings of scale are evident, remove by hand or power tool cleaning, as defined in SSPC SP2 or SSPC-SP3, to prepare surface in accordance with coating manufacturer's instructions. B. Existing painted surface preparation: 1. Remove loose and peeling paint; sand and feather edges of adhered paint to smooth surface. 2. Degloss surface in accordance with manufacturer's recommendations. 3. Clean entire surface prior to painting. C. Mask adjacent surfaces not to be painted, where necessary, to protect from droppings or spattering of cleaning solvents, primer or paint. 3.02 COATING APPLICATION A. General requirements: 1. Brush apply each coat evenly and cover substrate completely. 2. Apply as necessary to achieve the rate recommended by the manufacturer. B. Apply primer, where required by the paint manufacturer, to prepared surfaces. Allow to dry thoroughly before applying paint. C. Apply the first coat of paint (body coat) to the prepared surface, or completed primer coat, where applicable. Allow to dry until slightly tacky, before recoating. D. Apply a second coat of paint, if specified, over the completed first coat. 1. Refer to Section 01 10 00 — "Summary of Work" for specific project requirements. 3.03 CLEANING A. Keep adjacent surfaces clean and free from primer and paint as the application progresses. Use solvents/cleaning agents as recommended by the paint manufacturer. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 099700-2 EXTERIOR PAINT FINISHES w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; SECTION 22 40 00 STORM WATER DRAINAGE 1PART 1 - GENERAL 3.04 SECTION INCLUDES A. Temporary roof drains. B. Permanent roof drains. 3.05 SUBMITTALS A. See Section 013000 -Administrative Requirements, for submittal procedures. 3.06 QUALITY ASSURANCE A. Furnish all material in new condition, labeled with manufacturers name and appropriate markings as required under Part 2 - Products. 1. In the event that the Contractor wishes to make improvements in materials or techniques, he shall make written request for approval stating in full the nature of the proposed changes and stating that the changes, if approved, will be accomplished at no increase in cost. 2. Do not install damaged materials. Immediately dispose of damaged material and material not stored in accordance with specifications. 3.07 JOB CONDITIONS A. Contractor shall coordinate and be responsible for removal and reinstallation of items not specified to be removed and replaced as may be necessary for proper installation of his work. B. Utilize good weather to utmost. Plan and schedule all work to occur during least threatening weather. Contractor to have standing arrangement with all subcontractors, all parties agreeing to proceed as arranged, but also agreeing to adjust to sudden changes of weather. C. Verify and comply with all applicable, Federal, State, local safety and other regulations, codes and ordinances. D. A state -licensed plumber shall perform all plumbing work. 4PART2-PRODUCTS 4.01 TEMPORARY DRAIN SLEEVES A. .080 -inch spun -bonded aluminum drain body with integral watertight backflow compression seal, flange and sump area sized to match existing drain leader. 1. RAC Deluxe RetroDrain without strainer or clamping ring by OMG, Inc., Agawam, Massachusetts. 2. Or other preapproved equal. B. Accessories: 1. Manufacturers' screwdriver to reach the base of drain to engage and disengage the backflow seal. 4.02 ROOF DRAINS A. New or replacement interior roof drain (assembly): Cast iron roof drain with no -hub or caulk outlet size to match existing with cast iron membrane clamping ring, cast-iron strainer, threaded rod hardware pack and 30 -inch by 30 -inch, stamped 18 gauge painted steel receiver plate. 1. Model R1200-JD-STR by MIFAB, Inc., Chicago, IL B. Accessories: 1. Schedule 40 Drain Piping: ASTM D2665, Type 1, Grade 1 polyvinyl chloride (PVC) compound drain pipe and fittings (DWV): a. Interior (heated) use only. 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STORM WATER DRAINAGE 224000-1 w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; b. Piping size shall match existing piping diameter. 2. Schedule 80 Drain Piping: ASTM D1785, Type 1, Grade 1 polyvinyl chloride (PVC) compound drain pipe and fittings (DWV): a. Exterior or unheated interior use only. b. Piping size shall match existing piping diameter. 3. Cast iron drain piping: CISPI 301-00 standard specification for hubless cast iron soil pipe and fittings for sanitary and storm drain, waste, and vent (DWV) piping applications. a. Interior or exterior use. b. Piping size shall match existing pipe diameter. 4. Pipe connectors and related hardware: a. Cast iron: CISPI 310-97, complete with approved, elastomeric sealing sleeves and stainless steel (300 series) clamps, clamping screws, expansion joints; and all hangers, anchors, etc., necessary for proper installation of entire system. b. PVC: Clamp -All, Hi -Torg 80 coupling; 304 stainless steel with 305 stainless steel worm drive screws, clamps, clamping screws, expansion joints; and all hangers, anchors, etc., necessary for proper installation of entire system. 5. Pipe Insulation: a. Owens Corning Fiberglas Pipe Insulation with factory applied all -service jacket (ASJ) and two - component adhesive closure system, minimum 1 inch thickness. Fittings, hangers and drain bowls shall be insulated with pre -formed fiberglass fittings, fabricated sections of Owens Corning Fiberglas Pipe Insulation, Owens Corning Pipe and Tank Insulation, Owens Corning blanket insulation, or insulating cement. Thickness shall be equal to adjacent pipe insulation. Finish shall be with pre -formed PVC fitting covers or as otherwise specified. b. Or equal. 5PART 3 - EXECUTION 5.01 TEMPORARY DRAIN SLEEVE INSTALLATION A. At existing roof drain locations, if elevated above the roof deck surface, remove existing cast iron drain bowls, cut existing drain risers and install temporary drains sleeves into existing drain piping during roof removal operations to provide watertight connection to existing plumbing in accordance with manufacturer's instructions. B. Strip flange to temporary membrane to provide a watertight assembly. 5.02 EXISTING ROOF DRAIN MAINTENANCE A. Remove and replace the existing roof drain: Install new roof decking or replacement receiver plate: a. Receiver plate shall be flush with top of roof deck and shall extend a minimum of six (6) inches onto roof deck surface. 2. Install the new drain bowl; shim the bowl to the proper height with threaded rod and locking nuts, relative to the roof deck surface, to match the specified insulation thickness at the drain. 3. Secure drain bowl assembly and sheet metal plate to roof deck on six (6) inch maximum centers. B. Verify installation to ensure that the drain bowl is positioned to allow for proper drainage after installation of new roof system. C. Completed interior piping assembly shall be insulated from the drain bowl to the vertical leader, to include all horizontal piping. 5.03 INSULATION INSTALLATION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement 224000-2 STORM WATER DRAINAGE w.w.ngIIVICw.w. @U@�I "" IIVIIVIIwlwlwl. ; A. Install insulation materials with smooth and even surfaces. Insulate each continuous run of piping with full-length units of insulation, with single cut piece to complete run. Do not use cut pieces or scraps abutting each other. Butt insulation joints firmly to ensure complete, tight fit over all piping surfaces. B. Maintain the integrity of factory -applied vapor barrier jacketing on all pipe insulation, protecting it against puncture, tears or other damage. 5.04 CLEANING A. During progress of the Work, use all means necessary to prevent spread of dirt and debris in the building interior. B. Clean building interior on a daily basis, and when deck removal or replacement is completed. C. All drain assemblies and plumbing stacks shall be painted after installation of the new roof system. END OF SECTION 14048 Pump Station #11 - Masonry Remediation & Roofing Removal and Replacement STORM WATER DRAINAGE 224000-3 ° � I I ��II I I�yG �I IJ) lillf /dllli u VIII � I (l I I alf u r j)Syl / Sr ; S I)yIIS��,l 11h � C{�'�i1:UUilU�VU1�I�414VJY�IUIII}I�UV)Y�411�U/�` n /I/ll�>� �� .J I i r➢, lu°l"°y I'>!I� f IdYFN IYS�'l IU4�NI� IprIU ,wli�b Nlfl�l IV)i���� I)�wiillili I,�IrJl000;� C +YrD)I��rYIYvIUw'r J JUfJ / Jlvifp^, .��VIU!II D)1(�L°Y6U JJI fOplr I UI��I „/ I hJV !, IIII Ir J J IIID ( }illlirl // ' O PP)IIIVIG � I1>ilf � Jr��/f�j� �h ,rill fil rUD Ir I =, Y 1 1 Il I�JIIdI' , l�ll� M�I,��qyIPI'I""'I ����iIG°V�Y�IIIII� V'= II'i"y: I Ilue �IIUiP�'r II Ijn°Iu��::"I i ip"'UII6".:Iii //�""iVV�iw" IpIiV M��VVfi4lldllNY"I;pv,U I vwillo�lli''9V"'�4gN I�� a I�jIVIyQVI '� �� I IIII 111111 ILII III IIIIIIIII c;'/ �91N�,�19i I I��"w!;IfA!�" 14 r II�� ¢ � EI�Iv �II��`� I' IIII. IVV, ', ,IrM YAC wII,.:::�IW4� IY�wy�I�� i VI r.Rm I� o��, (IIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIII IIIIUIIIII �: II Nv ld�,: �l "V�i� uY/j !/Y�� M� Y,oilr�u' l %1,J4rI�rV,,': ' r�l�;,, a� � � III: gg1':::d IIIII�Ii�"I� � II I�Vm`I�IJI✓ ��I�gIVIdIyLM�V".jl SIV Ily ':',. +�d�d�I.I1 IIIA" IIIIIIIIII IIIIIIIIII Y + m"o�r I�✓8 4A%' 4?,i'� YI ,,�vyrYa , ,l� r+lr, � I 'IU^E�''�Il, °Nµ' ! ,Id4 YoWdY;� �'u lr ,.,fy�.,r:�'4�: �rp rII�V��IY'�IV''I �"lid"VVVGy�U�lr�flh�vll�Ill'III���IJ � , r,,/r, °V Y�"y j;, JVIr'>�Il(rV +14�/,VI / 'Y1f1/JSy� �I I lyl,� R"" IIIIIII IIII I IIIOIIIIIIIIIII'� � Ipl����I,^1J�`'�°;",MIU41MUIIIVII!U""I I: 14J��61r, (lY�� I ,s-., �M rr p��lU I Vluwir� : jr,�Crful 4 �I r (filer (y( 1 e '1 1 ,.,,,� .. 0. ,1„ r,lr,'"ofoYV�IV A^ my��mpf,rr,., ,fl tin( mroy JIIun7wl�,IwNI),rtIWINU � yy f..0 INu5WV014Hdhr>NwJlr,,;, VD) ✓ V I, rr.:., � �` r l �./II Y l i ll.. IJP/o„u»�JI« awaf„ , , r vur ;, II , it .,f V.. v., /„r,,.,/i„i"/ I ,:.I, A�, r lumummum I„ '+ "" f �ry. 1:., , r / 'I,.,.. rY IIII r ,�Ic„r11Y1C r ,,. lU S RAIL ❑2 RAIL �N KEY PACT "GI, EG OF EDGE a- PPER GH TTER EDGE ❑- - NG I`A. C. CURR ®ROOF HATCH ® CURBED STACK — o- e AITPCK AREA SIZESPEMETRATIOM PTAH PAM AREA OF WORK sL PMEDOC AB SCALE: F—LS-- T R I SER BUILDINGRESOIIRCESLLC Mount Prospect Public Works Dept. Pump Station#11 Sheet No. ES o' 2' a' e's.AauN,r it<ao-s E. iUP 600 See C ta Ave. - Mo -a Prospect, IL G irscl E G AP e' 96 9aae" r ora000E RP -1 8/']/17 Aoject No. 1-0048 ROOF PL \" AD RAIL RAIL 1 "1 PREFINISHED ALUMINUM CAP FLASHING STALL SECTIONS WITH LOOSE—LOCKED JOINTS — HOOK ONTO CONTINUOUS CLEAT/CLOSURE STEN TO CANT THROUGH FLASHINGS AT 24" O.C. CEALED FLASHING TEND 2" MIN. OVER ROOF FLASHINGS AND TO BELOW BLOCKING STEN TO CANT THROUGH TOP OF FLASHINGS AT 8" O.C. IFIED BITUMEN FINISH FLASHING VOOD CANT STEN TO EDGE OF NAILERS AT 12" O.C. NLESS STEEL CONTINUOUS CLEAT/CLOSURE STEN TO NAILERS BEFORE INSALLING PANES AT 8° O.C. D NAILERS 5 AND PLYWOOD — STACK AS NEEDED TO MATCH INSULATION THICKNESS AT ITS HIGHEST POINT STEN TO DECK AT 24° O.C. — STAGGERED -RED WOOD FIBER EDGE STRIP NEEDED TO PROVIDE SMOOTH TRANSITION TING WOOD NAILER PLACED DETERIORATED SECTIONS AS NECESSARY IFIED BITUMEN ROOF MEMBRANE —PLY BASE SHEET SA. GALVANIZED DECK CLOSURE STALL ON OPEN TAIL ENDS OF DECK AND AT NON—VERTICAL RIBS I PREFINISHED ALUMINUM SKIRT FLASHING In Ix:7Y4n:7�119mk * 1�_\Rork -RED POLYISOCYANURATE INSULATION 4" PER FOOT TAPER 'OLYISOCYANURATE INSULATION POLYISOCYANURATE INSULATION -PLY UNDERLAYMENT ENTITIOUS UNDERLAYMENT SHEATHING TING 4-1/2" STEEL DECK i PRF7F7INllcu F7n Al I IEAINII IEA C(1F7F7IT (11 ()C1IRF7 F7I AQWINI(_ EXISTING PREFINISHED GALVANIZED STEEL LINER PANELS EXISTING PREFINISHED GALVANIZED STEEL WALL PANELS S T R I STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D, by: Sheet No. DS 2015 S.ARLINGTON HEIGHTS Ro.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL S F G ARLINGTON HEIGHTS, ILLINOIS b000b Checked by: TEL: 847 952 9668 1 www.str-seg Xc 8/7/17 1 Project No. 14048 'UPPER ROOF RAISED EDGE FLASHING TL ti .050 PREFINISHED ALUMINUM CAP FLASHING - INSTALL SECTIONS WITH LOOSE -LOCKED JOINTS - HOOK ONTO CONTINUOUS CLEAT/CLOSURE - FASTEN TO CANT THROUGH FLASHINGS AT 24" O.C. CONCEALED FLASHING - EXTEND 2° MIN. OVER ROOF FLASHINGS AND TO BELOW BLOCKING - FASTEN TO CANT THROUGH TOP OF FLASHINGS AT 8" O.C. MODIFIED BITUMEN FINISH FLASHING 4" WOOD CANT - FASTEN TO EDGE OF NAILERS AT 12" O.C. STAINLESS STEEL CONTINUOUS CLEAT/CLOSURE - FASTEN TO NAILERS BEFORE INSALLING PANES AT 8" O.C. WOOD NAILERS - 2x6 AND PLYWOOD - STACK AS NEEDED TO MATCH INSULATION THICKNESS AT ITS HIGHEST POINT - FASTEN TO DECK AT 24" O.C. - STAGGERED TAPERED WOOD FIBER EDGE STRIP - AS NEEDED TO PROVIDE SMOOTH TRANSITION EXISTING WOOD NAILER - REPLACED DETERIORATED SECTIONS AS NECESSARY MODIFIED BITUMEN ROOF MEMBRANE TWO—PLY BASE SHEET 22 GA. GALVANIZED DECK CLOSURE - INSTALL ON OPEN TAIL ENDS OF DECK AND AT NON -VERTICAL RIBS 050 PREFINISHED ALUMINUM SOFFIT CLOSURE FLASHING 1/2" FIBERBOARD INSULATION TAPERED POLYISOCYANURATE INSULATION - 1/4" PER FOOT TAPER 2" POLYISOCYANURATE INSULATION 1.8" POLYISOCYANURATE INSULATION TWO—PLY UNDERLAYMENT CEMENTITIOUS UNDERLAYMENT SHEATHING EXISTING 4-1/2" STEEL DECK S T R I STIR BUILDING RESOURCES LLC I P P P D,,Ds ly Mount Prospect Public Works Dept. Pum Station #ll Sheet No. oiSs.ARUNGTON HEIGHTS RD.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL ARLINGTON HEIGHTS, ILLINOIS 60005 Checkedby: .S r", Ci TEL: 847 952 9668 1 wwwstr-seg.com 8/7/17 Project No. 14048 'UPPER ROOF RAISED EDGE FLASHING TL ti 1 .050 PREFINISHED ALUMINUM CAP FLASHING — INSTALL SECTIONS WITH LOOSE—LOCKED JOINTS — HOOK ONTO CONTINUOUS CLEAT/CLOSURE — FASTEN TO CANT THROUGH FLASHINGS AT 24" O.C. CONCEALED FLASHING — EXTEND 2" MIN. OVER ROOF FLASHINGS AND TO BELOW BLOCKING — FASTEN TO CANT THROUGH TOP OF FLASHINGS AT 8" O.C. MODIFIED BITUMEN FINISH FLASHING 4" WOOD CANT — FASTEN TO EDGE OF NAILERS AT 12" O.C. STAINLESS STEEL CONTINUOUS CLEAT/CLOSURE — FASTEN TO NAILERS BEFORE INSALLING PANES AT 8° O.C. WOOD NAILERS — 2x6 AND PLYWOOD — STACK AS NEEDED TO MATCH INSULATION THICKNESS AT ITS HIGHEST POINT — FASTEN TO DECK AT 24" O.C. — STAGGERED TAPERED WOOD FIBER EDGE STRIP — AS NEEDED TO PROVIDE SMOOTH TRANSITION EXISTING WOOD NAILER — REPLACED DETERIORATED SECTIONS AS NECESSARY MODIFIED BITUMEN ROOF MEMBRANE TWO—PLY BASE SHEET .050 PREFINISHED ALUMINUM CAP FLASHING — INSTALL SECTIONS WITH LOOSE—LOCKED JOINTS — HOOK ONTO CONTINUOUS CLEAT/CLOSURE STAINLESS STEEL CONTINUOUS CLEAT/CLOSURE — FASTEN TO NAILERS BEFORE INSALLING PANES AT 8" O.C. 1/2" FIBERBOARD INSULATION TAPERED POLYISOCYANURATE INSULATION — 1/4" PER FOOT TAPER 2" POLYISOCYANURATE INSULATION 1.8" POLYISOCYANURATE INSULATION TWO—PLY UNDERLAYMENT CEMENTITIOUS UNDERLAYMENT cuP7oTUINIr ---__EXISTING 4-1/2" STEEL DECK `EXISTING CMU BLOCK WALL —EXISTING BRICK VENEER S T R I STIR BUILDING RESOURCES LLC I P P P D,,Ds ly Mount Prospect Public Works Dept. Pum Station #ll Sheet No. oiSs.ARUNGTON HEIGHTS RD.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL ARLINGTON HEIGHTS, ILLINOIS 60005 CheckedbY: S �i EL: 847 952 9668 1 wwwsto-seg.com 8/7/17 1 Project No. 14048 LOWER ROOF RAISED EDGE FLASHI-NG TL 22 GA. STAINLESS STEEL CONTINUOUS CLEAT — FASTEN TO TOP OF NAILERS AT 8" O.C. — OVERBEND AND SEAL AGAINST WALL .050 PREFINISHED ALUMINUM COPING — INSTALL SECTIONS WITH LOOSE—LOCKED UNDERPLATE JOINTS — HOOK ONTO CONTINUOUS CLEAT — FASTEN TO NAILER THROUGH FLASHINGS AT 24" O.C. ALUMINUM RETAINER AND HEAVY DUTY GARAGE DOOR BOTTOM T—STYLE RUBBER WEATHER STRIP SEAL O — SET IN TWO RUNS OF BUTYL SEALANT TAPE TURN AT END OF WALL AND CONTINUE TO INTERIOR WALL TO GROUND ON BOTH SIDES CONTINUOUS POLYURETHANE FOAM BACKER ROD � \BUTYL SEALANT TAPE \ CONCEALED FLASHING 'o — EXTEND 2" MIN. OVER TOP OF FLASHINGS TURN DOWN FACE TO BELOW NAILER FASTEN TO FACE OF NAILER THROUGH FLASHINGS AT 8" O.C. o` EXISTING WOOD NAILERS ` — REPLACE DETERIORATED SECTIONS AS REQUIRED MODIFIED BITUMEN FINISH FLASHING — EXTEND UP TO NAILER FACE FLASHING BASE PLY \ 4" FIBER CANT STRIP — SET IN HOT ASPHALT ON TOP LAYER OF INSULATION MODIFIED BITUMEN MEMBRANE TWO—PLY BASE SHEET 1/2" FIBERBOARD INSULATION TAPERED POLYISOCYANURATE INSULATION — 1/4" PER FOOT TAPER 2" POLYISOCYANURATE INSULATION --1.8" POLYI SOCYAN U RATE INSULATION TWO—PLY SUBSTRATE MEMBRANE = CEMENTITIOUS UNDERLAYMENT SHEATHING EXISTING 4-1/2" STEEL DECK EXISTING MASONRY WALL S T R STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 o-ne by. Sheet No. 2015 S.ARUNGTON HEIGHTS Ro.-STE. Toa 600 See Gwun Ave. - Mount Prospect, IL ARLINGTON HEIGHTS, ILLINOIS b000b Checked by: S Ci TEL: B47 952 9668 1 w .sto-s gxc 8/7/17 1 Project No. 14048 PARAPET FLASHING TL D NOTE: REFER TO INDIVIDUAL DETAILS FOR CONSTRUCTION .050 PREFINISHED ALUMINUM COPING — FABRICATE WITH END CAP .050 PREFINISHED ALUMINUM CLOSURE PANEL — FABRICATE TO MATCH PROFILE OF EDGE AT WALL AND TO CAP END OF WALL — INTALL BEHIND UPPER COPING AND ONTO EDGE FLASHINGS — SET IN MASTIC ON FINISHED ROOF FLASHINGS — FASTEN TO BLOCKING AND WALL AT 6° O.C. — STAGGERED FINISH FLASHING .050 PREFINISHED ALUMINUM CAP FLASHING — ENTEND ONTO SHEET METAL CLOSURE — HOOK ONTO CONTINUOUS CLEAT AND CLOSURE — FASTEN TO CANT THROUGH FLASHINGS AT 24" O.C. S T R I STIR BUILDING RESOURCES LLC I P P P D,aDs ly Mount Prospect Public Works Dept. Pum Station #ll Sheet No. oiSs.ARUNGTON HEIGHTS RD.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL ARLINGTON HEIGHTS, ILLINOIS 60005 Checkedby: S Ci TEL. B47 9,52 9668 8/7/17 1 Project No. 14048 CLOSLREFLASHING TL i i i i i ANIZED PIPE SHIM ANIZED WASHER TAPERED POLYISOCYANURATINSULATION SUMP \ — 1/4" PER FOOT TAPER WITH .5" TOO 1.5" THICKNESS CAST—IRON STRAINER 8'-0.. DRAIN HEAD NI CAST—IRON CLAMPING RING \\� 90' CAST—IRON ROOF DRAIN / — SHIM TO PROPER HEIGHT ABOVE ROOF DECK SURFACE I/ SHIM TOP VIEW — CUT—OFF 1" GALVANIZED PIPE LENGTHS OVER CLAMPING BOLTS TO ALLOW i HEAD TO BE FIRMLY SECURED AT PROPER HEIGHT i STRIP FLASHINGS — EXTEND 6" AND 12" MIN. BEYOND LEAD FLASHING 36" SQUARE — 4 LB. LEAD FLASHING — EXTEND LEAD MINIMUM 3/4" INTO DRAIN BOWL — SET LEAD IN BED OF PLASTIC ROOF CEMENT ON FINISHED PLIES — PRIME LEAD TOP AND BOTTOM /MODIFIED BITUMEN ROOF MEMBRANE TWO—PLY BASE SHEET 1/2" FIBERBOARD INSULATION TAPERED POLYISOCYANURATE INSULATION — 1/4" PER FOOT TAPER WITH 1.5' STARTING THICKNESS 2" POLYISOCYANURATE INSULATION 1.8" POLYISOCYANURATE INSULATION TWO—PLY SUBSTRATE MEMBRANE DECK PLATE''��CEMENTITIOUS UNDERLAYMENT SHEATHING GALVANIZED NUT AND WASHER _EXISTING 4-1/2" STEEL DECK THREADED ROD 30"x30" 20 GA. GALVANIZED DROPPED PAN DECK PLATE DECK — STITCH TO TOP OF EACH RIB AND 6" ON SIDES FASTEN TO DECK AT 8" O.C. ON ALL SIDES SPRAY IN—PLACE POLYURETHANE FOAM S T RI STIRBUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D,a by: Sheet No. DS 2015 S.ARLINGTON HEIGHTS RD.-STE. ToaAve.p ARLINGTON HEIGHTS, ILLINOIS 6000, 600 See Gwun Ave - Mount Prosect, IL Checked by: S F �i TEL: 847 952 9668 1 www.str-seg.com 8/7/17 1 Project No. 14048 DRAIV FLASHI-NG TL D NEW PREFORMED DOUBLE—DOME SKYLIGHT WITH INTEGRAL FRAME — INSTALL OVER COMPLETED CURB AND ROOF FLASHINGS Y4" x 1Y4" WIDE (MIN.) THICK CLOSED CELL WEATHERSTRIPPING .050 PREFINISHED ALUMINUM COUNTERFLASHING — INSTALL BEHIND EXISTING GUTTER FLASHING WITH SOLID—JOINTED CORNERS — FASTEN TOP TO EXISTING CURB THROUGH FLASHINGS AT 12" O.C. EXISTING CURB — ADD NEW 2° NOMINAL THICKNESS BLOCKING WHERE REQUIRED TO PROVIDE MINIMUM FLASHING HEIGHT — FASTEN TO TOP OF EXISTING CURB AT 12" O.C. MODIFIED BITUMEN FINISH FLASHING — EXTEND 8" MIN. ABOVE NEW ROOF SURFACE FLASHING BASE PLY 4" FIBER CANT STRIP — SET IN HOT ASPHALT ON TOP LAYER OF INSULATION MODIFIED BITUMEN MEMBRANE TWO—PLY BASE SHEET INSULATION EXISTING DECK S T R I STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D, by: Sheet No. DS 2015 S.ARUNGTON HEIGHTS Ro.-STE. ToaAve.p S F G ARLINGTON HEIGHTS, ILLINOIS 6000, 600 See Gwun Ave - Mount Prosect, IL Checked by: TEL: 947 952 9668 1 www.st r -seg. c— 8/7/17 1 Project No. 14048 TYPICAL SKYLIGHT CIURB FLASHIVG TL O O O 0' NEW PREFORMED DOUBLE—DOME SKYLIGHT WITH INTEGRAL FRAME — INSTALL OVER COMPLETED CURB AND ROOF FLASHINGS Y4" x 1Y4" WIDE (MIN.) THICK CLOSED CELL WEATHERSTRIPPING .050 PREFINISHED ALUMINUM COUNTERFLASHING — INSTALL BEHIND EXISTING GUTTER FLASHING WITH SOLID—JOINTED CORNERS — FASTEN TOP TO EXISTING CURB THROUGH FLASHINGS AT 12" O.C. EXISTING CURB — ADD NEW 2° NOMINAL THICKNESS BLOCKING WHERE REQUIRED TO PROVIDE MINIMUM FLASHING HEIGHT — FASTEN TO TOP OF EXISTING CURB AT 12" O.C. MODIFIED BITUMEN FINISH FLASHING — EXTEND 8" MIN. ABOVE NEW ROOF SURFACE FLASHING BASE PLY 4" FIBER CANT STRIP — SET IN HOT ASPHALT ON TOP LAYER OF INSULATION MODIFIED BITUMEN MEMBRANE TWO—PLY BASE SHEET INSULATION EXISTING DECK S T R I STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D, by: Sheet No. DS 2015 S.ARUNGTON HEIGHTS Ro.-STE. ToaAve.p S F G ARLINGTON HEIGHTS, ILLINOIS 6000, 600 See Gwun Ave - Mount Prosect, IL Checked by: TEL: 947 952 9668 1 www.st r -seg. c— 8/7/17 1 Project No. 14048 TYPICAL SKYLIGHT CIURB FLASHIVG TL STEP 1 BASE SHEET STEP 3 STEP 2 MODIFIED BITUMEN -- FINISH FLASHING FLASHING BASE PLY --MODIFIED BITUMEN FINISH FLASHING NOTE: HOT AIR WELD ALL LAPS OF MODIFIED BITUMEN FINISH FLASHING S T R I STIR BUILDING RESOURCES LLC I P P P D,aDs ly Mount Prospect Public Works Dept. Pum Station #ll Sheet No. oiss.ARUNGTON HEIGHTS RD.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL ARLINGTON HEIGHTS, ILLINOIS 60005 Checkedby: S �i EL: 947 952 9668 1 wwwsto-seg.com 8/7/17 1 Project No. 14048 TYPICAL INSIDE CORNER FLASHING TL S STEP T AND FLASHING BASE PLY ODIFIED BITUMEN MEMBRANE MODIFIED BITUMEN FINISH FLASHING STEP MODIFIED BITUMEN FINISH FLASHING FLASHING HEIGHT RELIEF SLITS WELD ALL LAPS OF MODIFIED BITUMEN FINISH FLASHING S T R I STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D— by:Sheet No. DS 2015 SRLINGTON HEIGHTS Ro.-STE. ig8Ave.p ARLINGTON HEIGHTS, ILLINOIS 60005 600 See Gwun Ave - Mount Prosect, IL Checkedby: S E �i .A TEL: 847 952 9668 1 www.str-segs— 8/7/17 1 Project No. 14048 TYPICAL OUTSIDE CORNER FLASHING TL D 2'-0"x2'-0" STEP #1 4'-0"x4'-0" STEP #2 BOARD BOARD ADJOINING 4'-0"x2'-0" 4'-0"x2'-0" BOARD BOARD BOARD r \ ADJOINING 4'-0"x2'-0" 4'-0"x4' 0" BOARD BOARD ADJOINING ADJOINING ADJOINING ADJOINING 4'-0"x 4'-0" 4'-0"x4'-0" 4'-0"x4'-0" 4'-0"x4'-0" BOARD BOARD BOARD BOARD SPRAY—IN—PLACE FOAM FILLER AT ALL OPEN GAPS — APPLY AT EACH LAYER BEFORE INSTALLATION OF THE NEXT LAYER TYPICAL CORNER STARTING POINT FOR OVERLAY BOARD WITH 24" JOINT STAGGER AND BOARDS LAID IN "BOOKED" FASHION (CONTINUE WITH FULL BOARDS AFTER CUT CORNER BOARDS ARE PLACED) * WHEN INSTALLING TWO LAYERS OF FLAT STOCK POLYISOCYANURATE INSULATION - FIRST LAYER ON DECK SHALL BE INSTALLED IN SAME LAYOUT AS COVER BOARD SHOWN ABOVE TO OFFSET JOINTS 24" MIN.* S T R I STIR BUILDING RESOURCES LLCj Mount Prospect Public Works Dept. Pump Station #11 D --by. Sheet No. DS 2015 S.ARLINGTON HEIGHTS Ro.-STE. 16S 600 See Gwun Ave. - Mount Prospect, IL Checked by: ARLINGTON HEIGHTS, ILLINOIS 60005 S F', G TEL 847 952 9668 1 www.str-seg.com 8/7/17 1 ProjectNo. 14048 I-NSULATIO'T LAYOUT TT D-1-0. X-"' SUBMIT MANUFACTURER'S PATTERN FOR APPROVAL S T R I STIR BUILDING RESOURCES LLC I P P P D,aDs ly Mount Prospect Public Works Dept. Pum Station #ll Sheet No. 2015s.ARUNGTON HEIGHTS RD.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL S F G ARLINGTON HEIGHTS, ILLINOIS 60005 Checked by: EL: 947 95296681 wwwsto-seg.com 8/7/17 1 Project No. 14048 FASTENING LAYOUT TL Ni nTP-c- - FACE DIMENSIONS GREATER THAN 8" SHALL BE FABRICATED WITH A 1/2" STIFFENING 'V' -GROOVE AT CENTER - DO NOT EXCEED FACE DIMENSION OF 12" - ADD SKIRT FLASHING BELOW - FLASHING SECTIONS MUST BE FULLY ENGAGED AND CONTINUOUSLY CRIMPED ONTO THE UNDERLYING CLEAT, WHERE APPLICABLE - BEND METAL PAST VERTICAL TO ENSURE METAL IS TIGHT AT BOTTOM FIELD2 \ MEASURE 1/2" 2_ /2„ 2" 4 FIELD FFIELD 3/4" MEASURE FIELD MEASURE MEASURE FIELD (3/4" MEASURE FINISH CLEAT COPING COVER 3" 2° FIELD MEASURE GENERAL -USE COUNTERFLASHING FIELD MEASURE SKIRT FLASHING FINISH CLEAT CAP FLASHING FI ELD MEASURE 2° MIN. SOFFIT CLOSURE S T R I STIR BUILDING RESOURCES LLC Mount Prospect Public Works Dept. Pump Station #11 D, by Sheet N G .A o. 2015 SRLINGTON HEIGHTS Ro.-sTE. Toa 600 See Gwun Ave. - Mount Prospect, IL F', ARLINGTON HEIGHTS, ILLINOIS b000b Checkedby: l S TEL: 847 952 9668 1 www.str-segXc 8/7/17 Project No. 14048 METAL FABRICATION TL D 1