← Back to Lewiston

Document Lewiston_doc_cb0cb3d91a

Full Text

CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS CONTRACT AND CONTRACT DOCUMENTS FOR LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT BID NO. 2013-026 PREPARED BY CITY OF LEWISTON BUILDING DIVISION ---PAGE BREAK--- TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY DIVISION 10 SUPPLEMENTAL SPECIFICATIONS 10-1 10.0 SCOPE OF WORK 10-1 10.1 BID AWARD OR REJECTION 10-2 10.2 TIME LIMIT 10-2 10.3 MATERIALS 10-2 10.4 SAFETY 10-2 10.5 PRE-QUALIFICATIONS 10-2 10.6 GENERAL CONDITIONS 10-2 10.7 PERMITS AND APPROVALS 10-3 10.8 CODES AND ORDINANCE 10-3 10.9 ERRORS OR OMISSIONS 10-3 10.10 WORKMANSHIP AND INSTALLATION 10-3 10.11 PRE-BID REQUIREMENTS 10-3 10.12 WORKING HOURS 10-3 10.13 SUBSTITUTIONS 10-3 10.14 SHOP DRAWINGS 10-4 10.15 EXTRA WORK ORDERS-CREDITS 10-4 10.16 SITE INVESTIGATION 10-4 10.17 PRECONSTRUCTION CONFERENCE 10-4 10.18 INSPECTION 10-4 10.19 REPAIR OF DAMAGES 10-5 10.20 GUARANTEE 10-5 10.21 CLEANING 10-5 10.22 RE-POINTING AND MASONRY REPAIR AND REBUILDING 10-6 10.23 GRANITE STEPS REHABILITATION 10-8 10.24 PAINTING 10-8 10.25 PIGEON CONTROL 10-10 10.26 EXTERIOR CAULKING 10-15 10.27 ROSETTA REPLACEMENT 10-16 10.28 ALLEY ACCESS 10-16 DIVISION 20 GENERAL PROVISIONS 20-0 DIVISION 30 CONTROL OF WORK 30-0 DESIGN DRAWING ---PAGE BREAK--- N-1 BID NO: 2013-026 BID DATE: 6/11/2013 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS The City of Lewiston is accepting sealed Proposals for the LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT, which consists of: Base Bid: Complete the exterior masonry rehabilitation of the City Library Building exterior granite stone walls which consists of cleaning and re-pointing exterior masonry stone facade, re-caulking all windows and doors as needed, painting exterior ornamental wood, furnish and install pigeon control, rehabilitation of the Park Street granite steps, and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Alternate Bid No. 1 Caulk exterior green painted windows on north side of the City Library Building. No. 2 Paint exterior green painted windows on north side of the City Library Building. No. 3 Additional cleaning of the City Library Building exterior granite stone walls No. 4 Furnish and install rosette. Bids will be received at the office of the Director of Budget/Purchasing until 2:00 p.m. on June 11, 2013, and then at said office publicly opened and read aloud. A mandatory Pre-bid meeting will be held at the Lewiston City Library Building located on the corner of Pine and Park Streets at 1:00 P.M. on May 30, 2013, to examine the work site and ask questions of the Director of Public Buildings. The Contractor bidding on this project must make a site visit to obtain field measurements for each item specified. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the proposal is made without any connection with any other bidder making any proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in the proposal or in any contract which may be entered into to which the proposal relates, or in any portion of the profits therefrom, except as provided by the City Charter. The proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT and addressed to: "Director of Budget/Purchasing, City Hall, Lewiston, Maine". If the proposal is forwarded by mail, the sealed envelope containing the proposal and marked as above must be enclosed in a second envelope which shall be addressed to: "Director of Budget/Purchasing, City Hall, 27 Pine Street, Lewiston, Maine 04240." All mailed proposals should be sent by registered mail to insure delivery. Any bidder may withdraw his/her proposal prior to the scheduled time for the opening of proposals upon presentation to the Director of Budget/Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her proposal and the bid security accompanying the proposal will be forfeited to the City of Lewiston. Any proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any proposal or reject any or all proposals if it is deemed to be in the public interest to do so. ---PAGE BREAK--- N-2 No proposal will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of ten (10%) percent of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed contract or, if no contract award is made, within forty- five (45) days after the opening of the proposals, unless forfeited as herein stipulated. The contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget/Purchasing of the acceptance of his/her proposal and readiness of the contract to be signed. If the bidder fails or neglects, after such notification, to execute the contract, the Finance Committee may determine that the proposal has been abandoned; and, in such case, the bid security accompanying the proposal will be forfeited to the City of Lewiston. The work is to be commenced within ten (10) days after the date of the contract unless otherwise specified in the Specifications or directed by the Director of Budget/Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified. All proposals must be made on the blank Proposal Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover all the expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her Proposal from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan of any thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this contract comes to his/her knowledge, report it at once, in writing, to the Engineer. All materials and labor required to complete the work will be supplied by the Contractor unless otherwise provided for in the Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the proposal. Plans and Specifications can be obtained on the City Website at: www.lewistonmaine.gov under Purchasing and “Bids and Awards”. Contract documents can also be viewed at the following locations: Associated Constructors of ME, 188 Whiten Road, Augusta, ME 04330 Tel. no. 622-4741 Fax no. 622-1625 Email: [EMAIL REDACTED] Portland Construction Summary of ME, Cross Insurance Building, 2331 Congress Street, Maine 04102 Tel. No. [PHONE REDACTED], Email: [EMAIL REDACTED] Construction Summary of ME, 734 Chestnut Street, Manchester, NH 03104 [EMAIL REDACTED] McGraw-Hill Construction, 3315 Central Avenue, Hot Springs, AR 71913 Tel. No. [PHONE REDACTED] Email: [EMAIL REDACTED] “The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction.” All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Engineer, at least five days before the date set for the opening of the proposals. Any questions which, in the opinion of the Director of Budget/Purchasing, require interpretation, will be sent by registered mail, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the proposals. Addenda issued later than three days prior to the scheduled opening of the proposals may be ---PAGE BREAK--- N-3 made by telephone. Bidders shall acknowledge receipt of all Addenda in the space provided therefor in the Proposal Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by mail or telephone. The Supplemental Specifications and the Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. ---PAGE BREAK--- N-4 CITY OF LEWISTON PROPOSAL FOR LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT Bid No. 2013-026 To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Works as provided for therein; and that he/she will accept in full payment therefor the following sums to wit: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL Base Bid Items 1. Lump Sum Complete the Cleaning of the City Library Building Exterior Granite Stone Walls, Entablature, Columns and Park Street Steps and Pedestals as Specified: 2. 950 Linear Feet Remove and Repoint 20% of the City Library Building Exterior Granite Stone Walls Masonry Joints as Specified: 3. Lump Sum Remove and Repoint 100% of the City Library Building Exterior Granite Stone Entablature including the Soffit, Cornice, Frieze, and Architrave Masonry Joints as Specified: 4. Lump Sum Remove and Repoint 100% of the City Library Building Exterior Granite Stone Steps Pedestals Masonry Joints as Specified: 5. Lump Sum Remove and reset four Granite Steps on Park Street Entrance as Specified 6. Lump Sum Remove Mortar and Install Caulking on all Masonry Joints on Park Street Entrance Granite Steps as Specified ---PAGE BREAK--- N-5 7. 280 Linear Feet Furnish and Install Bird Barrier Strip System as Specified 8. 32 Square Feet Furnish and Install Bird Netting System as Specified Total Base Bid Price Alternate Bid Items 1. Lump Sum Caulk Exterior Green Painted Windows on North Wall of the City Library Building as Specified: 2. Lump Sum Paint Exterior Green Painted Windows on North Wall of the City Library Building as Specified: 3. 500 Square Feet Additional Cleaning of the City Library Building Exterior Granite Stone Walls as Directed by the Project Engineer: 4. Lump Sum Furnish and Install Rosette as Specified: The undersigned acknowledges the receipt of Addenda numbered The undersigned further agrees that, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that there shall be deducted from monies due the Contractor, not as a penalty, but as inspection costs, the sum of two hundred ($200.00) dollars for each working day beyond the time limit specified in the Supplemental Specifications, which is required by the Contractor to complete the whole work to the satisfaction of the Engineer and the Director of Public Works. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise therefrom, except as provided by the City Charter. The full names and addresses of all ---PAGE BREAK--- N-6 persons and parties interested in this Proposal, as principals, are as follows (Give first and last names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of: which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget/Purchasing of the acceptance of his/her proposal, to execute a contract with the City within the time agreed to herein; or, in case the undersigned withdraws his/her proposal within thirty (30) days after the opening of the proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature Printed Name & Title Mailing Address Physical Address IRS ID # Date Telephone # Fax # E-Mail Address \ ---PAGE BREAK--- N-7 LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT Contractor Qualification Statement Please answer the following questions completely; attach sheets if necessary: 1. Contractor name, address and phone number: 2. List Project Superintendent and years of experience with the company that will be assigned to this project. 3. List the Contractor's organizational structure: 4. List the equipment owned or leased by the Contractor that will be assigned to this project. 5. List of references for at least three similar projects: a. Project name and address: Owner name, address and phone number: b. Project name and address: Owner name, address and phone number: c. Project name and address: Owner name, address and phone number: 6. List all Subcontractors, if not identified above: ---PAGE BREAK--- N-8 Form prepared Print or Type ---PAGE BREAK--- C-1 CITY OF LEWISTON, MAINE CONTRACT FOR LEWISTON CITY LIBRARY BUILDING EXTERIOR WALL REHABILITATION PROJECT This Agreement, made and entered into this day of June in the year two thousand and thirteen, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called "Owner", by its City Administrator, party of the first part, and hereinafter called "Contractor", with legal address and principal place of business at party of the second WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenants and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents, hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL Base Bid Items 1. Lump Sum Complete the Cleaning of the City Library Building Exterior Granite Stone Exterior Walls, Entablature, Columns and Park Street Steps and Pedestals as Specified: ---PAGE BREAK--- C-2 2. 950 Linear Feet Remove and Repoint 20% of the City Library Building Exterior Granite Stone Walls Masonry Joints as Specified: 3. Lump Sum Remove and Repoint 100% of the City Library Building Exterior Granite Stone Entablature including the Soffit, Cornice, Frieze, and Architrave Masonry Joints as Specified: 4. Lump Sum Remove and Repoint 100% of the City Library Building Exterior Granite Stone Steps Pedestals Masonry Joints as Specified: 5. Lump Sum Remove and reset four Granite Steps on Park Street Entrance as Specified 6. Lump Sum Remove Mortar and Install Caulking on all Masonry Joints on Park Street Entrance Granite Steps as Specified 7. 280 Linear Feet Furnish and Install Bird Barrier Strip System as Specified 8. 32 Square Feet Furnish and Install Bird Netting System as Specified Total Base Bid Price Alternate Bid Items 1. Lump Sum Caulk Exterior Green Painted Windows on North Wall of the City Library Building as Specified: 2. Lump Sum Paint Exterior Green Painted Windows on North Wall of the City Library Building as Specified: 3. 500 Square Feet Additional Cleaning of the City Library Building Exterior Granite Stone Walls as Directed by the Project Engineer: ---PAGE BREAK--- C-3 4. Lump Sum Furnish and Install Rosette as Specified: The party of the second part represents and warrants: That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator, and the said by its thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: City of Lewiston, Maine By: Edward A. Barrett, City Administrator By: ,Contractor Witnessed By: ---PAGE BREAK--- 10-1 CITY OF LEWISTON, MAINE BUILDING DIVISION SUPPLEMENTAL SPECIFICATIONS DIVISION 10 10.0 SCOPE OF WORK It is the intention of these Contract Documents to require a complete and satisfactory rehabilitation of the Lewiston City Library Building Exterior Library Exterior Granite Walls, which consists of the following: Base Bid 1. Complete the cleaning of the City Library Building exterior granite stone exterior walls, entablature, columns and Park Street steps and pedestals. 2. Remove and repoint 20% (approximately 950 linear feet) of the City Library Building exterior granite stone walls masonry joints. 3. Remove and repoint 100% of the City Library Building exterior stone entablature including the soffit, cornice, frieze, and architrave masonry joints. 4. Remove and repoint 100% of the City Library Building exterior granite stone steps pedestals masonry joints. 5. Remove and reset four granite steps on Park Street Entrance. 6. Remove mortar and install caulking on all masonry joints on Pine Street entrance granite steps. 7. Furnish and install bird control. 8. Furnish and install one rosette. and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Alternate Bid Items 1. Caulk exterior green painted windows on north wall of the City Library Building as specified: 2. Paint exterior green painted windows on north wall of the City Library Building as specified: 3. Five hundred (500) square feet of additional cleaning of the City Library Building exterior granite stone walls. 4. Furnish and install rosette. Bids will be received at the office of the Director of Budget/Purchasing until 2:00 p.m. on June 11, 2013, and then at said office publicly opened and read aloud. ---PAGE BREAK--- 10-2 10.1 BID AWARD OR REJECTION It is the intent of the City to award a contract within ten (10) days after the bid due date. The City reserves the right to reject any or all bids. The contract shall be awarded to one contractor, based upon total price of the Base Bid or in combination of Base Bid with any/all alternatives, depending on the availability of funding or as being in the best interest of the City. 10.2 TIME LIMIT The Contractor shall complete all work outlined in the Contract Documents by September 30, 2013. The Director of Public Works or his/her representative may extend the time limit, if the Contractor submits, in writing, evidence that he/she cannot complete the project within the time limit specified because of the long delivery time on the material or other justifiable reasons. The Contractor shall be responsible for ordering his/her materials The decision of the Director of Public Work or his/her representative regarding the time extension shall be final. 10.3 MATERIALS The Contractor shall supply all materials, equipment, and labor, as necessary to complete the project in accordance with the specifications. 10.4 SAFETY During the course of the work, the Contractor shall assume full responsibility for the safety and protection of all workers and the general public. Any scaffolding, bracing, etc., shall meet all applicable local, State and Federal safety standards. The Contractor shall barricade sidewalks and doorways and do any other work necessary to protect pedestrians while work is being done on the exterior of the building. If the Contractor plans to block off an existing egress to the City Library Building or change the current pedestrian traffic scheme, he/she must notify the City in writing and obtain written approval. The Contractor must also provide an alternative to the existing pedestrian traffic plan to the City for its approval one week prior to instituting the change. 10.5 PRE-QUALIFICATION The contractor must have a minimum of five years of experience with all aspects of the specified project and must completely fill out the Contractor Qualification Statement included in the Proposal of the Specifications. 10.6 GENERAL CONDITIONS A. All materials entering into the installation, except as hereinafter noted, must be new and of the quality specified; otherwise, of the best commercial quality obtainable for the purpose. All parts to be worked, and the erection thereof, must be performed in the best and most substantial manner in accordance with the standards of the trade. B. The Construction Drawings do not reflect all the actual field conditions. The Contractor shall visit the building site and shall take such measurements as necessary, to determine the actual conditions and follow these plans and specifications so that he/she may properly install his/her work. C. Materials of equal specification may be substituted where an "or approved equal" is indicated. In cases of an "or approved equal" substitutions will be permitted only upon specific approval by the Director of Public Buildings, prior to the submittal of this Contractor's bid and before any of such items are ordered. ---PAGE BREAK--- 10-3 10.7 PERMITS AND APPROVALS A. The Contractor shall obtain a street and sidewalk occupancy and building permit from The Public Works Department and City Building and any other permit as may be required in connection with the work of this Specification. The City of Lewiston will waive City permit fees for this project. B. The Contractor shall execute all work to conform to the requirements of all local, State and Federal laws, regulations, etc., applicable to the work. 10.8 CODES AND ORDINANCES All rehabilitation work specified shall conform to all codes and ordinances that apply. Bidders who are aware of unpublished requirements of such codes and ordinances shall inform the Director of Public Buildings, in writing, at least four days before the end of the bidding period of such requirements, and include in their bid price the difference in cost to satisfy such requirements. 10.9 ERRORS OR OMISSIONS A. Should any errors or omissions exist in the Specifications and Drawings, the Contractor and/or subcontractors concerned, shall not avail themselves of such unintentional error, omission or conflict, but shall have same explained and adjusted before signing the Contract and proceeding with the work. Otherwise, each Contractor or subcontractor shall, at his/her own expense, supply the proper materials and labor to make good any damage to, or defect in his/her work caused by such error, omission or conflict. B. Any items inadvertently omitted from the Specifications, which are necessary for the proper completion and operation of the work, and that can reasonably be inferred as belonging to the various systems, shall be supplied by the Contractor as part of his/her work under this section of the Specifications. 10.10 WORKMANSHIP AND INSTALLATION All work performed under these Plans and Specifications shall be of the highest quality and conform to accepted standards of the trade, OSHA regulations, I.C.R.I. standards and the recommendations of the I.C.R.I. guide and date manuals. 10.11 PRE-BID REQUIREMENTS A mandatory Pre-bid meeting will be held at the Lewiston City Library Building located on the corner of Pine and Park Streets at 1:00 P.M. on May 30, 2013, to examine the work site and ask questions of the Director of Public Buildings. The Contractor bidding on this project must make a site visit to obtain field measurements for each item specified. 10.12 WORKING HOURS The Contractor may work on the exterior of the City Library Building, in general, between the hours of 7:00 A.M. and 6:00 P.M., Monday through Saturday. 10.13 SUBSTITUTIONS A. Where the words "or approved equal" and "or equal" appear in these Specifications, the Contractor may substitute materials of equal quality and specification only after the Director of Public Buildings has been notified and his/her approval obtained. All substitutions shall be approved by the Director of Public Buildings. ---PAGE BREAK--- 10-4 B. In all cases, the right is reserved to require adequate proof of the equality of the substitution before permitting its use. 10.14 SHOP DRAWINGS A. The Contractor agrees that shop drawings processed by the Director of Public Buildings are not change orders and that the purpose of shop drawing submittals by the Contractor is to demonstrate to the Director of Public Building that the Contractor understands the design concept, that he/she demonstrates his/her understanding by indicating which materials he/she intends to furnish and by detailing the fabrication and installation methods he/she intends to use with the above material. B. The Contractor further agrees that the checking of shop drawings is only for general conformance with the design concept of the project and general compliance with the information given in the Contract Documents. Any action shown on the shop drawings is subject to the requirements of the Specifications. The Contractor is responsible for: 1. Providing four copies of the submittals for the Director of Public Buildings’ approval. 2. The Contractor further agrees that if deviations, discrepancies, or conflicts between shop drawing submittals are processed by the Director of Public Buildings, the Design Drawings and Specifications shall control and shall be followed. 10.15 EXTRA WORK ORDERS - CREDITS A. No extra work will be paid for unless authorized by the Owner in writing. Where extra work is required, the Contractor shall provide an itemized account of the work involved and shall take into consideration any credits due to work omitted for any reason. Estimates shall clearly list such omitted work with proper credit given for same. 10.16 SITE INVESTIGATION The Contractor shall examine the Specifications, Design Drawings and site of work and from his/her investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, quantity and quality of the surfaces, the machinery and services required to complete the project, as required by the Contract Documents, and all other aspects of the work. 10.17 PRECONSTRUCTION CONFERENCE A Preconstruction Conference will be held between the Contractor and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Specifications, Design Drawings and the Regulations of the City. The Contractor shall give the Director of Public Buildings a work schedule, a list of suppliers and subcontractors, and all other information required by the Contract at that time. 10.18 INSPECTION The Contractor shall perform a detailed inspection of the exterior walls, and report to the Director of Public Buildings the extent of any hidden damages not obvious on the surface from visual observation. The Contractor shall include in his/her report whether the damages to these areas are superficial or structural. He/She shall also make recommendations on all alternatives for repairing these damaged areas, if these repairs are not included in the Specifications for this Project. Payment for any other work then specified shall be paid as defined in Division 23.1 "Extra Work" and 23.2 "Reduction of Work." ---PAGE BREAK--- 10-5 10.19 REPAIR OF DAMAGES The Contractor shall take the necessary precautions to avoid damaging the exterior walls, or any part of the existing building as a result of the rehabilitation work. The Contractor will make every responsible attempt to prevent damage to the City Library windows and other building components. The Contractor must get the Director of Public Buildings’ approval regarding the method of accessing the work areas. If the Contractor does damage the windows, he/she must repair the windows according to the windows manufacturer's recommendation, so that the existing window guarantee will not be voided. Additionally, any City property, which is damaged as a result of the rehabilitation work, shall be repaired or replaced by the Contractor at his/her expense. 10.20 GUARANTEE The Contractor shall and hereby does warrant and guarantee that all work executed under this division shall be free from defects of materials and workmanship for a period of one year from the date of final acceptance. The Contractor shall further warrant that all materials furnished under this division and all work executed under this division are in accordance with all applicable laws, regulations, codes, etc. 10.21 CLEANING A. SCOPE OF WORK - Furnish and apply masonry cleaning. 1. Clean existing exterior granite stone surfaces from atmospheric pollutants, efflorescence, bird droppings, etc. B. MATERIALS 1. Masonry Cleaner: Sure Klean Restoration Cleaner by ProSoCo, Inc., HT 626 Granite or approved equal. C. PREPARATION OF SURFACES 1. Protect all surrounding areas as recommended by the literature of the manufacturer. a. Windows, window trim, doors and other non-masonry surfaces shall be protected from contact with materials by masking with polyethylene, or other approved techniques. b. Contractor will spread lime on the grass to neutralize any cleaners containing acid. D. APPLICATION 1. Stone Masonry a. Apply cleaner in strict accordance with manufacturer's written instructions. b. Test panels (minimum 4 feet by 4 feet) shall be cleaned prior to beginning the full scale cleaning operation to determine the effectiveness of the cleaning methods compound at various dilutions and the precise cleaning procedures. The dilution rate and procedure must be approved by the Project Engineer. c. Use the cleaner in concentrate or dilute with 1-3 parts water, depending upon test results before application. d. Apply the cleaning solution liberally using a densely filled (tamipico) masonry washing brush, roller, or low pressure (50 PSI)spray. Work the solution with the brush in the heavily soiled areas. ---PAGE BREAK--- 10-6 e. Start at the top of the work area and apply an even coating. f. Leave the solution on the surface for 3-5 minutes. Reapply the solution and scrub the areas that need additional cleaning. Water rinse with low pressure flood rinse to remove the initial acidic residue. Then, rinse the treated area thoroughly using a 150 - 300 fan spray tip, 6-8 GPM nozzle at 400-1000 PSI. Do not let the cleaning solution “dry in place”- bleaching may occur. g. The cleaner cannot be sprayed on very windy days, as determined by the Project Engineer. h. If the product is inadvertently sprayed on trees or plants, it shall be rinsed off immediately. If any trees or other items are harmed, the Contractor will be responsible for their replacement or repair, at no cost to the City. i. If cleaning a severely stained area doesn’t initially work, the Contractor may use a Prewash product manufactured by the same company. The contractor must follow the product procedures and recommendations. j. Clean black pitch (most likely roofing mastic) on the granite surface in various locations. The cleaning product must be approved by the Director of Public Buildings. k. The asphalt mastic located on the foundation may be removed mechanically. Pneumatic chipping hammer, grinding, chisel and hammer, or other method approved by the Director of Public Buildings. 10.22 RE-POINTING GRANITE STONE MASONRY A. SCOPE OF WORK 1. Remove all unused anchors including pipe hangers, bolts, brackets, etc. 2. Repair all damaged granite stone work as directed on the Construction Drawings. 3. Re-point masonry joints as needed, as determined by the Director of Public Buildings. B. MATERIALS 1. Lime: Type S hydrated lime, ASTM C207 as manufactured by Lee Lime Company "Minute Man", Warner Company "Super Limoid," or approved equal. 2. Cement: Portland cement of domestic manufacture, conforming to the requirements of ASTH C- 150, Type I or Type II. Only two brands of cement shall be used throughout the project, Dragon, Independent Cement, or approved equal. 3. Sand: Sand used throughout the work shall be well-screened, clean, hard, sharp, siliceous, free from loam, silt, or other impurities and graded so that 100% will pass through No. 8 mesh sieve, and from 15% to 35% through No. 50 sieve, conforming to the requirements of ASTM C-144, latest edition. 4. Water shall be potable. C. MORTAR MIX 1. Tuckpointing Mortar: Pre-hydrate mortar. Thoroughly mix dry ingredients. The mortar ingredients will be one part Portland cement, one part lime, and six parts sand. Dampen dry mix and allow to stand for at least one hour before adding final water. ---PAGE BREAK--- 10-7 2. Admixtures shall not be allowed. 3. Add mortar coloring in accordance with manufacturer's recommendations as needed to match the existing mortar color. No batches requiring partial of coloring allowed. 4. Mortar color for granite stone and tuck-pointing shall match the existing mortar. D. REPOINTING PREPARATION AND APPLICATION 1. Clean masonry surfaces only when air temperatures are above 40 degrees F (4 deg. C) and will remain so until masonry has dried out, but for not less than seven days after completion. 2. Do not re-point mortar joints unless air temperatures are between 40 degrees Fahrenheit (10 deg. C) and 80 degrees Fahrenheit (27deg. C) and will remain so for at least 48 hours after completion of work. 3. Remove any loose, crumbling mortar and rake back to uniform depth 2 to 2 1/2 times the joints width. Joints may be farther if necessary to reach mortar sound enough to serve as a base for repair. Take care to avoid damaging existing granite stone. Do not enlarge width of the joints. The only equipment allowed to rake the joints shall be a hammer and chisel with a blade about half the width of the joint. A pin grinder with a tuck-pointing blade, or an approved equal, may be used with approval from the Director of Public Buildings or his/her representative. 4. After removing the old mortar, clear the bedding surface of dust and debris, then spray it with water. The area to be re-pointed should be moist but surface dry when the new mortar is placed. 5. Measure mortar materials in boxes, or by other approved units. Use machine batch mixer, except that where small quantities are required, mixing may be done by hand. Mixer shall be subject to approval by the Engineer. Time of mixing shall be not less than five minutes after all materials are in the mixer. Mix only enough mortar at one time to supply immediate requirements of the manufacturer. 6. Use mortar within two hours of mixing. If necessary, re-temper mortar within two hours of mixing to replace water lost by evaporation. 7. Place the pointed mortar in layers about one-third (1/3) inch deep, using a narrow pointing trowel. Pack each layer firmly, then allow it to reach thumbprint hardness before placing the next layer. Do not tool each layer smooth; leave surface rough to help the bond of subsequent layers. Compress the final packing as much as possible to completely fill the joint. Compact joints solidly before final tooling. Tool joints to match existing work. Take care not to spread mortar over edges of brick onto exposed surfaces. remove excess mortar, smears and droppings as work progresses. Cure mortar by maintaining it in a damp condition for five days. Joints shall be tooled to form a grapevine beaded joint and shall match as closely as possible the existing joint. 8. Where repointing work precedes cleaning of existing stone, allow mortar to harden not less than 30 days before beginning cleaning work. 9. Remove any unnecessary object that is not currently being used, including attachments for wiring, piping, etc. 10. The Contractor shall check all mortar joints and shall repair open or deteriorated joints by cutting to a depth of 3/8" or to sound mortar and re-point them with mortar of the same color as existing mortar. ---PAGE BREAK--- 10-8 10.23 GRANITE STEPS REHABILTATION A. Remove the four lower granite steps at the Park Street entrance. The bottom step may not have to be removed if the remaining three can be reinstalled in their original position without effecting the structural integrity of the other three steps. . The Contractor shall remove as many steps as necessary to repair the broken foundation, taking care not to chip, break or scratch the exposed faces of the stone. Any stone broken or damaged shall be replaced by the Contractor, at their expense, with new granite matching the color, grain and size of the existing granite. B. Reinforce and repair the foundation for the steps. The Contractor shall remove the deteriorated sections of the foundation and repair these sections using the best practices of the trade and with the approval of the Director of Public Buildings. The Contractor shall also inspect any other sections of the foundation exposed during this work and report his findings to the Director of Public Buildings. C. Reset the steps to the original position. D. Remove any of the existing mortar on all masonry joints on the entrance steps and pedestals. The steps and pedestals must be clean before the sealant or mortar can be applied. The step’s pedestal shall be re-pointed as directed in Section 10.22 RE-POINTING GRANITE STONE MASONRY. The step pedestals joints shall be tooled to form a weather tight joint matching the original joint. The steps joints shall be sealed with a one component elastomeric polyurethane sealant. The sealant compound shall be equal to NP 1 by Sonolastic or approved equal. Submit manufacturer's product literature for sealant specified. Submit two color samples per application. Joints and spaces to be sealed shall be clean, dry and free of dust, loose mortar and other foreign matter. Remove oils and grease with sealant approved solvent. Joints shall be filled within appropriately sized foam backer rod if needed. Backer rod material shall be closed cell polyethylene foam, or butyl and neoprene rods. The caulking approved by the Director of Public Buildings shall be colored to match, and finger tooled to provide a solid watertight bond. Immediately clean adjacent materials that have been soiled; leave work in a neat, clean condition. Place no sealant when the temperature is below 40 degrees. No sealant shall be left feather-edged out onto granite stone. Cure sealant and caulking compounds in compliance with manufacturer’s instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. Protect joint sealers during construction period to prevent damage or deterioration. E. The Contractor shall repair, at their expense, all damage to the existing sidewalk and lawn, which may occur as a result of the repair to the steps, as directed by the Director of Public Buildings. 10.24 PAINTING A. SCOPE OF WORK 1. Furnish labor and materials to completely paint all wood and metals surfaces as directed in the design drawings. Submit paint schedule and colors for approval, listing manufacturer, paint type with exact product descriptions for each coat corresponding to the Schedule of Finishes. Work shall be done by a skilled painter. Evenly apply materials free from sags, runs, crawls or other defects, brush out or roll coats of proper consistency to show a minimum amount of brush or lap. There shall be no outside work during damp weather, when temperature is below 50 degrees F, or until surfaces have thoroughly dried from effects of such weather. ---PAGE BREAK--- 10-9 B. SCHEDULE OF FINISHES-COVERAGE REQUIREMENTS 1. Exterior a. Metal door ornament: 1 coat zinc based primer 2 coats exterior alkyd enamel b. Wood panel, window frames and trim: 1 coat exterior latex primer 2 coats acrylic latex paint c. Metal doors and frames (with shop primer): 2 coats exterior alkyd enamel C. MATERIALS When no specific manufacturers of paint, enamels, etc., are specified, such materials shall be the product of the following approved manufacturers and shall be their highest grade of each type of material: Devoe Co. Glidden Co. Benjamin Moore & Co.. PPG Industries, Inc. (Pittsburgh Paint) Pratt & Lambert, Inc. Muralo Co. Sherwin-Williams Co. PAINT SCHEDULE Wood: Provide the following finish systems over exterior wood surfaces: Semigloss, Acrylic-Enamel Finish: 2 finish coats over a primer. Primer: Exterior, alkyd or latex, wood primer, as recommended by the manufacturer for this substrate, applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.5 mils. Devoe: Exterior Wood Primer. Glidden: Alkyd Exterior Primer Benjamin Moore: FreshStart Primer PPG: Pittsburg: Sealgrip Primer P & L: Pro Hide GOLD Primer Muralo: Universal Primer Sherwin Williams: Exterior Latex Wood Primer First and Second Coats: Semigloss, waterborne, exterior, acrylic enamel applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 2.4 mils. Devoe: Weather King II Semi-Gloss House & Trim Paint Glidden: Fortis 450 Paint. Benjamin Moore: Ben Exterior Paint PPG: Sunproof P & L: Accodale Muralo: Altimate Sherwin Williams:Duration ---PAGE BREAK--- 10-10 Ferrous Metal: Provide the following finish systems over exterior ferrous metal. Primer is not required on shop-primed items. Semigloss, Acrylic-Enamel Finish: 2 finish coats over a rust-inhibitive primer. See list for the wood surfaces. Primer: Rust-inhibitive metal primer applied at spreading rate recommended by the manufacturer to achieve a total dry film thickness of not less than 1.3 mils. Other Materials: 1.Exterior Wood Block Filler: The Contractor shall apply WoodEpox, or approved equal to fill nail holes, abandoned wire ports, nicks, gouges and other imperfections. 2. Paint Stripper: Shall be a nonflammable heavy-bodied stripper like SuperStrip by Savogran Company or approved equal. D. SURFACE PREPARATION Before painting, all dust, loose paint, dirt, plaster, grease and other extraneous matter, which would affect the finished work, shall be removed. After priming coat has dried, apply shellac to all knots, pitch and sapwood, and putty all nail holes, cracks, open joints and other defects. Prime all faces of wood window casing at the job before applying the first coat of the material given in the Painting Schedule. E. FINISH PAINTING Paint coats shall be thoroughly dry before the succeeding coat is applied. Allow at least 24 hours between coats, unless special paint is used that requires more or less time for drying. Painting coats, as specified, are intended to cover surface perfectly; if surfaces are not covered, apply further coats. Leave parts of molding and ornaments clean and true to details. Finish shall be uniform as to sheen, color and texture. Apply painting coats in strict accordance with the manufacturer’s directions. F. CLEANING UP Remove all paint where it has been spilled, splashed or spattered on surfaces, including fixtures, hardware, glass, furniture, fittings, etc. 10.25 PIGEON CONTROL I. BIRD BARRIER STRIP SYSTEM 1.1 - SYSTEM DESCRIPTION: A. Bird Barrier Strip Models: a physical barrier system constructed of stainless steel strip and wire to prevent pest birds and climbing animals from landing, roosting, nesting or climbing on architectural surfaces. B. Mounting Hardware: mounting clips and fasteners designed to securely fasten the bird control to architectural surfaces. Hardware is made of stainless steel. ---PAGE BREAK--- 10-11 1.2 - QUALITY ASSURANCE A. Installer must obtain, review and understand bird barrier strips planning guides, estimating worksheets and installation instructions. B. Installer must be completely familiar with the proper installation procedures for the bird barrier strip models specified. C. Installer must be completely familiar with the specified mounting hardware and mounting hardware installation procedures. 1.3 - SUBMITTALS A. Bird Barrier Strip literature including: Planning guide, completed estimate worksheets and installation instructions for the specified model and mounting hardware. B. Sample of specified model - not less than 2” (5.1cm) in length. Provide if the bird control product is not Nixalite product. C. Sample of specified mounting hardware. PART 2 - PRODUCTS 2.1 – ACCEPTABLE MANUFACTURER A. Nixalite of America Inc. 1025 16th Avenue, PO Box 727, Dept. NI, East Moline, Illinois 61244; U.S.A. Phone: [PHONE REDACTED] or [PHONE REDACTED] - Fax: [PHONE REDACTED] or [PHONE REDACTED] E-mail: [EMAIL REDACTED] or [EMAIL REDACTED] Web: www.nixalite.com. B. Bird-X, Inc. 300 N Oakley Blvd., Chicago, IL 60612 Phone: [PHONE REDACTED] Web: www.bird-x.com 2.2 – BIRD BARRIER STRIPS A. Barriers: All stainless steel wire and strip barriers. B. Wires: High grade stainless steel, 0.041” (1mm) diameter, full-hard spring temper. C. Base Strip: High grade stainless steel, 0.25” wide x 0.02” thick (6.3mm x 0.5mm), full anneal for flexibility, easy strip cutting and surface shape memory. D. Strip 24” (61.0cm) and 48” (122.0cm) strip E. Nixalite Model S or engineer approved equal: 4” high (10.2cm), 4” wide (10.2cm) NO LESS THAN 120 wire points per foot. Full 180-degree wire coverage. For all bird species on all types of surfaces. F. Finish: Natural stainless steel finish. 2.3 – MOUNTING HARDWARE ---PAGE BREAK--- 10-12 A. To be made of stainless steel. Standard mounting hardware is supplied with models in set quantities. Hardware to allow for strip removal and reinstallation without causing damage to the installation surface, the strips or mounting system. B. Specify the mounting hardware that best suits the installation surface. All hardware listed is made of either stainless steel or non-corrosive materials. Installation Surface Mounting Hardware Unit Granite Mounting clip, nylon anchor PART 3 - EXECUTION 3.1 - INSPECTION A. Visually inspect all installation surfaces. Make sure all surfaces are clean, dry and free from debris or other conditions that could impede the workflow of this section. B. Notify the Director of Public Buildings of detrimental conditions. Do not proceed until these conditions have been corrected. 3.2 - PREPARATION A. Field Measurements: Verify dimensions of each installation surface. Use planning guidelines and estimate worksheet to make sure you have sufficient quantity of bird control to properly protect the specified surfaces. B. Make sure all installation surface finishing requirements have been accomplished before installing bird control. Bird control shall be the last item installed on specified surfaces. C. Remove or relocate all plants or foliage that overhangs the installation surfaces. 3.3 – SURFACE CLEANING A. All surfaces are to be clean, dry and free of obstructions before bird control is installed. 3.4 - INSTALLATION A. Install specified Bird Control strips in strict accordance with manufacturer’s strip spacing and installation guidelines. Protect all surfaces. B. Protect the entire surface, not just the outside edges. NO GAPS allowed in the bird control strips coverage. Cut strips where necessary to fit the surface properly. C. Wires of bird control to extend over outside edge of surface by at least 1/4” (0.6cm). Bird control base strips to extend over any open end of surface by at least 1/2” (1.2cm). D. Fasten bird control strips to the surface with the adhesive and mounting clip (MHRB) as recommended by the manufacturer. Follow adhesive guidelines and installation procedures supplied by manufacturer. E. Nixalite Model S or engineer approved equivalent will be used on surfaces to repel all types of birds. 3.5 – ADJUSTMENTS / CLEANING A. Remove debris and waste materials from project site. ---PAGE BREAK--- 10-13 B. Inspect finished installation. Make any adjustments needed to conform to bird control spacing and installation guidelines. II. BIRD NETTING SYSTEM 1.1 SYSTEM DESCRIPTION: A. K-Net HT Bird Netting or engineer approved equal is constructed of black & stone high density polyethylene (HDPE) that is abrasion, flame, rot and UV resistant. Bird netting shall have a 3/4” (1.9cm) square mesh to keep out all but the smallest of pest birds. B. Bird Netting Hardware fastens the bird netting to all types of surface shapes and materials. A variety of netting installation tools and accessories are available to make the netting installation an efficient process. 1.3 - SUBMITTALS A. Manufacturer’s literature including specifications and installation guidelines for the bird netting, and hardware. B. Sample of the bird netting, in black - not less than 6” square (15.2cm square). Provide if the bird control product is not Nixalite product. C. Contractor to complete estimate worksheet detailing the scope of the netting enclosure, and the mounting hardware type, location and spacing. 2.1 – ACCEPTABLE MANUFACTURER A. Nixalite of America Inc. 1025 16th Avenue, PO Box 727, Dept. NI, East Moline, Illinois 61244; U.S.A. Phone [PHONE REDACTED] or [PHONE REDACTED] - Fax: [PHONE REDACTED] or [PHONE REDACTED] E-mail: [EMAIL REDACTED] or [EMAIL REDACTED] Web: www.nixalite.com. B. Bird-X, Inc. 300 N Oakley Blvd., Chicago, IL 60612 Phone: [PHONE REDACTED] Web: www.bird-x.com 2.2 – BIRD NETTING A. Material: High density polyethylene (HDPE) that is abrasion, UV, flame and rot resistant. Netting to be water proof. No seams allowed. B. Colors: Black C. Construction: Knotted 3/4” mesh netting. Netting comprised of 12 ply (4x3) strands with 75lb. (33.9kg) knotted breaking strength (KBS). Seamless full size mesh runs. D. Standards: Must meet ISO 9001 2000 Quality Management Standards. E. Mesh size: 3/4” (1.9cm) square, steam set knots. F. Netting Sizes: Widths: 25’ (7.6m), 50’ (15.2m). ---PAGE BREAK--- 10-14 25’ (7.6m), 50’ (15.2m) and 100’ (30.4m). G. Warranties: Netting shall have a 10 year limited warranty. H. Thermal & Physical Properties: Softening point: 250 Fo (122oC). Melting point: 293 Fo (145oC). Flash point: 660 Fo (349oC). Remains flexible at very low temperatures. Specific gravity: 0.96 (it floats) – will not absorb water. Chemically inert. Resistant to acids and alkalis at room temperature. 2.3 BIRD NETTING HARDWARE A. Installer shall use the Tension Cable Hardware system recommended by the bird netting manufacturer. B. Tensioned Cable Hardware: Choose the Connection, Anchoring, Cable Guide and Finishing hardware that best suits the installation surface and conditions. Hardware combinations can be mixed to suit changing surface materials and conditions. Connection hardware: Net Cable: Aircraft grade, 302/304 stainless steel, 7x7, 49 strand, 3/32” (2.2mm) diameter cable with 900 lb. (407kg) breaking strength. In 250’ (76.2m) and 500’ (152.4m) spool Hardware spacing determines max cable run Turnbuckles: Stainless steel, hook & eye turnbuckles - Max cable run: 25 feet (7.6m). Safe working load 360 lbs. (163kg). You will need one small turnbuckles one for the lower cable and one medium turnbuckles for the upper cable. Wire Rope Clamps: Stainless steel for 3/32” (2.2mm) diameter cable. Recommended connection for all cable runs. Mandatory connection for cable runs over 25’ (7.6m). Always use 2 clamps per connection. Always use in conjunction with Cable Thimble. Cable Thimble: Stainless steel cable thimble for 3/32” (2.2mm) diameter cable. Cable Anchoring Hardware: Eyebolts and Machine Screw Anchors: for stone. Machine Screw Anchor: Zinc plated anchor – 1/2” (12.7mm) diameter x 1” (25.4mm) deep with 1/4- 20 threads inside. Setting tool included with anchors. Cable Guide Hardware: Use E-Z Clip or approved equal. Finishing Hardware: Net Rings: attaches the netting mesh to the cables, closes seams, and fastens the Net Zippers to the bird mesh. Net ring quantity requirements per attachment: Netting to cable: Use 16 net rings per foot (each netting mesh). Poly Cord: Multi-purpose fastener. Reinforce seams, patch tears, close circular openings, use for overhead support, etc. ---PAGE BREAK--- 10-15 PART 3 - EXECUTION 3.1 - INSPECTION A. Visually inspect the surfaces that will receive the netting hardware and all areas that will end up behind or inside the netting installation. Note damaged surfaces or incomplete construction that could compromise the bird netting installation. B. Note all areas, surfaces or objects that may require maintenance or periodic replacement after the bird netting is installed (i.e. lights, electrical equipment, etc.). Use the appropriate netting accessories to allow access behind the installed netting system. C. Note any objects or conditions that could damage the installed bird netting. Install the bird netting in such a manner as to avoid these conditions. 3.2 - PREPARATION A. Field Measurements: Verify dimensions of the areas to be enclosed. Make sure you have sufficient quantity of bird netting, netting hardware and surface cleaning products to properly install the bird netting system. 3.4 - INSTALLATION A. Install the bird netting hardware as recommended by manufacturer. General order of installation: install perimeter and support hardware; attach bird netting to installed hardware; install access or additional support hardware as specified. B. Install bird netting as recommended by the manufacturer. If necessary cut the bird netting to fit the area. If multiple pieces are needed, join the pieces together with the recommended seam fastening hardware. C. Install bird netting to avoid contact with machinery, vehicles, extreme heat, tree branches, etc. Make necessary adjustments to keep netting a sufficient distance from these objects or conditions. D. Finished bird netting installation to be taut, free of wrinkles, gaps and openings. 3.5 – ADJUSTMENTS / CLEANING A. Remove debris and waste materials from project site. B. Inspect finished installation. Make any adjustments needed to conform to manufacturer’s installation guidelines. 10.26 EXTERIOR CAULKING Submit manufacturer's product literature for sealant specified. Submit two color samples per application. Remove and replace all existing caulking around all green painted windows. Exterior Caulking: Caulking compound shall be equal to Dow Corning 790 Building Sealant, Dymonic by Tremco, Sika Flex 1A Polyurethane Sealant, or approved equal. Joints and spaces to be sealed shall be clean, dry and free of dust, loose mortar and other foreign matter. Remove oils and grease with solvent. ---PAGE BREAK--- 10-16 The caulking approved by the Director of Public Buildings shall be colored to match, and finger tooled to provide a solid watertight bond. Immediately clean adjacent materials that have been soiled; leave work in a neat, clean condition. Place no sealant when the temperature is below 40 degrees. No sealant shall be left feather-edged out onto wood, masonry metal and concrete. Cure sealant and caulking compounds in compliance with manufacturer’s instructions and recommendations, to obtain high early bond strength, internal cohesive strength and surface durability. Protect joint sealers during construction period to prevent damage or deterioration. 10.27 ROSETTE REPLACEMENT Furnish and install the missing rosette located above the Park Street entrance. A mold of the existing rosette shall be made and the new rosette shall be made of light weight concrete, Fiberglass Reinforced Polymer (FRP) or polyurethane. 10.28 ALLEY ACCESS The alley behind the City Library is actually a City street and the Contractor must maintain access for emergency vehicles at all times. The Contractor shall be required to use a mobile lift or other means as approved by the Director of Public Buildings, which can be moved in a short time period for access of emergency vehicles. If scaffolding is required to complete the repair work, the Contractor may make a request to the City. The Contractor shall determine the area needed to complete the work as soon as possible. The City will request permission from the City Council to erect the required scaffolding. This will require a minimum of three weeks. There are no guarantees that the City Council will grant the Contractor permission, and in that case, the Contractor will not be required to complete the repair work as specified. The lift may be stored in the parking spaces located off of Park Street from 4:30 P.M. to 8:00 A.M. Monday through Friday and any time on Saturday and Sunday at the Contractor’s own risk. The Contractor is required to acquire a Street Occupancy Permit from Diane Baldiga, at City Hall, Assessors Office located at 27 Pine Street. To obtain a permit, the Contractor shall provide a complete action plan including drawing to explain the proposed project site.