THE CITY OF LAKE FOREST

Size: px
Start display at page:

Download "THE CITY OF LAKE FOREST"

Transcription

1 THE CITY OF LAKE FOREST SPECIFICATIONS FOR Barrell Memorial Gate Restoration Project at the Lake Forest Cemetery January 4, 2019

2 TABLE OF CONTENTS SECTION ADVERTISEMENT FOR BIDS... 4 SECTION INSTRUCTIONS TO BIDDERS... 5 ARTICLE 1 - Defined Terms... 5 ARTICLE 2 - Copies of Bidding Documents... 5 ARTICLE 3 - Qualifications of Bidders... 5 ARTICLE 4 - Examination Of Bidding Documents, Other Related Data, And Site... 6 ARTICLE 5 - Pre-Bid Conference... 9 ARTICLE 6 - Interpretations and Addenda... 9 ARTICLE 7 - Contract Times ARTICLE 8 - Liquidated Damages ARTICLE 9 - Substitute and Or-Equal Items ARTICLE 10 - Subcontractors, Suppliers and Others ARTICLE 11 - Preparation of Bid ARTICLE 12 - Basis of Bid; Comparison of Bids ARTICLE 13 - Submittal of Bid ARTICLE 14 - Modification and Withdrawal of Bid ARTICLE 15 - Opening of Bids ARTICLE 16 - Bids to Remain Subject to Acceptance ARTICLE 17 - Evaluation of Bids and Award of Contract Signing of Agreement ARTICLE 18 - Wage Rates ARTICLE 19 - Sales and Use Taxes ARTICLE 20 - Equal Employment Opportunity Requirements ARTICLE 21 - Certification ARTICLE 22 - Miscellaneous SECTION BID FORM ARTICLE 1 - Bid Recipient ARTICLE 2 - Bidder s Acknowledgements ARTICLE 3 - Bidder s Representations ARTICLE 4 - Bidder s Certification ARTICLE 5 - Basis of Bid/Bid Schedule ARTICLE 6 - Time of Completion ARTICLE 7 - Attachments to This Bid ARTICLE 8 - Defined Terms ARTICLE 9 - Bidders Contact Information ARTICLE 10 - Eligibility To Bid BID SUBMITTAL AGREEMENT ARTICLE 1 - Work ARTICLE 2 - The Project ARTICLE 3 - Designer/Engineer ARTICLE 4 - Contract Times ARTICLE 5 - Contract Price ARTICLE 6 - Payment Procedures ARTICLE 7 - Contractor s Representations Page 2 of 97

3 ARTICLE 8 - Contract Documents ARTICLE 9 - Miscellaneous STANDARD GENERAL CONDITIONS ARTICLE 1 - Definitions and Terminology ARTICLE 2 - Preliminary Matters ARTICLE 3 - Contract Documents: Intent, Amending, Reuse ARTICLE 4 - Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions; Reference Points ARTICLE 5 - Bonds and Insurance ARTICLE 6 - Contractor s Responsibilities ARTICLE 7 - Other Work At The Site ARTICLE 8 - Owner s Responsibilities ARTICLE 9 - Superintendent s Status During Construction ARTICLE 10 - Changes In The Work; Claims ARTICLE 11 - Cost Of The Work; Allowances; Unit Price Work ARTICLE 12 - Change of contract price; change of contract times ARTICLE 13 - Tests and inspections; correction, removal or acceptance of defective work ARTICLE 14 - Payments to contractor and completion ARTICLE 15 - Suspension of work and termination ARTICLE 16 - Dispute resolution ARTICLE 17 - Miscellaneous SECTION PREVAILING WAGE RATES SECTION PROTECTION OF ENVIRONMENT Description Protection of Sewers Protection of Waterways Disposal of Excess Excavated and Other Waste Materials Protection of Air Quality Use of Chemicals Noise and Dust Control SECTION CONTRACT CLOSEOUT Description Quality Assurance Procedures PROJECT SPECIFICATIONS TABLE OF CONTENTS Page 3 of 97

4 SECTION ADVERTISEMENT FOR BIDS THE CITY OF LAKE FOREST PROJECT: The City of Lake Forest is seeking qualified bidders for restoration of the Barrell Memorial Gateway at the Lake Forest Cemetery. PROJECT DATES: The project is scheduled to commence in February of 2019 and must be substantially complete by June 14, 2019, and fully complete by July 1, A mandatory pre-bid meeting will be held at the Cemetery Barrell Gateway (1525 N. Lake Road, Lake Forest) on January 8, 2019 at 9:00 am. BID DEADLINE: 10:00 AM LOCAL TIME, THURSDAY, JANUARY 17, The City reserves the right to extend the Bid Deadline from this date and time to accept Bids submitted after the Bid Deadline, as the City, in its sole discretion, determines is in the best interest of the City. NOTICE: Sealed bids will be received for the City Council of The City of Lake Forest in the office of Chuck Myers, Superintendent of Parks, Forestry and Special Facilities, 800 North Field Drive, Lake Forest, Illinois, 60045, until January 17, 2019 at 10:00am. Alternatively, proposals may be submitted electronically (.pdf format) at the time and date listed above to the following address: myersc@cityoflakeforest.com. The City of Lake Forest reserves the right to reject any or all proposals, or to accept the proposal, or any item of any proposal, deemed by the City Council to be the most favorable to the interests of the municipality. Each bid shall be sealed and plainly marked with Barrell Memorial Gate Restoration Project and addressed to Chuck Myers, Superintendent of Parks and Forestry, 800 North Field Drive, Lake Forest, Illinois CONTRACT DOCUMENTS: Bid documents and specifications are available for pickup at the Municipal Services Building, 800 North Field Drive, Lake Forest, Illinois or are available for download on the City s website at BID SECURITY: Bid Security in the amount of not less than ten (10) percent of the Bid shall accompany each Bid, payable to The City of Lake Forest. CONTRACT SECURITY: The Bidder to whom a Contract is awarded shall be required to furnish either both a Performance Bond and a Payment Bond or an Irrevocable Letter of Credit acceptable to the City for 100 percent of the Contract Price, in accordance with the requirements of the Contract Documents. RIGHTS RESERVED: The City reserves the right to reject any and all Bids or award each schedule individually, to waive any informalities or technicalities in bidding, and to accept the Bid which best serves the interests of the City. The City shall, in its sole discretion, determine what does or does not constitute an informality or technicality, and, in submitting a Bid, the Bidder agrees to be bound by that determination. WAGE RATES: The CONTRACTOR shall be required to pay not less than the prevailing wage rates for Lake County Illinois on the project as established by the Illinois Department of Labor. PROJECT MANAGER: The City of Lake Forest project manager is Chuck Myers, Superintendent of Parks, Forestry and Special Facilities and can be contacted at (847) or by at myersc@cityoflakeforest.com regarding the project. PROJECT ARCHITECT: The project architect is Mary Brush, Brush Architects, LLC, and can be contacted at (312) or by at mary@brusharchitects.com regarding the project. PUBLISHED BY THE AUTHORITY OF THE CITY OF LAKE FOREST, ILLINOIS, LAKE COUNTY Page 4 of 97

5 ARTICLE 1 - DEFINED TERMS SECTION INSTRUCTIONS TO BIDDERS 1.1 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions. Additional terms used in these Instructions to Bidders have the meanings indicated below: A. Issuing Office The office from which the Bidding Documents are to be issued and where the bidding procedures are to be administered. For this contract the Issuing Office is: The Office of the Superintendent of Parks, Forestry and Special Facilities, 800 N. Field Drive, Lake Forest, Illinois ARTICLE 2 - COPIES OF BIDDING DOCUMENTS 2.1 Complete sets of the Bidding Documents in the number and for the sum, if any, stated in the advertisement or invitation to bid may be obtained from the Issuing Office. 2.2 Complete sets of Bidding Documents shall be used in preparing Bids; neither Owner nor Superintendent assumes any responsibility for errors or misinterpretations resulting from the use of incomplete sets of Bidding Documents. 2.3 Owner and Superintendent, in making copies of Bidding Documents available on the above terms, do so only for the purpose of obtaining Bids for the Work and do not authorize or confer a license for any other use. ARTICLE 3 - QUALIFICATIONS OF BIDDERS 3.1 To demonstrate Bidder s qualifications to perform the Work, within five days of Owner s request, Bidder shall submit written evidence such as financial data; previous experience, present commitments, and such other data as may be called for below. A. Each Bid must contain evidence of Bidder s qualifications to do business in the State of Illinois or covenant to obtain such qualifications prior to award of the contract. B. The address and description of the Bidder s place of business. C. The number of years engaged in the contracting business under the present firm name, and the name of the state where incorporated. D. A list of the property and equipment available to the Bidder to evaluate if the Bidder can complete the Work in accordance with the Bidding Documents. E. A financial statement of the Bidder showing that the Bidder has the financial resources to meet all obligations incidental to the Work. F. The Bidder s performance record giving the description, location, and telephone numbers of all similar projects constructed in the last five years by the Bidder. G. A list of projects presently under Contract, the approximate Contract amount, and percent of completion of each. H. A list of Contracts which resulted in law suits. Page 5 of 97

6 I. A list of Contracts defaulted. J. A statement of the Bidder indication whether or not the Bidder has ever filed bankruptcy while performing Work of like nature or magnitude. K. A list of officers of the firm who, while in the employ of the firm or the employ of previous firms, were associated with Contracts which resulted in lawsuits, Contracts defaulted, or filed for bankruptcy. L. The names and technical experience of personnel guaranteed to be employed in the responsible charge of the Work stating whether the personnel have or have not performed satisfactorily on other Contracts of like nature and magnitude or comparable difficulty at similar rate of progress. M. Such additional information as will assist Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. N. A list of sub-contractors who will be used in completion of this contract. O. Such additional information as will assist Owner in determining whether the Bidder is adequately prepared to fulfill the Contract. 3.2 The object of the request for the qualification of Bidder is not to discourage bidding or make it difficult for qualified Bidders to file Bids. Neither is it intended to discourage beginning Contractors. It is intended to make it possible for Owner to have exact information on financial ability, equipment, and experience in order to reduce the hazards involved in awarding Contracts to parties who may not be qualified to perform the Work as specified 3.3 Bidder is advised to carefully review those portions of the Bid Form requiring Bidder s representations and certifications. 3.4 Owner s decision as to qualification of the Bidder shall be final. ARTICLE 4 - EXAMINATION OF BIDDING DOCUMENTS, OTHER RELATED DATA, AND SITE 4.1 Subsurface and Physical Conditions A. The General Conditions identify: 1. If undertaken, those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site which have been utilized by Superintendent in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such reports but not upon non-technical data, interpretations or opinions contained therein or for the completeness thereof for the purposes of bidding or construction. 2. Those drawings known to Owner of physical conditions in or relating to existing surface or subsurface conditions (except Underground Facilities) which are at or contiguous to the site which have been utilized by Superintendent in preparation of the Contract Documents. Bidder may rely upon the accuracy of the technical data contained in such drawings but not upon the completeness thereof for the purposes of bidding or construction. B. Copies of reports and drawings referenced in Paragraph 4.01.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Page 6 of 97

7 Paragraph 4.02 of the General Conditions and has been identified and established in Paragraph 4.2 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. 4.2 Underground Facilities A. Information and data shown or indicated in the Bidding Documents with respect to existing Underground Facilities at or contiguous to the Site is based upon information and data furnished to Owner and Superintendent by owners of such Underground Facilities, including Owner, or others. Owner does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the General Conditions. 4.3 Hazardous Environmental Condition A. The General Conditions identify any reports and drawings known to Owner relating to a Hazardous Environmental Condition identified at the Site. B. Copies of reports and drawings referenced in Paragraph 4.03.A will be made available by Owner to any Bidder on request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which Bidder is entitled to rely as provided in Paragraph 4.06 of the General Conditions and has been identified and established in Paragraph 4.06 of the General Conditions. Bidder is responsible for any interpretation or conclusion Bidder draws from any technical data or any other data, interpretations, opinions, or information contained in such reports or shown or indicated in such drawings. C. All excavation and/or removal items being disposed of at an uncontaminated soil fill site shall meet the requirements of Public Act All costs associated with meeting these requirements shall be the responsibility of the Contractor and shall be included in the cost of the associated bid items in the contract. These costs shall include but are not limited to certification by a licensed engineer, all required testing and laboratory analysis, and any state and local dumping fees. Additionally, the contractor shall also be responsible for any rejected loads, the material shall not be returned to The City of Lake Forest 4.4 Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to subsurface conditions, other physical conditions, and Underground Facilities, and possible changes in the Bidding Documents due to differing or unanticipated subsurface or physical conditions appear in Paragraphs 4.02, 4.03, and 4.04 of the General Conditions. Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders with respect to a Hazardous Environmental Condition at the Site, if any, and possible changes in the Contract Documents due to any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work, appear in Paragraph 4.06 of the General Conditions. 4.5 On request, Owner will provide Bidder access to the Site to conduct such examinations, investigations, explorations, tests, and studies as Bidder deems necessary for submission of a Bid. Bidder shall fill all holes and clean up and restore the Site to its former condition upon completion of such explorations, investigations, tests, and studies. Bidder shall comply with all applicable Laws and Regulations relative to excavation and utility locates. A. Reference is made to Article 7 of the General Conditions for the identification of the general nature of other work that is to be performed at the Site by Owner or others (such as utilities and other Page 7 of 97

8 prime contractors) that relates to the Work contemplated by these Bidding Documents. On request, Owner will provide to each Bidder for examination access to or copies of contract documents (other than portions thereof related to price) for such other work. B. Paragraph 6.13.C of the General Conditions indicates that if an Owner safety program exists, it will be noted in the General Conditions. 4.6 It is the responsibility of each Bidder before submitting a Bid to: A. examine and carefully study the Bidding Documents, and the other related data identified in the Bidding Documents; B. visit the Site and become familiar with and satisfy Bidder as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work; C. become familiar with and satisfy Bidder as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work; D. carefully study all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in Paragraph 4.02 of the General Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in the Paragraph 4.06 of the General Conditions as containing reliable "technical data"; E. at Bidder s own expense, make or obtain any additional examinations, investigations, explorations, tests and studies and obtain any additional information and data which pertain to the physical conditions (surface, sub-surface and Underground Facilities) at or contiguous to the Site or otherwise which may affect cost, progress, performance or furnishing of the work and which Bidder deems necessary to determine its Bid for performing and furnishing the Work in accordance with the time, price and other terms and conditions of the Bidding Documents. F. consider the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs. Any additional examinations, investigations, explorations, tests and studies made or obtained by the Bidder shall be made or obtained at the Bidders expense; G. agree at the time of submitting its Bid that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of its Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents; H. become aware of the general nature of the work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents; Page 8 of 97

9 I. promptly give Superintendent written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder discovers in the Bidding Documents and confirm that the written resolution thereof by Superintendent is acceptable to Bidder; and J. determine that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work. 4.7 The submission of a Bid will constitute an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article 4, that without exception the Bid is premised upon performing and furnishing the Work required by the Bidding Documents and applying any specific means, methods, techniques, sequences, and procedures of construction that may be shown or indicated or expressly required by the Bidding Documents, that Bidder has given Superintendent written notice of all conflicts, errors, ambiguities, and discrepancies that Bidder has discovered in the Bidding Documents and the written resolutions thereof by Superintendent are acceptable to Bidder, and that the Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performing and furnishing the Work. ARTICLE 5 - PRE-BID CONFERENCE 5.01 A pre-bid conference will be held for this Project. Any questions regarding these Bidding Documents or this project should be directed to the Site and Other Areas 6.01 The Site is identified in the Bidding Documents. Easements for permanent structures or permanent changes in existing facilities are to be obtained and paid for by Owner unless otherwise provided in the Bidding Documents. All additional lands and access thereto required for temporary construction facilities, construction equipment, or storage of materials and equipment to be incorporated in the Work are to be obtained and paid for by Contractor. ARTICLE 6 - INTERPRETATIONS AND ADDENDA 7.1 All questions about the meaning or intent of the Bidding Documents are to be submitted to Superintendent in writing. Interpretations or clarifications considered necessary by Superintendent in response to such questions will be issued by Addenda mailed or delivered to all parties recorded by Superintendent as having received the Bidding Documents. Questions received less than ten days prior to the date for opening of Bids may not be answered. Only questions answered by Addenda will be binding. Oral and other interpretations or clarifications will be without legal effect. 7.2 Addenda may be issued to clarify, correct, or change the Bidding Documents as deemed advisable by Owner or Superintendent. Page 9 of 97

10 ARTICLE 7 - CONTRACT TIMES 9.01 The number of days within which, or the dates by which, the Work is to be substantially completed and ready for final payment are set forth in the Bid Form and the Contract. ARTICLE 8 - LIQUIDATED DAMAGES Provisions for liquidated damages, if any, are set forth in the General Conditions, Bid Form and Contract. ARTICLE 9 - SUBSTITUTE AND OR-EQUAL ITEMS The Contract, if awarded, will be on the basis of materials and equipment specified or described in the Bidding Documents without consideration of possible substitute or or-equal items. Whenever it is specified or described in the Bidding Documents that a substitute or or-equal item of material or equipment may be furnished or used by Contractor if acceptable to Superintendent, application for such acceptance will not be considered by Superintendent until after the Effective Date of the Agreement. The procedure for submission of any such application by Contractor and consideration by Superintendent is set forth in Paragraph 6.05 of the General Conditions and may be supplemented in the General Requirements. The burden of proof of the merit of the proposed item is upon Bidder. Superintendent s decision of approval or disapproval of a proposed item will be final. ARTICLE 10 - SUBCONTRACTORS, SUPPLIERS AND OTHERS 12.1 If the General Conditions require the identity of certain Subcontractors, Suppliers, individuals, or entities to be submitted to Owner in advance of a specified date prior to the Effective Date of the Agreement, the apparent Successful Bidder, and any other Bidder so requested, shall within five days after Bid opening, submit to Owner a list of all such Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work for which such identification is required. Such list shall be accompanied by an experience statement with pertinent information regarding similar projects and other evidence of qualification for each such Subcontractor, Supplier, individual, or entity if requested by Owner. If Owner or Superintendent, after due investigation, has reasonable objection to any proposed Subcontractor, Supplier, individual, or entity, Owner or Superintendent may, before the Notice of Award is given, request apparent Successful Bidder to submit a substitute, in which case apparent Successful Bidder shall submit an acceptable substitute, Bidder s Bid price will be increased (or decreased) by the difference in cost occasioned by such substitution, and Owner may consider such price adjustment in evaluating Bids and making the Contract award If apparent Successful Bidder declines to make any such substitution, Owner may award the Contract to the next lowest Bidder that proposes to use acceptable Subcontractors, Suppliers, individuals, or entities. Declining to make requested substitutions will not constitute grounds for forfeiture of the Bid security of any Bidder. Any Subcontractor, Supplier, individual, or entity so listed and against which Owner or Superintendent makes no written objection prior to the giving of the Notice of Award will be deemed acceptable to Owner and Superintendent subject to revocation of such acceptance after the Effective Date of the Agreement as provided in Paragraph 6.06 of the General Conditions Contractor shall not be required to employ any Subcontractor, Supplier, individual, or entity against whom Contractor has reasonable objection. Page 10 of 97

11 12.4 In contracts where the Contract Price is on the basis of Cost-of-the-Work Plus a Fee, the apparent Successful Bidder, prior to the Notice of Award, shall identify in writing to Owner those portions of the Work that such Bidder proposes to subcontract and after the Notice of Award may only subcontract other portions of the Work with Owner s written consent. ARTICLE 11 - PREPARATION OF BID 13.1 The Bid Form is included with the Bidding Documents. Additional copies may be obtained from the Issuing Office All blanks on the Bid Form shall be completed in ink or by typewriter and the Bid Form signed in ink. Erasures or alterations shall be initialed in ink by the person signing the Bid Form. A Bid price shall be indicated for each Bid item and unit price item listed therein. In the case of optional alternatives the words No Bid, No Change, or Not Applicable may be entered A Bid by a corporation shall be executed in the corporate name by the president or a vice-president or other corporate officer accompanied by evidence of authority to sign. The corporate seal shall be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation shall be shown A Bid by a partnership shall be executed in the partnership name and signed by a partner (whose title must appear under the signature), accompanied by evidence of authority to sign. The official address of the partnership shall be shown A Bid by a limited liability company shall be executed in the name of the firm by a member and accompanied by evidence of authority to sign. The state of formation of the firm and the official address of the firm shall be shown A Bid by an individual shall show the Bidder s name and official address A Bid by a joint venture shall be executed by each joint venturer in the manner indicated on the Bid Form. The official address of the joint venture shall be shown All names shall be printed in ink below the signatures The Bid shall contain an acknowledgment of receipt of all Addenda, the numbers of which shall be filled in on the Bid Form Postal and addresses and telephone number for communications regarding the Bid shall be shown The Bid shall contain evidence of Bidder s authority and qualification to do business in the state where the Project is located, or Bidder shall covenant in writing to obtain such authority and qualification prior to award of the Contract and attach such covenant to the Bid. Bidder s state contractor license number, if any, shall also be shown on the Bid Form. ARTICLE 12 - BASIS OF BID; COMPARISON OF BIDS 14.1 Unit Price A. Bidders shall submit a Bid on a unit price basis for each item of Work listed in the Bid schedule. Page 11 of 97

12 B. The total of all estimated prices will be the sum of the products of the estimated quantity of each item and the corresponding unit price. The final quantities and Contract Price will be determined in accordance with Paragraph of the General Conditions. C. Discrepancies between the multiplication of units of Work and unit prices will be resolved in favor of the unit prices. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. ARTICLE 13 - SUBMITTAL OF BID A Bid shall be submitted no later than the date and time prescribed and at the place indicated in the advertisement or invitation to bid and shall be enclosed in an opaque, plainly marked package with the Project title (and, if applicable, the designated portion of the Project for which the Bid is submitted), the name and address of Bidder, and shall be accompanied by the Bid security and other required documents. If a Bid is sent by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation BID ENCLOSED. A mailed Bid shall be addressed to The Office of the Superintendent of Parks, Forestry and Special Facilities, 800 N. Field Drive, Lake Forest, IL ARTICLE 14 - MODIFICATION AND WITHDRAWAL OF BID 16.1 A Bid may be modified or withdrawn by an appropriate document duly executed in the same manner that a Bid must be executed and delivered to the place where Bids are to be submitted prior to the date and time for the opening of Bids. Such notice shall be in writing over the signature of the Bidder or by telegram; if by telegram; written confirmation over the signature of the Bidder shall be mailed and postmarked on or before the date and time set for receipt of Bids, and it shall be so worded as not to reveal the amount of the original Bid Withdrawn Bids may be resubmitted up to the time designated for the receipt of Bids provided that they are then fully in conformance with these Instructions to Bidders After the Bid opening, no Bid may be modified, withdrawn, or canceled by the Bidder during the time period noted in Article 18 without the consent of the Owner Bid Security shall be in an amount sufficient for the Bid as modified or resubmitted If within 24 hours after Bids are opened any Bidder files a duly signed written notice with Owner and promptly thereafter demonstrates to the reasonable satisfaction of Owner that there was a material and substantial mistake in the preparation of its Bid, that Bidder may withdraw its Bid, and the Bid security will be returned. Thereafter, if the Work is re-bid, that Bidder will be disqualified from further bidding on the Work. Page 12 of 97

13 ARTICLE 15 - OPENING OF BIDS Bids will be opened at the time and place indicated in the Advertisement or Invitation to Bid and, unless obviously non-responsive, read aloud publicly. An abstract of the amounts of the base Bids and major alternates, if any, will be made available to Bidders after the opening of Bids. ARTICLE 16 - BIDS TO REMAIN SUBJECT TO ACCEPTANCE All Bids will remain subject to acceptance for the period of time stated in the Bid Form, but Owner may, in its sole discretion, release any Bid and return the Bid security prior to the end of this period. ARTICLE 17 - EVALUATION OF BIDS AND AWARD OF CONTRACT 19.1 Owner reserves the right to reject any or all Bids, including without limitation, nonconforming, nonresponsive, unbalanced, or conditional Bids. Owner further reserves the right to reject the Bid of any Bidder whom it finds, after reasonable inquiry and evaluation, to be not responsible or is unqualified or of doubtful financial ability or fails to meet any other pertinent standard of criteria established by the Owner. Owner may also reject the Bid of any Bidder if Owner believes that it would not be in the best interest of the Project to make an award to that Bidder. Owner also reserves the right to waive all informalities not involving price, time, or changes in the Work and to negotiate contract terms with the Successful Bidder More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work may be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest In evaluating Bids, Owner will consider whether or not the Bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the Bid Form or prior to the Notice of Award In evaluating Bidders, Owner will consider the qualifications of Bidders and may consider the qualifications and experience of Subcontractors, Suppliers, and other individuals or entities proposed for those portions of the Work for which the identity of Subcontractors, Suppliers, and other individuals or entities must be submitted as provided in the General Conditions. Owner also may consider the operating costs, maintenance requirements, performance data and guarantees of major items of materials and equipment proposed for incorporation on the Work when such data is required to be submitted prior to the Notice of Award Owner may conduct such investigations as Owner deems necessary to establish the responsibility, qualifications, and financial ability of Bidders, proposed Subcontractors, Suppliers, individuals, or entities proposed for those portions of the Work in accordance with the Contract Documents If the Contract is to be awarded, Owner will award the Contract to the Bidder whose Bid is in the best interests of the Project If the contract is to be awarded, Owner will give the successful Bidder a Notice of Award within thirty days after the day of the Bid opening Owner reserves the right to reject any and all bids for the project. Page 13 of 97

14 SIGNING OF AGREEMENT When Owner issues a Notice of Award to the Successful Bidder, it shall be accompanied by the required number of unsigned counterparts of the Agreement along with the other Contract Documents which are identified in the Agreement as attached thereto. Within ten days thereafter, Successful Bidder shall sign and deliver the required number of counterparts of the Agreement and attached documents to Owner with the required Bonds. Within ten days thereafter, Owner shall deliver one fully signed counterpart to Successful Bidder with a complete set of the Drawings with appropriate identification. ARTICLE 18 - WAGE RATES Each Contractor or Subcontractor performing Work on this Project shall comply in all respects with all laws governing the employment of labor, Social Security, and Unemployment Insurance of both the State and Federal government. This contract calls for the construction of a Public Work, within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ( The Act ). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the prevailing rate of wages (hourly cash wages plus fringe benefits) in the county where the work is performed. For information regarding current prevailing wage rates, please refer to the Illinois Department of labor s website at: All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to, all wage, notice and record keeping duties. ARTICLE 19 - SALES AND USE TAXES Owner is exempt from Illinois state sales and use taxes on materials and equipment to be incorporated in the Work. Said taxes shall not be included in the Bid. Refer to Paragraph 6.10 of the General Conditions for additional information. ARTICLE 20 - EQUAL EMPLOYMENT OPPORTUNITY REQUIREMENTS 23.1 In connection with the performance of Work under this Contract Contractor agrees, and shall require his subcontractors to agree, not to discriminate against or intimidate any employee or applicant for employment because of race, color, creed, sex, religion, physical or mental handicap unrelated to ability In connection with the performance of Work under this Contract, Contractor agrees, and shall require his subcontractors to agree, to conform to the Rules and Regulations of the Illinois Fair Employment Practices Commission in effect on the date of Bid submission. ARTICLE 21 - CERTIFICATION Bidder shall, at the time of the submission of Bid, and as part of the Bid, provide a certification as required by Public Act to the fact that the Bidder is not barred from bidding on the contract as a result of a violation of either Section 33E-3 or Section 33E-4 of said Act. ARTICLE 22 - MISCELLANEOUS 25.1 All persons, firms and corporation proposing to do business with The City of Lake Forest are required, as part of the bidding proposal, to furnish the following information to the City in writing Page 14 of 97

15 (the term "applicant" as used herein shall mean any person, firm or corporation proposing to enter into a Contract or to do business with The City of Lake Forest): A. If the applicant is a corporation, the application must be accompanied by a resolution of the corporation authorizing the execution and submittal of the instant application. In addition, the application shall indicate on its face the names of all directors and corporate officers of the corporation and also the names of all shareholders who own individually or beneficially 10% or more of the outstanding stock of the corporation. B. If the applicant is a general partnership, the application shall contain a list of all general partners who have a 10% or greater individual or beneficial interest in the partnership. C. If the applicant is a limited partnership, the application shall contain a list of all the names of general partners and names of all limited partners having a 10% or greater individual or beneficial interest in the partnership. D. If the applicant is a land trust or any other trust, the application shall contain the names and addresses of all beneficiaries of the trust together with their respective interests in the trusts. The application shall be further verified by the applicant in his capacity of trustee or by the beneficiary as a beneficial owner of an interest in the trust and the application shall be signed individually by as many beneficiaries as are necessary to constitute greater than 50% ownership of the beneficial interest of the trust. E. A statement setting forth the type and nature of any relationship or business between the applicant as hereinbefore defined and The City of Lake Forest or any of the boards, committees or commissions The forgoing information will become part of any Contract entered into with The City of Lake Forest. Page 15 of 97

16 SECTION BID FORM ARTICLE 1 PROJECT IDENTIFICATION: BARRELL MEMORIAL GATE RESTORATION PROJECT AT THE LAKE FOREST CEMETERY ARTICLE 1 - BID RECIPIENT 1.1 This Bid is submitted to: The City of Lake Forest 800 N. Field Drive Lake Forest, Illinois The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. ARTICLE 2 - BIDDER S ACKNOWLEDGEMENTS 2.1 Bidder accepts all of the terms and conditions of the Instructions to Bidders. This Bid will remain subject to acceptance for 30 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 2.2 Bidder will sign and submit the Contract with the Bonds and other documents required by the Bidding Requirements within ten days after the date of the Owner s Notice of Award. ARTICLE 3 - BIDDER S REPRESENTATIONS 3.1 In submitting this Bid, Bidder represents that: A. Bidder has examined and carefully studied the Bidding Documents, other related data identified in the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged: Addendum No. Addendum Date B. Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Bidder is familiar with and is satisfied as to all Laws and Regulations that may affect cost, progress, and performance of the Work. D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) that have been identified in SC as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in SC-4.06 as containing reliable "technical data." Page 16 of 97

17 E. Bidder has considered the information known to Bidder; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and the Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder, including applying the specific means, methods, techniques, sequences, and procedures of construction expressly required by the Bidding Documents; and (3) Bidder s safety precautions and programs. F. Based on the information and observations referred to in Paragraph 3.01.E above, Bidder does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price(s) bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents. G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. H. Bidder has given Superintendent written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution thereof by Superintendent is acceptable to Bidder. I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance of the Work for which this Bid is submitted. ARTICLE 4 - BIDDER S CERTIFICATION 4.1 Bidder certifies that: A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation; B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D: 1. corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial noncompetitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and Page 17 of 97

18 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. ARTICLE 5 - BASIS OF BID 5.1 Bidder will complete the Work in accordance with the Contract Documents for the following price(s): (See next page for Bid Schedule) Page 18 of 97

19 Lake Forest Barrell Memorial Gate Restoration Bid Form Bids are due at 10:00a.m. January 17, 2019 at Municipal Services, 800 North Field Dr., Lake Forest, IL. or ELECTRONICALLY TO Contractor Submitting Bid Company: Address: Contact Name: Telephone: 1. Addenda Received: (If none, indicate None ) 2. Proposed Construction Schedule, (Substantial Completion at Proposed Commencement: week days) Proposed Construction Schedule, (Substantial Completion at week days) Proposed Duration (if different from above): 3. Cost Reductions Proposed By Contractor, if any: (Attach additional sheets if necessary) 4. Proposed Modifications/Exclusions/Deviations from Contract Documents, if any: (Attach additional sheets if necessary) Bidding Requirements 1. All bids are to be based on the Contract Documents, including the drawings, specifications, Owner Contractor Agreement and General Conditions prepared for this work. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC BID FORM Issue for BID

20 2. Submission of a bid will be considered confirmation that the Contractor has thoroughly reviewed and understood the Contract Documents, is familiar with governing state and local codes and practices for the area, and has made allowances in his bid for contingencies. 3. Any questions or clarifications regarding the Contract Documents during bidding shall be submitted to the Architect in writing not less than 3 days before the bid due date. Any discrepancies, omissions or provisions which are uncovered during bidding and which are contrary to state and local codes, shall be brought to the attention of the Architect for correction or clarification prior to submitting bids. 4. The Base Bid shall include all work indicated by the Contract Documents. 5. The Bid Proposal is to state the period of time required to complete project. 6. Commodity type products where 'or equal' is indicated in the specifications, are to be equivalent in every way to the product named. The Architect reserves the right to reject any products or manufacturers which have been substituted without prior approval, even after installation. All other materials and products specified by name shall be furnished under this contract unless substitutions have been approved in advance and in writing by the Architect. 7. Contract Forms: The Contractor shall be prepared to execute an Owner Contractor Agreement within seven (7) days of notice of award, and to proceed with construction immediately following acceptance of bid by Owner: a. American Institute of Architects Standard Form of Agreement Between Owner and Contractor, A Contractor s Schedule ofvalues (Please break the total project cost into the following line items): Building Permit $ General Conditions $ Site Work - including all civil work $ Demolition (labor & hauling) $ Masonry Restoration 100% $ Wrought Iron Gate Restoration 100% - removal, restoration, transport, and reinstallation $ Profit and Overhead $ Total Base Bid $ Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC BID FORM Issue for BID

21 The undersigned represents that he/she has thoroughly reviewed and understood the Contract Documents (drawings, specifications, Owner Contractor Agreement and General Conditions), holds a valid City of Chicago General Contractor s license, is familiar with governing state and local codes and practices for the area, has made allowances in this bid for contingencies, escalation in the cost of materials and labor for the duration of construction and has visited the site and is familiar with existing conditions. Signature: Date: Printed Name: Title: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC BID FORM Issue for BID

22 ARTICLE 6 - TIME OF COMPLETION 6.01 Bidder agrees that the Lake Forest portion of this work has a start date in February of 2019 and will be substantially complete by June 14, 2019 as provided in Paragraph 2.03 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph of the General Conditions by July 1, ARTICLE 7 - ATTACHMENTS TO THIS BID 7.1 The following documents are submitted with and made a condition of this Bid: A. A tabulation of Proposed Subcontractors and other persons and organizations required to be identified in this Bid in accordance with state laws applicable where the Work is to be performed; B. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids; C. Owner reserves the right to reject any Bid in which all of the items in the Bid are not properly filled out. ARTICLE 8 - DEFINED TERMS 8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders and the General Conditions. ARTICLE 9 - BIDDERS CONTACT INFORMATION Name Address _ Phone No. Fax No. SUBMITTED on, 20. State Contractor License No.. Page 20 of 97

23 ARTICLE 10 - ELIGIBILITY TO BID, having submitted a bid on a contract for the, as generally described in the Advertisement for Bids, to the City of Lake Forest hereby certifies that said contractor is not barred from bidding on the aforementioned contract as a result of a violation of either Section 33E-3 or 33E-4 of Article 33E of Chapter 38 of the Illinois Revised Statutes. BY: Authorized Agent of Contractor Subscribed and sworn to before me this day of, 20. Notary Public Page 21 of 97

24 9.01 This Bid is submitted by: If Bidder is: BID SUBMITTAL An Individual Name (typed or printed): By: (Individual s signature) Doing business as: A Partnership Partnership Name: By: (Signature of general partner -- attach evidence of authority to sign) A Corporation Name (typed or printed): Corporation Name: (SEAL) State of Incorporation: Type (General Business, Professional, Service, Limited Liability): By: (Signature -- attach evidence of authority to sign) Name (typed or printed): Title: (CORPORATE SEAL) Attest Date of Qualification to do business in the State of Illinois is / /. Page 22 of 97

25 A Joint Venture Name of Joint Venture: First Joint Venturer Name: (SEAL) By: (Signature of first joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: Second Joint Venturer Name: (SEAL) By: (Signature of second joint venture partner -- attach evidence of authority to sign) Name (typed or printed): Title: (Each joint venturer must sign. The manner of signing for each individual, partnership, and corporation that is a party to the joint venture should be in the manner indicated above.) Sworn and subscribed to before me this, day of, 20. Notary of other officer authorized to administer oaths My commission expires: Page 23 of 97

26 AGREEMENT BETWEEN THE CITY OF LAKE FOREST AND CONTRACTOR FOR CONSTRUCTION CONTRACT THIS AGREEMENT is dated as of the day of in the year 20, ( Effective Date ) by and between The City of Lake Forest, Illinois ( Owner ) and ( Contractor ). Owner and Contractor hereby agree as follows: ARTICLE 1 - WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: This project involves restoration of the Barrell Memorial Gateway at the Lake Forest Cemetery, as per the attached plans and specifications. ARTICLE 2 - THE PROJECT 2.01 The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Lake Forest Cemetery, 1525 Lake Road, Lake Forest, Illinois, is a municipally owned cemetery operated by The City of Lake Forest. The cemetery, established in the mid 1860 s, includes mausoleums, sculpture, traditional monuments, and a columbarium. The Barrell Memorial Gate, a lasting memorial to Grace and Finley Barrell's only son who drowned in the Illinois River, was built circa The gothic style gate of striated limestone, set in an ashlar pattern, was designed by architect James Roy Allen, and the wrought iron gates were created by the renowned artist-blacksmith, Samuel Yellin of Philadelphia. The Project consists of the restoration of the masonry structure and iron gates referred to as The Barrell Memorial Gateway at the Lake Forest Cemetery, located at the cemetery entrance, at 1525 Lake Road in Lake Forest, Illinois. The restoration project will include adherence to the United States Department of the Interior s Standards for Restoration and Guidelines for Historic Buildings. Due to the Cemetery s National Register designation, local landmark status and cultural significance, the contractor shall exercise care and all necessary measures to preserve and protect the surfaces of the Barrell Memorial Gateway. It should be noted that the Gateway is the only entrance into the Lake Forest Cemetery and the restoration process must be sensitive to both the needs of cemetery patrons and the accessibility necessary for staff to operate the cemetery and to perform its duties. ARTICLE 3 - DESIGNER/ENGINEER 3.01 The Project has been designed by Brush Architects, which is to act as Owner s representative, assume all duties and responsibilities, and have the rights and authority assigned to Architect/Engineer in the Contract Documents in connection with the completion of the Work in accordance with the Contract Documents. ARTICLE 4 - CONTRACT TIMES 4.1 Time of the Essence A. All time limits for Milestones, if any, Substantial Completion, and completion and readiness for final payment as stated in the Contract Documents are of the essence of the Contract. Page 24 of 97

27 4.2 Days to Achieve Substantial Completion and Final Payment A. The Lake Forest portion of this work shall begin in February of 2019 and shall be substantially complete by June 14, 2019 as provided in Paragraph 2.03 of the General Conditions, and completed and ready for final payment in accordance with Paragraph of the General Conditions by July 1, Deleted ARTICLE 5 - CONTRACT PRICE 5.1 Owner shall pay Contractor for completion of the Work in accordance with the Contract Documents an amount in current funds equal to the sum of the amounts determined pursuant to Paragraph 5.01.A below: A. For all Work, at the prices stated in Contractor s Bid, attached hereto as an exhibit. ARTICLE 6 - PAYMENT PROCEDURES 5.1 Submittal and Processing of Payments A. Contractor shall submit Applications for Payment in accordance with Article 14 of the General Conditions. Applications for Payment will be processed by Superintendent as provided in the General Conditions. 5.2 Progress Payments; Retainage A. Owner shall make progress payments on account of the Contract Price on the basis of Contractor s Applications for Payment and as recommended by Superintendent during performance of the Work as provided in Paragraph 6.02.A.1 below. All such payments will be measured by the schedule of values established as provided in Paragraph 2.07.A of the General Conditions (and in the case of Unit Price Work based on the number of units completed) or, in the event there is no schedule of values, as provided in the General Requirements. 5.3 Final Payment 1. Prior to Substantial Completion, progress payments will be made in an amount equal to the total amount of work completed and accepted by the Superintendent at the time the Application for Payment is submitted but, in each case, less the aggregate of payments previously made and less such amounts as Superintendent may determine, or Owner may withhold, including but not limited to 10% of total amount of work completed and liquidated damages, in accordance with Paragraph of the General Conditions. 2. Upon Substantial Completion, progress payments will be made in an amount equal to the total amount of work completed and accepted by the Superintendent at the time the Application for Payment is submitted but, in each case, less the aggregate of payments previously made and less such amounts as Superintendent may determine, or Owner may withhold, including but not limited to 5% of total amount of work completed and liquidated damages, in accordance with Paragraph of the General Conditions. A. Upon final completion and acceptance of the Work in accordance with Paragraph of the General Conditions, Owner shall pay the remainder of the Contract Price as recommended by Superintendent as provided in said Paragraph Page 25 of 97

28 ARTICLE 7 - CONTRACTOR S REPRESENTATIONS 6.1 In order to induce Owner to enter into this Agreement, Contractor makes the following representations: A. Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. Contractor is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work. D. Contractor has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or contiguous to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities), if any, that have been identified in Paragraph 4.02 of the General Conditions as containing reliable "technical data," and (2) reports and drawings of Hazardous Environmental Conditions, if any, at the Site that have been identified in Paragraph 4.06 of the General Conditions as containing reliable "technical data." E. Contractor has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. F. Contractor has considered the information known to Contractor; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Contract Documents; and the Site-related reports and drawings identified in the Contract Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, including any specific means, methods, techniques, sequences, and procedures of construction expressly required by the Contract Documents; and (3) Contractor s safety precautions and programs. G. Based on the information and observations referred to in Paragraph 7.01.F above, Contractor does not consider that further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents including specifically the provisions of Paragraphs 4.02 and 4.04 of the General Conditions. H. Contractor is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. Contractor has given Superintendent written notice of all conflicts, errors, ambiguities, or discrepancies that Contractor has discovered in the Contract Documents, and the written resolution thereof by Superintendent is acceptable to Contractor. J. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Page 26 of 97

29 ARTICLE 8 - CONTRACT DOCUMENTS 7.1 Contents A. The Contract Documents consist of the following: 1. This Agreement (Section 00520, inclusive). 2. General Conditions (Section 00700, inclusive). 3. Specifications as listed in the table of contents of the Project Manual. 4. Drawings consisting of 12 sheets with the Drawings listed on attached sheet index. 5. Addenda (numbers to, inclusive). 6. Wage Rates (Section 00830, inclusive). 7. Exhibits to this Agreement (enumerated as follows): a. Contractor s Bid (Section 00410, inclusive). b. Advertisement for Bids (Section 00030, inclusive). c. Instructions to Bidders (Section 00200, inclusive). d. Documentation submitted by Contractor prior to Notice of Award. 8. The following which may be delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a. Notice to Proceed. b. Work Change Directives. c. Change Orders. B. The documents listed in Paragraph 8.01.A are attached to this Agreement (except as expressly noted otherwise above). C. There are no Contract Documents other than those listed above in this Article 8. D. The Contract Documents may only be amended, modified, or supplemented as provided in Paragraph 3.04 of the General Conditions. ARTICLE 9 - MISCELLANEOUS 8.1 Terms A. Terms used in this Agreement will have the meanings stated in the General Conditions. 8.2 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Contract will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically Page 27 of 97

30 but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. 8.3 Successors and Assigns A. Owner and Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 8.4 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon Owner and Contractor, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 8.5 Contractor s Certifications A. Contractor certifies that it has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing the Contract. For the purposes of this Paragraph 9.05: 1. corrupt practice means the offering, giving, receiving, or soliciting of anything of value likely to influence the action of a public official in the bidding process or in the Contract execution; 2. fraudulent practice means an intentional misrepresentation of facts made (a) to influence the bidding process or the execution of the Contract to the detriment of Owner, (b) to establish Bid or Contract prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition; 3. collusive practice means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish Bid prices at artificial, non-competitive levels; and 4. coercive practice means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the execution of the Contract. 8.6 Eligibility to Execute Contract, having executed a contract for the, with the City of Lake Forest, hereby certifies Page 28 of 97

31 that said contractor is not barred from executing said contract as a result of a violation of either Section 33E-3 or 33E-4 of Article 33E of Chapter 38 of the Illinois Revised Statutes. BY: Authorized Agent of Contractor Subscribed and sworn to before me this day of, 20. Notary Public IN WITNESS WHEREOF, Owner and Contractor have signed this Agreement. Counterparts have been delivered to Owner, Contractor, and Superintendent. All portions of the Contract Documents have been signed or have been identified by Owner and Contractor or by Superintendent on their behalf. This Agreement will be effective on (which is the Effective Date of the Agreement). OWNER: CONTRACTOR THE CITY OF LAKE FOREST By: Title: Attest: Title: Address for giving notices: 800 N. FIELD DRIVE LAKE FOREST, IL By: Title: (If Contractor is a corporation, a partnership, or a joint venture, attach evidence of authority to sign.) Attest: Title: Address for giving notices: License No.: (Where applicable) Agent for service of process: Page 29 of 97

32 STANDARD GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT ARTICLE 1 - DEFINITIONS AND TERMINOLOGY 1.1 Defined Terms A. Wherever used in the Bidding Requirements or Contract Documents and printed with initial capital letters, the terms listed below will have the meanings indicated which are applicable to both the singular and plural thereof. In addition to terms specifically defined, terms with initial capital letters in the Contract Documents include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda Written or graphic instruments issued prior to the opening of Bids which clarify, correct, or change the Bidding Requirements or the proposed Contract Documents. 2. Agreement (Contract) The written instrument which is evidence of the agreement between Owner and Contractor covering the Work. 3. Application for Payment The form acceptable to Superintendent which is to be used by Contractor during the course of the Work in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. 4. Asbestos Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration. 5. Bid The offer or proposal of a Bidder submitted on the prescribed form setting forth the prices for the Work to be performed. 6. Bidder The individual or entity who submits a Bid directly to Owner. 7. Bidding Documents The Bidding Requirements and the proposed Contract Documents (including all Addenda). 8. Bidding Requirements The advertisement or invitation to bid, Instructions to Bidders, Bid security of acceptable form, if any, and the Bid Form with any supplements. 9. Change Order A document recommended by Superintendent which is signed by Contractor and Owner and authorizes an addition, deletion, or revision in the Work or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. 10. Claim A demand or assertion by Owner or Contractor seeking an adjustment of Contract Price or Contract Times, or both, or other relief with respect to the terms of the Contract. A demand for money or services by a third party is not a Claim. Page 30 of 97

33 11. Contract The entire and integrated written agreement between the Owner and Contractor concerning the Work. The Contract supersedes prior negotiations, representations, or agreements, whether written or oral. 12. Contract Documents Those items so designated in the Agreement. Only printed or hard copies of the items listed in the Agreement are Contract Documents. Approved Shop Drawings, other Contractor submittals, and the reports and drawings of subsurface and physical conditions are not Contract Documents. 13. Contract Price The moneys payable by Owner to Contractor for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of Paragraph in the case of Unit Price Work). 14. Contract Times The number of days or the dates stated in the Agreement to: (i) achieve Milestones, if any; (ii) achieve Substantial Completion; and (iii) complete the Work so that it is ready for final payment as evidenced by Superintendent s written recommendation of final payment. 15. Contractor The individual or entity with whom Owner has entered into the Agreement. 16. Cost of the Work See Paragraph for definition. 17. Drawings That part of the Contract Documents prepared or approved by Superintendent which graphically shows the scope, extent, and character of the Work to be performed by Contractor. Shop Drawings and other Contractor submittals are not Drawings as so defined. 18. Effective Date of the Agreement The date indicated in the Agreement on which it becomes effective, but if no such date is indicated, it means the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. 19. Superintendent The City Superintendent of The City of Lake Forest or his designee. 20. Field Order A written order issued by Superintendent which requires minor changes in the Work but which does not involve a change in the Contract Price or the Contract Times. 21. General Requirements Sections of Division 1 of the Specifications. 22. Hazardous Environmental Condition The presence at the Site of Asbestos, PCBs, Petroleum, Hazardous Waste, or Radioactive Material in such quantities or circumstances that may present a substantial danger to persons or property exposed thereto. 23. Hazardous Waste The term Hazardous Waste shall have the meaning provided in Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. 24. Laws and Regulations; Laws or Regulations Any and all applicable laws, rules, regulations, ordinances, codes, and orders of any and all governmental bodies, agencies, authorities, and courts having jurisdiction. 25. Liens Charges, security interests, or encumbrances upon Project funds, real property, or personal property. Page 31 of 97

34 26. Milestone A principal event specified in the Contract Documents relating to an intermediate completion date or time prior to Substantial Completion of all the Work. 27. Notice of Award The written notice by Owner to the Successful Bidder stating that upon timely compliance by the Successful Bidder with the conditions precedent listed therein, Owner will sign and deliver the Agreement. 28. Notice to Proceed A written notice given by Owner to Contractor fixing the date on which the Contract Times will commence to run and on which Contractor shall start to perform the Work under the Contract Documents. 29. Owner The individual or entity with whom Contractor has entered into the Agreement and for whom the Work is to be performed. 30. PCBs Polychlorinated biphenyls. 31. Petroleum Petroleum, including crude oil or any fraction thereof which is liquid at standard conditions of temperature and pressure (60 degrees Fahrenheit and 14.7 pounds per square inch absolute), such as oil, petroleum, fuel oil, oil sludge, oil refuse, gasoline, kerosene, and oil mixed with other non-hazardous Waste and crude oils. 32. Progress Schedule A schedule, prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor s plan to accomplish the Work within the Contract Times. 33. Project The total construction of which the Work to be performed under the Contract Documents may be the whole, or a part. 34. Project Manual The bound documentary information prepared for bidding and constructing the Work. A listing of the contents of the Project Manual, which may be bound in one or more volumes, is contained in the table(s) of contents. 35. Radioactive Material Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 et seq.) as amended from time to time. 36. Resident Project Representative The authorized representative of Superintendent who may be assigned to the Site or any part thereof. 37. Samples Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. 38. Schedule of Submittals A schedule, prepared and maintained by Contractor, of required submittals and the time requirements to support scheduled performance of related construction activities. 39. Schedule of Values A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for reviewing Contractor s Applications for Payment. Page 32 of 97

35 40. Shop Drawings All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for Contractor and submitted by Contractor to illustrate some portion of the Work. 41. Site Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed, including rights-of-way and easements for access thereto, and such other lands furnished by Owner which are designated for the use of Contractor. 42. Specifications That part of the Contract Documents consisting of written requirements for materials, equipment, systems, standards and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable thereto. 43. Subcontractor An individual or entity having a direct contract with Contractor or with any other Subcontractor for the performance of a part of the Work at the Site. 44. Substantial Completion The time at which the Work (or a specified part thereof) has progressed to the point where, in the opinion of Superintendent, the Work (or a specified part thereof) is sufficiently complete, in accordance with the Contract Documents, so that the Work (or a specified part thereof) can be utilized for the purposes for which it is intended. The terms substantially complete and substantially completed as applied to all or part of the Work refer to Substantial Completion thereof. 45. Successful Bidder The Bidder submitting a responsive Bid to whom Owner makes an award. 46. Supplementary Conditions That part of the Contract Documents which amends or supplements these General Conditions. 47. Supplier A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by Contractor or Subcontractor. 48. Underground Facilities All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities, including those that convey electricity, gases, steam, liquid petroleum products, telephone or other communications, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 49. Unit Price Work Work to be paid for on the basis of unit prices. 50. Work The entire construction or the various separately identifiable parts thereof required to be provided under the Contract Documents. Work includes and is the result of performing or providing all labor, services, and documentation necessary to produce such construction, and furnishing, installing, and incorporating all materials and equipment into such construction, all as required by the Contract Documents. 51. Work Change Directive A written statement to Contractor issued on or after the Effective Date of the Agreement and signed by Owner and recommended by Superintendent ordering an addition, deletion, or revision in the Work, or responding to differing or unforeseen subsurface or physical conditions under which the Work is to be performed or to Page 33 of 97

36 1.2 Terminology emergencies. A Work Change Directive will not change the Contract Price or the Contract Times but is evidence that the parties expect that the change ordered or documented by a Work Change Directive will be incorporated in a subsequently issued Change Order following negotiations by the parties as to its effect, if any, on the Contract Price or Contract Times. A. The words and terms discussed in Paragraph 1.02.B through F are not defined but, when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. Intent of Certain Terms or Adjectives: 1. The Contract Documents include the terms as allowed, as approved, as ordered, as directed or terms of like effect or import to authorize an exercise of professional judgment by Superintendent. In addition, the adjectives reasonable, suitable, acceptable, proper, satisfactory, or adjectives of like effect or import are used to describe an action or determination of Superintendent as to the Work. It is intended that such exercise of professional judgment, action, or determination will be solely to evaluate, in general, the Work for compliance with the information in the Contract Documents and with the design concept of the Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective is not intended to and shall not be effective to assign to Superintendent any duty or authority to supervise or direct the performance of the Work, or any duty or authority to undertake responsibility contrary to the provisions of Paragraph 9.09 or any other provision of the Contract Documents. C. Day: 1. The word day means a calendar day of 24 hours measured from midnight to the next midnight. D. Defective: 1. The word defective, when modifying the word Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. does not conform to the Contract Documents; or b. does not meet the requirements of any applicable inspection, reference standard, test, or approval referred to in the Contract Documents; or c. has been damaged prior to Superintendent s recommendation of final payment (unless responsibility for the protection thereof has been assumed by Owner at Substantial Completion in accordance with Paragraph or 14.05). E. Furnish, Install, Perform, Provide: 1. The word furnish, when used in connection with services, materials, or equipment, shall mean to supply and deliver said services, materials, or equipment to the Site (or some other specified location) ready for use or installation and in usable or operable condition. Page 34 of 97

37 2. The word install, when used in connection with services, materials, or equipment, shall mean to put into use or place in final position said services, materials, or equipment complete and ready for intended use. 3. The words perform or provide, when used in connection with services, materials, or equipment, shall mean to furnish and install said services, materials, or equipment complete and ready for intended use. 4. When furnish, install, perform, or provide is not used in connection with services, materials, or equipment in a context clearly requiring an obligation of Contractor, provide is implied. F. Unless stated otherwise in the Contract Documents, words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with such recognized meaning. ARTICLE 2 - PRELIMINARY MATTERS 2.1 Delivery of Bonds and Evidence of Insurance A. When Contractor delivers the executed counterparts of the Agreement to Owner, Contractor shall also deliver to Owner such bonds as Contractor may be required to furnish. 1. The Agreement, Bonds, and such other portions of the Contract Documents as may be required shall be executed and delivered by Contractor to Owner within 10 days after receipt of the Notice of Award. Owner shall determine the number of counterparts required. Owner will execute the counterparts. Owner, Contractor, and Superintendent shall each receive an executed counterpart of the Contract Documents and additional conformed copies distributed as required. B. Evidence of Insurance: Before any Work at the site is started, Contractor shall deliver to Owner certificates (and other evidence of insurance requested by Owner) which Contractor is required to purchase and maintain in accordance with the Contract Documents. 2.2 Copies of Documents A. Owner shall furnish to Contractor up to ten printed or hard copies of the Drawings and Project Manual. Additional copies will be furnished upon request at the cost of reproduction. 2.3 Commencement of Contract Times; Notice to Proceed A. The Contract Time will commence on the date established in the Notice to Proceed issued by Owner to Contractor, but in no event shall the Contract Time commence to run later than the 30th day after the effective date of the Contract. A Notice to Proceed may be given at any time within the 30 days after the effective date of the Contract. 2.4 Starting the Work Page 35 of 97

38 A. Contractor shall start to perform the Work on the date when the Contract Times commence to run. No Work shall be done at the Site prior to the date on which the Contract Times commence to run. 2.5 Before Starting Construction A. Preliminary Schedules: Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), Contractor shall submit to Superintendent for timely review: 1. a preliminary Progress Schedule indicating the times (numbers of days or dates) for starting and completing the various stages of the Work, including any Milestones specified in the Contract Documents; 2. a preliminary Schedule of Submittals; and 3. a preliminary Schedule of Values for all of the Work which includes quantities and prices of items which when added together equal the Contract Price and subdivides the Work into component parts in sufficient detail to serve as the basis for progress payments during performance of the Work. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. 2.6 Preconstruction Conference; Designation of Authorized Representatives A. After delivery of the executed Contract to Owner, but before Contractor starts the Work at the site, a conference will be held to establish a working understanding among the parties as to the Work. B. At this conference Owner and Contractor each shall designate, in writing, a specific individual to act as its authorized representative with respect to the services and responsibilities under the Contract. Such individuals shall have the authority to transmit instructions, receive information, render decisions relative to the Contract, and otherwise act on behalf of each respective party. C. The conference will be held at a location selected by Owner. The conference will be attended by: 1. Contractor 's Office Representative. 2. Contractor 's General Superintendent. 3. Any Subcontractors' or Suppliers' representatives whom Contractor may desire to invite or Superintendent may request. 4. Owner s Representatives. 5. Local Utilities Representatives. D. A suggested format would include, but not be limited to, the following subjects: 1. Discuss proposed construction progress schedule to be submitted by Contractor in accordance with Section of the Specifications. Page 36 of 97

39 2. Check of required bonds and insurance certifications prior to Notice to Proceed. 3. Liquidated damages. 4. Shop drawing submittal and approval procedure. 5. Chain of command, direction of correspondence, and coordinating responsibility between Contractors. 6. Request for a weekly job meeting for all involved. 7. Equal opportunity requirements. 8. Laboratory testing of material requirements. 9. Inventory of material stored on-site provisions. 10. Progress estimate and payment procedure. 2.7 Initial Acceptance of Schedules A. At least 10 days before submission of the first Application for Payment a conference attended by Contractor, Superintendent, and others as appropriate will be held to review for acceptability to Superintendent as provided below the schedules submitted in accordance with Paragraph 2.05.A. Contractor shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to Contractor until acceptable schedules are submitted to Superintendent. 1. The Progress Schedule will be acceptable to Superintendent if it provides an orderly progression of the Work to completion within the Contract Times. Such acceptance will not impose on Superintendent responsibility for the Progress Schedule, for sequencing, scheduling, or progress of the Work, nor interfere with or relieve Contractor from Contractor s full responsibility therefor. 2. Contractor s Schedule of Submittals will be acceptable to Superintendent if it provides a workable arrangement for reviewing and processing the required submittals. 3. Contractor s Schedule of Values will be acceptable to Superintendent as to form and substance if it provides a reasonable allocation of the Contract Price to component parts of the Work. ARTICLE 3 - CONTRACT DOCUMENTS: INTENT, AMENDING, REUSE 3.1 Intent A. The Contract Documents are complementary; what is required by one is as binding as if required by all. Page 37 of 97

40 B. It is the intent of the Contract Documents to describe a functionally complete project (or part thereof) to be constructed in accordance with the Contract Documents. Any labor, documentation, services, materials, or equipment that reasonably may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result will be provided whether or not specifically called for, at no additional cost to Owner. C. Clarifications and interpretations of the Contract Documents shall be issued by Superintendent as provided in Article Reference Standards A. Standards, Specifications, Codes, Laws, and Regulations 1. Reference to standards, specifications, manuals, or codes of any technical society, organization, or association, or to Laws or Regulations, whether such reference be specific or by implication, shall mean the standard, specification, manual, code, or Laws or Regulations in effect at the time of opening of Bids (or on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. 2. No provision of any such standard, specification, manual, or code, or any instruction of a Supplier, shall be effective to change the duties or responsibilities of Owner, Contractor, or Superintendent, or any of their subcontractors, consultants, agents, or employees, from those set forth in the Contract Documents. No such provision or instruction shall be effective to assign to Owner, Superintendent, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors, any duty or authority to supervise or direct the performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of the Contract Documents. 3.3 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Contractor s Review of Contract Documents Before Starting Work: Before undertaking each part of the Work, Contractor shall carefully study and compare the Contract Documents and check and verify pertinent figures therein and all applicable field measurements. Contractor shall promptly report in writing to Superintendent any conflict, error, ambiguity, or discrepancy which Contractor discovers, or has actual knowledge of, and shall obtain a written interpretation or clarification from Superintendent before proceeding with any Work affected thereby. 2. Contractor s Review of Contract Documents During Performance of Work: If, during the performance of the Work, Contractor discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and (a) any applicable Law or Regulation, (b) any standard, specification, manual, or code, or (c) any instruction of any Supplier, then Contractor shall promptly report it to Superintendent in writing. Contractor shall not proceed with the Work affected thereby (except in an emergency as required by Paragraph 6.16.A) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Paragraph Page 38 of 97

41 3. Contractor shall not be liable to Owner or Superintendent for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents unless Contractor had actual knowledge thereof. B. Resolving Discrepancies: 1. Except as may be otherwise specifically stated in the Contract Documents, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: a. the provisions of any standard, specification, manual, or code, or the instruction of any Supplier (whether or not specifically incorporated by reference in the Contract Documents); or b. the provisions of any Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). 3.4 Amending and Supplementing Contract Documents A. The Contract Documents may be amended to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof by either a Change Order or a Work Change Directive. B. The requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, by one or more of the following ways: 1. A Field Order; 2. Superintendent s approval of a Shop Drawing or Sample (subject to the provisions of Paragraph 6.17.D.3); or 3. Superintendent s written interpretation or clarification. 3.5 Reuse of Documents A. Contractor and any Subcontractor or Supplier shall not: 1. have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of Engineer or its consultants, including electronic media editions; or 2. reuse any such Drawings, Specifications, other documents, or copies thereof on extensions of the Project or any other project without written consent of Owner and Superintendent and specific written verification or adaptation by Superintendent. B. The prohibitions of this Paragraph 3.05 will survive final payment, or termination of the Contract. Nothing herein shall preclude Contractor from retaining copies of the Contract Documents for record purposes. 3.6 Electronic Data Page 39 of 97

42 A. Unless otherwise stated in the General Conditions, the data furnished by Owner or Superintendent to Contractor, or by Contractor to Owner or Superintendent, that may be relied upon are limited to the printed copies (also known as hard copies). Files in electronic media format of text, data, graphics, or other types are furnished only for the convenience of the receiving party. Any conclusion or information obtained or derived from such electronic files will be at the user s sole risk. If there is a discrepancy between the electronic files and the hard copies, the hard copies govern. B. Because data stored in electronic media format can deteriorate or be modified inadvertently or otherwise without authorization of the data s creator, the party receiving electronic files agrees that it will perform acceptance tests or procedures within 60 days, after which the receiving party shall be deemed to have accepted the data thus transferred. Any errors detected within the 60- day acceptance period will be corrected by the transferring party. C. When transferring documents in electronic media format, the transferring party makes no representations as to long term compatibility, usability, or readability of documents resulting from the use of software application packages, operating systems, or computer hardware differing from those used by the data s creator. ARTICLE 4 - AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands A. Owner shall furnish the Site. Owner shall notify Contractor of any encumbrances or restrictions not of general application but specifically related to use of the Site with which Contractor must comply in performing the Work. Owner will obtain in a timely manner and pay for easements for permanent structures or permanent changes in existing facilities. If Contractor and Owner are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, as a result of any delay in Owner s furnishing the Site or a part thereof, Contractor may make a Claim therefor as provided in Paragraph B. Upon reasonable written request, Owner shall furnish Contractor with a current statement of record legal title and legal description of the lands upon which the Work is to be performed and Owner s interest therein as necessary for giving notice of or filing a mechanic s or construction lien against such lands in accordance with applicable Laws and Regulations. C. Contractor shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment. 4.2 Subsurface and Physical Conditions A. Reports and Drawings: The General Conditions identify: 1. those reports known to Owner of explorations and tests of subsurface conditions at or contiguous to the Site; and 2. those drawings known to Owner of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities). Page 40 of 97

43 B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the technical data contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such technical data is identified in the General Conditions. Except for such reliance on such technical data, Contractor may not rely upon or make any claim against Owner or Superintendent, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. any Contractor interpretation of or conclusion drawn from any technical data or any such other data, interpretations, opinions, or information. C. Soils Investigation Report General 1. A soils investigation report has not been prepared for the site of this work. 2. Bidders should visit the site and acquaint themselves with existing conditions. 3. Prior to bidding, Bidders may make their own subsurface investigations to satisfy themselves as to site and subsurface conditions, but such investigations may be performed only under time schedules and arrangements approved in advance by the Superintendent. 4. All excavation and/or removal items being disposed of at an uncontaminated soil fill site shall meet the requirements of Public Act All costs associated with meeting these requirements shall be the responsibility of the Contractor and included in the cost of the associated bid items in the contract. These costs shall include but are not limited to certification by a licensed engineer, all required testing and laboratory analysis, and any state and local dumping fees. Additionally, the Contractor shall also be responsible for any rejected loads, the material shall not be returned to The City of Lake Forest. 4.3 Differing Subsurface or Physical Conditions A. Notice: If Contractor believes that any subsurface or physical condition that is uncovered or revealed either: 1. is of such a nature as to establish that any technical data on which Contractor is entitled to rely as provided in Paragraph 4.02 is materially inaccurate; or 2. is of such a nature as to require a change in the Contract Documents; or 3. differs materially from that shown or indicated in the Contract Documents; or Page 41 of 97

44 4. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; a. then Contractor shall, promptly after becoming aware thereof and before further disturbing the subsurface or physical conditions or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), notify Owner and Superintendent in writing about such condition. Contractor shall not further disturb such condition or perform any Work in connection therewith (except as aforesaid) until receipt of written order to do so. B. Superintendent s Review: After receipt of written notice as required by Paragraph 4.03.A, Superintendent will promptly review the pertinent condition, determine the necessity of Owner s obtaining additional exploration or tests with respect thereto, and advise Owner in writing (with a copy to Contractor) of Superintendent s findings and conclusions. C. Possible Price and Times Adjustments: 1. The Contract Price or the Contract Times, or both, will be equitably adjusted to the extent that the existence of such differing subsurface or physical condition causes an increase or decrease in Contractor s cost of, or time required for, performance of the Work; subject, however, to the following: a. such condition must meet any one or more of the categories described in Paragraph 4.03.A; and b. with respect to Work that is paid for on a unit price basis, any adjustment in Contract Price will be subject to the provisions of Paragraphs 9.07 and Contractor shall not be entitled to any adjustment in the Contract Price or Contract Times if: a. Contractor knew of the existence of such conditions at the time Contractor made a final commitment to Owner with respect to Contract Price and Contract Times by the submission of a Bid or becoming bound under a negotiated contract; or b. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test, or study of the Site and contiguous areas required by the Bidding Requirements or Contract Documents to be conducted by or for Contractor prior to Contractor s making such final commitment; or c. Contractor failed to give the written notice as required by Paragraph 4.03.A. 3. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times, or both, a Claim may be made therefor as provided in Paragraph However, neither Owner or Superintendent, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. Page 42 of 97

45 4.4 Underground Facilities A. Shown or Indicated: The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or contiguous to the Site is based on information and data furnished to Owner or Superintendent by the owners of such Underground Facilities, including Owner, or by others. Unless it is otherwise expressly provided in the General Conditions: 1. Owner and Superintendent shall not be responsible for the accuracy or completeness of any such information or data provided by others; and 2. the cost of all of the following will be included in the Contract Price, and Contractor shall have full responsibility for: a. reviewing and checking all such information and data; b. locating all Underground Facilities shown or indicated in the Contract Documents; c. coordination of the Work with the owners of such Underground Facilities, including Owner, during construction; and d. the safety and protection of all such Underground Facilities and repairing any damage thereto resulting from the Work. B. Not Shown or Indicated: 1. If an Underground Facility is uncovered or revealed at or contiguous to the Site which was not shown or indicated, or not shown or indicated with reasonable accuracy in the Contract Documents, Contractor shall, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith (except in an emergency as required by Paragraph 6.16.A), identify the owner of such Underground Facility and give written notice to that owner and to Owner and Superintendent. Superintendent will promptly review the Underground Facility and determine the extent, if any, to which a change is required in the Contract Documents to reflect and document the consequences of the existence or location of the Underground Facility. During such time, Contractor shall be responsible for the safety and protection of such Underground Facility. 2. If Superintendent concludes that a change in the Contract Documents is required, a Work Change Directive or a Change Order will be issued to reflect and document such consequences. An equitable adjustment shall be made in the Contract Price or Contract Times, or both, to the extent that they are attributable to the existence or location of any Underground Facility that was not shown or indicated or not shown or indicated with reasonable accuracy in the Contract Documents and that Contractor did not know of and could not reasonably have been expected to be aware of or to have anticipated. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment in Contract Price or Contract Times, Owner or Contractor may make a Claim therefor as provided in Paragraph Reference Points Page 43 of 97

46 A. Owner shall provide engineering surveys to establish reference points for construction which in Superintendent s judgment are necessary to enable Contractor to proceed with the Work. Contractor shall be responsible for laying out the Work, shall protect and preserve the established reference points and property monuments, and shall make no changes or relocations without the prior written approval of Owner. Contractor shall report to Superintendent whenever any reference point or property monument is lost or destroyed or requires relocation because of necessary changes in grades or locations, and shall be responsible for the accurate replacement or relocation of such reference points or property monuments by professionally qualified personnel. 4.6 Hazardous Environmental Condition at Site A. Reports and Drawings: The General Conditions identify those reports and drawings known to Owner relating to Hazardous Environmental Conditions that have been identified at the Site. 1. Hazardous Environmental Conditions Report General a. A hazardous environmental conditions report has not been prepared for the site of this work. b. Bidders should visit the site and acquaint themselves with existing conditions. c. Prior to bidding, Bidders may make their own site and subsurface investigations to satisfy themselves as to hazardous environmental conditions, but such investigations may be performed only under time schedules and arrangements approved in advance by the Superintendent. d. All excavation and/or removal items being disposed of at an uncontaminated soil fill site shall meet the requirements of Public Act All costs associated with meeting these requirements shall be the responsibility of the Contractor and included in the cost of the associated bid items in the contract. These costs shall include but are not limited to certification by a licensed engineer, all required testing and laboratory analysis, and any state and local dumping fees. Additionally, the Contractor shall also be responsible for any rejected loads, the material shall not be returned to The City of Lake Forest. B. Limited Reliance by Contractor on Technical Data Authorized: Contractor may rely upon the accuracy of the technical data contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such technical data is identified in the General Conditions. Except for such reliance on such technical data, Contractor may not rely upon or make any claim against Owner or Superintendent, or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors with respect to: 1. the completeness of such reports and drawings for Contractor s purposes, including, but not limited to, any aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor and safety precautions and programs incident thereto; or 2. other data, interpretations, opinions and information contained in such reports or shown or indicated in such drawings; or Page 44 of 97

47 3. any Contractor interpretation of or conclusion drawn from any technical data or any such other data, interpretations, opinions or information. C. Contractor shall not be responsible for any Hazardous Environmental Condition uncovered or revealed at the Site which was not shown or indicated in Drawings or Specifications or identified in the Contract Documents to be within the scope of the Work. Contractor shall be responsible for a Hazardous Environmental Condition created with any materials brought to the Site by Contractor, Subcontractors, Suppliers, or anyone else for whom Contractor is responsible. D. If Contractor encounters a Hazardous Environmental Condition or if Contractor or anyone for whom Contractor is responsible creates a Hazardous Environmental Condition, Contractor shall immediately: (i) secure or otherwise isolate such condition; (ii) stop all Work in connection with such condition and in any area affected thereby (except in an emergency as required by Paragraph 6.16.A); and (iii) notify Owner and Superintendent (and promptly thereafter confirm such notice in writing). Owner shall promptly consult with Superintendent concerning the necessity for Owner to retain a qualified expert to evaluate such condition or take corrective action, if any. Promptly after consulting with Superintendent, Owner shall take such actions as are necessary to permit Owner to timely obtain required permits and provide Contractor the written notice required by Paragraph 4.06.E. E. Contractor shall not be required to resume Work in connection with such condition or in any affected area until after Owner has obtained any required permits related thereto and delivered written notice to Contractor: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work; or (ii) specifying any special conditions under which such Work may be resumed safely. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of any adjustment in Contract Price or Contract Times, or both, as a result of such Work stoppage or such special conditions under which Work is agreed to be resumed by Contractor, either party may make a Claim therefor as provided in Paragraph F. If after receipt of such written notice Contractor does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then Owner may order the portion of the Work that is in the area affected by such condition to be deleted from the Work. If Owner and Contractor cannot agree as to entitlement to or on the amount or extent, if any, of an adjustment in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a Claim therefor as provided in Paragraph Owner may have such deleted portion of the Work performed by Owner s own forces or others in accordance with Article 7. G. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, Subcontractors, and Superintendent, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition, provided that such Hazardous Environmental Condition: (i) was not shown or indicated in the Drawings or Specifications or identified in the Contract Documents to be included within the scope of the Work, and (ii) was not created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.G shall obligate Owner to indemnify any individual or entity from and against the consequences of that individual s or entity s own negligence. Page 45 of 97

48 H. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Superintendent, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to a Hazardous Environmental Condition created by Contractor or by anyone for whom Contractor is responsible. Nothing in this Paragraph 4.06.H shall obligate Contractor to indemnify any individual or entity from and against the consequences of that individual s or entity s own negligence. I. The provisions of Paragraphs 4.02, 4.03, and 4.04 do not apply to a Hazardous Environmental Condition uncovered or revealed at the Site. ARTICLE 5 - BONDS AND INSURANCE 5.1 Performance, Payment, and Other Bonds A. If the Contractor chooses to supply Performance and Payment Bonds they both must be in an amount at least equal to the Contract Price, as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. These bonds shall remain in effect until one year after the date when final payment becomes due or until completion of the correction period specified in Paragraph 13.07, whichever is later, except as provided otherwise by Laws or Regulations or by the Contract Documents. Contractor shall also furnish such other bonds as are required by the Contract Documents. 5.2 Licensed Sureties and Insurers A. All bonds and insurance required by the Contract Documents to be purchased and maintained by Owner or Contractor shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the General Conditions. 5.3 Certificates of Insurance A. Contractor shall deliver to Owner, with copies to each additional insured and loss payee identified in the General Conditions, certificates of insurance (and other evidence of insurance requested by Owner or any other additional insured) which Contractor is required to purchase and maintain. B. Owner shall deliver to Contractor, with copies to each additional insured and loss payee identified in the General Conditions, certificates of insurance (and other evidence of insurance requested by Contractor or any other additional insured) which Owner is required to purchase and maintain. C. Failure of Owner to demand such certificates or other evidence of Contractor's full compliance with these insurance requirements or failure of Owner to identify a deficiency in compliance Page 46 of 97

49 from the evidence provided shall not be construed as a waiver of Contractor s obligation to maintain such insurance. D. Owner does not represent that insurance coverage and limits established in this Contract necessarily will be adequate to protect Contractor. E. The insurance and insurance limits required herein shall not be deemed as a limitation on Contractor s liability under the indemnities granted to Owner in the Contract Documents. 5.4 Contractor s Insurance Requirements A. Contractor shall procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors. B. Minimum Scope of Insurance 1. Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability occurrence form CG 0001 (Ed. 11/85) / and/or Owner s and Contractor s Protective Liability policy with The City of Lake Forest stated as named insured; and b. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 "any auto" and endorsement AC 0019 (Ed. 12/88) changes in Business Auto and Truckers coverage forms - Insured Contract; and c. Workers' Compensation as required by the Labor Code of the State of Illinois and Employers' Liability insurance. C. Minimum Limits of Insurance 1. Contractor shall maintain limits no less than: a. Commercial General Liability: $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage. The general aggregate shall be twice the required occurrence limit. Minimum General Aggregate shall be no less than $4,000,000. 1) Coverages shall include: 1. Broad Form Property Damage Endorsement 2. Blanket Contractual Liability (must expressly cover the indemnity provisions of the contract) 3. Premises/Operations 4. Products/Completed Operations (to be maintained for two years following final payment) Page 47 of 97

50 5. Independent Contractors 6. Personal Injury (with Employment Exclusion deleted) 7. Broad Form Property Damage Endorsement 8. Bodily Injury and Property Damage 2) X, C, and U exclusions shall be deleted. 3) Railroad exclusions shall be deleted if Work Site is within 50 feet of any railroad track. b. Automobile Liability: $2,000,000 combined single limit per accident for bodily injury and property damage for vehicles owned, not owned, or rented. c. Worker's Compensation and Employers' Liability: Workers' Compensation limits as required by the Labor Code of the State of Illinois and Employers' Liability limits of $500,000 injury per - occurrence, $500,000 disease - per employee, and $500,000 disease policy limit. d. Builder's Risk Insurance, written in completed value form, to protect the supplier or vendor and the City against all risks of direct physical loss to buildings, structures, equipment, and materials to be used in providing, performing, and completing the construction, including without limitation fire, extended coverage, vandalism and malicious mischief, sprinkler leakage, flood, earth movement, and collapse, and shall be designed for the circumstances that may affect the construction. This insurance shall be written with limits not less than the insurable value of the project at completion. The insurable value shall include the aggregate value of City-furnished equipment and materials to be constructed or installed by the supplier or vendor. This insurance shall include coverage while equipment or materials are in warehouses, during installation, during testing, and after the project is completed, but prior to final payment. This insurance shall include coverage while the City is occupying all or any part of the project prior to final payment without the need for the insurance company s consent. D. Deductibles and Self-Insured Retentions 1. Any deductibles or self-insured retentions must be declared to and approved by The City of Lake Forest. At the option of The City of Lake Forest, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects The City of Lake Forest, its officials and employees; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation, claim administration and defense expenses. E. Other Insurance Provisions 1. The policies are to contain, or be endorsed to contain, the following provisions: a. General Liability and Automobile Liability Coverages Page 48 of 97

51 1) The City of Lake Forest, including its City Council Members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives, are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, leased or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to The City of Lake Forest, its agents, employees or volunteers. 2) The Contractor s insurance coverage shall be primary as respects The City of Lake Forest, including its City Council Members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives. Any insurance or self-insurance maintained by The City of Lake Forest, its agents, employees or volunteers shall be excess of Contractor s insurance and shall not contribute with it. 3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to The City of Lake Forest, including its City Council Members and elected and appointed officials, its officers, employees, agents, attorneys, consultants, and representatives. 4) Coverage shall state that Contractor s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 5) All Contractor s employees shall be included as insureds. 6) Workers' Compensation and Employers' Liability Coverages The insurer shall agree to waive all rights of subrogation against The City of Lake Forest, its agents, employees and volunteers for losses arising from work performed by Contractor for The City of Lake Forest. 7) All Coverages Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to The City of Lake Forest. b. Owner s and Contractor s Protective Liability Insurance, in the name of the City with a combined single limit for the bodily injury and property damage of not less the amount required by the City Manager. This requirement shall apply to construction projects. c. Professional Liability Insurance, with a limit of liability of not less than $1,000,000 per occurrence and $2,000,000 in the aggregate and covering the supplier or vendor against all sums that supplier or vendor may be obligated to pay on account of any liability arising out of the contract. This requirement shall apply to design and consulting projects, as well as to contracts for professionals involved in construction projects. Page 49 of 97

52 d. Umbrella Policy. The required coverages may be in any combination of primary, excess, and umbrella policies. Any excess or umbrella policy must provide excess coverage over underlying insurance on a following-form basis such that when any loss covered by the primary policy exceeds the limits under the primary policy, the excess or umbrella policy becomes effective to cover such loss. F. Acceptability of Insurers 1. Insurance is to be placed with insurers with a Best's rating of no less than B+. G. Verification of Coverage 1. Contractor shall furnish The City of Lake Forest with certificates of insurance naming The City of Lake Forest as an additional insured, and with original endorsements affecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements may be on forms provided by the City of Lake Forest and are to be received and approved by The City of Lake Forest before any work commences. The City of Lake Forest reserves the right to request full certified copies of the insurance policies. 2. Contractor shall furnish The City of Lake Forest with evidence that the Worker s Compensation and Employer s Liability Insurance provides coverage in the State of Illinois. H. Subcontractors 1. Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. I. Indemnity Hold Harmless Provision 1. To the fullest extent permitted by law, the Contractor hereby agrees to defend, indemnify and hold harmless The City of Lake Forest, its officials, agents and employees, against all injuries, deaths, loss, damages, claims, patent claims, suits, liabilities, judgments, cost and expenses, which may in anywise accrue against The City of Lake Forest, its officials, agents and employees, a rising in whole or in part or in consequence of the performance of this work by the Contractor, its employees, or subcontractors, or which may in anywise result therefore, except that arising out of the sole legal cause of The City of Lake Forest, its agents or employees, the Contractor shall, at its own expense, appear, defend and pay all charges of attorneys and all costs and other expenses arising therefore or incurred in connections therewith, and, if any judgment shall be rendered against The City of Lake Forest, its officials, agents and employees, in any such action, the Contractor shall, at its own expense, satisfy and discharge the same. 2. Contractor expressly understands and agrees that any performance bond or insurance policies required by this Contract, or otherwise provided by the Contractor, shall in no way limit the responsibility to indemnify, keep and save harmless and defend The City of Lake Forest, its officials, agents and employees as herein provided. Page 50 of 97

53 5.5 DELETED 5.6 DELETED 3. The Contractor further agrees that to the extent that money is due the Contractor by virtue of this Contract as shall be considered necessary in the judgment of The City of Lake Forest, may be retained by The City of Lake Forest to protect itself against said loss until such claims, suits, or judgments shall have been settled or discharged and/or evidence to that effect shall have been furnished to the satisfaction of The City of Lake Forest. 5.7 Waiver of Rights A. Owner and Contractor intend that any policies provided in response to this document shall protect all of the parties insured and provide primary coverage for all losses and damages caused by the perils covered thereby. Accordingly, all such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurer will have no rights of recovery against any of the parties named as insureds or additional insureds, and if the insurers require separate waiver forms to be signed by any Subcontractor, Contractor will obtain the same. B. Owner and Contractor waive all rights against each other for all losses and damages caused by any of the perils covered by the policies of insurance provided in response to paragraphs in this document and any other property insurance applicable to the work, and also waive all such rights against the Subcontractors, and all other parties named as insureds in such policies for losses and damages so caused. As required by paragraph 6.11., each subcontract between Contractor and a Subcontractor will contain similar waiver provisions by the Subcontractor in favor of Owner, Contractor, and all other parties names as insureds. None of the above waivers shall extend to the rights that any of the insured parties may have to the proceeds of insurance held by Owner as trustee or otherwise payable under any policy so issued. C. Any insurance policy maintained by Owner covering any loss, damage or consequential loss referred to in Paragraph 5.07.B shall contain provisions to the effect that in the event of payment of any such loss, damage, or consequential loss, the insurers will have no rights of recovery against Contractor, Subcontractors, or Superintendent, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them. 5.8 DELETED 5.9 DELETED 5.10 Partial Utilization, Acknowledgment of Property Insurer A. If Owner finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 14.05, no such use or occupancy shall commence before the insurers providing the property insurance pursuant to Paragraph 5.06 have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be canceled or permitted to lapse on account of any such partial use or occupancy. Page 51 of 97

54 ARTICLE 6 - CONTRACTOR S RESPONSIBILITIES 6.1 Supervision and Superintendence A. Contractor shall supervise, inspect, and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction. Contractor shall not be responsible for the negligence of Owner or Superintendent in the design or specification of a specific means, method, technique, sequence, or procedure of construction which is shown or indicated in and expressly required by the Contract Documents. B. At all times during the progress of the Work, Contractor shall assign a competent resident superintendent who shall not be replaced without written notice to Owner and Superintendent except under extraordinary circumstances. 6.2 Labor; Working Hours A. Contractor shall provide competent, suitably qualified personnel to survey and lay out the Work and perform construction as required by the Contract Documents. Contractor shall at all times maintain good discipline and order at the Site. B. Except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent thereto, and except as otherwise stated in the Contract Documents, all Work at the Site shall be performed during regular working hours. No work shall be done between 7:00 P.M. and 7:00 A.M. Contractor will not permit the performance of Work on a Saturday, Sunday, or any legal holiday without Owner s written consent (which will not be unreasonably withheld) given after prior written notice to Superintendent. 6.3 Services, Materials, and Equipment A. Unless otherwise specified in the Contract Documents, Contractor shall provide and assume full responsibility for all services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and all other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work. B. All materials and equipment permanently incorporated into the Work shall be new, except as otherwise provided in the Contract Documents. All special warranties and guarantees required by the Specifications shall expressly run to the benefit of Owner. If required by Superintendent, Contractor shall furnish satisfactory evidence (including reports of required tests) as to the source, kind, and quality of materials and equipment. C. All materials and equipment shall be stored, applied, installed, connected, erected, protected, used, cleaned, and conditioned in accordance with instructions of the applicable Supplier, except as otherwise may be provided in the Contract Documents. 6.4 Progress Schedule Page 52 of 97

55 A. Contractor shall adhere to the Progress Schedule established in accordance with Paragraph 2.07 as it may be adjusted from time to time as provided below. 1. Contractor shall submit to Superintendent for acceptance (to the extent indicated in Paragraph 2.07) proposed adjustments in the Progress Schedule that will not result in changing the Contract Times. Such adjustments will comply with any provisions of the General Requirements applicable thereto. 2. Proposed adjustments in the Progress Schedule that will change the Contract Times shall be submitted in accordance with the requirements of Article 12. Adjustments in Contract Times may only be made by a Change Order. 6.5 Substitutes and Or-Equals A. Whenever an item of material or equipment is specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular Supplier, the specification or description is intended to establish the type, function, appearance, and quality required. Unless the specification or description contains or is followed by words reading that no like, equivalent, or or-equal item or no substitution is permitted, other items of material or equipment or material or equipment of other Suppliers may be submitted to Superintendent for review under the circumstances described below. 1. Or-Equal Items: If in Superintendent s sole discretion an item of material or equipment proposed by Contractor is functionally equal to that named and sufficiently similar so that no change in related Work will be required, it may be considered by Superintendent as an or-equal item, in which case review and approval of the proposed item may, in Superintendent s sole discretion, be accomplished without compliance with some or all of the requirements for approval of proposed substitute items. For the purposes of this Paragraph 6.05.A.1, a proposed item of material or equipment will be considered functionally equal to an item so named if: a. in the exercise of reasonable judgment Superintendent determines that: 1) it is at least equal in materials of construction, quality, durability, appearance, strength, and design characteristics; 2) it will reliably perform at least equally well the function and achieve the results imposed by the design concept of the completed Project as a functioning whole; and 3) it has a proven record of performance and availability of responsive service. b. Contractor certifies that, if approved and incorporated into the Work: 1) there will be no increase in cost to the Owner or increase in Contract Times; and 2) it will conform substantially to the detailed requirements of the item named in the Contract Documents. 2. Substitute Items: Page 53 of 97

56 a. If in Superintendent s sole discretion an item of material or equipment proposed by Contractor does not qualify as an or-equal item under Paragraph 6.05.A.1, it will be considered a proposed substitute item. b. Contractor shall submit sufficient information as provided below to allow Superintendent to determine if the item of material or equipment proposed is essentially equivalent to that named and an acceptable substitute therefor. Requests for review of proposed substitute items of material or equipment will not be accepted by Superintendent from anyone other than Contractor. c. The requirements for review by Superintendent will be as set forth in Paragraph 6.05.A.2.d, as supplemented by the General Requirements, and as Superintendent may decide is appropriate under the circumstances. d. Contractor shall make written application to Superintendent for review of a proposed substitute item of material or equipment that Contractor seeks to furnish or use. The application: 1) shall certify that the proposed substitute item will: 1. perform adequately the functions and achieve the results called for by the general design, 2. be similar in substance to that specified, and 3. be suited to the same use as that specified; 2) will state: 1. the extent, if any, to which the use of the proposed substitute item will prejudice Contractor s achievement of Substantial Completion on time, 2. whether use of the proposed substitute item in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for other work on the Project) to adapt the design to the proposed substitute item, and 3. whether incorporation or use of the proposed substitute item in connection with the Work is subject to payment of any license fee or royalty; 3) will identify: 1. all variations of the proposed substitute item from that specified, and 2. available engineering, sales, maintenance, repair, and replacement services; and 4) shall contain an itemized estimate of all costs or credits that will result directly or indirectly from use of such substitute item, including costs of redesign and claims of other contractors affected by any resulting change. Page 54 of 97

57 B. Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence, or procedure of construction is expressly required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, technique, sequence, or procedure of construction approved by Superintendent. Contractor shall submit sufficient information to allow Superintendent, in Superintendent s sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. The requirements for review by Superintendent will be similar to those provided in Paragraph 6.05.A.2. C. Superintendent s Evaluation: Superintendent will be allowed a reasonable time within which to evaluate each proposed substitute. Superintendent will be the sole judge of acceptability, and no substitute will be ordered, installed or utilized with Superintendent s prior written acceptance which will be evidenced by either a Change Order or an approved Shop Drawing. Owner may require Contractor to furnish at Contractor s expense a special performance guarantee or other surety with respect to any substitute. When substitutes are proposed and accepted by Superintendent, and it is found that such substitutes alter the design or space requirements indicated on Drawings, Contractor shall be responsible for the costs involved to revise the design and construction, including the costs associated with the work of other contractors due to such variance in design or space requirements. Therefore, Contractor shall thoroughly investigate the design parameters, conditions, and space requirements, with respect to the Contract Drawings and Specifications prior to requesting substitutes. D. Special Guarantee: Owner may require Contractor to furnish at Contractor s expense a special performance guarantee or other surety with respect to any substitute. E. Superintendent s Cost Reimbursement: Superintendent will record Superintendent s costs in evaluating a substitute proposed or submitted by Contractor pursuant to Paragraphs 6.05.A.2 and 6.05.B. Whether or not Superintendent approves a substitute so proposed or submitted by Contractor, Contractor shall reimburse Owner for the reasonable charges of Superintendent for evaluating each such proposed substitute. Contractor shall also reimburse Owner for the reasonable charges of Superintendent for making changes in the Contract Documents (or in the provisions of any other direct contract with Owner) resulting from the acceptance of each proposed substitute. F. Contractor s Expense: Contractor shall provide all data in support of any proposed substitute or or-equal at Contractor s expense. 6.6 Concerning Subcontractors, Suppliers, and Others A. Contractor shall not employ any Subcontractor or other person or organization (including those who are to furnish the principal items of material or equipment), whether initially or as a substitute, against whom Owner may have reasonable objection. Acceptance of any Subcontractor, other person or organization by Owner shall not constitute a waiver of any right of Owner to reject defective Work or Work not in conformance with the Contract Documents. If Owner, after due investigation, has reasonable objection to any Subcontractor, other person or organization proposed by Contractor, Contractor shall submit an acceptable substitute. Contractor shall not be required to employ any Subcontractor, other person or organization against whom he has reasonable objection. Contractor shall not, without the consent of Owner, make substitution for any Subcontractor, other person or organization who has been accepted by Owner. B. DELETED Page 55 of 97

58 C. Contractor shall be fully responsible to Owner and Superintendent for all acts and omissions of the Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work just as Contractor is responsible for Contractor s own acts and omissions. Nothing in the Contract Documents: 1. shall create for the benefit of any such Subcontractor, Supplier, or other individual or entity any contractual relationship between Owner or Superintendent and any such Subcontractor, Supplier or other individual or entity; nor 2. shall create any obligation on the part of Owner or Superintendent to pay or to see to the payment of any moneys due any such Subcontractor, Supplier, or other individual or entity except as may otherwise be required by Laws and Regulations. D. Contractor shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing any of the Work under a direct or indirect contract with Contractor. E. Contractor shall require all Subcontractors, Suppliers, and such other individuals or entities performing or furnishing any of the Work to communicate with Superintendent through Contractor. F. The divisions and sections of the Specifications and the identifications of any Drawings shall not control Contractor in dividing the Work among Subcontractors or Suppliers or delineating the Work to be performed by any specific trade. G. All Work performed for Contractor by a Subcontractor will be pursuant to an appropriate agreement between Contractor and the Subcontractor which specifically binds the Subcontractor to the applicable terms and conditions of the Contract Documents for the benefit of the Owner and contains waiver provisions as required by Subparagraphs SC 5.07.A. and SC 5.07.B. Contractor shall pay each Subcontractor a just share of any insurance monies received by Contractor on account of losses under policies issued pursuant to Paragraph SC 5.04.A. through 5.04.C. 6.7 Patent Fees and Royalties A. Contractor shall pay all license fees and royalties and assume all costs incident to the use in the performance of the Work or the incorporation in the Work of any invention, design, process, product, or device which is the subject of patent rights or copyrights held by others. If a particular invention, design, process, product, or device is specified in the Contract Documents for use in the performance of the Work and if, to the actual knowledge of Owner or Superintendent, its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by Owner in the Contract Documents. B. To the fullest extent permitted by Laws and Regulations, Owner shall indemnify and hold harmless Contractor, and its officers, directors, members, partners, employees, agents, consultants, and subcontractors from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals, and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, Page 56 of 97

59 product, or device specified in the Contract Documents, but not identified as being subject to payment of any license fee or royalty to others required by patent rights or copyrights. C. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Superintendent, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any infringement of patent rights or copyrights incident to the use in the performance of the Work or resulting from the incorporation in the Work of any invention, design, process, product, or device not specified in the Contract Documents. 6.8 Permits A. Unless otherwise provided in the General Conditions, Contractor shall obtain and pay for all construction permits and licenses. Owner shall assist Contractor, when necessary, in obtaining such permits and licenses. Contractor shall pay all governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time of opening of Bids, or, if there are no Bids, on the Effective Date of the Agreement. Owner shall pay all charges of utility owners for connections for providing permanent service to the Work. Copies of all permits and licenses prepared or obtained by Contractor shall be submitted to Owner prior to the commencement of construction. Copies of all permits and licenses obtained by Owner shall be made available to Contractor and maintained by Contractor at the Project site. 6.9 Laws and Regulations 6.10 Taxes A. Contractor shall give all notices required by and shall comply with all Laws and Regulations applicable to the performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, neither Owner nor Superintendent shall be responsible for monitoring Contractor s compliance with any Laws or Regulations. B. If Contractor performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, Contractor shall bear all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such Work. However, it shall not be Contractor s responsibility to make certain that the Specifications and Drawings are in accordance with Laws and Regulations, but this shall not relieve Contractor of Contractor s obligations under Paragraph C. Changes in Laws or Regulations not known at the time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids) having an effect on the cost or time of performance of the Work shall be the subject of an adjustment in Contract Price or Contract Times. If Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph A. Contractor shall pay all sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the Work. Page 57 of 97

60 B. Owner is exempt from payment of sales and compensating use taxes of the State of Illinois on all materials to be incorporated into the Work. 1. Owner will furnish the required certificates of tax exemption to Contractor for use in the purchase of supplies and materials to be incorporated into the Work. 2. Owner s exemption does not apply to construction tools, machinery, equipment, or other property purchased by or leased by Contractor, or to supplies or materials not incorporated into the Work Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Contractor shall confine construction equipment, the storage of materials and equipment, and the operations of workers to the Site and other areas permitted by Laws and Regulations, and shall not unreasonably encumber the Site and other areas with construction equipment or other materials or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or of any adjacent land or areas resulting from the performance of the Work. 2. Should any claim be made by any such owner or occupant because of the performance of the Work, Contractor shall promptly settle with such other party by negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. 3. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Superintendent, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to any claim or action, legal or equitable, brought by any such owner or occupant against Owner, Superintendent, or any other party indemnified hereunder to the extent caused by or based upon Contractor s performance of the Work. B. Removal of Debris During Performance of the Work: During the progress of the Work Contractor shall keep the Site and other areas free from accumulations of waste materials, rubbish, and other debris. Removal and disposal of such waste materials, rubbish, and other debris shall conform to applicable Laws and Regulations. C. Cleaning: Prior to Substantial Completion of the Work Contractor shall clean the Site and the Work and make it ready for utilization by Owner. At the completion of the Work Contractor shall remove from the Site all tools, appliances, construction equipment and machinery, and surplus materials and shall restore to original condition all property not designated for alteration by the Contract Documents. D. Loading Structures: Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. Page 58 of 97

61 6.12 Record Documents A. Contractor shall maintain in a safe place at the Site one record copy of all Drawings, Specifications, Addenda, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications in good order and annotated to show changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings will be available to Superintendent for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings will be delivered to Superintendent for Owner Safety and Protection A. Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Such responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 1. all persons on the Site or who may be affected by the Work; 2. all the Work and materials and equipment to be incorporated therein, whether in storage on or off the Site; and 3. other property at the Site or adjacent thereto, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. B. Contractor shall comply with all applicable Laws and Regulations relating to the safety of persons or property, or to the protection of persons or property from damage, injury, or loss; and shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of Underground Facilities and other utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. C. Contractor shall comply with the applicable requirements of Owner s safety programs, if any. The General Conditions identify any Owner s safety programs that are applicable to the Work. D. Contractor shall inform Owner and Superintendent of the specific requirements of Contractor s safety program with which Owner s and Superintendent s employees and representatives must comply while at the Site. E. All damage, injury, or loss to any property referred to in Paragraph 6.13.A.2 or 6.13.A.3 caused, directly or indirectly, in whole or in part, by Contractor, any Subcontractor, Supplier, or any other individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, shall be remedied by Contractor (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of Owner or Superintendent or anyone employed by any of them, or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of Contractor or any Subcontractor, Supplier, or other individual or entity directly or indirectly employed by any of them). Page 59 of 97

62 F. Contractor s duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and Superintendent has issued a notice to Owner and Contractor in accordance with Paragraph B that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion) Safety Representative A. Contractor shall designate a qualified and experienced safety representative at the Site whose duties and responsibilities shall be the prevention of accidents and the maintaining and supervising of safety precautions and programs Hazard Communication Programs A. Contractor shall be responsible for coordinating any exchange of material safety data sheets or other hazard communication information required to be made available to or exchanged between or among employers at the Site in accordance with Laws or Regulations Emergencies A. In emergencies affecting the safety or protection of persons or the Work or property at the Site or adjacent thereto, Contractor is obligated to act to prevent threatened damage, injury, or loss. Contractor shall give Superintendent prompt written notice if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby or are required as a result thereof. If Superintendent determines that a change in the Contract Documents is required because of the action taken by Contractor in response to such an emergency, a Work Change Directive or Change Order will be issued Shop Drawings and Samples A. Contractor shall submit Shop Drawings and Samples to Superintendent for review and approval in accordance with the accepted Schedule of Submittals (as required by Paragraph 2.07). Each submittal will be identified as Superintendent may require. 1. Shop Drawings: a. Submit number of copies specified in the General Requirements. b. Data shown on the Shop Drawings will be complete with respect to quantities, dimensions, specified performance and design criteria, materials, and similar data to show Superintendent the services, materials, and equipment Contractor proposes to provide and to enable Superintendent to review the information for the limited purposes required by Paragraph 6.17.D. 2. Samples: a. Submit number of Samples specified in the Specifications. b. Clearly identify each Sample as to material, Supplier, pertinent data such as catalog numbers, the use for which intended and other data as Superintendent may require to Page 60 of 97

63 enable Superintendent to review the submittal for the limited purposes required by Paragraph 6.17.D. B. Where a Shop Drawing or Sample is required by the Contract Documents or the Schedule of Submittals, any related Work performed prior to Superintendent s review and approval of the pertinent submittal will be at the sole expense and responsibility of Contractor. C. Submittal Procedures: 1. Before submitting each Shop Drawing or Sample, Contractor shall have: a. reviewed and coordinated each Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; b. determined and verified all field measurements, quantities, dimensions, specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect thereto; c. determined and verified the suitability of all materials offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and d. determined and verified all information relative to Contractor s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. 2. Each submittal shall bear a stamp or specific written certification that Contractor has satisfied Contractor s obligations under the Contract Documents with respect to Contractor s review and approval of that submittal. 3. With each submittal, Contractor shall give Superintendent specific written notice of any variations that the Shop Drawing or Sample may have from the requirements of the Contract Documents. This notice shall be both a written communication separate from the Shop Drawings or Sample submittal; and, in addition, by a specific notation made on each Shop Drawing or Sample submitted to Superintendent for review and approval of each such variation. D. Superintendent s Review: 1. Superintendent will provide timely review of Shop Drawings and Samples in accordance with the Schedule of Submittals acceptable to Superintendent. Superintendent s review and approval will be only to determine if the items covered by the submittals will, after installation or incorporation in the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Superintendent s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction (except where a particular means, method, technique, sequence, or procedure of construction is specifically and expressly called for by the Contract Documents) or to safety precautions or programs incident thereto. The review Page 61 of 97

64 and approval of a separate item as such will not indicate approval of the assembly in which the item functions. 3. Superintendent s review and approval shall not relieve Contractor from responsibility for any variation from the requirements of the Contract Documents unless Contractor has complied with the requirements of Paragraph 6.17.C.3 and Superintendent has given written approval of each such variation by specific written notation thereof incorporated in or accompanying the Shop Drawing or Sample. Superintendent s review and approval shall not relieve Contractor from responsibility for complying with the requirements of Paragraph 6.17.C.1. E. Resubmittal Procedures: 1. Contractor shall make corrections required by Superintendent and shall return the required number of corrected copies of Shop Drawings and submit, as required, new Samples for review and approval. Contractor shall direct specific attention in writing to revisions other than the corrections called for by Superintendent on previous submittals Continuing the Work A. Contractor shall carry on the Work and adhere to the Progress Schedule during all disputes or disagreements with Owner. No Work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Paragraph or as Owner and Contractor may otherwise agree in writing Contractor s General Warranty and Guarantee A. Contractor warrants to Owner that all materials and equipment furnished under this Contract will be new, unless otherwise specified, and that all Work will be of good quality, free from faults and defects, in conformance with the Contract Documents. Superintendent and its officers, directors, members, partners, employees, agents, consultants, and subcontractors shall be entitled to rely on representation of Contractor s warranty and guarantee. B. Contractor s warranty and guarantee hereunder excludes defects or damage caused by: 1. abuse, modification, or improper maintenance or operation by persons other than Contractor, Subcontractors, Suppliers, or any other individual or entity for whom Contractor is responsible; or 2. normal wear and tear under normal usage. C. Contractor s obligation to perform and complete the Work in accordance with the Contract Documents shall be absolute. None of the following will constitute an acceptance of Work that is not in accordance with the Contract Documents or a release of Contractor s obligation to perform the Work in accordance with the Contract Documents: 1. observations by Superintendent; 2. recommendation by Superintendent or payment by Owner of any progress or final payment; 3. the issuance of a certificate of Substantial Completion by Superintendent or any payment related thereto by Owner; Page 62 of 97

65 4. use or occupancy of the Work or any part thereof by Owner; 5. any review and approval of a Shop Drawing or Sample submittal or the issuance of a notice of acceptability by Superintendent; 6. any inspection, test, or approval by others; or 7. any correction of defective Work by Owner Indemnification A. To the fullest extent permitted by Laws and Regulations, Contractor shall indemnify and hold harmless Owner and Superintendent, and the officers, directors, members, partners, employees, agents, consultants and subcontractors of each and any of them from and against all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to the performance of the Work, provided that any such claim, cost, loss, or damage is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom but only to the extent caused by any negligent act or omission of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work or anyone for whose acts any of them may be liable. B. In any and all claims against Owner or Superintendent or any of their officers, directors, members, partners, employees, agents, consultants, or subcontractors by any employee (or the survivor or personal representative of such employee) of Contractor, any Subcontractor, any Supplier, or any individual or entity directly or indirectly employed by any of them to perform any of the Work, or anyone for whose acts any of them may be liable, the indemnification obligation under Paragraph 6.20.A shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for Contractor or any such Subcontractor, Supplier, or other individual or entity under workers compensation acts, disability benefit acts, or other employee benefit acts. C. The indemnification obligations of Contractor under Paragraph 6.20.A shall not extend to the liability of Superintendent and Superintendent s officers, directors, members, partners, employees, agents, consultants and subcontractors arising out of: 1. the preparation or approval of, or the failure to prepare or approve maps, Drawings, opinions, reports, surveys, Change Orders, designs, or Specifications; or 2. giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage. D. The obligations of the Contractor under Paragraphs 6.20.A., 6.20.B., and 6.20.C. shall be construed to include, but not be limited to, injury or damage consequent upon any failure to use or misuse by Contractor, his agents and employees of any scaffold, hoist, crane, stay, ladder, support or other mechanical contrivance erected or constructed by any person or any or all other kinds of equipment whether or not owned or furnished by the Owner. It is understood that this excludes use by the Owner or his employees of scaffolding owned and furnished by the Owner. Page 63 of 97

66 1. In the event that any party is requested but refused to honor the indemnity obligations hereunder, the party indemnifying shall, in addition to all other obligations, pay the cost of bringing any such action, including attorney's fees, to the party requesting indemnity Delegation of Professional Design Services A. Contractor will not be required to provide professional design services unless such services are specifically required by the Contract Documents for a portion of the Work or unless such services are required to carry out Contractor s responsibilities for construction means, methods, techniques, sequences and procedures. Contractor shall not be required to provide professional services in violation of applicable law. B. If professional design services or certifications by a design professional related to systems, materials or equipment are specifically required of Contractor by the Contract Documents, Owner and Superintendent will specify all performance and design criteria that such services must satisfy. Contractor shall cause such services or certifications to be provided by a properly licensed professional, whose signature and seal shall appear on all drawings, calculations, specifications, certifications, Shop Drawings and other submittals prepared by such professional. Shop Drawings and other submittals related to the Work designed or certified by such professional, if prepared by others, shall bear such professional s written approval when submitted to Superintendent. C. Owner and Superintendent shall be entitled to rely upon the adequacy, accuracy and completeness of the services, certifications or approvals performed by such design professionals, provided Owner and Superintendent have specified to Contractor all performance and design criteria that such services must satisfy. D. Pursuant to this Paragraph 6.21, Superintendent s review and approval of design calculations and design drawings will be only for the limited purpose of checking for conformance with performance and design criteria given and the design concept expressed in the Contract Documents. Superintendent s review and approval of Shop Drawings and other submittals (except design calculations and design drawings) will be only for the purpose stated in Paragraph 6.17.D.1. E. Contractor shall not be responsible for the adequacy of the performance or design criteria required by the Contract Documents. ARTICLE 7 - OTHER WORK AT THE SITE 7.1 Related Work at Site A. Owner may perform other work related to the Project at the Site with Owner s employees, or through other direct contracts therefor, or have other work performed by utility owners. If such other work is not noted in the Contract Documents, then: 1. written notice thereof will be given to Contractor prior to starting any such other work; and 2. if Owner and Contractor are unable to agree on entitlement to or on the amount or extent, if any, of any adjustment in the Contract Price or Contract Times that should be allowed as a result of such other work, a Claim may be made therefor as provided in Paragraph Page 64 of 97

67 3. If the performance of such additional Work was noted in the Contract Documents and Contractor believes that the performance thereof entitles him to an extension of Contract Time, he may make a claim therefore as provided in Paragraph B. Contractor shall afford each other contractor who is a party to such a direct contract, each utility owner, and Owner, if Owner is performing other work with Owner s employees, proper and safe access to the Site, provide a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and properly coordinate the Work with theirs. Contractor shall do all cutting, fitting, and patching of the Work that may be required to properly connect or otherwise make its several parts come together and properly integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating, or otherwise altering such work; provided, however, that Contractor may cut or alter others' work with the written consent of Superintendent and the others whose work will be affected. The duties and responsibilities of Contractor under this Paragraph are for the benefit of such utility owners and other contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. C. If the proper execution or results of any part of Contractor s Work depends upon work performed by others under this Article 7, Contractor shall inspect such other work and promptly report to Superintendent in writing any delays, defects, or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of Contractor s Work. Contractor s failure to so report will constitute an acceptance of such other work as fit and proper for integration with Contractor s Work except for latent defects and deficiencies in such other work. 7.2 Coordination A. If Owner intends to contract with others for the performance of other work on the Project at the Site, the following will be set forth in General Conditions: 1. the individual or entity who will have authority and responsibility for coordination of the activities among the various contractors will be identified; 2. the specific matters to be covered by such authority and responsibility will be itemized; and 3. the extent of such authority and responsibilities will be provided. B. Unless otherwise provided in the General Conditions, Owner shall have sole authority and responsibility for such coordination. 7.3 Legal Relationships A. Paragraphs 7.01.A and 7.02 are not applicable for utilities not under the control of Owner. B. Each other direct contract of Owner under Paragraph 7.01.A shall provide that the other contractor is liable to Owner and Contractor for the reasonable direct delay and disruption costs incurred by Contractor as a result of the other contractor s wrongful actions or inactions. Page 65 of 97

68 C. Contractor shall be liable to Owner and any other contractor under direct contract to Owner for the reasonable direct delay and disruption costs incurred by such other contractor as a result of Contractor s wrongful action or inactions. ARTICLE 8 - OWNER S RESPONSIBILITIES 8.1 Communications to Contractor A. DELETED 8.2 Replacement of Superintendent A. In case of termination of the employment of Superintendent, Owner shall appoint a Superintendent whose status under the Contract Documents shall be that of the former Superintendent. 8.3 Furnish Data A. Owner shall promptly furnish the data required of Owner under the Contract Documents. 8.4 Pay When Due A. Owner shall make payments to Contractor when they are due as provided in Paragraphs C and C. 8.5 Lands and Easements; Reports and Tests A. Owner s duties with respect to providing lands and easements and providing engineering surveys to establish reference points are set forth in Paragraphs 4.01 and Paragraph 4.02 refers to Owner s identifying and making available to Contractor copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site. 8.6 Insurance A. DELETED 8.7 Change Orders A. Owner is obligated to execute Change Orders as indicated in Paragraph Inspections, Tests, and Approvals A. Owner s responsibility with respect to certain inspections, tests, and approvals is set forth in Paragraph B. 8.9 Limitations on Owner s Responsibilities A. The Owner shall not supervise, direct, or have control or authority over, nor be responsible for, Contractor s means, methods, techniques, sequences, or procedures of construction, or the safety Page 66 of 97

69 precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Owner will not be responsible for Contractor s failure to perform the Work in accordance with the Contract Documents Undisclosed Hazardous Environmental Condition A. Owner s responsibility in respect to an undisclosed Hazardous Environmental Condition is set forth in Paragraph Evidence of Financial Arrangements A. Upon request of Contractor, Owner shall furnish Contractor reasonable evidence that financial arrangements have been made to satisfy Owner s obligations under the Contract Documents Compliance with Safety Program A. While at the Site, Owner s employees and representatives shall comply with the specific applicable requirements of Contractor s safety programs of which Owner has been informed pursuant to Paragraph 6.13.D. ARTICLE 9 - SUPERINTENDENT S STATUS DURING CONSTRUCTION 9.1 Owner s Representative A. Superintendent will be Owner s representative during the construction period. The duties and responsibilities and the limitations of authority of Superintendent as Owner s representative during construction are set forth in the Contract Documents. 9.2 Visits to Site A. Superintendent will make visits to the Site at intervals appropriate to the various stages of construction as Superintendent deems necessary in order to observe as an experienced and qualified design professional the progress that has been made and the quality of the various aspects of Contractor s executed Work. Based on information obtained during such visits and observations, Superintendent, for the benefit of Owner, will determine, in general, if the Work is proceeding in accordance with the Contract Documents. Superintendent will not be required to make exhaustive or continuous inspections on the Site to check the quality or quantity of the Work. Superintendent s efforts will be directed toward providing for Owner a greater degree of confidence that the completed Work will conform generally to the Contract Documents. On the basis of such visits and observations, Superintendent will keep Owner informed of the progress of the Work and will endeavor to guard Owner against defective Work. B. Superintendent s visits and observations are subject to all the limitations on Superintendent s authority and responsibility set forth in Paragraph Particularly, but without limitation, during or as a result of Superintendent s visits or observations of Contractor s Work, Superintendent will not supervise, direct, control, or have authority over or be responsible for Contractor s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Page 67 of 97

70 9.3 Project Representative A. If Owner and Superintendent agree, Superintendent will furnish a Resident Project Representative to assist Superintendent in providing more extensive observation of the Work. The authority and responsibilities of any such Resident Project Representative and assistants will be as provided in the General Conditions, and limitations on the responsibilities thereof will be as provided in Paragraph If Owner designates another representative or agent to represent Owner at the Site who is not Superintendent s consultant, agent or employee, the responsibilities and authority and limitations thereon of such other individual or entity will be as provided in the General Conditions. 9.4 Authorized Variations in Work A. Superintendent may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on Owner and also on Contractor, who shall perform the Work involved promptly. If Owner or Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times, or both, and the parties are unable to agree on entitlement to or on the amount or extent, if any, of any such adjustment, a Claim may be made therefor as provided in Paragraph Rejecting Defective Work A. Superintendent will have authority to reject Work which Superintendent believes to be defective, or that Superintendent believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. Superintendent will also have authority to require special inspection or testing of the Work as provided in Paragraph 13.04, whether or not the Work is fabricated, installed, or completed. 9.6 Shop Drawings, Change Orders and Payments A. In connection with Superintendent s authority, and limitations thereof, as to Shop Drawings and Samples, see Paragraph B. In connection with Superintendent s authority, and limitations thereof, as to design calculations and design drawings submitted in response to a delegation of professional design services, if any, see Paragraph C. In connection with Superintendent s authority as to Change Orders, see Articles 10, 11, and 12. D. In connection with Superintendent s authority as to Applications for Payment, see Article Determinations for Unit Price Work A. Superintendent will determine the actual quantities and classifications of Unit Price Work performed by Contractor. Superintendent will review with Contractor the Superintendent s preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). Superintendent s written decision Page 68 of 97

71 thereon will be final and binding (except as modified by Superintendent to reflect changed factual conditions or more accurate data) upon Owner and Contractor, subject to the provisions of Paragraph Decisions on Requirements of Contract Documents and Acceptability of Work A. Superintendent will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. All matters in question and other matters between Owner and Contractor arising prior to the date final payment is due relating to the acceptability of the Work, and the interpretation of the requirements of the Contract Documents pertaining to the performance of the Work, will be referred initially to Superintendent in writing within 30 days of the event giving rise to the question. B. Superintendent will, with reasonable promptness, render a written decision on the issue referred. If Owner or Contractor believes that any such decision entitles them to an adjustment in the Contract Price or Contract Times or both, a Claim may be made under Paragraph The date of Superintendent s decision shall be the date of the event giving rise to the issues referenced for the purposes of Paragraph B. C. Superintendent s written decision on the issue referred will be final and binding on Owner and Contractor, subject to the provisions of Paragraph D. When functioning as interpreter and judge under this Paragraph 9.08, Superintendent will not show partiality to Owner or Contractor and will not be liable in connection with any interpretation or decision rendered in good faith in such capacity. 9.9 Limitations on Superintendent s Authority and Responsibilities A. Neither Superintendent s authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by Superintendent in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise, or performance of any authority or responsibility by Superintendent shall create, impose, or give rise to any duty in contract, tort, or otherwise owed by Superintendent to Contractor, any Subcontractor, any Supplier, any other individual or entity, or to any surety for or employee or agent of any of them. B. Superintendent will not supervise, direct, control, or have authority over or be responsible for Contractor s means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. Superintendent will not be responsible for Contractor s failure to perform the Work in accordance with the Contract Documents. C. Superintendent will not be responsible for the acts or omissions of Contractor or of any Subcontractor, any Supplier, or of any other individual or entity performing any of the Work. D. Superintendent s review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, certificates of inspection, tests and approvals, and other documentation required to be delivered by Paragraph A will only be to determine generally that their content complies with the requirements of, Page 69 of 97

72 and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with, the Contract Documents. E. The limitations upon authority and responsibility set forth in this Paragraph 9.09 shall also apply to the Resident Project Representative, if any, and assistants, if any Compliance with Safety Program A. While at the Site, Superintendent s employees and representatives shall comply with the specific applicable requirements of Contractor s safety programs of which Superintendent has been informed pursuant to Paragraph 6.13.D. ARTICLE 10 - CHANGES IN THE WORK; CLAIMS 10.1 Authorized Changes in the Work A. Without invalidating the Contract and without notice to any surety, Owner may, at any time or from time to time, order additions, deletions, or revisions in the Work by a Change Order, or a Work Change Directive. Upon receipt of any such document, Contractor shall promptly proceed with the Work involved which will be performed under the applicable conditions of the Contract Documents (except as otherwise specifically provided). B. If Owner and Contractor are unable to agree on entitlement to, or on the amount or extent, if any, of an adjustment in the Contract Price or Contract Times, or both, that should be allowed as a result of a Work Change Directive, a Claim may be made therefor as provided in Paragraph Unauthorized Changes in the Work A. Contractor shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any work performed that is not required by the Contract Documents as amended, modified, or supplemented as provided in Paragraph 3.04, except in the case of an emergency as provided in Paragraph 6.16 or in the case of uncovering Work as provided in Paragraph D Execution of Change Orders A. Owner, after consideration and approval, may execute appropriate Change Orders with Contractor covering: 1. changes in the Work which are: (i) ordered by Owner pursuant to Paragraph A, (ii) required because of acceptance of defective Work under Paragraph A or Owner s correction of defective Work under Paragraph 13.09, or (iii) agreed to by the parties; 2. changes in the Contract Price or Contract Times which are agreed to by the parties, including any undisputed sum or amount of time for Work actually performed in accordance with a Work Change Directive; and 3. changes in the Contract Price or Contract Times which embody the substance of any written decision rendered by Superintendent pursuant to Paragraph 10.05; provided that, in lieu of Page 70 of 97

73 10.4 Claims executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, Contractor shall carry on the Work and adhere to the Progress Schedule as provided in Paragraph 6.18.A. A. Superintendent s Decision Required: All Claims, except those waived pursuant to Paragraph 14.09, shall be referred to the Superintendent for decision. A decision by Superintendent shall be required as a condition precedent to any exercise by Owner or Contractor of any rights or remedies either may otherwise have under the Contract Documents or by Laws and Regulations in respect of such Claims. B. Notice: Written notice stating the general nature of each Claim shall be delivered by the claimant to Superintendent and the other party to the Contract promptly (but in no event later than 30 days) after the start of the event giving rise thereto. The responsibility to substantiate a Claim shall rest with the party making the Claim. Notice of the amount or extent of the Claim, with supporting data shall be delivered to the Superintendent and the other party to the Contract within 60 days after the start of such event (unless Superintendent allows additional time for claimant to submit additional or more accurate data in support of such Claim). A Claim for an adjustment in Contract Price shall be prepared in accordance with the provisions of Paragraph B. A Claim for an adjustment in Contract Times shall be prepared in accordance with the provisions of Paragraph B. Each Claim shall be accompanied by claimant s written statement that the adjustment claimed is the entire adjustment to which the claimant believes it is entitled as a result of said event. The opposing party shall submit any response to Superintendent and the claimant within 30 days after receipt of the claimant s last submittal (unless Superintendent allows additional time). C. Superintendent s Action: Superintendent will review each Claim and, within 30 days after receipt of the last submittal of the claimant or the last submittal of the opposing party, if any, take one of the following actions in writing: 1. deny the Claim in whole or in part; 2. approve the Claim; or 3. notify the parties that the Superintendent is unable to resolve the Claim if, in the Superintendent s sole discretion, it would be inappropriate for the Superintendent to do so. For purposes of further resolution of the Claim, such notice shall be deemed a denial. D. In the event that Superintendent does not take action on a Claim within said 30 days, the Claim shall be deemed denied. E. Superintendent s written action under Paragraph C or denial pursuant to Paragraphs C.3 or D will be final and binding upon Owner and Contractor, unless Owner or Contractor invoke the dispute resolution procedure set forth in Article 16 within 30 days of such action or denial. F. No Claim for an adjustment in Contract Price or Contract Times will be valid if not submitted in accordance with this Paragraph Page 71 of 97

74 ARTICLE 11 - COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 11.1 Cost of the Work A. Costs Included: The term Cost of the Work means the sum of all costs, except those excluded in Paragraph B, necessarily incurred and paid by Contractor in the proper performance of the Work. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, the costs to be reimbursed to Contractor will be only those additional or incremental costs required because of the change in the Work or because of the event giving rise to the Claim. Except as otherwise may be agreed to in writing by Owner, such costs shall be in amounts no higher than those prevailing in the locality of the Project, shall not include any of the costs itemized in Paragraph B, and shall include only the following items: 1. Payroll costs for employees in the direct employ of Contractor in the performance of the Work under schedules of job classifications agreed upon by Owner and Contractor. Such employees shall include, without limitation, superintendents, foremen, and other personnel employed full time on the Work. Payroll costs for employees not employed full time on the Work shall be apportioned on the basis of their time spent on the Work. Payroll costs shall include, but not be limited to, salaries and wages plus the cost of fringe benefits, which shall include social security contributions, unemployment, excise, and payroll taxes, workers compensation, health and retirement benefits, bonuses, sick leave, vacation and holiday pay applicable thereto. The expenses of performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, shall be included in the above to the extent authorized by Owner. 2. Cost of all materials and equipment furnished and incorporated in the Work, including costs of transportation and storage thereof, and Suppliers field services required in connection therewith. All cash discounts shall accrue to Contractor unless Owner deposits funds with Contractor with which to make payments, in which case the cash discounts shall accrue to Owner. All trade discounts, rebates and refunds and returns from sale of surplus materials and equipment shall accrue to Owner, and Contractor shall make provisions so that they may be obtained. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. If required by Owner, Contractor shall obtain competitive bids from subcontractors acceptable to Owner and Contractor and shall deliver such bids to Owner, who will then determine, with the advice of Superintendent, which bids, if any, will be acceptable. If any subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee, the Subcontractor s Cost of the Work and fee shall be determined in the same manner as Contractor s Cost of the Work and fee as provided in this Paragraph Costs of special consultants (including but not limited to engineers, architects, testing laboratories, surveyors, attorneys, and accountants) employed for services specifically related to the Work. 5. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor s employees incurred in discharge of duties connected with the Work. Page 72 of 97

75 b. Cost, including transportation and maintenance, of all materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site, and hand tools not owned by the workers, which are consumed in the performance of the Work, and cost, less market value, of such items used but not consumed which remain the property of Contractor. c. Rentals of all construction equipment and machinery, and the parts thereof whether rented from Contractor or others in accordance with rental agreements approved by Owner with the advice of Superintendent, and the costs of transportation, loading, unloading, assembly, dismantling, and removal thereof. All such costs shall be in accordance with the terms of said rental agreements. The rental of any such equipment, machinery, or parts shall cease when the use thereof is no longer necessary for the Work. d. Sales, consumer, use, and other similar taxes related to the Work, and for which Contractor is liable, as imposed by Laws and Regulations. e. Deposits lost for causes other than negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, and royalty payments and fees for permits and licenses. f. Losses and damages (and related expenses) caused by damage to the Work, not compensated by insurance or otherwise, sustained by Contractor in connection with the performance of the Work (except losses and damages within the deductible amounts of property insurance established in accordance with Paragraph 5.06.D), provided such losses and damages have resulted from causes other than the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable. Such losses shall include settlements made with the written consent and approval of Owner. No such losses, damages, and expenses shall be included in the Cost of the Work for the purpose of determining Contractor s fee. g. The cost of utilities, fuel, and sanitary facilities at the Site. h. Minor expenses such as telegrams, long distance telephone calls, telephone service at the Site, express and courier services, and similar petty cash items in connection with the Work. i. The costs of premiums for all bonds and insurance Contractor is required by the Contract Documents to purchase and maintain. B. Costs Excluded: The term Cost of the Work shall not include any of the following items: 1. Payroll costs and other compensation of Contractor s officers, executives, principals (of partnerships and sole proprietorships), general managers, safety managers, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, timekeepers, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor s principal or branch office for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph A.1 or specifically covered by Paragraph A.4, all of which are to be considered administrative costs covered by the Contractor s fee. Page 73 of 97

76 2. Expenses of Contractor s principal and branch offices other than Contractor s office at the Site. 3. Any part of Contractor s capital expenses, including interest on Contractor s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the negligence of Contractor, any Subcontractor, or anyone directly or indirectly employed by any of them or for whose acts any of them may be liable, including but not limited to, the correction of defective Work, disposal of materials or equipment wrongly supplied, and making good any damage to property. 5. Other overhead or general expense costs of any kind and the costs of any item not specifically and expressly included in Paragraphs A. C. Contractor s Fee: When all the Work is performed on the basis of cost-plus, Contractor s fee shall be determined as set forth in the Agreement. When the value of any Work covered by a Change Order or when a Claim for an adjustment in Contract Price is determined on the basis of Cost of the Work, Contractor s fee shall be determined as set forth in Paragraph C. D. Documentation: Whenever the Cost of the Work for any purpose is to be determined pursuant to Paragraphs A and B, Contractor will establish and maintain records thereof in accordance with generally accepted accounting practices and submit in a form acceptable to Superintendent an itemized cost breakdown together with supporting data Allowances A. It is understood that Contractor has included in the Contract Price all allowances so named in the Contract Documents and shall cause the Work so covered to be performed for such sums and by such persons or entities as may be acceptable to Owner and Superintendent. B. Cash Allowances: 1. Contractor agrees that: a. the cash allowances include the cost to Contractor (less any applicable trade discounts) of materials and equipment required by the allowances to be delivered at the Site, and all applicable taxes; and b. Contractor s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances, and no demand for additional payment on account of any of the foregoing will be valid. C. Contingency Allowance: 1. Contractor agrees that a contingency allowance, if any, is for the sole use of Owner to cover unanticipated costs. D. Prior to final payment, an appropriate Change Order will be issued as recommended by Superintendent to reflect actual amounts due Contractor on account of Work covered by allowances, and the Contract Price shall be correspondingly adjusted. Page 74 of 97

77 11.3 Unit Price Work A. Where the Contract Documents provide that all or part of the Work is to be Unit Price Work, initially the Contract Price will be deemed to include for all Unit Price Work an amount equal to the sum of the unit price for each separately identified item of Unit Price Work times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparison of Bids and determining an initial Contract Price. Determinations of the actual quantities and classifications of Unit Price Work performed by Contractor will be made by Superintendent subject to the provisions of Paragraph C. Each unit price will be deemed to include an amount considered by Contractor to be adequate to cover Contractor s overhead and profit for each separately identified item. D. Owner or Contractor may make a Claim for an adjustment in the Contract Price in accordance with Paragraph if: 1. the quantity of any item of Unit Price Work performed by Contractor differs materially and significantly from the estimated quantity of such item indicated in the Agreement; and 2. there is no corresponding adjustment with respect to any other item of Work; and 3. Contractor believes that Contractor is entitled to an increase in Contract Price as a result of having incurred additional expense or Owner believes that Owner is entitled to a decrease in Contract Price and the parties are unable to agree as to the amount of any such increase or decrease. ARTICLE 12 - CHANGE OF CONTRACT PRICE; CHANGE OF CONTRACT TIMES 12.1 Change of Contract Price A. The Contract Price may only be changed by a Change Order. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered to Superintendent promptly (but in no event later than 10 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of claim with supporting data shall be delivered within 30 days after such occurrence (unless Superintendent allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the amount claimed covers all known amounts (direct, indirect and consequential) to which the claimant is entitled as a result of the occurrence of said event. B. The value of any Work covered by a Change Order or of any Claim for an adjustment in the Contract Price will be determined as follows: 1. where the Work involved is covered by unit prices contained in the Contract Documents, by application of such unit prices to the quantities of the items involved (subject to the provisions of Paragraph 11.03); or Page 75 of 97

78 2. where the Work involved is not covered by unit prices contained in the Contract Documents, by a mutually agreed lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Paragraph C.2); or 3. where the Work involved is not covered by unit prices contained in the Contract Documents and agreement to a lump sum is not reached under Paragraph B.2, on the basis of the Cost of the Work (determined as provided in Paragraph 11.01) plus a Contractor s fee for overhead and profit (determined as provided in Paragraph C). C. Contractor s Fee: The Contractor s fee for overhead and profit shall be determined as follows: 1. a mutually acceptable fixed fee; or 2. if a fixed fee is not agreed upon, then a fee based on the following percentages of the various portions of the Cost of the Work: a. for costs incurred under Paragraphs A.1 and A.2, the Contractor s fee shall be 15 percent; b. for costs incurred under Paragraph A.3, the Contractor s fee shall be five percent; c. where one or more tiers of subcontracts are on the basis of Cost of the Work plus a fee and no fixed fee is agreed upon, the intent of Paragraphs C.2.a and C.2.b is that the Subcontractor who actually performs the Work, at whatever tier, will be paid a fee of 15 percent of the costs incurred by such Subcontractor under Paragraphs A.1 and A.2 and that any higher tier Subcontractor and Contractor will each be paid a fee of five percent of the amount paid to the next lower tier Subcontractor; d. no fee shall be payable on the basis of costs itemized under Paragraphs A.4, A.5, and B; e. the amount of credit to be allowed by Contractor to Owner for any change which results in a net decrease in cost will be the amount of the actual net decrease in cost plus a deduction in Contractor s fee by an amount equal to five percent of such net decrease; and f. when both additions and credits are involved in any one change, the adjustment in Contractor s fee shall be computed on the basis of the net change in accordance with Paragraphs C.2.a through C.2.e, inclusive Change of Contract Times A. The Contract Times may only be changed by a Change Order. Any claim for an extension or shortening of the Contract Time shall be based on written notice delivered to the Superintendent promptly (but in no event later than 10 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within 30 days after such occurrence (unless Superintendent allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe it is entitled as a result of the occurrence of said event. Page 76 of 97

79 12.3 Delays B. Any adjustment of the Contract Times covered by a Change Order or any Claim for an adjustment in the Contract Times will be determined in accordance with the provisions of this Article 12. A. Where Contractor is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of Contractor, the Contract Times will be extended in an amount equal to the time lost due to such delay if a Claim is made therefor as provided in Paragraph A. Delays beyond the control of Contractor shall include, but not be limited to, acts or neglect by Owner, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, fires, floods, epidemics, abnormal weather conditions, or acts of God. B. If Owner, Superintendent, or other contractors or utility owners performing other work for Owner as contemplated by Article 7, or anyone for whom Owner is responsible, delays, disrupts, or interferes with the performance or progress of the Work, then Contractor shall be entitled to an equitable adjustment in the Contract Price or the Contract Times, or both. Contractor s entitlement to an adjustment of the Contract Times is conditioned on such adjustment being essential to Contractor s ability to complete the Work within the Contract Times. C. If Contractor is delayed in the performance or progress of the Work by fire, flood, epidemic, abnormal weather conditions, acts of God, acts or failures to act of utility owners not under the control of Owner, or other causes not the fault of and beyond control of Owner and Contractor, then Contractor shall be entitled to an equitable adjustment in Contract Times, if such adjustment is essential to Contractor s ability to complete the Work within the Contract Times. Such an adjustment shall be Contractor s sole and exclusive remedy for the delays described in this Paragraph C. D. Owner, Superintendent, and their officers, directors, members, partners, employees, agents, consultants, or subcontractors shall not be liable to Contractor for any claims, costs, losses, or damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Contractor on or in connection with any other project or anticipated project. E. Contractor shall not be entitled to an adjustment in Contract Price or Contract Times for delays within the control of Contractor. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of Contractor. ARTICLE 13 - TESTS AND INSPECTIONS; CORRECTION, REMOVAL OR ACCEPTANCE OF DEFECTIVE WORK 13.1 Notice of Defects A. Prompt notice of all defective Work of which Owner or Superintendent has actual knowledge will be given to Contractor. Defective Work may be rejected, corrected, or accepted as provided in this Article Access to Work Page 77 of 97

80 A. Owner s representatives, testing agencies, and governmental agencies with jurisdictional interests will have access to the Work at reasonable times for their observations, inspecting and testing. Contractor shall provide them proper and safe conditions for such access and advise them of Contractor s safety procedures and programs so that they may comply therewith as applicable Tests and Inspections A. Contractor shall give Superintendent timely notice of readiness of the Work for all required inspections, tests, or approvals and shall cooperate with inspection and testing personnel to facilitate required inspections or tests. B. Contractor shall employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents or as required by the Owner. C. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested, or approved by an employee or other representative of such public body, Contractor shall assume full responsibility for arranging and obtaining such inspections, tests, or approvals, pay all costs in connection therewith, and furnish Superintendent the required certificates of inspection or approval. D. Contractor shall be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests, or approvals required for Owner s and Superintendent s acceptance of materials or equipment to be incorporated in the Work; or acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor s purchase thereof for incorporation in the Work. Such inspections, tests, or approvals shall be performed by organizations acceptable to Owner and Superintendent. E. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by Contractor without written concurrence of Superintendent, Contractor shall, if requested by Superintendent, uncover such Work for observation. F. Uncovering Work as provided in Paragraph E shall be at Contractor s expense unless Contractor has given Superintendent timely notice of Contractor s intention to cover the same and Superintendent has not acted with reasonable promptness in response to such notice Uncovering Work A. If any Work is covered contrary to the written request of Superintendent, it must, if requested by Superintendent, be uncovered for Superintendent s observation and replaced at Contractor s expense. B. If Superintendent considers it necessary or advisable that covered Work be observed by Superintendent or inspected or tested by others, Contractor, at Superintendent s request, shall uncover, expose, or otherwise make available for observation, inspection, or testing as Superintendent may require, that portion of the Work in question, furnishing all necessary labor, material, and equipment. C. If it is found that the uncovered Work is defective, Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, Page 78 of 97

81 and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such uncovering, exposure, observation, inspection, and testing, and of satisfactory replacement or reconstruction (including but not limited to all costs of repair or replacement of work of others). D. If the uncovered Work is not found to be defective, Contractor shall be allowed an increase in the Contract Price or an extension of the Contract Times, or both, directly attributable to such uncovering, exposure, observation, inspection, testing, replacement, and reconstruction. If the parties are unable to agree as to the amount or extent thereof, Contractor may make a Claim therefor as provided in Paragraph Owner May Stop the Work A. If the Work is defective or Contractor fails to supply sufficient skilled workmen or suitable materials or equipment, fails to conform to the progress schedule required by Paragraph 2.07.A., or if Contractor fails to make prompt payments to subcontractors for labor, materials or equipment, Owner may order Contractor to stop the Work or any portion thereof, until the cause for such order has been eliminated; however, this right of Owner to stop the Work shall not give to any duty on the part of Owner to exercise this right for the benefit of Contractor or any other party Correction or Removal of Defective Work A. Promptly after receipt of written notice, Contractor shall correct all defective Work, whether or not fabricated, installed, or completed, or, if the Work has been rejected by Superintendent, remove it from the Project and replace it with Work that is not defective. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or removal (including but not limited to all costs of repair or replacement of work of others). B. When correcting defective Work under the terms of this Paragraph or Paragraph 13.07, Contractor shall take no action that would void or otherwise impair Owner s special warranty and guarantee, if any, on said Work Correction Period A. If within one year after the date of Substantial Completion (or such longer period of time as may be prescribed by the terms of any applicable special guarantee required by the Contract Documents) or by any specific provision of the Contract Documents, any Work is found to be defective, or if the repair of any damages to the land or areas made available for Contractor s use by Owner or permitted by Laws and Regulations as contemplated in Paragraph 6.11.A is found to be defective, Contractor shall promptly, without cost to Owner and in accordance with Owner s written instructions: 1. repair such defective land or areas; or 2. correct such defective Work; or 3. if the defective Work has been rejected by Owner, remove it from the Project and replace it with Work that is not defective, and Page 79 of 97

82 4. satisfactorily correct or repair or remove and replace any damage to other Work, to the work of others or other land or areas resulting therefrom. B. If Contractor does not promptly comply with the terms of Owner s written instructions, or in an emergency where delay would cause serious risk of loss or damage, Owner may have the defective Work corrected or repaired or may have the rejected Work removed and replaced. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) arising out of or relating to such correction or repair or such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by Contractor. The Owner s rights under Paragraphs A and B. shall be in addition to and not a limitation of, any other rights and remedies available at law. C. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the Work, the correction period for that item may start to run from an earlier date if so provided in the Specifications. D. Where defective Work (and damage to other Work resulting therefrom) has been corrected or removed and replaced under this Paragraph 13.07, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. E. Contractor s obligations under this Paragraph are in addition to any other obligation or warranty. The provisions of this Paragraph shall not be construed as a substitute for, or a waiver of, the provisions of any applicable statute of limitation or repose Acceptance of Defective Work A. If, instead of requiring correction or removal and replacement of defective Work, Owner (and, prior to Superintendent s recommendation of final payment, Superintendent) prefers to accept it, Owner may do so. Contractor shall pay all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) attributable to Owner s evaluation of and determination to accept such defective Work (such costs to be approved by Superintendent as to reasonableness) and for the diminished value of the Work to the extent not otherwise paid by Contractor pursuant to this sentence. If any such acceptance occurs prior to Superintendent s recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work, and Owner shall be entitled to an appropriate decrease in the Contract Price, reflecting the diminished value of Work so accepted. If the parties are unable to agree as to the amount thereof, Owner may make a Claim therefor as provided in Paragraph If the acceptance occurs after such recommendation, an appropriate amount will be paid by Contractor to Owner Owner May Correct Defective Work A. If Contractor fails within a reasonable time after written notice from Superintendent to correct defective Work, or to remove and replace rejected Work as required by Superintendent in accordance with Paragraph A, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any other provision of the Page 80 of 97

83 Contract Documents, Owner may, after seven days written notice to Contractor, correct, or remedy any such deficiency. B. In exercising the rights and remedies under this Paragraph 13.09, Owner shall proceed expeditiously. In connection with such corrective or remedial action, Owner may exclude Contractor from all or part of the Site, take possession of all or part of the Work and suspend Contractor s services related thereto, take possession of Contractor s tools, appliances, construction equipment and machinery at the Site, and incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Owner s representatives, agents and employees, Owner s other contractors, and Superintendent and Superintendent s consultants access to the Site to enable Owner to exercise the rights and remedies under this Paragraph. C. All claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred or sustained by Owner in exercising the rights and remedies under this Paragraph will be charged against Contractor, and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and Owner shall be entitled to an appropriate decrease in the Contract Price. If the parties are unable to agree as to the amount of the adjustment, Owner may make a Claim therefor as provided in Paragraph Such claims, costs, losses and damages will include but not be limited to all costs of repair, or replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor s defective Work. D. Contractor shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by Owner of Owner s rights and remedies under this Paragraph ARTICLE 14 - PAYMENTS TO CONTRACTOR AND COMPLETION 14.1 Schedule of Values A. The Schedule of Values established as provided in Paragraph 2.07.A will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to Superintendent. Progress payments on account of Unit Price Work will be based on the number of units completed Progress Payments A. Applications for Payments: 1. At least 20 days before the date established in the Agreement for each progress payment (but not more often than once a month), Contractor shall submit to Superintendent for review an Application for Payment filled out and signed by Contractor covering the Work completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. If payment is requested on the basis of materials and equipment not incorporated in the Work but delivered and suitably stored at the Site or at another location agreed to in writing, the Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of all Liens and evidence that the materials and Page 81 of 97

84 equipment are covered by appropriate property insurance or other arrangements to protect Owner s interest therein, all of which must be satisfactory to Owner. 2. Beginning with the second Application for Payment, each Application shall include an affidavit of Contractor stating that all previous progress payments received on account of the Work have been applied on account to discharge Contractor s legitimate obligations associated with prior Applications for Payment. 3. The amount of retainage with respect to progress payments will be as stipulated in the Agreement.. a. Retainage: After each Application for Payment has been found acceptable by Owner, Owner will pay an amount equal to the value of the Work completed less any previous payments to Contractor. An amount will be retained on each payment in accordance with the following schedule: 1) Ten (10) percent until construction is 50 percent complete. 2) Five (5) percent after construction is 50 percent complete, provided that the Contractor is making satisfactory progress and there is no specific cause for greater withholding. 3) When the project is substantially complete (as determined by the Superintendent) the retained amount will be reduced to two (2) percent of the value of work which is substantially complete. Contractor shall furnish with each application for payment a Contractor's sworn affidavit listing all parties to receive payments on that request. B. Review of Applications: 1. Superintendent will, within 10 days after receipt of each Application for Payment, either indicate in writing a recommendation of payment and present the Application to Owner or return the Application to Contractor indicating in writing Superintendent s reasons for refusing to recommend payment. In the latter case, Contractor may make the necessary corrections and resubmit the Application. 2. Superintendent s recommendation of any payment requested in an Application for Payment will constitute a representation by Superintendent to Owner, based on Superintendent s observations of the executed Work as an experienced and qualified design professional, and on Superintendent s review of the Application for Payment and the accompanying data and schedules, that to the best of Superintendent s knowledge, information and belief: a. the Work has progressed to the point indicated; b. the quality of the Work is generally in accordance with the Contract Documents (subject to an evaluation of the Work as a functioning whole prior to or upon Substantial Completion, the results of any subsequent tests called for in the Contract Documents, a Page 82 of 97

85 final determination of quantities and classifications for Unit Price Work under Paragraph 9.07, and any other qualifications stated in the recommendation); and c. the conditions precedent to Contractor s being entitled to such payment appear to have been fulfilled in so far as it is Superintendent s responsibility to observe the Work. 3. By recommending any such payment Superintendent will not thereby be deemed to have represented that: a. inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work beyond the responsibilities specifically assigned to Superintendent in the Contract Documents; or b. there may not be other matters or issues between the parties that might entitle Contractor to be paid additionally by Owner or entitle Owner to withhold payment to Contractor. 4. Neither Superintendent s review of Contractor s Work for the purposes of recommending payments nor Superintendent s recommendation of any payment, including final payment, will impose responsibility on Superintendent: a. to supervise, direct, or control the Work, or b. for the means, methods, techniques, sequences, or procedures of construction, or the safety precautions and programs incident thereto, or c. for Contractor s failure to comply with Laws and Regulations applicable to Contractor s performance of the Work, or d. to make any examination to ascertain how or for what purposes Contractor has used the moneys paid on account of the Contract Price, or e. to determine that title to any of the Work, materials, or equipment has passed to Owner free and clear of any Liens. 5. Superintendent may refuse to recommend the whole or any part of any payment if, in Superintendent s opinion, it would be incorrect to make the representations to Owner stated in Paragraph B.2. Superintendent may also refuse to recommend any such payment or, because of subsequently discovered evidence or the results of subsequent inspections or tests, revise or revoke any such payment recommendation previously made, to such extent as may be necessary in Superintendent s opinion to protect Owner from loss because: a. the Work is defective, or completed Work has been damaged, requiring correction or replacement; b. the Contract Price has been reduced by Change Orders; c. Owner has been required to correct defective Work or complete Work in accordance with Paragraph 13.09; or Page 83 of 97

86 d. Superintendent has actual knowledge of the occurrence of any of the events enumerated in Paragraph A. e. Contractor s Failure to supply lien waivers for materials, equipment, and Subcontract Work completed to date. f. Of reasonable doubt that the Work can be completed for the unpaid balance of the Contractor Price. C. Payment Becomes Due: days after presentation of the Application for Payment to Owner with Superintendent s recommendation, the amount recommended will (subject to the provisions of Paragraph D) become due, and when due will be paid by Owner to Contractor. D. Reduction in Payment: 1. Owner may refuse to make payment of the full amount recommended by Superintendent because: a. claims have been made against Owner on account of Contractor s performance or furnishing of the Work; b. Liens have been filed in connection with the Work, except where Contractor has delivered a specific bond satisfactory to Owner to secure the satisfaction and discharge of such Liens; c. there are other items entitling Owner to a set-off against the amount recommended; or d. Owner has actual knowledge of the occurrence of any of the events enumerated in Paragraphs B.5.a through B.5.c or Paragraph A. 2. If Owner refuses to make payment of the full amount recommended by Superintendent, Owner will give Contractor immediate written notice (with a copy to Superintendent) stating the reasons for such action and promptly pay Contractor any amount remaining after deduction of the amount so withheld. Owner shall promptly pay Contractor the amount so withheld, or any adjustment thereto agreed to by Owner and Contractor, when Contractor remedies the reasons for such action. 3. Upon a subsequent determination that Owner s refusal of payment was not justified, the amount wrongfully withheld shall be treated as an amount due as determined by Paragraph C.1 and subject to interest as provided in the Agreement Contractor s Warranty of Title A. Contractor warrants and guarantees that title to all Work, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to Owner no later than the time of payment free and clear of all Liens Substantial Completion Page 84 of 97

87 A. When Contractor considers the entire Work, or a designated portion thereof, ready for its intended use, Contractor shall, in writing to Owner and Superintendent, certify that the entire Work, or a designated portion thereof, is substantially complete and request that Superintendent issue a Certificate of Substantial Completion. Within a reasonable time thereafter, Owner, Contractor and Superintendent shall make an inspection of the Work to determine the status of completion. If Superintendent does not consider the Work substantially complete, Superintendent will notify Contractor in writing stating his reasons. If Superintendent considers the Work substantially complete, Superintendent will prepare and deliver to Contractor a definitive Certificate of Substantial Completion. There shall be attached to the certificate a tentative list of items to be completed or corrected before final payment. Warranties required by the Contract Documents shall commence on the Date of Substantial Completion of the Work unless otherwise provided in the definitive Certificate of Substantial Completion. B. Owner shall have the right to exclude Contractor from the Site after the date of Substantial Completion subject to allowing Contractor reasonable access to remove its property and complete or correct items required by the Contract Documents Partial Utilization A. Prior to Substantial Completion of all the Work, Owner may use or occupy any substantially completed part of the Work which has specifically been identified in the Contract Documents, or which Owner, Superintendent, and Contractor agree constitutes a separately functioning and usable part of the Work that can be used by Owner for its intended purpose without significant interference with Contractor s performance of the remainder of the Work, subject to the following conditions: 1. Owner at any time may request Contractor in writing to permit Owner to use or occupy any such part of the Work which Owner believes to be ready for its intended use and substantially complete. If and when Contractor agrees that such part of the Work is substantially complete, Contractor, Owner, and Superintendent will follow the procedures of Paragraph A through D for that part of the Work. 2. Contractor at any time may notify Owner and Superintendent in writing that Contractor considers any such part of the Work ready for its intended use and substantially complete and request Superintendent to issue a certificate of Substantial Completion for that part of the Work. 3. Within a reasonable time after either such request, Owner, Contractor, and Superintendent shall make an inspection of that part of the Work to determine its status of completion. If Superintendent does not consider that part of the Work to be substantially complete, Superintendent will notify Owner and Contractor in writing giving the reasons therefor. If Superintendent considers that part of the Work to be substantially complete, the provisions of Paragraph will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto Final Inspection A. Upon written notice from Contractor that the entire Work or an agreed portion thereof is complete, Superintendent will promptly make a final inspection with Contractor and will notify Contractor in writing of all particulars in which this inspection reveals that the Work is Page 85 of 97

88 incomplete or defective. Contractor shall immediately take such measures as are necessary to complete such Work or remedy such deficiencies Final Payment A. Application for Payment: 1. After Contractor has, in the opinion of Superintendent, satisfactorily completed all corrections identified during the final inspection and has delivered, in accordance with the Contract Documents, all maintenance and operating instructions, schedules, guarantees, bonds, certificates or other evidence of insurance, certificates of inspection, marked-up record documents (as provided in Paragraph 6.12), and other documents, Contractor may make application for final payment following the procedure for progress payments. 2. The final Application for Payment shall be accompanied (except as previously delivered) by: a. all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required by Paragraph 5.04.B.6; b. consent of the surety, if any, to final payment; c. a list of all Claims against Owner that Contractor believes are unsettled; and d. complete and legally effective releases or waivers (satisfactory to Owner) of all Lien rights arising out of or Liens filed in connection with the Work. 3. In lieu of the releases or waivers of Liens specified in Paragraph A.2 and as approved by Owner, Contractor may furnish receipts or releases in full and an affidavit of Contractor that: (i) the releases and receipts include all labor, services, material, and equipment for which a Lien could be filed; and (ii) all payrolls, material and equipment bills, and other indebtedness connected with the Work for which Owner might in any way be responsible, or which might in any way result in liens or other burdens on Owner's property, have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, Contractor may furnish a bond or other collateral satisfactory to Owner to indemnify Owner against any Lien. B. Superintendent s Review of Application and Acceptance: 1. If, on the basis of Superintendent s observation of the Work during construction and final inspection, and Superintendent s review of the final Application for Payment and accompanying documentation as required by the Contract Documents, Superintendent is satisfied that the Work has been completed and Contractor s other obligations under the Contract Documents have been fulfilled, Superintendent will, within ten days after receipt of the final Application for Payment, indicate in writing Superintendent s recommendation of payment and present the Application for Payment to Owner for payment. At the same time Superintendent will also give written notice to Owner and Contractor that the Work is acceptable subject to the provisions of Paragraph Otherwise, Superintendent will return the Application for Payment to Contractor, indicating in writing the reasons for refusing to recommend final payment, in which case Contractor shall make the necessary corrections and resubmit the Application for Payment. Page 86 of 97

89 C. Payment Becomes Due: 1. Thirty days after the presentation to Owner of the Application for Payment and accompanying documentation, the amount recommended by Superintendent, less any sum Owner is entitled to set off against Superintendent s recommendation, including but not limited to liquidated damages, will become due and will be paid by Owner to Contractor Final Completion Delayed A. If, through no fault of Contractor, final completion of the Work is significantly delayed, and if Superintendent so confirms, Owner shall, upon receipt of Contractor s final Application for Payment (for Work fully completed and accepted) and recommendation of Superintendent, and without terminating the Contract, make payment of the balance due for that portion of the Work fully completed and accepted. If the remaining balance to be held by Owner for Work not fully completed or corrected is less than the retainage stipulated in the Agreement, and if bonds have been furnished as required in Paragraph 5.01, the written consent of the surety to the payment of the balance due for that portion of the Work fully completed and accepted shall be submitted by Contractor to Superintendent with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of Claims Waiver of Claims A. The making and acceptance of final payment will constitute: 1. a waiver of all Claims by Contractor against Owner other than those previously made in accordance with the requirements herein and expressly acknowledged by Owner in writing as still unsettled. B. DELETED ARTICLE 15 - SUSPENSION OF WORK AND TERMINATION 15.1 Owner May Suspend Work A. At any time and without cause, Owner may suspend the Work or any portion thereof for a period of not more than 90 consecutive days by notice in writing to Contractor which will fix the date on which Work will be resumed. Contractor shall resume the Work on the date so fixed. Contractor shall be granted an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if Contractor makes a Claim therefor as provided in Paragraph Owner May Terminate for Cause A. The occurrence of any one or more of the following events will justify termination for cause: 1. Contractor s persistent failure to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or Page 87 of 97

90 suitable materials or equipment or failure to adhere to the Progress Schedule established under Paragraph 2.07 as adjusted from time to time pursuant to Paragraph 6.04); 2. Contractor s disregard of Laws or Regulations of any public body having jurisdiction; 3. Contractor s repeated disregard of the authority of Superintendent; or 4. Contractor s violation in any substantial way of any provisions of the Contract Documents. B. If one or more of the events identified in Paragraph A occur, Owner may, after giving Contractor (and surety) seven days written notice of its intent to terminate the services of Contractor: 1. exclude Contractor from the Site, and take possession of the Work and of all Contractor s tools, appliances, construction equipment, and machinery at the Site, and use the same to the full extent they could be used by Contractor (without liability to Contractor for trespass or conversion); 2. incorporate in the Work all materials and equipment stored at the Site or for which Owner has paid Contractor but which are stored elsewhere; and 3. complete the Work as Owner may deem expedient. C. If Owner proceeds as provided in Paragraph B, Contractor shall not be entitled to receive any further payment until the Work is completed. If the unpaid balance of the Contract Price exceeds all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) sustained by Owner arising out of or relating to completing the Work, such excess will be paid to Contractor. If such claims, costs, losses, and damages exceed such unpaid balance, Contractor shall pay the difference to Owner. Such claims, costs, losses, and damages incurred by Owner will be reviewed by Superintendent as to their reasonableness and, when so approved by Superintendent, incorporated in a Change Order. When exercising any rights or remedies under this Paragraph, Owner shall not be required to obtain the lowest price for the Work performed. D. Notwithstanding Paragraphs B and C, Contractor s services will not be terminated if Contractor begins within seven days of receipt of notice of intent to terminate to correct its failure to perform and proceeds diligently to cure such failure within no more than 30 days of receipt of said notice. E. Where Contractor s services have been so terminated by Owner, the termination will not affect any rights or remedies of Owner against Contractor then existing or which may thereafter accrue. Any retention or payment of moneys due Contractor by Owner will not release Contractor from liability. F. If and to the extent that Contractor has provided a performance bond under the provisions of Paragraph 5.01.A, the termination procedures of that bond shall supersede the provisions of Paragraphs B and C Owner May Terminate For Convenience Page 88 of 97

91 A. Upon seven days written notice to Contractor, Owner may, without cause and without prejudice to any other right or remedy of Owner, terminate the Contract. In such case, Contractor shall be paid for (without duplication of any items): 1. completed and acceptable Work executed in accordance with the Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials, or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. all claims, costs, losses, and damages (including but not limited to all fees and charges of engineers, architects, attorneys, and other professionals and all court or arbitration or other dispute resolution costs) incurred in settlement of terminated contracts with Subcontractors, Suppliers, and others; and 4. reasonable expenses directly attributable to termination. ii. Contractor shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. b. Contractor May Stop Work or Terminate i. If through no act or fault of Contractor, the Work is suspended for a period of more than ninety days by Owner or under an order of court, or other public authority, the Contractor may, upon seven days' written notice to Owner, terminate the Agreement and recover from Owner payment for all Work executed and any expense sustained plus reasonable termination expenses. ARTICLE 16 - DISPUTE RESOLUTION a. Methods and Procedures i. Either Owner or Contractor may request mediation of any Claim submitted to Superintendent for a decision under Paragraph before such decision becomes final and binding. The mediation will be governed by the Construction Industry Mediation Rules of the American Arbitration Association in effect as of the Effective Date of the Agreement. The request for mediation shall be submitted in writing to the American Arbitration Association and the other party to the Contract. Timely submission of the request shall stay the effect of Paragraph E. ii. Owner and Contractor shall participate in the mediation process in good faith. The process shall be concluded within 60 days of filing of the request. The date of termination of the mediation shall be determined by application of the mediation rules referenced above. iii. If the Claim is not resolved by mediation, Superintendent s action under Paragraph 10.5.C or a denial pursuant to Paragraphs C.3 or D shall become final Page 89 of 97

92 ARTICLE 17 - MISCELLANEOUS and binding 30 days after termination of the mediation unless, within that time period, Owner or Contractor: 1. elects in writing to invoke any dispute resolution process provided for in the Supplementary Conditions; or 2. agrees with the other party to submit the Claim to another dispute resolution process; or 3. gives written notice to the other party of the intent to submit the Claim to a court of competent jurisdiction. a. Giving Notice i. Whenever any provision of the Contract Documents requires the giving of written notice, it will be deemed to have been validly given if: b. Computation of Times 1. delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended; or 2. delivered at or sent by registered or certified mail (return receipt), postage prepaid, to the last business address known to the giver of the notice. 3. Whenever any provision of the Contract Documents requires the delivery of any Bond, Agreement, Certificate of Insurance or any other item, it shall be deemed to have been validly delivered if given in person to the individual, to a member of the firm or to an officer of the corporation for whom it is intended, or if given at or sent by registered or certified mail (return receipt), postage prepared, to the last business address known to him who delivers the article. i. When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. c. Cumulative Remedies i. The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee, or by other provisions of the Contract Documents. The provisions of this Paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. d. Survival of Obligations Page 90 of 97

93 i. All representations, indemnifications, warranties, and guarantees made in, required by, or given in accordance with the Contract Documents, as well as all continuing obligations indicated in the Contract Documents, will survive final payment, completion, and acceptance of the Work or termination or completion of the Contract or termination of the services of Contractor. e. Controlling Law f. Headings i. This Contract is to be governed by the law of the state in which the Project is located. i. Article and paragraph headings are inserted for convenience only and do not constitute parts of these General Conditions. g. Lien Waivers i. Owner will require that Contractor furnish lien waivers for labor and materials used at any time during the Project as well as at completion of the Project. Page 91 of 97

94 SECTION PREVAILING WAGE RATES The City of Lake Forest Prevailing Wage Advisory This contract calls for the construction of a Public Work, within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. ( The Act ). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the prevailing rate of wages (hourly cash wages plus fringe benefits) in the county where the work is performed. For information regarding current prevailing wage rates, please refer to the Illinois Department of labor s website at: All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to, all wage, notice and record keeping duties. Page 92 of 97

95 SECTION PROTECTION OF ENVIRONMENT ARTICLE 1 GENERAL Description A. Contractor, in executing work, shall maintain work areas on- and off-site free from environmental pollution that would be in violation of any federal, state or local regulations. Protection of Sewers A. Take adequate measures to prevent impairment of operation of existing sewer systems. Prevent construction material, earth, or other debris from entering sewers or sewer structures. Protection of Waterways A. Observe rules and regulations of State of Illinois and agencies of U.S. government prohibiting pollution of any lake, stream, river or wetland by dumping of refuse, rubbish, dredge material or debris therein. B. Comply with procedures outlined in U.S. EPA manuals entitled, "Guidelines for Erosion and Sedimentation Control Planning and Implementation," Manual EPA-R and "Processes, Procedures, and Methods to Control Pollution Resulting from All Construction Activity," Manual EPA 430/ Disposal of Excess Excavated and Other Waste Materials A. Dispose of excess excavated material and other waste material in a lawful manner. B. All excavation and/or removal items being disposed of at an uncontaminated soil fill site shall meet the requirements of Public Act All costs associated with meeting these requirements shall be the responsibility of the Contractor and shall be included in the cost of the associated bid items in the contract. These costs shall include but are not limited to certification by a licensed engineer, all required testing and laboratory analysis, and any state and local dumping fees. Additionally, the contractor shall also be responsible for any rejected loads, the material shall not be returned to the site of origin. Protection of Air Quality A. Minimize air pollution by wetting down bare soils during windy periods, requiring use of properly operating combustion emission control devices on construction vehicles and equipment used by Contractors, and encouraging shutdown of motorized equipment not actually in use. B. Trash burning will not be permitted on construction site. Page 93 of 97

96 Use of Chemicals A. Chemicals used during project construction or furnished for project operation, whether herbicide, pesticide, disinfectant, polymer, reactant, or of other classification, must show approval of either U.S. EPA or U.S. Department of Agriculture or any other applicable regulatory agency. B. Use of such chemicals and disposal of residues shall be in conformance with manufacturer's instructions. Noise and Dust Control A. Conduct operations to cause lease annoyance to residents in vicinity of work, and comply with applicable local ordinances. B. Equip compressors, hoists, and other apparatus with such mechanical devices as may be necessary to minimize noise and dust. C. Equip gasoline or oil operated equipment with silencers or mufflers on intake and exhaust lines. D. Line storage bins and hoppers with material that will deaden sounds. E. Conduct operation of dumping rock and of carrying rock away in trucks so as to cause minimum of noise and dust. Page 94 of 97

97 SECTION CONTRACT CLOSEOUT ARTICLE 1 GENERAL Description A. This section describes an orderly and efficient transfer of the completed work to the Owner. Quality Assurance A. Prior to requesting inspection by the Superintendent, use adequate means to assure that the work is completed in accordance with the specified requirements and is ready for the requested inspection. Procedures A. Substantial completion: 1) Follow the procedures outlined in Paragraphs A. through D. of the General Conditions. B. Final completion: 1) Prepare and submit the notice required by the first sentence of Paragraph A. of the General Conditions. 2) Verify that the work is complete including, but not necessarily limited to the items mentioned in Paragraph A. of the General Conditions. 3) Certify that: a) Contract Documents have been reviewed; b) Work has been inspected for compliance with the Contract Documents; c) Work has been completed in accordance with the Contract Documents; d) Work has been tested as required; e) Work is completed and ready for final inspection. 4) The Superintendent will make an inspection to verify status of completion. 5) Should the Superintendent determine that the work is incomplete or defective: Page 95 of 97

98 a) The Superintendent will promptly so notify the Contractor, in writing, listing the incomplete or defective work; b) Remedy the deficiencies promptly and notify the Superintendent when ready for reinspection. 6) When the Superintendent determines that the work is acceptable under the Contract Documents, he will request the Contractor to make closeout submittals. C. Project Closeout and Final Submittals include, but are not necessarily limited to: 1) A final statement of accounting to be submitted by the Contractor to the Superintendent, showing all adjustments to the Contract Sum. The Superintendent will prepare a Final Pay Request to be submitted to the Contractor. Accompanying this Final Pay Request will be evidence of payment and final waivers of lien from the Contractor, subcontractors and material suppliers. 2) DELETED 3) DELETED Page 96 of 97

99 PROJECT SPECIFICATIONS TABLE OF CONTENTS LAKE FOREST BARRELL MEMORIAL GATE AND WALL RESTORATION 1525 N. LAKE ROAD Lake Forest, IL 01 GENERAL REQUIREMENTS Summary of Work Work Restrictions Use of Existing Facilities Environmental Requirements and Enforcement Regulatory Requirements Temporary Utilities Barriers & Enclosures Storage & Protection Cutting and Patching Cleaning Closeout Procedures EXISTING CONDITIONS Selective Demolition Concrete Cast in Place Concrete MASONRY Mortar Restoration Mortar examination report - Simon Leverett Limestone Masonry Restoration 07 THERMAL AND MOISTURE PROTECTION Joint Sealants COATINGS Paint Removal Metals Coatings for Cast and Wrought Iron High Performance Coatings END OF TOC Page 97 of 97

100 Specifications for Restoration Services for the Lake Forest Cemetery Barrell Memorial Gateway and Wall 1525 N. Lake Road Lake Forest, IL Deliver To The City of Lake Forest 800 Field Drive Lake Forest, Illinois SUBMIT BY JANUARY 17, 2019 AT MUNICIPAL SERVICES, 800 NORTH FIELD DRIVE, LAKE FOREST, IL OR ELECTRONICALLY TO Per Lake Forest Front End Documentation Mandatory Pre-bid Meeting on January 8, 2019 at 9:00am at Cemetery Gateway, 1525 N. Lake Rd., Lake Forest, IL Per Lake Forest Front End Documentation Architect BRUSH Architects, LLC Mary B. Brush, FAIA Brush Architects, LLC Owner, Principal, Architect SB, WBE, EDWOSB 4200 N Francisco Ave Chicago IL mary@brusharchitects.com January 2019 Issue BID

101 I. GENERAL A. SUMMARY of Work DIVISION 1 GENERAL REQUIREMENTS Section Summary of Work 1. The project consists of Masonry restoration, Wrought Iron Gate restoration, and civil engineering designed drainage and paving improvements to the historic Barrel Memorial Gate in Lake Forest, Illinois. The gates are the only public access to the cemetery. The cemetery is very popular and used on a daily basis for both ceremonies and public access. Access may be restricted, but not completely closed off and all work must coordinate access and be flexible to ceremonial needs of the cemetery. 2. The scope of the Base Bid Work is summarized below. Please refer to the project documents for full listing: a) BASE BID: (1) Civil: grade and sub grade drainage improvements and paving and drainage improvements to direct water away from the gates and wall. New paving cobblestone will be installed per the civil documentation. (2) Masonry: 100% of existing mortar joints will be hand chiseled back to remove existing Portland mortar - approximately 1 deep. New high lime mortar is to be installed and tooled to match the mortar mockup sample installed on the wall in Limited stone replacement where efflorescence and damage has occurred. (a) The existing construction is very deep stones 8-24 in depth. The investigation revealed no interior rubble or steel construction. The removed stone on the north side abutted the stone on the south side of the wall. (b) New stones at grade where the existing units are replacement brown limestone at the gates are to be replaced with new Indiana limestone to match the light gray color of the wall. New grade stones are to be stippled to match the adjacent original stones. (c) Eroded face stones are to be removed and turned around for carving of a currently interior face and reinstalled. Tooling is to match the original pattern as visible on the face - this varies up to the right, up to the left, horizontal or vertical. It is understood that this might create a small cavity in the wall which may be filled with limestone or mortar, or left void for drainage. i) If the stone is mutually determined to be not salvageable, then the replacement stone is to match in color, texture, composition, dimension, and tooling to the existing stone with full tooling pattern. ii) Anticipated 20 Units for either retooling existing stone (preferred) or replacement to original dimension and tooling pattern of gray Indiana limestone to match existing (d) The existing mortar has a failing lime mortar that was surface applied to a previous high Portland mortar. This work scope includes hand chiseling approximately 1 deep joints to remove all of the Portland layer and installing in a minimum of 3 lifts a high lime mortar with wetting and blanketing per the specs for appropriate curing. i) 100% of the joints are to be restored. ii) Skyward joints are to receive lead joint to match existing - includes all coping and skyward joints of offset stones. (3) Gates: 2 monumental entry gates and 1 pedestrian Gate are to be demounted and moved offsite for full restoration: removal of all corrosion and damaged, or non original components. Replacement of all damaged or missing components are to match the original. New wrought iron is to be installed to match the original. All components are to be primed and coated with high performance metal coating. New operable hardware is to match the existing. Gates are Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SUMMARY OF WORK Issue for BID

102 to be reinstalled in their original configuration, level and plumb for easy operation for daily locking and unlocking. (a) Existing Wrought iron is 100 years old and new ironwork is to match in carbon content. (b) Remove all dissimilar metals that have been added in previous metals and replace with wrought iron to match existing carbon contents. (4) Lake Forest Cemetery will install the temporary gates (5) All work is to be coordinated. The key point of overlap between skill sets is the new concrete setting blocks to receive the gate base pivot. 3. Existing Conditions (a) The embedment of the pivot post is to allow for re-installation of the gates in their original location. i) Depth of the pivot point will be confirmed at dismantling of the gate (b) The stone at the hinge and pivot points are to receive the reinstalled gates in their original location. (c) The top of the cast in place concrete post receptor blocks are to integrate with the existing paving and drainage pattern. (d) The point of penetration of the gate post into the concrete is to be protected with a new collar per details and worked out in shop drawings with the intent to protect the embedded post from water and ice while allowing the smooth operation of the gates on a daily basis. This collar has also been called a shoe or a boot by various metalworkers. a) Barrel Memorial Gate is a local landmark. All work shall conform to the Secretary of the Interior Standards for Rehabilitation, and be subject to approval by the Lake Forest Landmark Commission. b) All work is required to be complete by July 1, 2019 for the centennial celebration of the gate. c) The cemetery will be continuously open for visitors and the disruption to access must be highly coordinated with the cemetery operations for minimal interference to access. If a ceremony is required, it will be necessary to allow vehicles to enter the cemetery. On ceremony days if the event is near the gate, it will be required that the work be respectful of the somber event and minimize noise during that time. All efforts to coordinate work and to remain on schedule are mandatory. d) Work schedule constraints: (1) Substantial Completion June 14, 2019 Complete by July 1, and pre season training 4. It is strongly encouraged that the mortar testing, mockup, and submittal process begin as soon as the NTP is issued in order to have everything ready for the start of construction. B. Site Rules 1. All efforts to coordinate work schedules, work areas, and maintain a clean and organized work site are mandatory. Project team will be made available of the ceremonial or event schedule to plan and phase work accordingly. 2. Work must accommodate use of the cemetery and event scheduling. C. Contracts 1. The work shown within the Project Specifications and Drawings will be awarded per Lake Forest Requirements END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SUMMARY OF WORK Issue for BID

103 DIVISION 1 GENERAL REQUIREMENTS Section Work Restrictions I. GENERAL A. SUMMARY 1. This Section includes restriction of work and construction equipment as they relate to the use of the site, and coordination with occupants. B. WORK RESTRICTIONS 1. Work Areas: Work areas are to remain within approximately 15 of the work site. All landscaping that might be affected by the WORK must be identified to the Cemetery sexton, Phil Alderks for removal and transplantation prior to commencing work. 2. The construction areas must be protected for safety of pedestrians and vehicles for the duration of the work. 3. The contractor is responsible for the safety of the work site and for the safety of the public for the duration of the project. 4. Work Access: The entry and grounds will be in full operation during the construction phase. Weekday and Weekend events will occur on a regular basis. 5. Hours of Work: residential noise regulations per Lake Forest regulations. Coordinate timing of work to avoid disruptions due of noisy work. Variations to the work hours may be possible with coordination with the cemetery Staff. 6. Locate Dumpster(s) as directed by the cemetery staff. 7. Parking is to be respectful of the community needs. II. EXECUTION (NOT USED) Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Work Restrictions Issue for BID

104 DIVISION 1 - GENERAL REQUIREMENTS Section Use of Existing Facilities I. GENERAL A. The project has no interior space. The project includes the historic portion of the entry wall and gate that serves as the only public entry to the cemetery. B. The cemetery is very popular with the community for exercise as well as for the reflection and ceremonies inherent with an active cemetery. Respect for the daily activities is mandatory. Limited closure of the work area is possible with coordination with the Cemetery Sexton, Phil Alderks C. REQUIREMENTS INCLUDE: General Contractor provide: 1. Scheduling 2. Security and site regulations - lake forest will provide the temporary gates 3. Barriers 4. Existing facility toilets 5. Temporary utilities 6. Construction Cleaning 7. Storage 8. Close-out II. EXECUTION A. SCHEDULING 1. Schedule the work to allow daily access. 2. Schedule noisy or hazardous work to avoid problems with Owner's operations and residential work regulations. B. SECURITY AND SITE REGULATIONS Confer with the Owner's representative and obtain full knowledge of all site rules and regulations affecting work. C. TEMPORARY ENCLOSURES AND BARRIERS 1. Contractor shall provide temporary enclosures to separate work areas from public access. 2. Contractor shall provide and maintain suitable barriers to prevent unauthorized entry to protect the work and stored materials. a) Coordinate perimeter fencing and scaffold protection and scaffold access points with Owner for impact on events. 3. Refer to Section Barriers. D. TEMPORARY UTILITIES 1. See Section temporary utilities. E. CONSTRUCTION CLEANING 1. Contractor shall provide DAILY cleaning and disposal of waste materials, debris and rubbish during construction. 2. Contractor shall provide covered containers for deposit of waste materials, debris and rubbish. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC USE OF EXISTING FACILITIES Issue for BID

105 F. FIELD OFFICES ARE NOT ANTICIPATED FOR THIS PROJECT. 1. IF NECESSARY, GENERAL Contractor to provide a field office, location to be coordinated with Cemetery Staff. G. STORAGE Make arrangements with Owner's Representative for any on-site storage of materials and equipment to be installed in project. Protection and security for stored materials and equipment is solely contractor s responsibility. H. CLOSEOUT 1. Upon completion of need to use existing user-provided facilities, or when directed by Architect/ Engineer, restore each to original or specified condition. 2. At completion of work in each area, provide final cleaning and return space to a condition suitable for use of User. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC USE OF EXISTING FACILITIES Issue for BID

106 DIVISION 1 - GENERAL REQUIREMENTS Section ENVIRONMENTAL REQUIREMENTS I. GENERAL A. APPLICABILITY 1. Pursuant to the National Pollutant Discharge Elimination System (NPDES) Permit ILR that authorizes discharges from its small Municipal Separate Storm Sewer System (MS4), the Owner must comply with the storm water requirements of the Illinois Environmental Protection Act, the Illinois Pollution Control Board Rules and Regulations, and the Clean Water Act. In accordance with the following Construction Site Enforcement Policy, Contractors are subject to enforcement by the Owner for failure to comply with these requirements. B. RELATED SECTIONS 1. Section Cleaning 2. Section Selective Demolition 3. Section Mortar Restoration 4. Section Limestone Masonry Restoration C. SUMMARY OF ENFORCEMENT POLICY 1. In most cases, good communication can foster compliance and maintain goodwill thereby eliminating the need for an enforcement remedy. 2. If the Owner determines that noncompliance warrants enforcement action, the Owner will select an enforcement remedy based on the nature and severity of the violation(s), the urgency with which remedial activity must be taken, whether the subject party has taken good-faith measures to come into compliance, and whether the violation is a repeat offense. 3. A repeat offense is a violation by the same Contractor of the same requirement within the same calendar year as the original violation. 4. When necessary and as appropriate, the Owner will impose a Stormwater Violation Enforcement Remedy by increasing order of severity as follows: a) Warning b) Notice of Non-Compliance. c) Stop Work Order, Stop Payment, Back Charge. d) Referral to Illinois Environmental Protection Agency. 5. Some of the more common violations that will trigger an enforcement remedy by increasing order of severity include: a) Emergency Situations. b) Failure to prepare a Storm Water Pollution Prevention Plan (SWPPP). c) Failure to comply with SWPPP measures. d) Failure to conduct site inspections. e) Failure to correct a violation. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC ENVIRONMENTAL REQUIREMENTS Issue for BID

107 D. PROJECT SPECIFIC AREAS OF CONCERN 1. MASONRY a) Hand tooling is preferred. Grinding/Chisel debris and dust must be collected via vacuum grinder attachments during tuckpointing and collection tarps so as to not damage the landscaping soils b) Debris must be collected, labeled and disposed of per EPA regulations c) Debris collected during the masonry cleaning must be collected so as to not enter the storm drain. 2. Water PART 2 - PRODUCTS a) Cleaning is preferred as a warm water wash and wire brush technique. Sediment from the wash process must be restricted from entering any nearby stormwater drain. b) If cleaning must involve chemicals, they must be approved by the Cemetery Sexton and Lake Forest due to the landscaping requirements immediately in the vicinity of the gate and wall. The Water Runoff must be monitored so that chemicals and sediment are restricted from entering any nearby stormwater drain. NOT USED PART 3 - EXECUTION NOT USED END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC ENVIRONMENTAL REQUIREMENTS Issue for BID

108 DIVISION 1 GENERAL REQUIREMENTS Section Regulatory Requirements I. GENERAL A. REQUIREMENTS INCLUDE 1. Contractor shall comply with all laws, rules and regulations governing the work. a) When Contractor observes that contract documents are at variance with specified codes, notify Architect in writing immediately. Architect will process changes in accord with General Conditions. b) When Contractor performs any work knowing or having reason to know that the work is contrary to such laws, rules and regulations and fails to so notify the Architect, Contractor shall pay all costs arising therefrom. However, it will not be the Contractor's primary responsibility to make certain that the contract documents are in accord with such laws, rules and regulations. B. DEFINITIONS & ABBREVIATIONS 1. Definitions: a) Dates: Reference Codes, Regulations and Standards are the issue current at date of bidding documents unless otherwise specified. b) Codes: Codes are rules, regulations or statutory requirements of government agencies. c) Standards: Standards are requirements set by authorities, custom or general consent and established as accepted criteria. 2. Abbreviations: a) AGCI Associated General Contractors in Illinois. b) ANSI American National Standards Institute. c) ASTM American Society for Testing and Materials. d) BOCA Building Officials & Code Administrators e) CPSC Consumer Product Safety Commission (Federal). f) IEPA Illinois Environmental Protection Agency. g) IDPR Illinois Department of Professional Regulation. h) NPS National Park Service Department of the Interior i) IDNR Illinois Department of Natural Resources Landmarks Division (formerly IHPA) C. QUALITY ASSURANCE 1. Contractor: a) Ensure that copies of specified codes and standards are readily available to Contractor's personnel. b) Ensure that Contractor's personnel are familiar with workmanship and installation requirements of specified codes and standards. D. REGULATORY REQUIREMENTS 1. Source and requirements: a) State of Illinois: (1) Illinois Purchasing Act, as amended (30 ILCS 505/1 et. seq.) b) IEPA (Current editions at date of binding documents.) (1) Air Pollution Standards. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC REGULATORY REQUIREMENTS Issue for BID

109 (2) Noise Pollution Standards. (3) Water Pollution Standards. (4) Public Water Supplies. (5) Solid Waste Standards. (6) Hazardous Waste Crane and Hoisting Equipment Operators Licensing Act, 225 ILCS 220/1 et. seq. (7) Hazardous Waste Laborers Licensing Act, 225 ILCS 221/1 et. seq. (8) Toxic Substance Control Act. c) OSHA: (1) 29 CFR d) BUILDING CODES: (1) ANSI/ASHRAE: Standard 15, Safety Code for Mechanical Refrigeration (2) Illinois Accessibility Code, April 24, 1997edition (3) ICC: International Building Code, 2000 (4) ICC: International Mechanical Code, 2000 (5) NFPA: National Fire Codes, 2005 (6) NFPA: No , National Electrical Code (7) NFPA: No , Life Safety Code e) Secretary of the Interior s Standards for Treatment of Historic Properties (1) IDNR: Illinois Department of Natural Resources Landmarks Division (formerly IHPA) (2) NPS: National Park Service Secretary of the Interior 2. The Architect or Owner may reference other codes or standards throughout the Project Manual when deemed appropriate for proper compliance with regulatory requirements. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC REGULATORY REQUIREMENTS Issue for BID

110 DIVISION 1 GENERAL REQUIREMENTS Section Temporary Utilities I. GENERAL A. TEMPORARY UTILITIES 1. Responsibility: The following temporary utilities and facilities on the construction site shall be provided by the party indicated below: Item Provider Electricity Water Toilets Parking Spaces for Identified Contractor s Vehicles Storage Areas and Facilities Contractor to provide generator Contractor To Provide Meter And Responsible For Cost Contractor Responsible For Getting And Heating Cold Water From Cemetery Hose Contractor - to provide No dedicated parking is available. Coordinate with Cemetery Sexton for approved parking areas. These areas may change due to cemetery activities Limited To be coordinated w/ cemetery sexton Jobsite Trailers and Offices B. USE OF OWNER S EXISTING SYSTEMS II. EXECUTION Not anticipated for this project 1. Make written arrangements with Owner s representative. 2. Contractor responsible to modify, supplement and extend system to meet temporary utility requirements for project, subject to approval of Architect and Owner. 3. Limitations: a) Do not overload systems. When project requirements exceed system capacity, provide separate system to meet needs. b) Prevent interference with Owner s normal use of system. c) For electrical service, contractor to provide a generator. A. INSTALLATION 1. Heating: Applicable for heating of water for warm water wash 2. Electrical: a) Verify proper operation of all safety devices. 3. Water service: a) Do not run piping/hose on ground without adequate signage, warnings, and only with approval from the cemetery. All access ways are traversed daily. b) Provide means to prevent hoses from abrading existing rails, limestone, and brick masonry. c) When necessary to maintain pressure, provide temporary pumps, tanks and compressors. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC TEMPORARY UTILITIES Issue for BID

111 B. REMOVAL 1. Upon Owner s prior written authorization, completely remove temporary materials and equipment. 2. Repair all damage caused by temporary utilities installation. Restore to original conditions. C. MAINTENANCE 1. Maintenance of permanent system when used for construction purposes: 2. Permanent systems shall be maintained by installing contractor so as to prevent any damage thereto. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC TEMPORARY UTILITIES Issue for BID

112 DIVISION 1 GENERAL REQUIREMENTS Section Barriers I. GENERAL A. WORK INCLUDES: II. PRODUCTS 1. General Contractor to furnish labor, materials, equipment and services necessary for the following work: A. MATERIALS III. EXECUTION a) Provide and maintain security barriers to enclose and protect the entire designated work area, staging areas and stored material. b) Install hard surface barriers to prevent unauthorized personnel or public entry into the construction work area or storage/staging areas. c) Contractor to provide graphic plan for construction fencing at time of first schedule submittal to designate work areas and egress paths throughout work. d) Provide a site plan with fencing and access requirement so that the sexton has sufficient time for landscape relocation. Plantings can only be damaged if the Sexton approves that they are sacrificial plantings. 1. Materials may be new or used, suitable for purposes. Do not violate specified codes. A. INSTALLATION 1. Install barriers and barricades to produce a neat and uniform appearance, structurally adequate for use specified. 2. Maintain barriers during the entire construction period. Relocate as work progresses. 3. Provide vandal/ trespassing deterrent at scaffold at all accessible areas. B. BARRIERS 1. Locate fence to substantially enclose that portion the Contractor establishes to encompass project construction operations accessible to the public. 2. Fence location shall not prohibit access to the grounds. C. REMOVAL 1. Completely remove barriers when construction has progressed to the point that they are no longer needed, and when approved by the Architect. 2. Clean and repair damage caused by installation and clean the area. End of Section Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC BARRIERS Issue for BID

113 DIVISION 1 - GENERAL REQUIREMENTS Section Storage and Protection I. GENERAL A. REQUIREMENTS INCLUDE 1. General Contractor make arrangements with Owner's Representative for storage of materials and equipment to be installed in project. Protection and security for stored materials and equipment, on and off site is solely contractor's responsibility. 2. Coordinate delivery of materials with the Cemetery representatives for daily work. 3. Preferred storage of materials is off site. On site must be within approved construction areas B. OFF-SITE AUTHORIZATION. Payment for materials/equipment stored off-site will be permitted only on Owner's prior written authorization. II. PRODUCTS A. PROTECTIVE MATERIALS 1. For duration of storage period, provide materials that will provide proper protection against the elements or other harmful environmental conditions. III. EXECUTION (NOT USED) END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STORAGE AND PROTECTION Issue for BID

114 DIVISION 1 GENERAL REQUIREMENTS Section Cutting and Patching I. GENERAL A. REQUIREMENTS INCLUDE II. PRODUCTS 1. General Contractor: a) Execute cutting, filling or patching of work to: (1) Remove materials in specified work. (2) Install specified work. (3) Remove and replace defective work. (4) Ornamental debris of limestone or wrought iron is first the property of the cemetery and is to be returned upon request to the cemetery. b) In addition, upon written instructions of Architect or Owner: (1) Uncover work to provide for observation of covered work. A. MATERIALS. For replacement of work removed: Comply with specifications for type of work to be performed. III. EXECUTION A. INSPECTION 1. Inspect existing conditions of work, including elements subject to movement or damage. 2. After uncovering work, inspect conditions affecting installation of new products. B. PREPARATION 1. Prior to cutting: a) Provide shoring, bracing and support to maintain structural integrity of project. b) Provide protection for other portions of building and adjacent materials of the project. c) Provide protection from elements. d) Provide protection for areas adjacent to the work. e) Establish standards for removing stone for harvesting and reinstallation C. PERFORMANCE 1. Execute fitting and adjustment of products to provide finished installation to comply with specified tolerances, finishes. 2. Execute cutting and demolition by methods which will prevent damage to other work, and will provide proper surfaces to receive installation of repairs and new work. 3. Restore work which has been cut or removed; install new products to provide completed work in accord with contract documents. 4. Refinish entire surfaces to provide an even finish. a) Continuous surfaces: To nearest intersection(s). b) Assembly: Entire refinishing. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC CUTTING AND PATCHING Issue for BID

115 DIVISION 1 GENERAL REQUIREMENTS Section Cleaning I. GENERAL A. CLEANING 1. During Construction: The Contractor shall ensure that reasonable care and effort is taken to clean up during and following the various phases of the construction process. This requires an ongoing effort to prevent excessive soil loading of the AREA during the construction process and prior to occupancy. 2. Contractor is to be sensitive to the continuous operation of the site for events and to make every effort to be sensitive to required cleanliness of construction site and adjacent spaces. a) End of Week cleaning is to include broom sweeping of any public areas affected by the Work 3. Contractor is responsible for safety and security of equipment, materials, and work areas 4. Final Clean Up: To be provided by the Contractor. a) To include all areas affected by the work to include but not be limited to: work areas, adjacent roofs, adjacent walks, walls, ledges, appurtenances, materials and landscape affected by the work, etc b) Cleaning is to follow approved standards established in the specifications. Final cleaning is not to allow any blasting methods. II. PRODUCTS (NOT USED) III. EXECUTION (NOT USED) END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC CLEANING Issue for BID

116 DIVISION 1 GENERAL REQUIREMENTS Section Closeout Procedures I. GENERAL A. INSPECTION PROCEDURES 1. Progress Inspections: Progress Inspections Will Be Conducted By Architect And An Assigned Cemetery And Lake Forest TEam Throughout The Course Of The Construction Project. The Objective Of This Inspection Is To Effectively See That Construction Is Carried Out In Accordance With The Approved Plans And Code Requirements. 2. Access To Work Areas By Lift Or Scaffold (Or Other Means) Is To Be Provided To Architect For Observation. B. SUBSTANTIAL COMPLETION 1. Definition: Substantial Completion Is That Condition Which Occurs When The Owner Accepts The Certification Of The Architect That Construction Is Sufficiently Complete In Accordance With The Contract Documents So That The Project May Be Occupied For The Use For Which It Is Intended. 2. Contractor Notification: When Contractor Considers Work Substantially Complete, And After The Building Commissioning And Training, Submit Written Declaration To The Architect That Work Or Designated Portion Thereof, Is Substantially Complete. Include List Of Items To Be Completed Or Corrected. 3. Preliminary Procedures: Before Requesting Inspection For Certification Of Substantial Completion, Complete The Following: List Exceptions In The Request. a) If 100 percent completion cannot be shown, include a list of incomplete items, the value of incomplete construction, and reasons the Work is not complete. b) Prior to preliminary Substantial Completion and Inspection Submit: (1) Guarantees, Warranties and Bonds 4. Preliminary Inspection: Architect Will Make A Preliminary Inspection Within 7 Business Days After Receipt Of Contractor s Declaration. 5. Upon Determining That Work Is Substantially Complete, Architect Will: a) Punchlist: Prepare a punchlist of items to be completed or corrected, as determined by the inspection. b) Certificate: Prepare and process a certificate of substantial completion, containing: (1) Date of substantial completion. (2) Punchlist of items to be completed or corrected. (3) The time within which punchlist items shall be completed or corrected. (4) Date and time the Owner will take occupancy of Project or designated portion thereof. (5) Responsibilities of Owner and Contractor for: (a) Insurance (b) Utilities (c) Operation and maintenance of mechanical, electrical and other systems. (d) Maintenance and cleaning (e) Security (6) Signatures of: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC CLOSE OUT PROCEDURES Issue for BID

117 (a) Architect (b) Owner (c) Lead Contractor for each trade 6. Contractor Is Responsible For The Following: a) Corrections: Complete all Work listed for completion or correction within designated time. b) Final Cleaning: Perform final cleaning 7. Occupancy: Using Agency Will Occupy Project Or Designated Portions Thereof Under Provisions Stated In The Certificate Of Substantial Completion. 8. Complete All Work: At Time Of Inspection, Should Substantial Completion Not Be Certified, Contractor Shall Complete The Work And Resubmit Declaration In Accordance With Item 1.04.B Of This Section. C. FINAL ACCEPTANCE 1. Preliminary Procedures: Before Requesting Final Inspection For Certification Of Final Acceptance And Final Payment, Complete The Following. List Exceptions In The Request. a) Submit the final payment request with releases and supporting documentation not previously submitted and accepted. Include insurance certificates for products and complete operations where required. b) Submit an updated final statement, accounting for final additional changes to the Contract Sum. c) Submit certified copy of the Architect s final inspection list of items to be completed or corrected, endorsed and dated by the Architect. The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance and shall be endorsed and dated by the Architect. d) Submit consent of surety to final payment. e) Submit evidence of final, continuing insurance coverage complying with insurance requirements. 2. Final Inspection: Architect Will Make Final Inspection With Contractor To Ensure Completion Of All Contract Requirements. 3. Closeout Documents: When Architect Considers That All Work If Finally Complete In Accord With Contract Document Requirements, He Will Prepare And Process Closeout Documents. 4. Re-Inspection Procedure: a) The Architect will re-inspect the Work upon receipt of notice that the Work, including inspection list items from earlier inspections, has been completed, except for items whose completion is delayed under circumstances acceptable to the Architect. b) Upon completion of re-inspection, the Architect will prepare a certificate of final acceptance. If the Work is incomplete, the Architect will advise the Contractor of Work that is incomplete or of obligations that have not been fulfilled but are required for final acceptance. II. PRODUCTS (NOT USED) III. EXECUTION (NOT USED) END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC CLOSE OUT PROCEDURES Issue for BID

118 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION I. GENERAL A. SUMMARY 1. This Section includes the following: a) Demolition and removal of selected portions of the structure. b) Salvage of existing items to be reused or recycled. 2. Related Sections include the following: a) Division 1 Section "Cutting and Patching" 3. DEFINITIONS a) Remove: Detach and remove items from existing construction. All original materials of stone and wrought iron are to be salvaged for reinstallation or for cemetery record. Debris such as corrosion, removed mortar, etc is to be legally disposed of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. b) Remove and Salvage for Reinstallation: Detach items from existing construction and deliver them to Owner ready for reuse. (1) Include stone for reinstallation either removed and carved on an alternate face or new to match existing (2) New stone units are to match existing full thickness dimensions and exposed tooling patterns c) Remove and Reinstall: Detach items (stone, gates) from existing construction, prepare them for reuse, and reinstall them where indicated. d) Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. e) Remove, repair, and store: building components determined by Architect or Owner to be of historic value are to be stored in the building for reuse at a later time. 4. MATERIALS OWNERSHIP a) Historic items, relics, and similar objects including, but not limited to, cornerstones and their contents, and other items of interest or value to Owner that may be encountered during selective demolition remain Owner's property. This includes limestone carvings and wrought iron components of the gate even if removed off site. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. 5. SUBMITTALS (1) Coordinate with Owner and Architect, who will establish special procedures for removal and salvage. a) Submit Schedule of Selective Demolition Activities: Indicate the following: (1) Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupted. (2) Locations of proposed dust and noise-control temporary partitions and means of egress, affected by selective demolition operations. (3) Means of protection for items to remain and items in path of waste removal from building. b) Qualification Data TO BE SUBMITTED AT THE TIME OF BID SUBMISSION: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

119 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION (1) On Site GC / Superintendent Construction team leader 10 years minimum experience with historic buildings (2) Mason: mason with 10 years minimum experience with the salvage and re installation of brick on historic buildings (a) Submit project listing and personnel role for each project. (3) Blacksmith: blacksmith ironworker with 10 years minimum experience with the salvage and restoration of wrought and cast iron on historic buildings (a) Submit project listing and personnel role for each project. c) Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. (1) Pre-demolition Photographs: Show existing conditions of adjoining construction and site improvements, including finish surfaces, that might be misconstrued as damage caused by selective demolition operations. (2) Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. d) QUALITY ASSURANCE (1) Mason Qualifications: An experienced firm that has specialized in restoration work similar in material and extent to that indicated for this Project. (2) Blacksmith Qualifications: An experienced firm that has specialized in restoration work similar in material and extent to that indicated for this Project. (3) Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. (4) Standards: Comply with ANSI A10.6 and NFPA 241. e) PROJECT CONDITIONS (1) The cemetery is in continuous daily use and the Barrell Memorial Gates are the only public access. Conduct selective demolition and all work so Owner's operations will not be disrupted. (2) Conditions existing at time of inspection for bidding purpose will be maintained by Owner.. (3) Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. (4) Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. (a) The paint on the existing gates is assumed to include lead. All efforts for legal abatement of the lead paint during the off site removal process are to be followed (5) Storage or sale of removed items or materials on-site is not permitted. (6) Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. (a) Maintain fire-protection facilities in service during selective demolition operations. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

120 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION (7) When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect and Cemetery. (8) Temporary Shoring: Contractor to Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. f) WARRANTY (a) Strengthen or add new supports when required during progress of selective demolition. (1) Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. II. PRODUCTS 1. PEFORMANCE REQUIREMENTS a) Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. b) Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. III. EXECUTION 1. EXAMINATION a) Verify that utilities have been disconnected and capped. b) Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required to perform all new work. c) Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. d) When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. e) Survey of Existing Conditions: Record existing conditions by use of pre-construction photographs. (1) Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. f) Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities. 2. UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS a) Existing Services/Systems: Maintain services/systems indicated to remain and protect them against damage during selective demolition operations. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

121 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION (1) Comply with requirements for existing services/systems interruptions specified in Division 1 Section "Summary." b) Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be affected by any component of the work. c) Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. (1) Arrange to shut off indicated utilities with utility companies. (2) If services/systems are required to be removed, relocated, or abandoned, before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. (3) Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit after bypassing. 3. PREPARATION a) Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. Comply with requirements for access and protection specified in Division 1 Section "Temporary Facilities and Controls." b) Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. (1) Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. (2) Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas. (3) Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 1 Section "Temporary Facilities." c) Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. (1) Strengthen or add new supports when required during progress of selective demolition. 4. SELECTIVE DEMOLITION, GENERAL a) General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: (1) Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

122 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION (2) Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. (3) Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. (4) Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain fire watch and portable fire-suppression devices during flame-cutting operations. (5) Maintain adequate ventilation when using cutting torches. (6) Remove decayed, corroded, obsolete, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site. (7) Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. (8) Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. b) Removed and Salvaged Items: (1) Clean salvaged items. (2) Pack or crate items after cleaning. Identify contents of containers. (3) Store items in a secure area until delivery to Owner. (4) Transport items to Owner's storage area designated by Owner. (5) Protect items from damage during transport and storage. c) Removed and Reinstalled Items: (1) Clean and repair items to functional condition adequate for intended reuse. (2) Pack or crate items after cleaning and repairing. Identify contents of containers. (3) Protect items from damage during transport and storage. (4) Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. d) Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 5. SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS a) Masonry: Demolish in small sections. Cut masonry at mortar joints with construction to remain, using tools so that masonry to be harvested and reinstalled remains intact and that the repaired areas can be seamlessly toothed in to the masonry to remain on the building. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

123 Division 02 - MASONRY SECTION SELECTIVE DEMOLITION b) Gates: Remove all gates and components for off site restoration. Do not damage masonry in the process of removal. 6. DISPOSAL OF DEMOLISHED MATERIALS a) General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. (1) Do not allow demolished materials to accumulate on-site. (2) Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. (3) Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. (4) Comply with requirements specified in Division 1 Section "Construction Waste Management and Disposal." b) Burning: Do not burn demolished materials. c) Disposal: Transport demolished materials off Owner's property and legally dispose of them. 7. CLEANING a) Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to clean condition. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC SELECTIVE DEMOLITION Issue for BID

124 Division 03 - Concrete SECTION CAST IN PLACE CONCRETE - NON CIVIL SECTION MISCELLANEOUS CAST-IN-PLACE CONCRETE - NON CIVIL I. GENERAL A. RELATED DOCUMENTS 1. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 2. This specification is specifically for the cast in place concrete at the gate post embedment. Refer to the Civil Document series for concrete relating to the civil engineering work scope B. SUMMARY 1. Section includes cast-in-place concrete, including reinforcement, concrete materials, mixture design, placement procedures, and finishes. 2. Related Sections: Division 31 Section "Earth Moving" for drainage fill under slabs-on-grade. Division 31 Section "Concrete Paving" for concrete pavement and walks. C. ACTION SUBMITTALS 1. Product Data: For each type of product indicated. 2. Other Action Submittal a. Design Mixtures: For each concrete mixture. II. D. QUALITY ASSURANCE 1. Ready-Mix-Concrete Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 2. Comply with the following sections of ACI 301, unless modified by requirements in the Contract Documents: a. "General Requirements." b. "Formwork and Formwork Accessories." c. "Reinforcement and Reinforcement Supports." d. "Concrete Mixtures." e. "Handling, Placing, and Constructing. 3. Comply with ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." PRODUCTS A. FORMWORK 1. Furnish formwork and formwork accessories according to ACI 301. B. STEEL REINFORCEMENT 1. Recycled Content of Steel Products: Postconsumer recycled content plus one-half of pre-consumer recycled content not less than [25] [60] <Insert number> percent. 2. Reinforcing Bars: ASTM A 615/A 615M, Grade 60, deformed. 3. Plain-Steel Wire: ASTM A 82/A 82M, as drawn. 4. Plain-Steel Welded Wire Reinforcement: ASTM A 185/A 185M, fabricated from as-drawn steel wire into flat sheets. 5. Deformed-Steel Welded Wire Reinforcement: ASTM A 497/A 497M, flat sheet. C. CONCRETE MATERIALS 1. Cementitious Material: Use the following cementitious materials, of the same type, brand, and source throughout Project: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Cast in Place Concrete - non civil Issue for BID

125 Division 03 - Concrete SECTION CAST IN PLACE CONCRETE - NON CIVIL a. Portland Cement: ASTM C 150, Type I or Type III when casting concrete in cold weather as defined by ACI ) Fly Ash: ASTM C 618, Class C or F. 2) Ground Granulated Blast-Furnace Slag: ASTM C 989, Grade 100 or Normal-Weight Aggregate: ASTM C 33, graded, 1-inch nominal maximum aggregate size. 3. Water: ASTM C 94/C 94M. D. ADMIXTURES 1. Air-Entraining Admixture: ASTM C Chemical Admixtures: Provide admixtures certified by manufacturer to be compatible with other admixtures and that will not contribute water-soluble chloride ions exceeding those permitted in hardened concrete. Do not use calcium chloride or admixtures containing calcium chloride. a. Water-Reducing Admixture: ASTM C 494/C 494M, Type A. b. Retarding Admixture: ASTM C 494/C 494M, Type B. c. Water-Reducing and Retarding Admixture: ASTM C 494/C 494M, Type D. d. High-Range, Water-Reducing Admixture: ASTM C 494/C 494M, Type F. E. RELATED MATERIALS 1. Vapor Retarder: Polyethylene sheet, ASTM D 4397, not less than 10 mils thick; or plastic sheet, ASTM E 1745, Class C. 2. Joint-Filler Strips: ASTM D 1751, asphalt-saturated cellulosic fiber, or ASTM D 1752, cork or selfexpanding cork. F. CURING MATERIALS 1. Absorptive Cover: AASHTO M 182, Class 3, burlap cloth or cotton mats. 2. Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. 3. Water: Potable. G. CONCRETE MIXTURES 1. Comply with ACI 301 requirements for concrete mixtures. 2. Normal-Weight Concrete: Prepare design mixes, proportioned according to ACI 301, as follows: a. Minimum Compressive Strength: 4000 psi for slabs, 3000 psi for all other concrete at 28 days. b. Maximum Water-Cementitious Materials Ratio: c. Cementitious Materials: Use fly ash, pozzolan, ground granulated blast-furnace slag, and silica fume as needed to reduce the total amount of portland cement, which would otherwise be used, by not less than 40 percent. d. Slump Limit: 8 inches for concrete with verified slump of 2 to 4 inches before adding high-range water-reducing admixture or plasticizing admixture], plus or minus 1 inch. e. Air Content: Maintain within range permitted by ACI 301. Do not allow air content of trowelfinished floor slabs to exceed 3 percent. H. CONCRETE MIXING 1. Ready-Mixed Concrete: Measure, batch, mix, and deliver concrete according to ASTM C 94/ C 94M and ASTM C 1116/C 1116, and furnish batch ticket information. a. When air temperature is above 90 deg F, reduce mixing and delivery time to 60 minutes. 2. Project-Site Mixing: Measure, batch, and mix concrete materials and concrete according to ASTM C 94/C 94M. Mix concrete materials in appropriate drum-type batch machine mixer. a. For mixer capacity of 1 cu. yd. or smaller, continue mixing at least 1-1/2 minutes, but not more than 5 minutes after ingredients are in mixer, before any part of batch is released. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Cast in Place Concrete - non civil Issue for BID

126 III. EXECUTION Division 03 - Concrete SECTION CAST IN PLACE CONCRETE - NON CIVIL b. For mixer capacity larger than 1 cu. yd., increase mixing time by 15 seconds for each additional 1 cu. yd.. c. Provide batch ticket for each batch discharged and used in the Work, indicating Project identification name and number, date, mix type, mix time, quantity, and amount of water added. Record approximate location of final deposit in structure. A. FORMWORK 1. Design, construct, erect, brace, and maintain formwork according to ACI STEEL REINFORCEMENT 1. Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. a. Do not cut or puncture vapor retarder. Repair damage and reseal vapor retarder before placing concrete. C. JOINTS 1. General: Construct joints true to line with faces perpendicular to surface plane of concrete. 2. Construction Joints: Locate and install so strength and appearance of concrete are not impaired, at locations indicated or as approved by Architect. 3. Contraction Joints in Slabs-on-Grade: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of concrete thickness, as follows: a. Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with groover tool to a radius of 1/8 inch. Repeat grooving of contraction joints after applying surface finishes. Eliminate groover marks on concrete surfaces. b. Sawed Joints: Form contraction joints with power saws equipped with shatterproof abrasive or diamond-rimmed blades. Cut 1/8-inch wide joints into concrete when cutting action will not tear, abrade, or otherwise damage surface and before concrete develops random contraction cracks. 4. Isolation Joints: Install joint-filler strips at junctions with slabs-on-grade and vertical surfaces, such as column pedestals, foundation walls, grade beams, and other locations, as indicated. a. Extend joint fillers full width and depth of joint, terminating flush with finished concrete surface, unless otherwise indicated. D. CONCRETE PLACEMENT 1. Comply with ACI 301 for placing concrete. 2. Before test sampling and placing concrete, water may be added at Project site, subject to limitations of ACI Do not add water to concrete during delivery, at Project site, or during placement. 4. Consolidate concrete with mechanical vibrating equipment. E. FINISHING FORMED SURFACES 1. Rough-Formed Finish - FOR SURFACES TO BE COVERED: As-cast concrete texture imparted by formfacing material with tie holes and defective areas repaired and patched. Remove fins and other projections exceeding 1/2 inch. a. Apply to concrete surfaces not exposed to public view. 2. Smooth-Formed Finish - FOR SURFACES TO BE EXPOSED TO VIEW: As-cast concrete texture imparted by form-facing material, arranged in an orderly and symmetrical manner with a minimum of seams. Repair and patch tie holes and defective areas. Remove fins and other projections exceeding 1/8 inch when exposed to public view. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Cast in Place Concrete - non civil Issue for BID

127 Division 03 - Concrete SECTION CAST IN PLACE CONCRETE - NON CIVIL 3. Related Unformed Surfaces: At tops of walls, horizontal offsets, and similar unformed surfaces adjacent to formed surfaces, strike off smooth and finish with a texture matching adjacent formed surfaces. Continue final surface treatment of formed surfaces uniformly across adjacent unformed surfaces, unless otherwise indicated. F. FINISHING UNFORMED SURFACES 1. General: Comply with ACI 302.1R for screeding, restraightening, and finishing operations for concrete surfaces. Do not wet concrete surfaces. 2. Screed surfaces with a straightedge and strike off. Begin initial floating using bull floats or darbies to form a uniform and open-textured surface plane before excess moisture or bleedwater appears on surface. a. Do not further disturb surfaces before starting finishing operations. 3. Trowel and Fine-Broom Finish: Apply a partial trowel finish, stopping after second troweling, to surfaces indicated and to surfaces where ceramic or quarry tile is to be installed by either thickset or thin-set methods. Immediately after second troweling, and when concrete is still plastic, slightly scarify surface with a fine broom. 4. Nonslip Broom Finish: Apply a nonslip broom finish to surfaces indicated and to exterior concrete platforms, steps, and ramps. Immediately after float finishing, slightly roughen trafficked surface by brooming with fiber-bristle broom perpendicular to main traffic route. G. CONCRETE PROTECTING AND CURING 1. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI for cold-weather protection and with ACI 301 for hot-weather protection during curing. 2. Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete, but before float finishing. 3. Begin curing after finishing concrete but not before free water has disappeared from concrete surface. 4. Curing Methods: Cure formed and unformed concrete for at least seven days by one or a combination of the following methods: a. Moisture Curing: Keep surfaces continuously moist for not less than seven days with the following materials: 1) Water. 2) Continuous water-fog spray. 3) Absorptive cover, water saturated and kept continuously wet. Cover concrete surfaces and edges with 12-inch lap over adjacent absorptive covers. b. Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover for curing concrete, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Cure for not less than seven days. Immediately repair any holes or tears during curing period using cover material and waterproof tape. H. FIELD QUALITY CONTROL 1. Testing Agency: Owner will engage a qualified testing agency to perform tests and inspections. 2. Tests: Perform according to ACI 301. a. Testing Frequency: One composite sample shall be obtained for each day's pour of each concrete mix exceeding 5 cu. yd. but less than 10 cu. yd., plus one set for each additional 20 cu. yd. or fraction thereof. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Cast in Place Concrete - non civil Issue for BID

128 Division 03 - Concrete SECTION CAST IN PLACE CONCRETE - NON CIVIL I. REPAIRS 1. Remove and replace concrete that does not comply with requirements in this Section. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC Cast in Place Concrete - non civil Issue for BID

129 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION I. GENERAL A. SUMMARY 1. This Section includes the following: a) High Lime Mortar b) Mortar on the building has been previously tested and does NOT contain ACM 2. Related Sections: Requirements that relate to this section are included but not limited to the sections below. a) Division 1 General Requirements b) Division 4 Limestone Masonry Restoration c) Division 7 Joint Protection B. Material Testing 1. Pre-construction Laboratory Testing: a) Existing Mortar has been tested for limestone (1) Mortar results limestone: Type O b) REPLACEMENT POINTING AND SETTING Mortar is to be: (1) Setting Mortar Type O - High Lime (2) Pointing Mortar for Stone TYPE O c) TESTS MUST BE PERFORMED ON THE ACTUAL MORTAR TO BE USED ON THE PROJECT - NOT JUST THE MANUFACTURER S STATED MARKETING TESTS. d) Begin mortar testing as soon as the NTP is issued to have 28 day break results prior to start of construction e) 2 areas of high lime mortar were installed by Simon Leverett in October These will be used as the standard for the contractor to match both with their mockup and for the duration of the project. 2. Replacement mortar testing a) Proposed replacement mortar must comply with properties established in this specification as modified as necessary by the Architect as a result of the existing mortar tests. b) Provide results of cube tests to Architect for approval (1) Engage a testing laboratory complying with ASTM E 329. (2) Refer to Division 1 Section Quality Requirements for additional requirements. (3) Test in accord with ASTM C 780. (4) Perform tests for each type of mortar. For compressive strength, test four 2-inch cubes; one cube at 24 hours, one at 3 days, one at 7 days and one at 28 days. (5) Test water-soluble alkali content of the cement used in the mortar in accord with ASTM C 114 or suitable certification furnished by the manufacturer of the cement, to establish that total water-soluble alkali content does not exceed 0.1% of the alkalies present. (6) Determine air content in accordance with ASTM C 233. (7) Determine mortar characteristics per ASTM C 780. c) Report test results in writing and in form specified under each test method, to Architect and Contractor, on same day tests are made. C. SUBMITTALS 1. General: Submit in compliance with Division 1 Section Submittal Procedures. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

130 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION a) Submission of submittals indicates that the General Contractor has reviewed and approved the submittals for the following. (1) Compliance with the requirements of the Contract, Drawings and Project Manual. (2) Field measurements, field conditions and quantities. (3) Coordination with adjacent work and trades. b) Architect and Owners Rep will review submittals for the following. (1) Compliance with Drawings and Project Manual requirements. c) Incomplete submittal may be returned to the General Contractor without review. d) Submittals will be corrected and modified until Owner (UIUC ARC and PM) and Architect have approved. e) Sample submittals and mockups are at Contractor cost. 2. Product Data: a) Submit for action. Describe the properties of items to be used in the Work. b) Submit physical samples of all hardware and materials for the work. c) Each submittal is to have its own cover sheet and be submitted for approval via PRZM. 3. Samples: a) Initial Selection: Submit for action. Furnish manufacturer s complete color selection showing full range of colors and finish characteristics. Furnish the following. (1) Material as requested by Architect. b) Verification: Submit for action. Furnish materials to be used with labels indicating colors, finish characteristics, and locations of the Work. Samples will be reviewed for color and appearance only. Furnish the following. (1) Mortar. Label samples to indicate makeup of mortar. (2) Mockups are to represent multiple mortar colors as well as tooling techniques. (3) Accepted mockups may remain in place as accepted work. 4. Quality Assurance: Submit the following for information: a) Test Reports: mortar laboratory testing. b) Mock up: Mortar Color and Coursing to match existing c) Mockups: Use the same installation methods and materials as required for the Work. Schedule construction so that it may be reviewed, and any necessary adjustments made, prior to commencing fabrication of the Work. When accepted, mock-up shall serve as the standard for materials, workmanship, and appearance throughout the Project. d) Provide the following mock-ups at location to be designated. (1) Repointing: Prepare 2 separate sample areas of approximately 36 inch (914.4 mm) high by 72 inch (1,828.8 mm) wide for each type of repointing required, one for demonstrating methods and quality of workmanship expected in removal of mortar from joints and the other for demonstrating quality of materials and workmanship expected in pointing mortar joints. (2) Demonstrate complete understanding of the entire removal, lime installation, and lime curing process. 5. Closeout Submittals: Submit the following to the Owner. a) Record documents. D. QUALITY ASSURANCE 1. Qualifications: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

131 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION a) Contractor Qualification: Work of this Section shall be performed by a contractor who has a minimum of ten (10) projects with a proven ten (10) year record of competence and experience in the construction of similar size and complexity. b) Manufacturer Qualification: A firm experienced in successfully producing work similar to that indicated for this Project, with a record of successful in-service performance, and with sufficient production capacity to produce required units without causing delay in the Work. c) On Site stonemason Qualification: A stonemason trained in the use of the materials and equipment to be employed in the Work. (1) Experience: Minimum of 10 years. 2. Regulatory Requirements: Comply with all applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. 3. Single Source Responsibility: Obtain materials from a single manufacturer for each different product required. 4. Mockups: Use the same installation methods and materials as required for the Work. Schedule construction so that it may be reviewed, and any necessary adjustments made, prior to commencing fabrication of the Work. When accepted, mock-up shall serve as the standard for materials, workmanship, and appearance throughout the Project. a) Provide the following mock-ups at location to be designated. (1) Repointing: Prepare 2 separate sample areas of approximately 36 inch (914.4 mm) high by 72 inch (1,828.8 mm) wide for each type of repointing required, one for demonstrating methods and quality of workmanship expected in removal of mortar from joints and the other for demonstrating quality of materials and workmanship expected in pointing mortar joints. (a) Limestone - Match existing tooled slight concave (b) Brick: new tooled joints are to match existing tooled slight concave 2016 work as identified on the documents. (East side between doors D11 and D13.) (2) Masonry Repair: Prepare sample panels of size indicated for each type of masonry material indicated to be repaired. Erect mock-up panels into an existing wall, unless otherwise indicated, to demonstrate quality of materials and workmanship. (3) Include all representative components of Scope of Work. (a) Mortar grind, point, tool b) Accepted mock-ups in undisturbed condition at time of Substantial Completion may become part of completed unit of Work. 5. Pre-Installation Meetings: Contractor to conduct meetings at site with installer prior to start of Work. Familiarize installer with conditions at site and related Work. E. DELIVERY, STORAGE, AND HANDLING 1. General: Deliver materials in manufacturer s original packaging with label indicating pertinent information identifying the item. Store materials in accordance with manufacturer s instructions in a protected dry location off ground. Do not open packaging nor remove labels until time of installation. a) Protect masonry restoration materials during storage and construction from wetting by rain, snow or ground water, and from staining or intermixture with earth or other types of materials. b) Protect mortar and other materials from deterioration by moisture and temperature. Store in a dry location or in waterproof containers. Keep containers tightly closed and away from open flames. Protect liquid components from freezing. Comply with manufacturer's recommendations for minimum and maximum temperature requirements for storage. F. PROJECT CONDITIONS OR SITE CONDITIONS Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

132 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION 1. Environmental Requirements: Proceed with the Work in accordance with manufacturer s requirements and instructions and any agreements or restrictions of the Pre-Construction Conference, including the following. a) Mortar: (1) Do not re-point mortar joints or repair masonry unless air temperatures are between 32 deg. F (0 deg. C) and 80 deg. F (27 deg. C) and will remain so for at least 48 hours after completion of work. (2) Prevent mortar used in repointing and repair work from staining face of surrounding masonry and other surfaces. Remove immediately grout and mortar in contact with exposed masonry and other surfaces. (3) Protect sills, ledges and projections from mortar droppings. G. SEQUENCING/SCHEDULING: 1. Perform masonry restoration work in the following sequence: a) Clean the sample area for color and material matching b) Repair existing masonry including replacing existing masonry with new masonry materials. c) Grind existing mortar from joints indicated to be repointed. d) Repoint existing mortar joints of masonry indicated to be restored. e) Clean all masonry surfaces of work related debris. II. PRODUCTS A. MATERIALS 1. Mortar Materials: a) Portland Cement: ASTM C 150, Type I, to match existing. b) Hydrated Lime: ASTM C 207, Type S, containing no air entrainment. c) Aggregate: (1) Fine aggregate: (a) ASTM C 144, natural sand. (b) Joints 3/8 inch (9.525 mm) thick or less, 100 percent shall pass No. 8 sieve and 95 percent shall pass the No. 16 sieve. (2) Course Aggregate: (a) ASTM C 404. d) Water: Clean, potable, free from deleterious amounts of acids, alkalies, and organic materials. e) Mortar Colors: (1) Inorganic compounds used in the proportions recommended by the manufacturer, but in no case exceeding 15% of the weight of the cement, except that carbon black shall not exceed 3% of the weight of the cement. (2) Color: Match existing. (3) Texture: Match aggregate of existing mortar (4) Exposed Sand aggregate to match existing. f) Do not use the following: (1) Calcium chloride and/or admixtures containing same shall not be included in mortar or grout. (2) Do not use frozen materials mixed or coated with ice or frost. (3) No air-entraining admixtures or cementitious material containing air-entraining admixtures shall be used in the mortar. (4) Masonry cement is not acceptable. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

133 B. Mortar Performance (5) High strength portland cement is not to be used. DIVISION 04 - MASONRY SECTION MORTAR RESTORATION (6) Pre packaged mortar mixes are not to be used without full disclosure of all components and properties of the mix. 1. Properties and Proportioning: a) Replacement mortar is to be tested within 30 days of work installation. b) The strength of the replacement mortar is to have Cubes tested at an independent testing lab. (1) Type O limited to 900 psi at 28 days (2) Type N limited to 1150 psi at 28 days c) Mortar properties to be demonstrated by results of testing of mortar by an independent testing agency and submitted PRIOR to starting mortar work. d) The mortar will be a combination of property and proportion with property being the dominant determining characteristic. e) Type O mortar defined by property in accord with ASTM C 270 and ASTM C 1329 f) Type N mortar defined by property in accord with ASTM C 270 and ASTM C Mix: a) Setting Mortar and Grout: (1) Mix mechanically for 3 to 5 minutes with optimum amount of water to produce a workable consistency. b) Tuckpointing mortar: (1) Add only enough water to make a damp mixture. (2) Allow to sit one to two hours. (3) Remix and add water to obtain desired plasticity and workability. III. EXECUTION A. EXAMINATION 1. Site Verification of Conditions: Examine and correct conditions of area to receive the Work prior to installation. B. PREPARATION 1. Mortar Removal a) Grind or chisel out mortar joints to a depth of at least 2 times the width of the joint or deeper until sound original mortar is located. b) The minimum depth of thin joints to ensure removal of brick white Portland mortar shall be 3/4-1- 1/2. c) Remove all dust and debris from joints to ensure sound bonding. d) Perform the above steps without damaging the masonry units or building. 2. Wall Preparation a) Pre-wet the wall with copious amounts of water. Setting up a lawn sprinkler on the masonry and letting it run for an hour or so is usually a very good way to ensure the wall is thoroughly wet. Simply misting the wall with a hand sprayer or Hudson sprayer is NOT sufficient. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

134 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION b) Lime mortar is an extremely dry mix so keep the walls from absorbing what little water is in the mix. If the walls are not thoroughly pre-wet, the mortar will fail and/or the color will shift. c) Protect the walls from high winds, direct sunlight and/or heat by tenting the area with dampened burlap attached at the wall on the top and draped over the scaffhold. 3. Mortar Mixing a) Add only just enough water to make the mortar workable. b) Mortar can be mixed by hand or in a cement mixer. Mix the mortar for 5 minutes, allow to rest for three minutes and re-mix for another three minutes. USE A TIMER. c) Add water slowly as the mixer is running to help control the amount added. It is very easy to add too much water. d) The final consistency of the mortar should be that of brown sugar. To test for proper consistency do either of the following: C. INSTALLATION (1) Grab a handful of mixed mortar and form it into a ball. Toss the ball into the air and let it land in your palm several times. The ball of mortar should just barely hold together without breaking apart but it should not leave very much (if any) residue on your skin. (2) Take a handful of mixed mortar and squeeze it in your palm. If the mortar readily oozes between your fingers you have mixed with too much water. If the mortar just starts to push between your fingers you have a good workable consistency. (3) Dry lime mixes are good for the integrity of the mortar itself and great for the contractor. The drier the mix the less mortar smears you will get on the building during the pointing process. Most lime mortar pointing projects can be completed with little or no washing afterwards which saves the contractor significant time and money. 1. General: Install system in accordance with manufacturer s printed installation instructions, submittals, applicable industry standards, and governing regulatory requirements for the Work. 2. Measure and batch materials by volume or weight and is to be accurately controlled and maintained with consistency throughout the Work. 3. Apply in layers or lifts of not more than 1/4 inch (6.35 mm) in depth. 4. Reconstructed stone areas are to replicate coursing and joint thickness. a) Existing Mortar joints are approximately 1/4 inch to 3/8 inch high 5. Pointing with Lime (per mortar consultant) a) Compact mortar into joints using back fillers. Never use grout bags or pointing guns which require too wet of a mix and segregate the paste from the aggregate. b) Apply mortar in lifts if the joint is deep c) Remember the more your compact the mortar the denser the joint will be thus reducing vapor permeability. Ultimately, do not over compact mortar joints; allow them to transmit water vapor and "breath". d) Historic mortar joints were rarely struck in a concave pattern. Lime joints look great in a "V" struck, weather struck or raked joint profile. 6. "Curing" Lime a) The longer you can damp "cure" lime mortar the more resilient your joints will be. Humidity and frequent misting deposit CO2 into the masonry that lime requires to get hard. b) If at all possible protect your pointed walls with dampened burlap raised 1-2 inches away from the wall for a period of at least 3-5 days. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for BID

135 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION c) Keep the burlap damp by misting it with water periodically. Dampened burlap shades the wall keeping it cool and provides for a humid environment that lime mortar loves as it gains initial strength. d) If you cannot drape burlap then gently mist the wall frequently to keep the wall damp. 7. Washing Lime a) Do NOT wash lime mortar joints with any type of acidic product. b) If it is needed to remove mortar smears from masonry simply use a green scouring sponge and water. Most smears are easily removed with this method within hours after pointing. c) If needed, clean lime pointing work with an acid use Vanatrol at a dilution of at least 12:1 with a dwell time of only a few seconds. This chemical should only be applied to a thoroughly pre- wet wall. D. CLEANING 1.Construction Management: a)at the end of recycle or dispose debris and E. PROTECTION 1.Protect the Work deteriorate or be protection at time Completion. Waste each work day, of unused material, containers. so it will not damaged. Remove of Substantial Representtive photos for reference to the lime mortar process Photo 1: context for pointing mockup by Simon Leverett Photo 2: context for pointing mockup by Simon Leverett Photo 3: Approved joint to match Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 04 MORTAR RESTORATION HIGH LIME BRUSH Architects, LLC Issue for BID

136 Photos 4-6: Representative depths of the joints after removal of the non compliant Portland based mortar.

137 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION Photos 7-8: Example of the burlap draped joints during the curing period. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 04 MORTAR RESTORATION HIGH LIME BRUSH Architects, LLC Issue for BID

138 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION I. GENERAL A. SUMMARY 1. This Section includes the following: a) High Lime Mortar b) Mortar on the building has been previously tested and does NOT contain ACM 2. Related Sections: Requirements that relate to this section are included but not limited to the sections below. a) Division 1 General Requirements b) Division 4 Limestone Masonry Restoration c) Division 7 Joint Protection B. Material Testing 1. Pre-construction Laboratory Testing: a) Existing Mortar has been tested for limestone (1) Mortar results limestone: Type O b) REPLACEMENT POINTING AND SETTING Mortar is to be: (1) Setting Mortar Type O - High Lime (2) Pointing Mortar for Stone TYPE O c) TESTS MUST BE PERFORMED ON THE ACTUAL MORTAR TO BE USED ON THE PROJECT - NOT JUST THE MANUFACTURER S STATED MARKETING TESTS. d) Begin mortar testing as soon as the NTP is issued to have 28 day break results prior to start of construction e) 2 areas of high lime mortar were installed by Simon Leverett in October These will be used as the standard for the contractor to match both with their mockup and for the duration of the project. 2. Replacement mortar testing a) Proposed replacement mortar must comply with properties established in this specification as modified as necessary by the Architect as a result of the existing mortar tests. b) Provide results of cube tests to Architect for approval (1) Engage a testing laboratory complying with ASTM E 329. (2) Refer to Division 1 Section Quality Requirements for additional requirements. (3) Test in accord with ASTM C 780. (4) Perform tests for each type of mortar. For compressive strength, test four 2-inch cubes; one cube at 24 hours, one at 3 days, one at 7 days and one at 28 days. (5) Test water-soluble alkali content of the cement used in the mortar in accord with ASTM C 114 or suitable certification furnished by the manufacturer of the cement, to establish that total water-soluble alkali content does not exceed 0.1% of the alkalies present. (6) Determine air content in accordance with ASTM C 233. (7) Determine mortar characteristics per ASTM C 780. c) Report test results in writing and in form specified under each test method, to Architect and Contractor, on same day tests are made. C. SUBMITTALS 1. General: Submit in compliance with Division 1 Section Submittal Procedures. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

139 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION a) Submission of submittals indicates that the General Contractor has reviewed and approved the submittals for the following. (1) Compliance with the requirements of the Contract, Drawings and Project Manual. (2) Field measurements, field conditions and quantities. (3) Coordination with adjacent work and trades. b) Architect and Owners Rep will review submittals for the following. (1) Compliance with Drawings and Project Manual requirements. c) Incomplete submittal may be returned to the General Contractor without review. d) Submittals will be corrected and modified until Owner (UIUC ARC and PM) and Architect have approved. e) Sample submittals and mockups are at Contractor cost. 2. Product Data: a) Submit for action. Describe the properties of items to be used in the Work. b) Submit physical samples of all hardware and materials for the work. c) Each submittal is to have its own cover sheet and be submitted for approval via PRZM. 3. Samples: a) Initial Selection: Submit for action. Furnish manufacturer s complete color selection showing full range of colors and finish characteristics. Furnish the following. (1) Material as requested by Architect. b) Verification: Submit for action. Furnish materials to be used with labels indicating colors, finish characteristics, and locations of the Work. Samples will be reviewed for color and appearance only. Furnish the following. (1) Mortar. Label samples to indicate makeup of mortar. (2) Mockups are to represent multiple mortar colors as well as tooling techniques. (3) Accepted mockups may remain in place as accepted work. 4. Quality Assurance: Submit the following for information: a) Test Reports: mortar laboratory testing. b) Mock up: Mortar Color and Coursing to match existing 5. Closeout Submittals: Submit the following to the Owner. a) Record documents. D. QUALITY ASSURANCE 1. Qualifications: a) Contractor Qualification: Work of this Section shall be performed by a contractor who has a minimum of ten (10) projects with a proven ten (10) year record of competence and experience in the construction of similar size and complexity. b) Manufacturer Qualification: A firm experienced in successfully producing work similar to that indicated for this Project, with a record of successful in-service performance, and with sufficient production capacity to produce required units without causing delay in the Work. c) On Site stonemason Qualification: A stonemason trained in the use of the materials and equipment to be employed in the Work. (1) Experience: Minimum of 10 years. 2. Regulatory Requirements: Comply with all applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

140 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION 3. Single Source Responsibility: Obtain materials from a single manufacturer for each different product required. 4. Mockups: Use the same installation methods and materials as required for the Work. Schedule construction so that it may be reviewed, and any necessary adjustments made, prior to commencing fabrication of the Work. When accepted, mock-up shall serve as the standard for materials, workmanship, and appearance throughout the Project. a) Provide the following mock-ups at location to be designated. (1) Repointing: Prepare 2 separate sample areas of approximately 36 inch (914.4 mm) high by 72 inch (1,828.8 mm) wide for each type of repointing required, one for demonstrating methods and quality of workmanship expected in removal of mortar from joints and the other for demonstrating quality of materials and workmanship expected in pointing mortar joints. (a) Limestone - Match existing tooled slight concave (b) Brick: new tooled joints are to match existing tooled slight concave 2016 work as identified on the documents. (East side between doors D11 and D13.) (2) Masonry Repair: Prepare sample panels of size indicated for each type of masonry material indicated to be repaired. Erect mock-up panels into an existing wall, unless otherwise indicated, to demonstrate quality of materials and workmanship. (3) Include all representative components of Scope of Work. (a) Mortar grind, point, tool b) Accepted mock-ups in undisturbed condition at time of Substantial Completion may become part of completed unit of Work. 5. Pre-Installation Meetings: Contractor to conduct meetings at site with installer prior to start of Work. Familiarize installer with conditions at site and related Work. E. DELIVERY, STORAGE, AND HANDLING 1. General: Deliver materials in manufacturer s original packaging with label indicating pertinent information identifying the item. Store materials in accordance with manufacturer s instructions in a protected dry location off ground. Do not open packaging nor remove labels until time of installation. a) Protect masonry restoration materials during storage and construction from wetting by rain, snow or ground water, and from staining or intermixture with earth or other types of materials. b) Protect mortar and other materials from deterioration by moisture and temperature. Store in a dry location or in waterproof containers. Keep containers tightly closed and away from open flames. Protect liquid components from freezing. Comply with manufacturer's recommendations for minimum and maximum temperature requirements for storage. F. PROJECT CONDITIONS OR SITE CONDITIONS 1. Environmental Requirements: Proceed with the Work in accordance with manufacturer s requirements and instructions and any agreements or restrictions of the Pre-Construction Conference, including the following. a) Mortar: (1) Do not re-point mortar joints or repair masonry unless air temperatures are between 32 deg. F (0 deg. C) and 80 deg. F (27 deg. C) and will remain so for at least 48 hours after completion of work. (2) Prevent mortar used in repointing and repair work from staining face of surrounding masonry and other surfaces. Remove immediately grout and mortar in contact with exposed masonry and other surfaces. (3) Protect sills, ledges and projections from mortar droppings. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

141 G. SEQUENCING/SCHEDULING: DIVISION 04 - MASONRY SECTION MORTAR RESTORATION 1. Perform masonry restoration work in the following sequence: a) Clean the sample area for color and material matching b) Repair existing masonry including replacing existing masonry with new masonry materials. c) Grind existing mortar from joints indicated to be repointed. d) Repoint existing mortar joints of masonry indicated to be restored. e) Clean all masonry surfaces of work related debris. II. PRODUCTS A. MATERIALS 1. Mortar Materials: a) Portland Cement: ASTM C 150, Type I, to match existing. b) Hydrated Lime: ASTM C 207, Type S, containing no air entrainment. c) Aggregate: (1) Fine aggregate: (a) ASTM C 144, natural sand. (b) Joints 3/8 inch (9.525 mm) thick or less, 100 percent shall pass No. 8 sieve and 95 percent shall pass the No. 16 sieve. (2) Course Aggregate: (a) ASTM C 404. d) Water: Clean, potable, free from deleterious amounts of acids, alkalies, and organic materials. e) Mortar Colors: (1) Inorganic compounds used in the proportions recommended by the manufacturer, but in no case exceeding 15% of the weight of the cement, except that carbon black shall not exceed 3% of the weight of the cement. (2) Color: Match existing. (3) Texture: Match aggregate of existing mortar (4) Exposed Sand aggregate to match existing. f) Do not use the following: B. Mortar Performance (1) Calcium chloride and/or admixtures containing same shall not be included in mortar or grout. (2) Do not use frozen materials mixed or coated with ice or frost. (3) No air-entraining admixtures or cementitious material containing air-entraining admixtures shall be used in the mortar. (4) Masonry cement is not acceptable. (5) High strength portland cement is not to be used. (6) Pre packaged mortar mixes are not to be used without full disclosure of all components and properties of the mix. 1. Properties and Proportioning: a) Replacement mortar is to be tested within 30 days of work installation. b) The strength of the replacement mortar is to have Cubes tested at an independent testing lab. (1) Type O limited to 900 psi at 28 days (2) Type N limited to 1150 psi at 28 days Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

142 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION c) Mortar properties to be demonstrated by results of testing of mortar by an independent testing agency and submitted PRIOR to starting mortar work. d) The mortar will be a combination of property and proportion with property being the dominant determining characteristic. e) Type O mortar defined by property in accord with ASTM C 270 and ASTM C 1329 f) Type N mortar defined by property in accord with ASTM C 270 and ASTM C Mix: a) Setting Mortar and Grout: (1) Mix mechanically for 3 to 5 minutes with optimum amount of water to produce a workable consistency. b) Tuckpointing mortar: (1) Add only enough water to make a damp mixture. (2) Allow to sit one to two hours. (3) Remix and add water to obtain desired plasticity and workability. III. EXECUTION A. EXAMINATION 1. Site Verification of Conditions: Examine and correct conditions of area to receive the Work prior to installation. B. PREPARATION 1. Mortar Removal a) Grind or chisel out mortar joints to a depth of at least 2 times the width of the joint or deeper until sound original mortar is located. b) The minimum depth of thin joints to ensure removal of brick white Portland mortar shall be 3/4-1- 1/2. c) Remove all dust and debris from joints to ensure sound bonding. d) Perform the above steps without damaging the masonry units or building. 2. Wall Preparation a) Pre-wet the wall with copious amounts of water. Setting up a lawn sprinkler on the masonry and letting it run for an hour or so is usually a very good way to ensure the wall is thoroughly wet. Simply misting the wall with a hand sprayer or Hudson sprayer is NOT sufficient. b) Lime mortar is an extremely dry mix so keep the walls from absorbing what little water is in the mix. If the walls are not thoroughly pre-wet, the mortar will fail and/or the color will shift. c) Protect the walls from high winds, direct sunlight and/or heat by tenting the area with dampened burlap attached at the wall on the top and draped over the scaffhold. 3. Mortar Mixing a) Add only just enough water to make the mortar workable. b) Mortar can be mixed by hand or in a cement mixer. Mix the mortar for 5 minutes, allow to rest for three minutes and re-mix for another three minutes. USE A TIMER. c) Add water slowly as the mixer is running to help control the amount added. It is very easy to add too much water. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

143 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION d) The final consistency of the mortar should be that of brown sugar. To test for proper consistency do either of the following: C. INSTALLATION (1) Grab a handful of mixed mortar and form it into a ball. Toss the ball into the air and let it land in your palm several times. The ball of mortar should just barely hold together without breaking apart but it should not leave very much (if any) residue on your skin. (2) Take a handful of mixed mortar and squeeze it in your palm. If the mortar readily oozes between your fingers you have mixed with too much water. If the mortar just starts to push between your fingers you have a good workable consistency. (3) Dry lime mixes are good for the integrity of the mortar itself and great for the contractor. The drier the mix the less mortar smears you will get on the building during the pointing process. Most lime mortar pointing projects can be completed with little or no washing afterwards which saves the contractor significant time and money. 1. General: Install system in accordance with manufacturer s printed installation instructions, submittals, applicable industry standards, and governing regulatory requirements for the Work. 2. Measure and batch materials by volume or weight and is to be accurately controlled and maintained with consistency throughout the Work. 3. Apply in layers or lifts of not more than 1/4 inch (6.35 mm) in depth. 4. Reconstructed stone areas are to replicate coursing and joint thickness. a) Existing Mortar joints are approximately 1/4 inch to 3/8 inch high 5. Pointing with Lime (per mortar consultant) a) Compact mortar into joints using back fillers. Never use grout bags or pointing guns which require too wet of a mix and segregate the paste from the aggregate. b) Apply mortar in lifts if the joint is deep c) Remember the more your compact the mortar the denser the joint will be thus reducing vapor permeability. Ultimately, do not over compact mortar joints; allow them to transmit water vapor and "breath". d) Historic mortar joints were rarely struck in a concave pattern. Lime joints look great in a "V" struck, weather struck or raked joint profile. 6. "Curing" Lime a) The longer you can damp "cure" lime mortar the more resilient your joints will be. Humidity and frequent misting deposit CO2 into the masonry that lime requires to get hard. b) If at all possible protect your pointed walls with dampened burlap raised 1-2 inches away from the wall for a period of at least 3-5 days. c) Keep the burlap damp by misting it with water periodically. Dampened burlap shades the wall keeping it cool and provides for a humid environment that lime mortar loves as it gains initial strength. d) If you cannot drape burlap then gently mist the wall frequently to keep the wall damp. 7. Washing Lime a) Do NOT wash lime mortar joints with any type of acidic product. b) If it is needed to remove mortar smears from masonry simply use a green scouring sponge and water. Most smears are easily removed with this method within hours after pointing. c) If needed, clean lime pointing work with an acid use Vanatrol at a dilution of at least 12:1 with a dwell time of only a few seconds. This chemical should only be applied to a thoroughly pre-wet wall. D. CLEANING Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

144 1. Construction Waste Management: a) At the end of each work day, recycle or dispose of unused material, debris and containers. E. PROTECTION DIVISION 04 - MASONRY SECTION MORTAR RESTORATION 1. Protect the Work so it will not deteriorate or be damaged. Remove protection at time of Substantial Completion. Representtive photos for reference to the lime mortar process Photo 1: context for pointing mockup by Simon Leverett Photo 2: context for pointing mockup by Simon Leverett Photo 3: Approved joint to match Photos 4-6: Representative depths of the joints after removal of the non compliant Portland based mortar. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

145 DIVISION 04 - MASONRY SECTION MORTAR RESTORATION Photos 7-8: Example of the burlap draped joints during the curing period. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC MORTAR RESTORATION HIGH LIME Issue for REVIEW

146 Barrell Gate Mortar Report 1525 North Lake Road Lake Forest IL The original mortar was tested October 27, 2017 (ASTM c1324). Mortar sample was removed from deep within the wall on the north side of the east elevation at approximately four feet above ground level. Mortar testing was performed by Braun Intertec, project number B (attached below). Testing was run by Henry Frerk Sons in Chicago. Interpretation was assisted by Elisabeth Logman, preservation consultant. ASTM C-1324 Examination and Analysis of Hardened Masonry Mortar was performed on a mortar sample collected from the Barrell Memorial Gate. The testing finds that the binder consists of a hydrated lime binder with a smaller proportion of mineral constituents that appear to be either white Portland cement or slag. White Portland cement was not generally available until the 1930s, and given that this mortar sample was removed from deep within the joint it is unlikely that this sample represents repair mortar. It is more likely that the glassy particulate is ground slag which would have been added to serve as a pozzolain. Pozzolains allow the mortar to set in two stages: the first set is when water is added, and the second occurs as the mortar is exposed to the atmosphere. The first set is important, since it allows the mortar to attain strength more quickly and to cure in wet conditions. The volumetric proportion of cementitious to sand ratio is estimated at 1:2.6, although this number is advisory only due to the uncertain nature of the glassy and siliceous constituents in the binder. Although it is not possible to determine the exact compressive strength of an original mortar, it was determined that this sample is moderately soft and moderately absorbent. This is good as it enables the wall to dry out quickly. Using the data provided in the report, the hydraulic property of the mortar is calculated to be 52.66%. This calculation is consistent with modern replacement Pozzolanic Hydraulic Mortar (PHL) which measured at 58.14% in ASTM C3124 testing. The original sand in the mortar is a natural sand, somewhat irregularly graded, with the majority passing the #8 sieve.

147 Recommendation Given the relative softness and absorbency of the original mortar, along with the moderate hydraulic properties, I recommend a PHL 5.0 mortar as a replacement binder. I recommend a 1:2.5 binder to aggregate ratio. The replacement aggregate should be a well graded natural sand that reflects the original in appearance, although the gradation has been adjusted to achieve a higher performing mortar. PHL 5.0 will achieve approximately 750 psi at 28 days (compared to type O mortar approximately 900 actual psi at 28 days). PHL Qualities * ASTM C Pozzolanic Hydraulic Lime Sand Sieve Results

148 Based on the sieve results, I am recommending Vinton Mason sand that meets c144, standard specification for masonry mortar. Comparison of original sand and Vinton mason sand

149 STONE POINTING WITH LIME MORTAR 100% of the structure shall be re-pointed. Custom colour mortar can be obtained from Henry Frerk Sons or be field matched by the mason using masonry powdered pigments. The mortar colour shall be approved by the architect before work commences. It is suggested that all cleaning and stone patching repairs be completed before re-pointing. Mortar Removal Grind or chisel out mortar joints to a depth of at least 2 1/2 times the width of the joint or deeper until sound original mortar is located. Remove all mortar fins left by the grinder from the top and bottom bricks so pointing mortar obtain a direct bond to the brick. Remove all dust and debris from joints to ensure sound bonding. Perform the above steps without damaging the masonry units. Wall Preparation Pre-wet the wall with copious amounts of water (SSD). Simply misting the wall with a hand sprayer or Hudson sprayer is NOT sufficient. Lime mortar is a very dry mix so you want to keep the walls from absorbing what little water is in the mix. If your walls are not thoroughly pre-wetted your mortar will fail and/or the color will shift. Protect the walls from high winds, direct sunlight and/or heat by tenting the area with dampened burlap attached at the wall on the top and draped over the scaffold. If your crew is comfortable and happy working, then the lime mortar they are installing will be comfortable and happy too. Mortar Mixing Mortar can be mixed by hand or in a modern mortar mixer. Mix the dry materials for 2 minutes, add some water and mix for 5 minutes. Let mortar stand for 30 minutes then re-mix for another three minutes to required consistency. USE A TIMER. Add water slowly as the mixer is running to help control the amount added. It is very easy to add too much water. It is advisable to measure required mortar at the beginning of the job and to stick with that amount. The final consistency of the mortar should be that of brown sugar. Dry lime mixes are good for the integrity of the mortar. The drier the mix the fewer mortar smears you will get on the building during the pointing process. Most lime mortar pointing projects can be completed with little or no washing afterwards which saves the contractor significant time and money and extends the life of the job by not having the fine aggregates removed by washing.

150 Apply the mortar in 1/4 lifts, waiting until the previous lift is thumbprint hard before applying the next lift. Tool mortar joints when the installed mortar is thumbprint hard. Proper timing of the tooling is important to achieve uniformity in appearance. If the mortar is tooled while it is too soft, its final color can often appear lighter than expected, and hairline cracks may occur. If mortar is tooled after becoming too hard, there may be dark streaks called "tool burning" and good closure of the mortar against the masonry units will not be achieved. There are a variety of pointing styles that you can choose from, but we always recommend tooling in the same style as the original. Custom pointing tools maybe required depending on the final profile you select. Never allow the mason to brush freshly laid mortar joints as this destroys the aesthetics of the mortar and smears mortar across the stone. In some cases (although this is not advisable) it may be necessary to remove fresh mortar smears from newly pointed work. The most effective period to clean new mortar smears is between days after the masonry has been installed. Thoroughly saturate the section of wall you wish to clean with water and, working from the bottom upward spray or scrub onto the wet wall Prosoco Vanatrol mixed at one part chemical to 10 parts water. Vanatrol is a mild acid so it is necessary to wear proper protection, use acid resistant tools and protect plants, windows, metal and anything else you do not want the acid to destroy. Allow the Vanatrol to dwell on the surface for 10 seconds and scrub mortar smears with a stiff acid resistant brush. Heavy buildup of excess mortar can be removed by scraping it with a wooden scraper or brick similar in color to the units the house is constructed with. Never use a metal scraper as the acid will react with the metal and may imbed permanent metallic stains into the masonry. It is important not let the cleaner dry into the masonry as this may leave a residue and cause permanent staining. To avoid streaking, keep adjacent and lower wall surfaces wet and rinsed free of cleaning residues. Avoid more than one re-application over the same area as repeated applications may cause a white detergent film to be deposited on the masonry surface. Rinse the masonry thoroughly by hand or with a power washer on a low setting with a fan tip using fresh water to remove all cleaning chemicals, free sand, loose material and debris. Rinse from the bottom of the work area to the top. Thorough rinsing is extremely important to ensure that all residues are removed from the porous masonry. Curing Repointing should be covered with damp burlap for a minimum of seven days. A misting system may be required if work is performed during hot weather.

151 Client: Braun Intertec Client Project No: B Project: Braun-T3 Client Project Mgr.: Jamison Langdon PO No. : B Chemical Analyst: Wyoming Analytical Contact: Jamison Langdon Proportion Calculation: Richard W Stevenson Submitter: Jamison Langdon Date Analyzed: November 1, 2017 Date Received: October 27, 2017 Date Reported: November 1, 2017 REPORT OF ANALYSIS (MODIFIED ASTM C EXAMINATION AND ANALYSIS OF HARDENED MASONRY MORTAR) RWS ID Client ID BRAUN-T3 B B Measured Composition (As Received Weight Percent) L.O.I (105 C represents free moisture) 0.73 L.O.I (550 C represents the water of hydration) 4.23 L.O.I (950 C represents CO₂ given off) Soluble SiO₂ 2.51 Soluble CaO Soluble MgO 6.63 Insoluble Residue (represents siliceous sand) Calculated Composition (As Received Weight Percent) Siliceous and Carbonate Sand Portland Cement Lime (Ca(OH)₂ + Mg(OH₂)) Water of Hydration 4.23 Carbonation (as CO₂) 6.88 Total Calculated Components 99.3 Calculated Composition (Volume Percent) Siliceous and Carbonate Sand Paste Hydrated Lime Portland Cement 8.43 Calculated Volumetric Composition (Loose Volumetric Proportion) Cement Content 1.00 Hydrated Lime 2.26 Sand Content 8.60 Hydrated Lime : Cement Ratio 2.3 : 1 Sand : Cementitious Ratio 2.6 : 1 Notes: 1. The soluble components were extracted following the procedure detailed in ASTM C The insoluble residue was determined in accordance to ASTM C Information regarding calculations, precision, accuracy and possible interferences may be found in ASTM C The soluble components were analyzed by ASTM C The portland cement content was calculated from the soluble silica assuming 21.0% soluble silica assignable to portland cement. 6. The paste components were calculated as portland cement and hydrated lime based on the petrographic analysis. 7. Volumetric calculations are based on the loose bulk densities of 80, 94, 40 and 50 pcf for silceous sand, cement, lime and carbonate sand respectively. 8. ASTM C1324 does not provide for mixed aggregate in OPC-lime mixtures. Observed carbonate aggregate was included in the calculations. 9. This report may not be reproduced except in its' entirety. RWS-001 Cement Content C1324 Mortar B C1324 Analysis.xlsx Revision 1.1

152 PHL 5.0 GRAYMONT Building Lime Products Description NIAGARA PHL 5.0 is a high-purity Blended Hydraulic Lime using a high purity dolomitic limestone like our NIAGARA Mature Lime Putty. NIAGARA PHL 5.0 Blended Hydraulic Lime complies with ASTM (Pozzolanic Hydraulic Lime for Structural Purposes). Uses Authentic restoration applications and designed to duplicate the original mortar, plaster, and stuccos used on many prestigious and historic buildings. Sustainable Construction such as Strawbale and Hempcrete. PHL provides breathability, flexibility and durability to these types of sustainable applications. Advantages No Portland NIAGARA PHL 5.0 contains absolutely no Portland Cement, which helps reduce potential damage in historic applications where it was not originally used. High Plasticity NIAGARA PHL 5.0 develops exceptional plasticity and workability. Excellent Water Retention Increased water retention allows for better bond strengths, also there is less retempering required during use. Limited Maximum Strength Average 28 day strength 750 PSI. Which is designed to work in historical and sustainable applications where weaker materials are desired. Water Vapor Permeability As a lime based mortar this product provides excellent water vapor transference. This is especially important in non-portland cement based applications such as historic restoration or sustainable building. Preparation Control of water absorption is important to success of material. Substrate should not have standing water nor should it be too dry that water is rapidly absorbed. A fine mist may be used to control the rate of absorption. Any issues that may attribute to the substrate retaining moisture must be repaired prior to work being done. P.O. Box 57 West Bend, WI saleswl@graymont.com

153 PHL 5.0 GRAYMONT Building Lime Products Mixing Directions The typical mix ratio for PHL 5.0 is 1:3 (lime vs. sand) based on volume. The use of clean water and sand meeting ASTM C144 is recommended. The lime and sand should be mixed prior to adding any water. This will help ensure that too much water is not added initially. Once dry materials are mixed, water may be added in order to reach the right consistency, however keep in mind that too much water will cause the finished material to shrink and potentially be weaker than desired. Curing Material must be protected from drying wind, frost, direct sun and rain for a minimum 7 days. The use of wet burlap, plastic and fine misting may be needed in conditions that require it. Freezing conditions will require special care be taken so that material does not freeze during curing. Coverage When mixing at a 1:3 ratio: 50lb. bag will repoint approximately 400 sq. ft. (estimate based on 3/8 x 3/8 joint size). 50lb. bag will repoint 1200 linear feet of stonework (estimate based on 3/8 x 3/8 joint size). 50lb. bag will plaster or stucco approximately 100 sq. ft. (estimate based on 1/4 thick). WARNING: MAY CAUSE EYE OR SKIN BURNS, HARMFUL IF SWALLOWED. CONTAINS: Hydrated Lime (calcium magnesium hydroxide) Avoid contact with eyes or skin. Do not take internally. Avoid breathing lime dust. Always wear NIOSH approved eye goggles when handling lime, in case of eye contact, flush eyes thoroughly, including under eyelids, with water for fifteen minutes. CALL PHYSICIAN IMMEDIATELY. KEEP OUT OF REACH OF CHILDREN. Hazardous ingredient info - (419) NOTICE: There are no warranties which extend beyond the description contained herein. We shall not be liable for incidental and consequential damages, directly or indirectly sustained, nor for any loss caused by application of these goods not in accordance with current printed instructions or for other than the intended use. Our liability is expressly limited to replacement of defective goods. Any claim shall be deemed waived unless made in writing to us within 30 days from the earlier of the date it was or reasonably should have been discovered. Wear protective clothing to prevent skin contact. If skin contact occurs wash with water. Should skin irritation continue, SEE PHYSICIAN. If swallowed CALL PHYSICIAN IMMEDIATELY. Ventilate or use dust collector to prevent airborne lime dust. If there is airborne lime dust use a NIOSH approved dust respirator.

154 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION I. GENERAL A. SUMMARY 1. This Section includes the following: a) Stone restoration must coordinate with the gate restoration and grade/sub grade work. b) The majority of limestone is in good condition. The only units to be replaced are those identified with efflorescence where the face and tooling of the surface has eroded. brown surface discoloration on the north side, west wall is acceptable to the owner to retain in place. Mild displacement on the north side west wall is also acceptable to the owner to retain in place. c) The stones identified in the documents and on site by the Architect to be replaced are first to be removed for consideration of reinstalling with the current interior face tooled and reinstalled. The stones are 8-24 thick which allows deteriorated sections to be cut off and the new face tooled to match the original. (1) It is essential that new tooling is to match the original pattern (2) It is essential that the first priority is to maintain the consistency of the material d) If replacement is required, all stone conditions, characteristics, dimensions and carvings must match original. (1) The primary stone is a white gray Indiana limestone. (2) Units identified for replacement include the base units immediately adjacent to the gate posts. (a) The east unit has eroded to the profile of the misaligned gate and is a non conforming brown limestone and is reported to be only 4 deep. (b) The west unit is a non conforming brown limestone and is reported to be only 4 deep. (c) The replacement units are to be full depth and the exposed faces are to match the stippling pattern of the adjacent units. e) Provide cut limestone as replacement only for irreparably deteriorated large spalls as identified in the construction documents and onsite. f) Spalls that are not replaced with new anchored limestone are to be replaced with anchored limestone patching materials as specified and carved or sculpted to match the existing profiles. 2. New Granite gate post units - are to be confirmed in detail with the shop drawings and following removal of the gates to confirm embedment depth of the gates. a) The top elevation of the base stones are to conform to the top elevation of the cobble grading pattern and drainage. b) The depth of the units is to allow 12 minimum below the bottom of the embedment holes. c) The width is to be 12 minimum. d) The gate post water protection shoe or collar is to allow full mobility and protect the hole from water infiltration and freeze thaw or corrosion damage. e) The gates must be able to freely operate without abrading the granite base. B. RELATED SECTIONS 1. Related Sections: Requirements that relate to this section are included but not limited to the sections below. a) Division 1 General Requirements b) Division 4 Mortar Restoration c) Division 4 Limestone cleaning d) Division 7 Joint Protection Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

155 C. REFERENCES 1. Indiana Limestone Institute of America Inc.: a) "Indiana Limestone Handbook" latest edition. 2. American Standards Association: a) "Limestone Grading System, A International Masonry Industry All-Weather Council (IMIAC): DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION a) Recommended Practices and Guide Specification for Cold Weather Masonry Construction. D. SUBMITTALS 1. General: Submit in compliance with Division 1 Section Submittal Procedures 2. Submission of submittals indicates that the General Contractor has reviewed and approved the submittals for the following. 3. Compliance with the requirements of the Contract, Drawings and Project Manual. 4. Field measurements, field conditions and quantities. 5. Coordination with adjacent work and trades. 6. Architect will review submittals for the following a) Compliance with Drawings and Project Manual requirements. 7. Incomplete submittal may be returned to the General Contractor without review. 8. Product Data: a) Submit for action. Describe the properties of items to be used in the Work. Include the following. (1) Quarry statistics (2) Material samples showing full color and texture variety of stone (3) Single source documentation (4) Carved stone samples to dimension and tooling required to match the existing stone. 9. Closeout Submittals: Submit the following to the Owner. a) Record documents. 10. Shop Drawings: Submit for action. Show fabrication and installation of the Work. Include the following. a) Layout and pertinent dimensions. b) Piece marks. c) Anchorage and reinforcement types. d) Details of carving techniques e) Jointing details. f) Erection and setting drawings showing anchoring, dwelling, and cramping details. 11. Samples: a) Verification: Submit for action. Furnish materials to be used with labels indicating colors, finish characteristics, and locations of the Work. Samples will be reviewed for color and appearance only. Furnish the following. (1) Cleaning sample in a location tbd by A/O to determine color and texture match (2) Limestone: 4 pieces minimum 6 inch x 6 inch x 1 inch (152.4 mm x mm x 25.4 mm) illustrating range of color, graining, tooling, and texture. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

156 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION (3) Granite: 4 pieces minimum 6 inch x 6 inch x 1 inch (152.4 mm x mm x 25.4 mm) illustrating range of color, graining, tooling, and texture. (a) The initial thought is gray granites to compliment the slate paving system of the adjacent memorial garden. (b) Color range for all components is to be decided by Lake Forest Cemetery committee. (4) Hardware: 1 sample of each anchorage and repair hardware. 12. Closeout Submittals: Submit the following to the Owner. a) Record documents. E. QUALITY ASSURANCE 1. Qualifications: a) Qualifications must be submitted for approval during contract negotiation. b) On Site Contractor Qualification: Work of this Section shall be performed by a contractor who has a minimum of ten (10) projects with a proven ten (10) year record of competence and experience in the construction of similar size and complexity involving Indiana limestone and Vermont/New York/Massachusetts GRAY PALLET GRANITE blocks and pavers - same source for color consistency. c) On Site stonemason Qualification: A stonemason trained in the use of the materials and equipment to be employed in the Work. (1) Company specializing in installing cut stone with ten (10) years documented experience and approved by stone supplier. (2) Employ only skilled craftsmen, (a) On Site supervisor /foreman must be documented with personal experience of 10 years with the installation and repair of Indiana limestone masonry. (b) One half of all On Site working crew must be documented with personal experience of 10 years with the installation and repair of Indiana limestone masonry. (c) Certified training with proprietary stone patching is required for the on-site mason. d) Fabricator Qualifications: A firm experienced in successfully producing work similar to that indicated for this Project, with a record of successful in-service performance, and with sufficient production capacity to produce required units without causing delay in the Work. (1) Company specializing in quarrying cut stone with ten years experience. (4) Stone supplier: Company specializing in quarrying cut stone with ten years experience. 2. Regulatory Requirements: Comply with all applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. 3. Single Source Responsibility: Obtain materials from a single manufacturer for each different product required. 4. Mockups: Use the same installation methods and materials as required for the Work. Schedule construction so that it may be reviewed, and any necessary adjustments made, prior to commencing fabrication of the Work. When accepted, mock-up shall serve as the standard for materials, workmanship, and appearance throughout the Project. a) Provide the following mock-ups at location to be designated. (1) Repointing: Prepare 2 separate sample areas of approximately 36 inch (914.4 mm) high by 72 inch (1,828.8 mm) wide for each type of repointing required, one for demonstrating methods and quality of workmanship expected in removal of mortar from joints and the Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

157 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION other for demonstrating quality of materials and workmanship expected in pointing mortar joints. (a) Limestone - Match existing tooled slight concave (2) Masonry Repair: Prepare sample panels of size indicated for each type of masonry material indicated to be patched, rebuilt or replaced. Erect mock-up panels into an existing wall, unless otherwise indicated, to demonstrate quality of materials and workmanship. (3) Mortar grind, point, tool (4) Stone repair techniques (a) stainless steel pin anchorage - always at angles, and through the broken unit to the host pieces, multiple directions are preferred. i) Countersink at the penetration at seal with approved color for the Limestone. (b) sculpted patch with anchorage (c) Include all representative components of Scope of Work. (5) Upward facing joint: (a) LEAD to match the existing (6) Limestone Cleaning: (a) Follow the procedures of the lime mortar specification II. F. DELIVERY, STORAGE, AND HANDLING 1. General: Deliver materials in manufacturer s original packaging with label indicating pertinent information identifying the item. Store materials in accordance with manufacturer s instructions in a protected dry and temperature controlled location off ground. Do not open packaging nor remove labels until time of installation. PRODUCTS a) Deliver materials in original containers with seals unbroken and labels intact. All containers shall have readable identifying labels for the duration of the work. Store in strict accordance with manufacturer's requirements. A. MATERIALS 1. Stone: a) Limestone, sound, durable without dries, open seams, or stratification. Match existing limestone as closely as possible: (1) Indiana sole source only b) Granite: sound, durable without dries, open seams, or stratification. Match existing limestone as closely as possible: (1) New York, Vermont, or Massachusetts sole source only for all granite c) Identify the sole source quarry. d) Physical properties (1) Color and Graining and Particle Density of Indiana Limestone (2) Match the range of the fully cleaned existing stone exposed on the test areas which will be cleaned. e) Multiple submittals may be required (1) Submit at contractor cost until adequate sample and sole source requirements are accepted by Architect and Owner representatives. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

158 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION 2. Limestone Patching - not anticipated as the preferred technique is to replace or retool and reinstall existing limestone if it is damaged. Patching will occur for small locations only with the approval of the Architect and Owner. a) Products (1) Jahn Cathedral Stone Restoration Mortars, mortar patch designed for limestone (a) requires contractor certification (b) M-70 Limestone Standard - color to be clarified on site (2) Edison (a) - requires contractor certifications (b) Limestone LC System 45 b) Mockups will be judged for craftsmanship and color matching 3. Mortar Materials: (1) Refer to Division 4 Section Mortar Restoration for requirements. 4. Miscellaneous: a) Anchors, Dowels, and Cramps: Stainless steel, ASTM A 666, Type 304 b) Bolts, Washers, and Nuts: Stainless steel, ASTM A 666, Type 304 c) Adhesive: B. FABRICATION (1) Two-component, solvent free, moisture insensitive, high modulus, high strength, structural epoxy, paste adhesive: ASTM C 881, Type I Grade 3, Class B and C for epoxy resin adhesives (2) Sika Corporation "Sikadur Injection Gel (3) Sika Corporation "Sikadur 31, Hi-Mod Gel 1. Match existing stone face size, full thickness, mortar joint size, and face texture: 2. Match existing drip, corner profile, or carving as appropriate to a given piece. III. EXECUTION A. EXAMINATION 1. Site Verification of Conditions: a) Examine all construction to receive the parts of the work. b) Verify all dimensions of in-place construction. c) If adjacent or underlying construction is unsatisfactory, do not proceed until conditions have been corrected. d) Observe the areas in which the work is to be confined and all limitations. e) Note materials which will require protection. f) Confirm all protection is in place prior to proceeding with work. B. PREPARATION 1. General: a) The Contractor shall thoroughly familiarize himself with the requirements of the Work by consulting the Drawings and Specifications. b) Provide all equipment, tools, and construction means required to perform the work efficiently and safely, including platforms and equipment for hoisting and lowering stones. c) Protect all materials from damage due to this work. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

159 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION d) Ornamental or unique shaped units are to be removed from site for mold and modeling with the intent to return and reinstall or provide to Owner for record. e) Reinstallation of all ornamental pieces in their original locations unless previously approved by Architect. f) All remnants of salvaged ornamental stone is the property of the Owner and is to be returned for on site storage. g) Contractor to weather protect openings. h) Original pieces to be returned intact to Owner. 2. Scaffolding: a) The Contractor shall be responsible for providing all scaffolding, staging, hydraulic lifts, etc., required for the proper execution of the work specified herein. b) Coordinate with the General Contractor c) All scaffolding and safety equipment and their operation must comply with applicable requirements of all laws, codes, ordinances, and regulations of federal, state, and municipal authorities having jurisdiction over this work. The most stringent requirements shall apply. 3. Protection: a) General: (1) The Contractor shall exercise caution in performing the work so as not to damage adjacent site elements and landscaping. (2) It shall be the Contractor's responsibility to protect the adjacent stone, windows, fixtures, mechanical equipment, etc. from mechanical damage due to scaffolding and other equipment. (3) Contractor is responsible for window removal, opening protection, stone removal, daily removal and reinstallation of weather and security protection. (4) Coordinate with General Contractor b) Protect: (1) Protect all appurtenances including metal rails, lighting, security systems, metal and wood framed windows and doors, expansion joints, adjacent spaces and all decorative metal features including signs, fixtures, etc. from the deleterious effects of construction. c) Damage: (1) Any damaged materials, stone, wood, metal, or glass that has been ground, etched, altered, or otherwise damaged, shall be repaired to the satisfaction of the Architect without additional cost to the Owner. d) Removal: (1) All protection materials shall be carefully and thoroughly removed. (2) Nail holes, adhesive, etc., shall be repaired to leave the metal and glass surfaces in the same condition as that prior to construction. e) Regulations: (1) Comply with all applicable safety codes and regulations that govern the work, including OSHA and EPA regulations.. f) Mechanical Damage to Masonry: (1) Exercise caution in performing the work so as not to damage the masonry elements. (2) Protect the masonry from mechanical damage due to the scaffolding, other equipment, and the cleaning operation. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

160 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION (3) If any masonry elements are damaged by the execution of the work, replace the damaged units at no additional cost to the Owner. (4) The limestone does not have any grinding or other mechanical or tool damage to the joints observed during the pre design investigation. g) Pedestrians, Automobiles, Other Sites, etc.: C. INSTALLATION (1) The Contractor shall be responsible for protecting workers, pedestrians, adjacent sites, parked or moving automobiles, other sites, street furniture, and other persons and objects that are vulnerable to damage by the cleaning operations. (2) Any damage to adjacent sites, automobiles, etc., caused by the cleaning operation shall be the responsibility of the Contractor and shall result in no additional cost to the Owner. 1. General: Install system in accordance with manufacturer s printed installation instructions, submittals, applicable industry standards, and governing regulatory requirements for the Work. a) Obtain approval prior to cutting or fitting any item not so indicated on Drawings. b) Do not impair appearance or strength of stone work by cutting. c) Do not perform work during adverse weather conditions which might be detrimental to the existing or new materials. 2. Replacement of Stone: a) Remove irreparable stones, as designated by Architect, and replace with new stones of same size and profile: (1) Provide temporary support for masonry above removed stonework by installing rods, shoring, blocking or other means to stabilize in vertical and lateral position. (2) Protect opening from intrusion of foreign matter, debris, and from weather. (3) Field modify stone for all accessories in the field, to insure proper location. (4) Remove corroded accessories and replace with stainless steel accessories designed to not place detrimental stresses on stone. Fasten anchors to back-up as detailed. (5) For "piece-in" (Dutchman) work, where only a part of a unit is to be replaced, saw out the defective portion, square to the existing joints, and replace with a new stone of the same size anchored to the "parent" stone. Create a new mortar joint with the "parent" stone. Piece in work is to be either full height or length of the stone, not a partial corner or small unit replacement. (a) Existing stone has previous piece in locations that are to be used as a model for the mock-up and work. (b) Location and size of piece in work is to be approved by Architect. i) Minimum size of piece in work is to be half the size of the parent stone in alignment with adjacent course joints. (c) Seams between piece in and parent stone are to be ¼ maximum joints. i) Fill surface of joint with mortar mixed with limestone dust particles. (d) Maintain the same joint size or less, as determined by Architect, in the existing stone masonry. (6) Install each stone unit with full mortar coverage on all adjoining ends and bearing surfaces, as required to provide completely solid bed joints and head joints: (7) Anchorage with slip or concealed anchors. (a) No anchors are to be face anchors or otherwise visible. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

161 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION (8) Shim units with wet wood wedges or plastic buttons. After setting bed will maintain unit in position without movement, remove wedges. b) Tolerances: maximum variation: (1) Between face plane of adjacent panels: 1/16 inch (1.58 mm). (2) Joint thickness to match existing: 1/4 inch (6.35 mm) joint thickness. 3. Repair of Stone: a) Repair designated cracks and spalls. (Remove the stone from the wall if necessary to make satisfactory repair. Replace all corroded accessories and reinstall in conformance with "Replacement of Stone," above.) (1) Stones with full-depth, non-moving (as determined by Architect) cracks continuous edge to edge: Bond with adhesive; grind and seal: (a) Bonded in place: i) Pressure inject epoxy adhesive for stone. Make initial pass with low pressure to partially fill crack depth. After setting, fill flush with stone face. ii) Pin as determined by schedule and depth of fragment and Architect. iii) Install min 2 pins per crack, on each side of the crack ensuring pin connects across reattached piece to host parent piece. (b) Removed for Bonding: i) Drill and install a minimum of two stainless steel dowel pins (per detail) apply adhesive and clamp in alignment until adhesive has set. (2) Stones with Dynamic Cracks (as determined by Architect): (a) Grind out, backer rod installed and sealed with caulking. (b) Drill and install a minimum of two stainless steel pins (per detail) apply adhesive and clamp in alignment until adhesive has set. (3) Stones with Spalled Faces: (a) The stones are very deep - approximately deep. The approximately 20 with spalled faces are to be removed INTACT with the intent to slice off the deteriorated stone from either the front face or the interior face of the same dimension (rear as opposed to side face) and re-tooled to match the original groove pattern (b) Stones requiring patching will have to be approved by the Architect, ARC, and Owner for patching. (c) If patching is required, only JAHN or Edison patching materials will be accepted. b) Thoroughly clean all surfaces which are to receive adhesive or patching to insure proper bond. Rub stone dust into the exposed face of the adhesive or patch to match adjacent stone color and texture. 4. Mortar Mixing: a) Tuckpointing and Setting Mortar (1) Refer to Division 4 Section Mortar Restoration for requirements. 5. Tuckpointing: D. CLEANING a) Refer to Division 4 Section Mortar Restoration for requirements. 1. Clean all finished surfaces of dirt and mortar droppings: a) Use fiber brushes or wooden paddle to remove excess mortar. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

162 DIVISION 04 - MASONRY SECTION STONE MASONRY RESTORATION b) Wash surfaces affected by Work with a water wash and nylon brush technique. Flush with clean water. 2. Rubbish, barriers, dirt, debris, tools, equipment, and unused materials shall be removed from the site each day. 3. Water run-off and spray shall be controlled as to not impede vehicular and pedestrian traffic. 4. The sidewalk and entry stairs shall be thoroughly rinsed of all chemicals, dirt, pollutants, and other materials washed off the site each day. 5. Construction Waste Management: The premises shall be kept in clean and orderly condition at all times during the progress of the work. E. PROTECTION 1. Protect the Work and adjacent materials and appurtenances so it will not be damaged or altered. Remove protection at time of Substantial Completion. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC STONE MASONRY RESTORATION Issue for BID

163 I. GENERAL A. WORK INCLUDES 1. Base Bid: a) MASONRY Contractor: B. RELATED WORK (1) Prepare substrate surfaces to receive joint sealants. DIVISION 7 THERMAL AND MOISTURE PROTECTION Section Joint Sealants (2) All skyward joints or offsets are to receive sealant at the mortar joints (3) All perimeter and material transitions are to receive LEAD JOINT COVER TO MATCH EXISTING (4) Joint protection at the cover at the gate post embedment is to be sealant compatible with concrete, wrought iron, and de-icing salts. 1. Specified elsewhere: a) Section Limestone Masonry Restoration C. SUBMITTALS 1. Submit under provisions of Section of this Contract the following: a) Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, color availability. b) Samples: Submit samples, 2 inch in length and width to match existing c) Manufacturer s Installation Instructions: Indicate special procedures, surface preparation, and perimeter conditions requiring special attention. d) Mock-up (1) Provide mockup to include joints in conjunction with masonry repair under provisions of Masonry and mortar specifications. (2) Locate where directed. (3) Mockup may remain as part of the work. D. QUALITY ASSURANCE 1. Manufacturer specializing in manufacturing the products specified in this section with minimum (3) three years experience. 2. Applicator specializing in performing the work of this section with minimum (3) three years experience. E. QUALIFICATIONS: 1. Contractor: Contractor is responsible for quality control of the Work. 2. Manufacturer: A firm experienced in successfully producing work similar to that indicated for this Project, with a record of successful in-service performance, and with sufficient production capacity to produce required units without causing delay in the Work. 3. Installer: An installer trained in the use of the materials and equipment to be employed in the Work. a) Engage an Installer who has successfully completed within the last 10 years at least 15 joint sealer applications similar in type and size to that of this Project. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC JOINT SEALANTS Issue for BID

164 4. Testing Laboratory: To qualify for acceptance, an independent testing laboratory must demonstrate to Architect s satisfaction, based on evaluation of laboratory-submitted criteria conforming to ASTM E 699, that it has the experience and capability to conduct satisfactorily the testing indicated without delaying progress of the Work. 5. Regulatory Requirements: Comply with all applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. 6. Single Source Responsibility: Obtain materials from a single manufacturer for each different product required. F. PRE INSTALLATION MEETINGS: 1. Contractor to conduct meetings at site with installer prior to start of Work. Familiarize installer with conditions at site and related Work. G. SUBMITTALS 1. Mockups: II. PRODUCTS a) Field Mockup for Review: Use the same installation methods and materials as required for the Work. Schedule mockups so that it may be reviewed and any necessary adjustments made, prior to commencing fabrication of the Work. When accepted, mock-up by Owner, General Contractor, and Architect, written approval and photographs shall serve as the standard for materials, workmanship, and appearance throughout the Project. b) Color, Craftsmanship, tooling, and finishing will all be under review subject to approval from ARC. c) Include all representative components of Scope of Work. (1) Limestone: Limestone (2) Limestone upward facing joint (3) Gate Post embedment collar cover A. JOINT Sealants 1. Sealant exposed to view is not anticipated. Sealant and backer rod is necessary below the lead coping joint cover. 2. Compatibility: Provide joint sealants, joint fillers, and other related materials that are compatible with one another and with joint substrates under service and application conditions. 3. Colors: a) Mockups are required for confirmation of colors, the following list is representative of the 2016 project record. confirm colors with the identified 2016 work areas b) Provide color of exposed joint sealers indicated or, if not otherwise indicated, as selected by Architect from manufacturer's standard colors. (1) Limestone: Limestone - Tremco Buff or Stone 4. Silicone ELASTOMERIC Sealants: Comply with ASTM C 920 a) Single-component, neutral-curing silicone sealant, Type S; Grade NS; Class 25; Uses T, NT, M, and O, with the additional capability to withstand 50 percent movement in both extension and compression for a total of 100 percent movement for expansion joints. b) Single-component, nonsag polyurethane sealant, Type S; Grade NS; Class 25; and Uses T, NT, M, A, and O. Chemical curing, non-staining, non-bleeding, non-sagging type. For general exterior and interior use. Colors as selected to match adjacent materials. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC JOINT SEALANTS Issue for BID

165 5. Acceptable Manufacturers: Subject to compliance with requirements, provide one of the following. a) Brand Name Specific is to match the existing work as masonry restoration progresses: b) Silicone sealant (1) Tremco Spectrem 3 c) Single-component, nonsag polyurethane sealant (1) Tremco Group, Beachwood, OH. B. MISC MATERIALS: III. EXECUTION 1. Joint Sealant Backing: Provide sealant backings of material and type which are nonstaining; are compatible with joint substrates, sealants, primers and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. 2. Closed-Cell Polyethylene Foam Joint Fillers: Preformed, compressible, resilient, nonwaxing, nonextruding strips of flexible, nongassing plastic foam; nonabsorbent to water and gas; and of size, shape and density to control sealant depth and otherwise contribute to producing optimum sealant performance. 3. Elastomeric Tubing Joint Fillers: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, capable of remaining resilient at temperatures down to -26 deg F (-15 deg C). Provide products with low compression set and of size and shape to provide a secondary seal, to control sealant depth, and otherwise contribute to optimum sealant performance 4. Bond-Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self-adhesive tape where applicable. 5. Primer: Provide type recommended by joint sealer manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from pre-construction joint sealer-substrate tests and field tests 6. Cleaners for Nonporous Surfaces: Provide nonstaining, chemical cleaners of type which are acceptable to manufacturers of sealants and sealant backing materials, which are not harmful to substrates and adjacent nonporous materials, and which do not leave oily residues or otherwise have a detrimental effect on sealant adhesion or in-service performance. 7. Masking Tape: Provide nonstaining, nonabsorbent type compatible with joint sealants and to surfaces adjacent to joints. A. Surface Preparation: 1. Verify with allied team that work area is prepared for work 2. Verify that all materials are compatible 3. Surface cleaning of joints: Clean out joints immediately before installing joint sealers to comply with recommendations of joint sealer manufacturers and the following requirements: 4. Remove all foreign material from joint substrates which could interfere with adhesion of joint sealer, including dust; paints, except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer; old joint sealers; oil; grease; waterproofing; water repellants; water; surface dirt; and frost. 5. Clean limestone by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealers. Remove loose particles remaining from above cleaning operations by vacuuming or blowing out joints with oil-free compressed air. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC JOINT SEALANTS Issue for BID

166 6. Remove laitance and form release agents from materials. 7. New lead T weather protection joint to be located at ALL UPWARD AND SKYWARD JOINTS a) 2 embedment into mortar joint fully bedded in sealant - size per manufacturer s specifications b) Sealant below the lead c) Backer rod d) Rake out and repoint joint to sound mortar (1-2 typical) 8. Clean metal, glass, porcelain enamel, glazed surfaces of ceramic tile; and other nonporous surfaces by chemical cleaners or other means which are not harmful to substrates or leave residues capable of interfering with adhesion of joint sealers. 9. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealer manufacturer Apply primer to comply with joint sealer manufacturer's recommendations. Confine primers to areas of joint sealer bond, do not allow spillage or migration onto adjoining surfaces. 10. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces which otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. B. General: Install system in accordance with manufacturer s printed installation instructions, submittals, applicable industry standards, and governing regulatory requirements for the Work. 1. Elastomeric Sealant Installation Standard: Comply with recommendations of ASTM C1193 for use of joint sealants as applicable to materials, applications and conditions indicated. C. Installation of Sealant Backings: Install sealant backings to comply with the following requirements: 1. Install joint fillers of type indicated to provide support of sealants during application and at position required to produce the cross-sectional shapes and depths of installed sealants relative to joint widths which allow optimum sealant movement capability. 2. Do not leave gaps between ends of joint fillers. 3. Do not stretch, twist, puncture, or tear joint fillers. 4. Remove absorbent joint fillers which have become wet prior to sealant application and replace with dry material. D. Install bond breaker tape between sealants and joint fillers, compression seals, or back of joints where adhesion of sealant to surfaces at back of joints would result in sealant failure. E. Install compressible seals serving as sealant backings to comply with requirements indicated above for joint fillers. F. Installation of Sealants: Install sealants by proven techniques that result in sealants directly contacting and fully wetting joint substrates, completely filling recesses provided for each joint configuration, and providing uniform, cross-sectional shapes and depths relative to joint widths which allow optimum sealant movement capability. G. Tooling of Sealants: Immediately after sealant application and prior to time skinning or curing begins, tool sealants to form smooth, uniform beads of configuration indicated, to eliminate air pockets, and to ensure contact and adhesion of sealant with sides of joint. Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents which discolor sealants or adjacent surfaces or are not approved by sealant manufacturer. 1. Provide concave joint configuration per Figure 6A in ASTM C1193, unless otherwise indicated. H. CLEANING 1. Clean off excess sealants or sealant smears adjacent to joints as work progresses by methods and with cleaning materials approved by manufacturers of joint sealers and of products in which joints occur. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC JOINT SEALANTS Issue for BID

167 2. Clean adjacent soiled surfaces. I. PROTECTION OF FINISHED WORK 1. Protect the Work so it will not deteriorate or be damaged. Remove protection at time of Substantial Completion. 2. Protect joint sealers during and after curing period from contact with contaminating substances or from damage resulting from construction operations or other causes so that they are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealers immediately and reseal joints with new materials to produce joint sealer installations with repaired areas indistinguishable from original work. J. ENVIRONMENTAL CONDITIONS 1. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation END Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC JOINT SEALANTS Issue for BID

168 I. GENERAL DIVISION 9 PAINT Section PAINT REMOVAL FROM CAST AND WROUGHT IRON A. SUMMARY 1. This procedure includes guidance on abrasively removing paint from wrought iron, cast iron and steel. These metals should be repainted immediately following paint removal in order to prevent exposure to the atmosphere and subsequent corrosion. 2. See Lead paint abatement procedures and specifications for Peel Away chemicals and fabric strippers 3. Removable components are assumed to be treated off site. 4. Safety Precautions: a) No food or drink shall be allowed near any work station so as to prevent contamination from paint, paint chips or paint dust which may contain lead and other toxic substances. b) All workmen must wear protective clothing, (including hair), goggles and respirators with proper filters. c) FOLLOW ALL APPROPRIATE REGULATIONS PROVIDED BY THE EPA REGIONAL OFFICE AND/OR THE STATE OFFICE OF ENVIRONMENTAL PROTECTION. d) Protective clothing shall be removed at the end of each day and kept at the site to prevent workers from taking dust and paint chips to other parts of the site or to their homes. e) Wash hands and face often, especially before eating and at the end of the day. B. DEFINITIONS 1. Mechanical/Abrasive Methods: as used herein shall apply to the approved methods of mechanical or abrasive removal. This includes sanding blocks or simple sand paper, power flexible sandpaper wheels and rotary wire brushes made to be chucked into a power drill, even the limited use of wet and dry air-abrasive cleaning. 2. Controlled air-abrasive cleaning with a fine grit may be considered for cast iron features and on heavier wrought iron sections. A successful job is directly related to the skill of the operator. The individual must be able to judge pressure and grit of abrasive, and be diligent about masking all other surfaces. 3. Dry air-abrasive cleaning - No water is involved in process. Excessive amounts of dust are produced which may be illegal in local municipality. Airborne dust which may contain lead will also be a problem. 4. Wet air-abrasive cleaning -Water is mixed with abrasive and air to cut down on dust generated. Useful in washing soluble iron salts from pitted areas. Good also for removing paint from iron structures in marine and heavily polluted environments. 5. Abrasively cleaned surfaces are usually specified in terms of surface cleanliness and surface roughness. These standards generally apply to modern commercial and industrial applications their applicability to historic metal surfaces must be carefully studied. 6. All methods require the removal of corrosion to achieve a clean surface before beginning the application of final coating. As soon as the cleaned surface is dry and clear of any particles or dirt, one must promptly apply an appropriate base coating to inhibit further corrosion from setting in before moving on to the finish coatings. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC PAINT REMOVAL FROM CAST AND WROUGHT IRON Issue for BID

169 II. PRODUCTS A. MATERIALS 1. Mineral spirits: a) A petroleum distillate that is used especially as a paint or varnish thinner. (1) Other chemical or common names include Benzine* (not Benzene); Naphtha*; Petroleum spirits*; Solvent naphtha*. (2) Potential Hazards: TOXIC AND FLAMMABLE. (3) Safety Precautions: (a) AVOID REPEATED OR PROLONGED SKIN CONTACT. i) ALWAYS wear rubber gloves when handling mineral spirits. ii) 2. For light surface corrosion: a) Emery paper If any chemical is splashed onto the skin, wash immediately with soap and water. b) Sandpaper - useful for smaller jobs or final feathering of high paint edges, corners or hard to reach places. c) Fine steel wool (1) 600 grit aluminum oxide 3. For medium surface corrosion: a) Putty knife b) Wire brush - removes corrosion and flaking metal as well as loosened paint. c) Scrapers - help to get under the paint and crevices. Do not chip or bang the paint off cast pieces as the iron may become fractured. d) Corrosion remover solution containing orthophosphoric acid. 4. For heavy corrosion: Coarse to medium grits of open-coat aluminum oxide or flint sandpaper, or emery paper. a) Soft rags b) Clean, potable water B. EQUIPMENT 1. Rubber gloves 2. Eye and skin protection 3. Paint scrappers and putty knives 4. Ball peen hammer 5. Sanding blocks, sanding sponges, sanding wheels 6. Wire brushes 7. Stiff natural bristle brushes 8. Rotary wire wheels 9. Proper, heavy-duty extension cords 10. Air-abrasive cleaning equipment ( psi) for use with fine grit dry and wet abrasives. 11. Water hose Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC PAINT REMOVAL FROM CAST AND WROUGHT IRON Issue for BID

170 III. EXECUTION A. EXAMINATION 1. Before work is begun on removing the existing paint film or otherwise preparing the surface all sources of excess moisture shall be determined and repaired as required. 2. Execute test samples of the cleaning methods specified in this procedure to determine which method(s) are to be used. Sample areas shall be selected by the Architect and OWNER Representatives and shall include at least one ornamental area and one flat area, or as necessary to include all surface types likely to be encountered in this work. 3. Method(s) used in the actual cleaning shall be the one(s) which provide the necessary level of cleanliness with the least amount of surface alteration. Final selection of methods shall be made by the OWNER Representative. B. PREPARATION 1. Protection: a) Protect adjacent surfaces, including grass, shrubs and trees with paper, drop cloths and other means. Items not to be painted which are in contact with or adjacent to painted surfaces shall be removed or protected prior to surface preparation and painting operations. b) Work area shall be sealed to prevent the spread of dust, debris and water beyond the work site, and to assist in the collection of contaminants. c) Provide protection boards to vulnerable decorative work and maintain for the duration of operations. d) All waste material shall be collected at the end of each work day and properly disposed of. It is considered Hazardous Waste. e) After each days paint removal work is complete, area shall be vacuumed with machines equipped with HEPA (High Efficiency Particulate Air) filters to insure all lead dust has been removed. C. ERECTION, INSTALLATION, APPLICATION 1. Mock ups of paint and corrosion removal options are required prior to proceeding with the work. 2. Remove only as much paint and corrosion each day as can be primed in the same day. Bare iron and steel will begin to corrode quickly. a) Removal of surface corrosion will be required if it should not be allowed to sit unprotected overnight. b) Soak in a solution of hot water and TSP or sudsy ammonia to loosen the paint. c) Remove paint with scrapers and/or a wire brush. d) Wipe with mineral spirits to remove final traces of paint. e) Dry immediately and prime to prevent rusting. 3. Mechanical/Abrasive Corrosion and Paint Removal: a) To determine the degree of deterioration and the level of paint removal required, clear away all dust and debris followed by rub-down with mineral spirits. b) To remove all corrosion and paint: (1) Begin with emery paper or aluminum oxide sandpaper. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC PAINT REMOVAL FROM CAST AND WROUGHT IRON Issue for BID

171 (2) Use scrapers to get under loose paint and into crevices. (3) Use a wire brush, or an electric drill with a special wire brush or rotary sandpaper whip attachment if above two methods do not remove paint. 4. Dry Ice abrasive Paint Removal: OBTAIN Owner and Architect APPROVAL BEFORE PROCEEDING WITH WORK. Note: While Dry Ice Abrasive Cleaning Air pressures at the compressor shall be between 20 psi to 40 psi. a) Adequate protection of the adjacent surfaces including glazings, marbles, and terrazzo flooring will be required. b) Grit size shall be appropriately calibrated per manufacturer s instructions for cast iron c) A pencil-point nozzle shall be used to allow more complete control. Nozzle shall allow for independent control over air, water and abrasive and should be held no closer than 12" from the surface to be cleaned. d) Flush all surfaces with water to remove all traces of slurry and spent abrasive. Final rinse shall contain corrosion inhibitor with no more than 5000 ppm. e) Dry surfaces immediately, especially any horizontal surfaces or water traps which might collect water. 5. Prime as soon as possible after surfaces have been dried but before corrosion has a chance to reform. 6. Fill all holes, depressions and cracks with metal filler and sand to conform with surrounding contours a) including base areas, seams, screw and bolt holes, and at junctures with dissimilar materials. 7. Prime and paint all surfaces per high performance coating specifications. D. PROTECTION 1. Protect cleaned or final finishes from damage during WORK or project cleaning period by use of temporary protective coverings approved by Owner and Architect. Remove protective covering at time of Substantial Completion. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC PAINT REMOVAL FROM CAST AND WROUGHT IRON Issue for BID

172 DIVISION 9 COATINGS Section COATINGS FOR ARCHITECTURAL METALS Historic Preservation - Technical Procedures I. GENERAL A. This standard includes general information on primers and paints to be used on interior and exterior wrought iron, cast iron and steel surfaces. B. Single Source prime and paint to be compatible with Cast Iron repair products II. PRODUCTS A. PRIMERS FOR WROUGHT IRON, CAST IRON AND STEEL 1. CHARACTERISTICS a) Primary function is adhesion. b) Must bond well to substrate and intermediate coat. c) Must provide chemical and weather resistance to protect the substrate before application of next coat. d) Must be compatible with intermediate and top coats. e) Must be compatible with paint/rust removal methods. 2. TYPES a) Oil/Alkyd Primers: (1) Advantages: (a) Bond well to most surfaces even if surface preparation is substandard. (b) Compatible with oil finish coats. (2) Limitations: (a) NOT compatible with finish coats of vinyl, epoxy or other synthetic polymer. Solvents in these systems attack and soften these primers. (b) Limited corrosion resistance. b) Mixed Resin Primers: (1) Advantages: (a) Bond well to most surfaces, though adequate surface preparation is important. (b) Compatible with most finish coats. (c) Good alkali resistance. (d) Some corrosion resistance. (2) Limitations: (a) Compatible with a specific range of top coats. c) Resin Same as Topcoats: (1) Advantages: (a) Effective when surface is properly prepared. (b) Some corrosion resistance. d) Inorganic Zinc: (1) Advantages: (a) Outstanding bonding characteristics when surface is cleaned and roughened. (b) Compatible with most finish coats. (c) Effectively resists disbonding. (d) Excellent resistance to underfilm corrosion. (e) Effective in protecting the metal without the help of a finish coat. (2) Limitations: (a) NOT acid or alkali-resistant. e) Wash Primers: Suitable for use on steel, aluminum, zinc, cadmium, chromium, tinplate, and terneplate. (1) Advantages: (a) Provides a smooth, durable, uniform base for finish coat application. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC COATINGS FOR ARCHITECTURAL METALS Issue for BID

173 (b) Compatible with the following top coats: vinyls, phenolics, alkyds, nitrocellulose and oiltype products. (2) Limitations: (a) NOT recommended for surfaces subject to temperatures above 150 degrees F. (66 degrees C.). f) Conversion Coatings: Oxidizing solution Used on zinc, iron, aluminum and magnesium (formulation will vary depending on type of metal). This type of coating is usually factory-applied. (1) Advantages: (a) Excellent corrosion resistance. (b) Good adhesion to subsequent paint coats. (2) Limitations: (a) Subject to deterioration if overheated. g) Zinc Chromate: Used on aluminum, magnesium and ferrous metals. (1) Advantages: (a) Good corrosion resistance. (2) Limitations: (a) Not suited to highly acidic environments. h) Zinc-rich Coatings: (1) Advantages: (a) Good corrosion resistance. B. PAINTS FOR WROUGHT IRON, CAST IRON AND STEEL 1. CHARACTERISTICS a) Must Be Single Sourced For Compatibility With Prime. b) Intermediate coat must uniformly bond the primer with the top coat. c) Intermediate coat must have enough chemical and weather resistance to protect the primer and substrate. 2. TYPES a) Oil-based/Alkyd Enamel: (1) Advantages: (a) For normal to severe weather conditions; provides good (b) abrasion and dirt resistance. (c) Suitable for both exterior and interior uses. (d) Good bonding characteristics. (2) Limitations: (a) Alkyds are not good in a continuously damp or chemically corrosive environment, nor are they solvent resistant. (b) Limited alkali resistance. b) Baked Phenolic: (1) Advantages: (a) Excellent resistance to acidic environments. (b) Excellent resistance to water. (c) Excellent resistance to strong solvents.= (2) Limitations: (a) Low alkali resistance. c) Epoxies: (1) Advantages: (a) Good adhesion. (b) Good chemical resistance. (c) Good abrasion resistance. (d) Good alkali resistance. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC COATINGS FOR ARCHITECTURAL METALS Issue for BID

174 (2) Limitations: (a) Sensitive to chalking under exterior exposure. (b) Sensitive to color fading. (c) Weak in acid. d) Acrylics: (thermoplastic and thermosetting coatings) (1) Advantages: (a) Good resistance to degradation from ultraviolet light. (b) Suitable for both interior and exterior use. e) Inorganic Zinc: (1) Advantages: (a) Excellent weather and solvent resistance. (b) Excellent resistance to underfilm corrosion. (c) Resistant to petroleum products. (2) Limitations: (a) Limited chemical resistance. (b) Not suitable for strong acid or strong alkali environments. f) Organic Zinc: (1) Advantages: (2) Protects against corrosion. g) Urethanes: (1) Advantages: (a) Excellent gloss and color retention. (b) Preferable to epoxy protective coatings or primers. (c) Available in a wide variety of formulations for different surface types and conditions. (2) Limitations: (a) Comparable to epoxies and vinyls in resistance to corrosion. (b) Some tend to yellow when exposed to sunlight. h) Silicones: (1) Advantages: (a) Excellent heat resistance. (b) Excellent color and gloss retention. (c) Available in pure or modified form (a mixture of 2 coating types) END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration BRUSH Architects, LLC COATINGS FOR ARCHITECTURAL METALS Issue for BID

175 I. GENERAL A. SUMMARY 1. This section includes the following: 2. Painted Metal Surfaces. DIVISION 09 PAINTS COATINGS Section High Performance Coatings a) Cast AND Wrought Iron: coordinate with specifications for LBP Paint and Sealant removal b) Work under this section consists of surface preparation, priming and finishing work necessary to complete the re-painting work indicated or reasonably implied on Drawings and bid documents. 3. Wrought Iron gates and hardware a) black paint to match existing black per OWNER approval 4. Use high performance zinc rich or epoxy coating systems specified in this section to re-coat all existing, repaired, and previously painted cast and wrought iron metal surfaces as indicated. a) Use high performance zinc rich or epoxy coating systems specified in this section to shop prime coat all new metal surfaces. b) Use high performance f zinc rich or epoxy coating systems specified in this section to coat all shop primed metal surfaces. c) Contractor responsible for all protections for all adjacent surfaces, appurtenances, louvers and ventilation, materials, equipment, infiltration, pedestrians, vehicles, landscape, and surrounding areas. (1) Any damage attributable to the Work or process of Work shall be repaired at Contractor s expense. (2) To include hazardous and non-hazardous waste disposal (3) To include protections from airborne paint and overspray concerns and claims (4) To include all masking and protection of limestone and non-coated substrates B. REFERENCES 1. Publications listed herein are part of this specification to extent referenced. 2. Steel Structures Painting Council: a) SSPC SP-1 Specification for Solvent Cleaning b) SSPC SP-2 Specification for Hand Tool Cleaning c) SSPC SP-3 Specification for Power Tool Cleaning d) SSPC SP-5 White Metal Blast Cleaning e) SSPC SP-6 Commercial Blast Cleaning f) SSPC SP-7 Brush Off Blast Cleaning g) SSPC SP-10 Near White Blast Cleaning h) SSPC SP-11 Power tool cleaning to near white i) SSPC PA-1 Painting Application Specification j) SSPC PA-2 Measurement of Dry Paint Thickness with Non-Destructive Magnetic Gauges k) SSPC SP-12 Specification for Surface Preparation By Water Jetting l) SSPC TR 2/NACE 6G198 Wet Abrasive Blast Cleaning Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

176 m) SSPC SP 6/NACE No. 3 Commercial Blast Cleaning n) SP 14/NACE No. 8 Industrial Blast Cleaning 3. American Society for Testing and Materials (ASTM) a) ASTM D 4060 Standard Test Method for Abrasion Resistance. b) ASTM D 4541 Standard Test Method for Pull-Off Strength of Coatings Using Portable Adhesion Testers. c) ASTM D 3363 Standard Test Method for Film Hardness by Pencil Test. d) ASTM D 2794 Standard Test Method for Measuring Direct Impact. e) ASTM B 117 Standard Test Method for Corrosion Resistance. f) ASTM D 4585 Standard Test Method for Measuring Humidity Resistance. g) ASTM G 53 (UVA-340 bulbs, 4 hours light, 4 hours dark) Standard Test Method for Measuring QUV Resistance h) ASTM D 522 (Method A Conical Mandrel) Standard Method for Measuring Flexibility i) MIL-PRF-85285D Section Standard Test Method for Cleanability. j) ASTM D 4141 Method C (EMMAQUA) Standard Test Method for Exterior Exposure. k) ASTM D 6578 Standard Test Method for Graffiti Resistance. l) ASTM D 4587 Standard Test Method for QUV Exposure. m) ASTM D 6695 Standard Test Method for Xenon ARC Weathering. 4. Occupational Safety and Health Act (OSHA) a) OSHA CFR 1910 C. DEFINITIONS 1. Terms Paint or Painting shall in a general sense have reference to HIGH PERFORMANCE modified polyamidoamine epoxy spot primer, polyamide epoxy tie-coat, and advanced thermoset solution fluoropolymer finish coat, and the application of these materials. 2. Dry Film Thickness (DFT): Thickness, measured in mils, of a coat of paint in cured state. 3. Conform to ASTM D16 for interpretation of terms used in this section. II. SUBMITTALS A. Product Data: 1. Submit in compliance with Division 1 Section Submittal Procedures. 2. Product Data: a) Submit for action. Describe the properties of items to be used in the Work. Include the following. (1) List each material and cross-reference the specific coating and finish system and application. Identify each material by the manufacturer's catalog number and general classification. (2) Submit manufacturer's literature describing products to be provided, giving manufacturer's name, product name, product line number, and ASTM Test Method results for each material. (3) Include technical data sheets for each coating, giving descriptive data, curing times, mixing, thinning, and application requirements. (a) Provide material analysis, including vehicle type and percentage by weight and by volume of vehicle, resin and pigment. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

177 (b) Submit manufacturer's Material Safety Data Sheets (MSDS) and other safety requirements. (4) Certification by the Manufacturer that products supplied comply with local regulations controlling use of volatile organic compounds (VOC s). (a) VOC Classification is to be 450 g/l or less 3. Submission of submittals indicates that the General Contractor has reviewed and approved the submittals for the following: a) Compliance with the requirements of the Contract, Drawings, and Project Manual. b) Field measurements, field conditions and quantities. c) Coordination with adjacent work and trades. 4. Architect will review submittals for the following: a) Compliance with drawings and Project Manual Requirements. B. Samples: 1. Submit in accordance with Division 1 Section Submittal Procedures. 2. Selection samples: Submit color charts displaying manufacturer's full range of standard colors applicable for the project for initial selection by Architect/Owner. 3. Submit 3 drawdowns of each product and color combination. Drawdowns shall be applied using a 4 mil WFT (wet film thickness) drawdown bar on Leneta form WD plain white coated cards size 3-7/8 inch x 6 inch (98.4 mm x mm). Label each card with the job name, product name and number, color number as stated in the color schedule, and the name and address of the supplying facility. 4. Prior to beginning work, the contractor will furnish color chips for surfaces to be coated. 5. Prior to beginning work, the contractor will have received approval of the mockups. 6. Manufacturer's Instructions: Submit manufacturer's installation procedures in accordance with Division 1 Section Submittal Procedures which shall be basis for accepting or rejecting actual installation procedures C. Warranty Coverage 1. Warranty covers all components of the coating to including product, installation, and application. Items such as definable color change, gloss loss, chalking of the film, checking, cracking, blistering, and delamination. Change color in excess of 5 DE Hunter units as determined in accordance with ASTM D 2244 by comparing the affected exposed coating cleaned with water and a soft cloth with unexposed Original project color standards to be maintained by Coating Representative and Owner. 2. Exhibit loss of gloss in excess of 24 units as measured by a gloss meter in accordance with ASTM D with 60 degree geometry.chalk in excess of a rating of 8 as measured in accordance with ASTM D4214 Method A. Failure due to improper or incomplete surface preparation, corrosion or corrosion residue on the substrate, inadequate or excessive film thickness, or defects due to inadequate repair to the surface is unacceptable and the repair is the responsibility of the Contractor 3. Length of coverage a) Warranty coverage (product, installation, and application) shall be effective for a period of FIFTEEN YEARS (15) beginning on the final completion date as identified in the Contract Documents. 4. Conditions Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

178 D. Certificates: a) The coatings applicator shall be experienced (10 years minimum) in the application of high performance coatings and whose qualifications shall be acceptable to the manufacturer and the Owner / Architect per the contract documents. 1. Coatings manufacturer shall certify that coating materials utilized are non lead (less than 0.06% lead by weight in dried film) as defined in Part 1303 of Consumer Product Safety Act. 2. Provide certification that specialized equipment as may be required by manufacturer for proper application of coating materials shall be utilized for work in this section. 3. Provide manufacturer s certification that products to be used comply with specified requirements and are suitable for intended application. E. Closeout Submittals: 1. Submit the following to the Owner in a bound manual and electronically for permanent record keeping.. a) Record documents. (1) Specific manufacturer, product, and color listing for future matching. (2) Document procedures (3) Document any variation from the specifications (4) Graphic notation on elevation drawings III. QUALITY ASSURANCE A. Qualifications: 1. Contractor: Contractor is responsible for quality control of the Work. 2. Certificates or articles of qualified work experience by lead on site contractors is required to be submitted to Owner and Architect at Bid Submission a) Include lists of completed projects with project names and addresses, names and addresses of architects and owners. 3. Manufacturer: Company specializing in manufacture of high performance coatings with a minimum of 15 years experience. A firm experienced in successfully producing work similar to that indicated for this Project, with a 15 year minimum record of successful in-service performance, and with sufficient production capacity to produce required units without causing delay in the Work. a) Manufacturer s representative to be on site periodically (minimum 1 per 2 week interval) during work and as necessary per work scope. b) Contractor required to keep Manufacturer s representative informed of schedule. 4. Installer: with a 10 year minimum experience with high performance coating preparation and installation and trained in the use of the materials and equipment to be employed in the Work. 5. Applicator: Company trained in application techniques and procedures of coating materials with a minimum of 10 years experience on similar projects. B. Single Source Responsibility: 1. Provide products of a single manufacturer or items standard with manufacturer of specified coating materials. a) Block fillers, primers, and undercoat materials for each coating system are to be from the same manufacturer as the finish coats. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

179 2. Provide secondary materials which are produced or are specifically recommended by single source coating system manufacturer to ensure compatibility of system. 3. Use only thinners recommended by the manufacturer, and only within recommended limits. C. Regulatory Requirements: 1. Comply with all applicable requirements of the laws, codes, ordinances and regulations of Federal, State and Municipal authorities having jurisdiction. Obtain necessary approvals from all such authorities. 2. Abatement per all regulating authorities and in accordance with Division 2 Abatement procedures. 3. Compliance with Environmental protections the responsibility of the contractor. a) Interior and exterior compliance. D. Pre-construction Meeting: 1. Schedule a pre-construction meeting to be attended by Contractor, Owner's representative, coating applicators to be held on-site before field application of coating systems begins. 2. Topics to be discussed at meeting shall include: a) Review of Contract Documents and accepted shop drawings with resolution of deviations or differences. b) Review items such as environmental conditions, surface conditions, surface preparation, application procedures, and protection following application. c) Establish on-site storage and working areas. d) Identify application requirements and required preparation work. e) Mock up procedure f) Coordination with other trades for the project 3. Areas of conflict between manufacturer s practices are to brought to the Architect s attention immediately IV. MOCK-UP A. Before proceeding, prepare and provide surface preparation and finish coating sample in locations as directed by the Architect/Owner. Samples shall determine product compatibility to existing coatings, surface preparation standards, standard of care, and acceptable color and gloss appearances 1. Paint removal mockup a) Procedures and options for paint and sealant removal at inset joints and reveals. (1) Processes and products to be reviewed (2) Protection of adjacent materials to be demonstrated. (3) To be repeated at contractor cost until process is approved. (4) Allow adequate dwell / cure time for testing. 2. All stages are to be represented in each mockup a) Original condition b) Adjacent surfaces protection c) Bare metal exposure d) Abated Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

180 e) Cleaned f) Patched Ground smooth g) Prime h) Coatings per manufacturers number and mil thickness B. When approved, use finishes as standard for application, appearance and materials for similar areas or items throughout project. V. DELIVERY, STORAGE, AND HANDLING A. Delivery General: Deliver materials in manufacturer s original packaging with label indicating pertinent information identifying the item. Store materials in accordance with manufacturer s instructions in a protected dry location off ground. Do not open packaging or remove labels until time of installation. 1. Include the following: a) Name or title of material. b) Manufacturer's name, stock number, and date of manufacture. c) Shelf life d) Thinning instructions. e) Color name and number. f) Handling instructions and precautions. g) Application instructions h) VOC content B. Storage and Protection: Store materials not in actual use in tightly covered containers at a minimum ambient temperature of 45 deg. F (7.22 deg C) and maximum 110 degrees F (43 degrees C) in a well ventilated area. Maintain containers used in storage of coatings in a clean condition, free of foreign materials and residue. 1. Protect from freezing, heating, or temperature variation per manufacturer s recommendations. Keep storage area neat and orderly. Remove oily rags and waste daily. Take necessary precautionary measures to ensure that workmen and work areas are adequately protected from fire hazards and health hazards resulting from handling, mixing, and application of coatings. a) Relative humidity no higher than 85% b) Wind velocity for exterior application less than 15 mph (25 kph). c) Atmosphere: relatively free of airborne dust, debris, pollutants. (1) Coatings affected by airborne debris will be removed at contractor expense. VI. PROJECT CONDITIONS AND SITE CONDITIONS. A. Environmental Requirements: Proceed with the Work in accordance with manufacturer s requirements and instructions and any agreements or restrictions of the Pre-Construction Conference, including the following: 1. Apply coatings only when the temperature of surfaces to be coated and surrounding air temperatures are above 50 deg. F (10 deg C) or below 90 degrees F (32 degrees C). Unless otherwise permitted by manufacturer's printed instructions. 2. Do not apply coatings in high wind, snow, rain, fog or mist, or when the relative humidity exceeds 85 percent, or at temperatures less than 5 deg. F (2.77 deg C) above the dew point, or to damp or wet surfaces unless otherwise permitted by manufacturer's printed instructions. Allow wet surfaces to dry Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

181 thoroughly and attain the temperature and conditions specified before proceeding with or continuing the coating operation. a) Minimum Conditions: (1) Refer to specific product information sheets for minimum surface temperature requirements. (2) Minimum 5 degrees F (15 degrees C) above dew point and in a rising mode. (3) Relative humidity: no higher than 85%. (4) Wind Velocity: For exterior spray application, less than 15 mph (25 kph). (5) Atmosphere: Relatively free of airborne dust. 3. Contractor responsible for protection of all materials, adjacent materials, appurtenances, and landscape. 4. Contractor responsible to maintain interior / exterior air quality to EPA and environmental requirements. VII. SEQUENCING A. Perform work in proper sequence with work of other trades to avoid damage to finished work. VIII. PRODUCTS A. MANUFACTURERS B. Basis-of-Design: 1. Subject to compliance with requirements, the design for High Performance Coatings Metals is based on the following manufacturer s product. a) Tnemec Co., Inc. b) Benjamin Moore, Zinc Rich or Epoxy Exterior Metals c) Sherwin Williams, Zinc Rich or Epoxy Exterior Metals 2. Refer to schedule at the end of the section for manufacturer s requirements. IX. MATERIALS A. Epoxy and Zinc Rich System Materials: 1. Paint Colors: a) Manufacturer / Color: Match Architects Sample. (1) Black 2. Color to match existing 3. Sealants: refer to Joint Protection Specification a) Color to match existing B. Surface Filler: 1. System: Refer to schedule at end of section. C. Cleaning agents 1. In compliance with Technical Preservation procedures for Cast Iron in Division 5 and Metals to be cleaned and coated a) Per schedule at the end of this section 3. Masonry to be cleaned and re-painted a) Per schedule at the end of this section X. EXECUTION A. EXAMINATION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

182 1. Examine areas and conditions under which application of coating systems is to performed for conditions that will adversely affect execution, permanence, or quality of coating system application. 2. Contractor shall arrange to have a technical representative from the coatings manufacturer present to assist and witness surface preparation and application of each coating system for all major areas and critical items. Said representative shall be in attendance at pre-project meetings where painting procedures and scheduling are discussed as to allow for pro-active technical input. The coatings manufacturer s technical representative shall have regular (weekly or per work scope) access to job for routine inspection of work in progress B. Contractor to arrange for and allow inspections by Architect and Technical Representatives 1. Contractor required to keep Technical Representatives informed of schedule and allow inspections of a) Welding, Surface preparation, coating, and sealant operations as necessary b) Periodic inspections are not to interfere with the normal daily work sequence. c) Contractor cooperation and use of rigging is required. C. Contractor to document the following information 1. Surface preparation: a) Contractor to provide Testex Tape /Micrometer for surface profile assessment b) The Qnix 1500 gage measure ferrous and non-ferrous dry film thickness up to 200 mils. 2. Coating storage 3. Mixing and Thinning a) Contractor to document all product codes and batch numbers 4. Application: a) Contractor to document (1) all application equipment including tip sizes, pressures, and relevant information. (2) Measure coating DFT thickness per SSPC PA-2 (3) Document all pinholes, runs, sags, holidays, dry spray and visible defects in applied coatings for repair. (4) Document daily ambient temperatures, relative humidity, surface temperature, and dew point prior to application of coatings. 5. Report conditions detrimental to timely and proper execution of Work to Architect. 6. Do not proceed until unsatisfactory conditions have been corrected. 7. Commencement of installation constitutes acceptance of conditions and responsibility for satisfactory performance. D. PROTECTION 1. Provide and install drop cloths, shields, and other protective equipment. 2. Protect elements including but not limited to: glazing, hardware, sealants, materials, equipment, appurtenances, vehicles, pedestrians, adjacent materials and surrounding work of this section from damage or disfiguration. 3. As Work proceeds, promptly remove spilled, splashed, or splattered materials from surfaces. 4. Post Wet Paint signs during application of coating materials and until surfaces are adequately cured. 5. Post No Smoking signs during application of solvent-based materials. 6. Take precautionary measures to prevent fire hazards and spontaneous combustion. 7. Remove empty containers from site. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

183 8. Place cotton waste, cloths and hazardous materials in containers, and remove from site daily. 9. Protect work against damage until fully cured. 10. Maintain interior and exterior air quality to all regulating standards. 11. All windows and wall surfaces are to be washed at the completion of work 12. All public and work areas are to be broom swept and orderly at the end of each work day. XI. PREPARATION A. General Requirements: 1. Prior to application of primer, prepare surfaces to receive specified coating system in compliance with manufacturer's recommendations and specifications of Steel Structures Painting Council and as specified in this Section. 2. Clean surfaces completely of any loose or delaminating or deteriorated coatings per manufacturer s regulations. 3. Clean surfaces completely of any corrosion and discoloration from corrosion. 4. Clean surfaces completely free of atmospheric, biological and industrial pollutants, contaminants, sealants or caulks, grease, scale, rust, oil, dirt, failing paint, corrosion, and other foreign matter/ contamination, immediately prior to priming. 5. Provide dry and smooth surfaces, free from dust and foreign matter which will adversely affect adhesion or appearance. 6. Cleaned surfaces shall be coated with primer during the same day as coating removal and at least one hour prior to sundown of that day, and also before any rusting occurs. 7. All coating applications shall be done according to the paint manufacturer s recommendations. NO painting will be permitted when metal is wet from rain or dew. a) Surface temperature must be above the dew point with no visible moisture on the surface. b) Surface temperature must be within manufacturer s requirements. 8. All coatings shall be allowed to dry thoroughly but not less than the manufacturers specified time prior to application of a succeeding coat. Maximum re-coat windows shall be adhered to at all times. 9. All surfaces shall be clean, dry, and free from dust, grease, oils, or other pollutants and surface imperfections before application of any coat of paint. 10. Material Preparation: a) All coating materials furnished by Contractor shall be stored in unopened, clearly identifiable containers. b) Mixing of different manufacturer s coatings shall not be permitted. c) Containers shall remain unopened until required for use. d) No coating shall be used that has expired its shelf life e) No coating shall be used other than specified. f) Carefully mix and prepare materials in compliance with the coating manufacturer's directions. g) Stir materials before application to produce a mixture of uniform density, and as required during application. Do not stir film, which may form on surfaces, into the material. Remove film and, if necessary, strain the coating material before using. h) Tinting: Tint each under coat a different shade to facilitate identification of each coat where multiple coats of the same material are to be applied. Tint undercoats to coordinate with the color of the finish coat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

184 B. Cast Iron: 1. Clean surfaces completely free of grease, rust, scale, dirt, dust, and oil. 2. Perform work in a timely manner to apply prime as soon as possible after stripping to avoid flash corrosion. 3. Surface Preparation: a) Prepare in accordance with SSPC SP-12 (LP WC), 3,000 p.s.i. minimum, plus a rotating nozzle/ head to remove loosely adherent existing coatings. b) Prepare in accordance with SSPC SP-2 and SSPC SP-11 Specifications for Hand Tool and Power Tool Cleaning to Bare Metal. Hand Tool cleaning shall only be utilized in areas where Power Tool Cleaning to Bare Metal cannot be performed. XII. REPAIR/RESTORATION A. At completion of Work, clean, touchup, and restore finishes where damaged. B. Defects in Finished Surfaces: 1. When stain, dirt, or undercoats show through final coat, correct defects and cover with additional coats until coating is of uniform finish, color, appearance and coverage. 2. Touchup minor damage: where result is not visibly different from surrounding surfaces. 3. Where result is visibly different, either in color, sheen, or texture, recoat entire surface. XIII. FIELD QUALITY CONTROL A. All coating film thicknesses shall be as specified. 1. Prior to application of subsequent coats, all damage to intermediate coats shall be repaired to provide coating sequence and film thickness. 2. Inconsistencies in the final coat at edges, corners, welds may be repaired by hand brushing or applying an additional layer of top coat provided excessive buildup does not occur. Appropriate surface preparation shall be utilized before application of repairs. B. The finished job shall not contain sags, runs, wrinkles, spots, blisters, dust, or other application flaws that cause premature coating failure. C. Coating applicator shall use state of the art equipment and application techniques D. All glazing (including glazed rails) is to be cleaned at the end of the work prior to removal of access equipment. E. Brush Application 1. Coating may be brushed on all areas using brushes and style and quality that will enable proper application of materials per manufacturer s recommendations. F. Spray Application 1. All spray painting shall be in accordance with manufacturer s recommendations. 2. Large surfaces shall always receive passes in two directions at right angles to each other (cross hatched). Parallel passes are acceptable in other ares. G. Touch Up 1. Areas where the coating system is damaged shall be repaired by power wire brushing down to the prime coat, bare metal if prime is damaged. Follow with applications per manufacturer s recommendations. H. Inspection 1. Contractor is responsible for Quality Control. Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

185 2. Coatings manufacturer s representative is to be allowed weekly or as required by work schedule access to all phases of the surface preparation and painting work. 3. All equipment shall be in good condition and may be inspected by Manufacturer s representative for proper operation. 4. All welds shall be inspected after blasting and prior to application of the primer coat. 5. Prior to final acceptance, a final inspection shall be made by the Contractor, Architect, and Coating manufacturer s representative. 6. Any coating that does not conform to the specifications and contract drawings will be rejected. Rejected work is to be repaired to specifications at Contractor cost. 7. Film Thicknesses are to be regularly tested with appropriate equipment a) Elcometer, Mikrotest II or III, or other calibrated film-thickness gauge. b) Qnix 1500 or Qnix dry thickness gage c) Access to the film thickness gage equipment is to be provided to the Architect during inspections. (1) It is the Contractor s responsibility to calibrate and maintain the gage equipment. XIV. FIELD PROTECTION A. Contractor shall fully protect all air quality, equipment, walls, floors, ceilings, interior, and exterior from damage by coating removal, coating application, drippings, paint mist, fumes, and other contaminants. B. Contractor shall exercise particulate care to keep clean and unpainted all valve stems, motor shafts, and other moving or air quality parts in order to not impair their free movement. Equipment nameplates, pressure gauges, instrument glasses, machined surfaces, electrical indicating devices, etc shall be protected and not painted. Any paint deposited on these parts shall be carefully removed by methods approved of by Owner. C. Sufficient care shall be exercised while painting around valves, electrical switches, and controls. It is imperative that all valves, switches, and controls remain unmoved and undisturbed. D. Contractor shall clean all surfaces that have been affected with paint such as glass, floors, walls, equipment, etc leaving the premises spot clean. E. Contractor shall clean all windows and wall panels at the completion of work prior to removing access. F. Contractor is responsible for maintaining a safe and secure environment. XV. CLEANING A. Paint to be removed 1. Remove paint and sealant to remove all failed, delaminating, or cracked paints and coatings. 2. Remove all corrosion and loose, flaking, delaminated, uneven, alligatored or failing paint. 3. Clean approved and intact paint from all contaminants, debris, pollutants, oils, corrosion, and and dirt other soiling from pre-finished surfaces and surfaces with integral finish using chemical solvents which will not damage finished surface. B. Leave storage area clean and in same condition indicated for equivalent spaces in Project. 1. At the end of each work day, remove unused materials, debris, and containers from the site. 2. Remove rubbish, empty cans, rags and other discarded materials from the site. XVI. WASTE MANAGEMENT A. General Requirements: Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for REVIEW

186 1. Place materials defined as hazardous or toxic waste in designated containers. 2. Return solvent and oil soaked rags for contaminant recovery and laundering or for proper disposal; pouring on ground not permitted. 3. Place paints or solvents in designated containers for proper disposal. 4. Where paint recycling is available, collect waste paint by type and provide for delivery to recycling or collection facility. B. Containment/Disposal Requirements: 1. Surface Preparation Debris Containment: a) When required by federal, state or local regulation, entire structure shall be enclosed and surface preparation debris contained. 2. Disposal of Surface Preparation Debris:. a) Surface preparation debris shall be disposed of in compliance with applicable federal, state and local regulations. 3. Containment/Disposal Costs: Contractor shall be responsible for costs associated with containment and waste disposal that may result from execution of this Project. END OF SECTION Lake Forest Cemetery Barrell Memorial Gate Repair & Restoration 09 HIGH PERFORMANCE COATINGS BRUSH Architects, LLC Issue for BID

187 IN MEMO RY JO HN W BARR ELL REFERENCE + 0'-0" ALL COPING JOINTS TO BE NEW LEAD TO MATCH EXISTING 2'-6" 6 1/2" 6 1/2" 1 South Elevation LAKE FOREST CEMETERY 3'-6" 20'-11 1/2" 3'-6" 3'-10" 3'-0 1/2" 4 1/2" 4 1/2" 3'-0 1/2" 3'-10" 3'-6" 2 Floor Plan 1'-8 1/2" 1'-9" 8" 6 1/4" 2'-0 1/2" 1'-2 3/8" See A/03 for embedded post existing condition See Detail A/02-6 for repair detail CONFIRM TOOLING DIRECTION W/ ARCHITECT IN-SHOP DRAWINGS 1/8" = 1'-0" 1/8" = 1'-0" N GENERAL NOTES WROUGHT IRON GENERAL: 1. INCLUDES THE 2 MONUMENTAL GATES AS WELL AS THE 1. THE BARRELL MEMORIAL GATES ARE LOCATED AT THE ONLY PEDESTRIAN GATE ENTRY TO THE LAKE FOREST CEMETERY. THE CEMETERY IS VERY 2. WROUGHT IRON GATES ARE TO BE DEMOUNTED, RESTORED, AND POPULAR AND DAILY VEHICULAR AND PEDESTRIAN ACCESS IS REQUIRED ON A DAILY BASIS. REINSTALLED LEVEL AND PLUMB WITH FULLY OPERATING RESTORED HARDWARE 2. WORK MAY BE INTERRUPTED FOR FUNERAL PROCESSIONS AND 3. TEMPORARY GATES ALLOWING FOR DAILY ACCESS AND NIGHTLY ALL CONTRACTORS MUST BE FLEXIBLE AND SENSITIVE TO THE NEEDS OF THE CEREMONY IN TERMS OF PROVIDING ACCESS AND NOISE LOCKING BY THE CEMETERY PERSONNEL ARE TO BE INSTALLED BY THE GATE CONTRACTOR. MITIGATION IF THE INTERNMENT OR CEREMONY IS TO OCCUR NEAR 4. GATE CONTRACTOR TO INSTALL CHAIN LINK CONSTRUCTION THE WORK AREA. FENCING TO PROTECT BUILDING LANDSCAPE AND PEDESTRIANS 3. COMPLETION BY 7/1/2019 FROM FALLING DEBRIS. 4. GATES TO BE INSTALLED AFTER COMPLETION OF ROAD AND 5. HINGE LOCATIONS ARE TO REMAIN THE SAME MASONRY WORK 6. POSTS ARE TO BE INSTALLED ON NEW G---R--A--N--I--T-E---E--M---B--E--D--M--E--N---T 5. CRITICAL POINT IS THE ELEVATION + EMBEDMENT DEPTH OF BASE PLATE CONCRETE EMBEDMENT PER DETAILS/ MB GATE PIVOT BLOCK REQUIRES COORDINATION OF ALL WORK 6. CONTRACTOR IS TO PROVIDE A SCAFFOLDING PLAN AND STAGING AREA PLAN AT THE EARLIEST CONVENIENCE SO THAT THE CEMETERY STAFF CAN ARRANGE FOR THE PROTECTION OR TRANSPLANTATION OF PLANTINGS. 7. CONTRACTOR SHALL VISIT THE SITE PRIOR TO SUBMITTING ITS BID TO DETERMINE ACTUAL FIELD CONDITIONS PRESENTLY EXISTING, AND IDENTIFY ANY SUCH CONDITIONS WHICH MAY AFFECT ITS BID. ANY DISCREPANCY, AREA REQUIRING CLARIFICATION, MUST BE BROUGHT TO THE ARCHITECT'S ATTENTION PRIOR TO SUBMITTING THE BID. THE SUBMITTING OF A BID FOR THE PROJECT WILL SERVE AS NOTICE THAT THE CONTRACTOR HAS MADE THE AFORESAID DETERMINATIONS AS NO ADDITIONAL SUMS WILL BE ALLOWED FOR FAILURE TO DO SO. 8. ALL WORK IS TO COMPLY WITH LOCAL GOVERNING CODES. ANY DISCREPANCIES BETWEEN THE CODE AND THE DOCUMENTS ARE TO BE BROUGHT TO THE ARCHITECT'S ATTENTION PRIOR TO BID SUBMISSION. 9. SECURE ALL REQUIRED PERMITS, PROVIDE ALL NECESSARY SAFEGUARDS, BARRIERS, TEMPORARY POWER, LIGHTING, FIRE PROTECTION, ETC AS REQUIRED DURING WORK. CONTRACTOR IS RESPONSIBLE FOR COORDINATING CITY INSPECTIONS AS NECESSARY 10. CONTRACTOR SHALL ANTICIPATE AND MAKE ANY AND ALL ARRANGEMENTS WITH LOCAL GOVERNMENT AGENCIES SHOULD ENTRY ONTO OR OBSTRUCTION OF PUBLIC WAY BE NECESSARY IN CONNECTION WITH THE WORK. 11. CONTRACTOR SHALL VERIFY ALL FIELD CONDITIONS FOR COORDINATION OF ALL TRADES AND SUBCONTRACTORS AND REPORT ANY CONFLICTS OR DISCREPANCIES IMMEDIATELY TO THE ARCHITECT. 12. CONTRACTOR SHALL EXERCISE CARE TO AVOID DAMAGE TO EXISTING WORK, ADJACENT SURFACES AND ADJOINING AREAS INCLUDING BUT NOT LIMITED TO THE PORTION OF THE WORK THAT IS TO REMAIN AS PART OF THE COMPLETED CONSTRUCTION. CONTRACTOR SHALL BE REQUIRED TO REPAIR OR OTHERWISE RESTORE ANY SUCH AREAS OR SURFACES THAT BECOME DAMAGED OR REMOVED ON ACCOUNT OF THE WORK. 13. CONTRACTOR SHALL PROVIDE TEMPORARY BRACING AND SHORING WITH CONNECTIONS OF SUFFICIENT STRENGTH TO BEAR IMPOSED LOADS AND TO PROTECT ALL PERSONS AND PROPERTY TO ENSURE PROPER ALIGNMENT AND SAFETY. CONTRACTOR SHALL ASSUME RESPONSIBILITY FOR PROVIDING ADEQUATE BRACING OF WALLS DURING WORK TO PREVENT DAMAGE DUE TO LATERAL LOADS AND CONSTRUCTION IMPACTS. CONTRACTOR SHALL ASSUME ALL RESPONSIBILITY FOR ANY DAMAGES DUE TO FAILURE TO TAKE SUCH PRECAUTIONS. 14. CONTRACTORS SHALL VERIFY LOCATIONS OF EXISTING EXPOSED OR UNDERSLAB/ENCLOSED UTILITIES, PLUMBING, ELECTRIC, ETC PRIOR TO ANY LOADING, SCAFFOLDING ERECTION, CUTTING OR CORING OF THE EXISTING BUILDING. 15. CONTRACTOR IS TO PROPERLY REPAIR AND /OR PREPARE AND LEVEL EXISTING SURFACES TO RECEIVE NEW WORK. 16. DEMOLITION AND WORK IS TO BE PERFORMED IN AN ORDERLY SEQUENCE SCHEDULED BY THE CONTRACTOR AND COORDINATED WITH THE OWNER. CONTRACTOR IS REQUIRED TO MAINTAIN WEATHER PROTECTION OF THE BUILDING AND ITS INTERIOR FOR THE DURATION OF THE WORK 17. CONTRACTOR IS REQUIRED TO LEGALLY DISPOSE OF ANY MATERIALS THAT THE OWNER DOES NOT DESIRE TO RETAIN OR REINSTALL. 18. CONTRACTOR SHALL INSTALL MATERIALS AND SYSTEMS IN ACCORDANCE WITH MANUFACTURERS INSTRUCTIONS AND SPECIFICATIONS AND REVIEW SUBMITTALS PRIOR TO DELIVERY TO THE ARCHITECT AND OWNER 4 7. MONUMENTAL GATE PIVOT POINT BASE IS TO BE INTEGRATED WITH THE ROADWAY DRAINAGE SO THAT THE WATER PATH DOES NOT DIRECT MOISTURE DIRECTLY INTO THE PIVOT POINT. 8. ALL IRON WORK IS TO BE CLEANED OF ALL CORROSION, PRIMED AND COATED WITH A HIGH PERFORMANCE COATING PER THE SPECIFICATIONS. 9. ALL LOOSE, MISSING OR DAMAGED COMPONENTS OF THE GATES ARE TO BE REPLACED TO MATCH THE ORIGINAL. 10. ALL NON ORIGINAL COMPONENTS INCLUDING DISSIMILAR METALS ARE TO BE REMOVED AND REPLACED TO MATCH THE ORIGINAL. 11. WROUGHT IRON CONTRACTOR TO COORDINATE WITH MASONRY CONTRACTOR FOR STONE REPAIR, BASE GRANITE, + INSTALLATION ELEVATIONS 12. WROUGHT IRON CONTRACTOR TO PROVIDE NEW BASE COLLAR SHOES AT EMBEDMENT 13. REMOVE ALL NON-CONFORMING METALS + MATCH WITH WROUGHT IRON TO MATCH CIVIL AND SITEWORK GENERAL: 1. SEE CIVIL SHEETS FOR ALL NOTATION 2. CIVIL WORK IS TO BE PERFORMED AND COMPLETED PRIOR TO THE MASONRY WORK. 3. CIVIL AND GATE WORK CAN BE CONCURRENT ALLOWING FOR COORDINATION OF THE REMOVAL OF THE GATES AND INSTALLATION OF THE TEMPORARY GATES. General Note: All work is to be coordinated with the c emetery Sexton including but not limited to gates, wall, scheduling, sub grade work, and landscape modification N THE BARRELL MEMORIAL GATEWAY SCALE: NTS CERTIFICATION : I HEREBY CERTIFY THAT THESE DOCUMENTS HAVE BEEN PREPARED UNDER MY DIRECT SUPERVISION AND, TO THE BEST OF MY KNOWLEDGE, ARE COMPLIANT WITH LOCAL CODES AND ORDINANCES PROJECT TITLE BARRELL MEMORIAL GATE RESTORATION 1525 N LAKE ROAD LAKE FOREST, IL PROJECT ADDRESS CLIENT NUMBER BRUSH ARCH NUMBER 3 North Elevation 1/8" = 1'-0" LIMESTONE GENERAL: % OF THE MORTAR JOINTS ARE TO BE GROUND TO APPROXIMATELY 1 DEPTH TO BEYOND PREVIOUS PORTLAND MORTAR. NEW LIME BASED MORTAR WITH A COMPRESSIVE STRENGTH EQUIVALENT TO SOFT O MORTAR IS TO BE INSTALLED AND HYDRATED DURING CURING PER SPECIFICATIONS. 2. UPWARD/SKYWARD FACING JOINTS ARE TO HAVE THE EXISTING LEAD REMOVED AND REINSTALLED OR REPLACED WITH NEW AFTER THE NEW LIME RICH MORTAR IS INSTALLED. 3. THE LIMESTONE UNITS ARE APPROXIMATELY 8-24 MINIMUM DEEP. IF POSSIBLE REMOVE DAMAGE STONES AND TOOL OTHER FACE FOR REINSTALLATION OR REPLACE WITH NEW TO MATCH EXISTING INDIANA LIMESTONE. NEW STONES ARE TO MATCH IN COLOR AND TOOLING PER THE NOTATIONS PROVIDED ON THE DOCUMENTS. UPWARD TO THE RIGHT, UPWARD TO THE LEFT, HORIZONTAL OR VERTICAL REFERS TO THE DECORATIVE TOOLING ON ALL UNITS. THE REPLACEMENT GRADE LEVEL UNITS ARE TO MATCH THE EXISTING STONES NO STIPPLING 4. REMOVE ALL OBSOLETE OR ABANDONED STEEL ISSUE DATE TITLE General Notes A-01 N 5 Project Location SCALE: NTS

188 HAND CHISEL ±1" TO REMOVE ALL WHITE PORTLAND ±1" EXISTING MASONRY NEW TUCKPOINTING MORTAR 3 LIFTS MINIMUM THAT WOULD ADD UP TO APPROX. 1" DEPTH OF THE MORTAR JOINT REPAIR DETERIORATED FACE REMOVE WHOLE STONE TOOL STONE JOINTS CONCAVE TOOL BRICK JOINTS FLUSH GRIND JOINT 3/4" MIN OR TO GOOD MORTAR (WHICHEVER IS GREATER) 8-24" EXISTING STONE TOOL TO MATCH ORIGINAL AND REINSTALL W/ NEW FACE OUTWARD Typ Detail: Grind & Tuck point 1 6 N.T.S Typ Detail: Reuse of Existing Stone N.T.S SEE MORTAR SPECS FOR HIGH LIME REQUIREMENTS 2 PLASTIC SETTING SHIM NEW TUCKPOINTING MORTAR 3 LIFTS MINIMUM THAT WOULD ADD UP TO APPROX. 1" DEPTH OF THE MORTAR JOINT REPAIR TOOL CONCAVE SETTING MORTAR Masonry Reinstallation setting Detail N.T.S. EXISTING GATE EXISTING NEW RESTORED GATE NEW METAL COLLAR TO PROTECT THE POST BASE REPLACE AT BOTH SIDES OF GATES WITH NEW STONES TO MATCH EXISTING NO STIPPLE PATTERN 9 Stone Existing Condition NEW BASE PLATE 1/2 FULL STONE MINIMUM DIMENSION FULL DEPTH 1/8" S.S. DOWEL 3" EMBEDMENT MINIMUM BOTH SIDES ALLOW 2" MIN EDGE DISTANCE ALL SIDES SPACING PER SPEC GATE POST BASE PLATE NEW STONE TO MATCH EXISTING EXISTING 24" ASPHALT VERIFY I FIELD 16" MIN 8" VERIFY EXISTING ROAD NOTE: EXACT DETAILS TO BE WORKED OUT IN-SHOP DRAWINGS REMOVE ALL DAMAGED STONES TOOL TO MATCH ORIGINAL AND REINSTALL SEE 6/A-02 FOR DETAIL(TYP) CERTIFICATION : I HEREBY CERTIFY THAT THESE DOCUMENTS HAVE BEEN PREPARED UNDER MY DIRECT SUPERVISION AND, TO THE BEST OF MY KNOWLEDGE, ARE COMPLIANT WITH LOCAL CODES AND ORDINANCES PROJECT TITLE BARRELL MEMORIAL GATE RESTORATION 1525 N LAKE ROAD LAKE FOREST, IL 3 Typ Detail: Stone Repair Pin Detail N.T.S. BRING CONCRETE POST BASE UP LEVEL TO TOP OF EXISTING ROAD WROUGHT IRON RESTORATION CONTRACTOR TO PROVIDE + INSTALL EMBED SHOE IN SEALANT NEW CONCRETE FOR POST EMBEDMENT STIPPLE PATTERN PROJECT ADDRESS 3/8" X 6" S.S. DROP IN, SLIDE IN, OR SPRING LOADED DOWEL (TYP)- CLEAN UNIFORM FRACTURE THROUGH CROSS SECTION OF STONE. 2" MINIMUM EDGE DISTANCE FOR PIN LOCATIONS 2 PINS MINIMUM PER REPAIR 7 Gate Post Detail N.T.S. 10 Stone Existing Condition CLIENT NUMBER BRUSH ARCH NUMBER 1. THE STONES CAN BE REPAIRED IN PLACE, REFASTENED, AND REINSTALLED. 2. WHEN STONES ARE REMOVED FOR REPAIR SEE DETAIL FOR STONE REINSTALLATION. 3. APPLICABLE FOR CARVED OR CONSTANT PROFILE UNITS. 4. ALL REPLACED STONE SHALL BE ANCHORED INTO REMAINING PROTION OF STONE W/ A MINIMUM OF 2 STAINLESS STEEL (S.S.) DOWELS. 5. REMOVE LOOSE PARTICLES, POLLUTION, GREASE, GRIME, OIL, ETC. FROM ALL STONE SURFACES PRIOR TO REPAIR. 6. REMOVE AND REPLACE ALL CORRODED METAL AS EXPOSED DURING ALL WORK. NEW METAL TO BE S.S. TO MATCH THE ORIGINAL FOR HARDWARE, COAT PER SPECS IF STRUCTURAL. REMOVE IF OBSOLETE, ALL PER A AND O APPROVAL. 4 Typ Detail: MECHANICALLY ANCHOR STONE REPAIR N.T.S. S.S. 1/4-3/8" bent rod in a staple or hook shape (TYP) CLEAN UNIFORM FRACTURE THROUGH CROSS SECTION OF STONE. 2" MINIMUM EDGE DISTANCE FOR PIN LOCATIONS 2 PINS MINIMUM PER REPAIR SEE CHART LEAD COPING TO MATCH EXISTING (11/A-02) MORTAR 1 1/2" NEW LEAD JOINT TO MATCH THE EXISTING ISSUE DATE TITLE Plans, Elevations 5 Typ Detail: SCULPTED PATCH N.T.S. 8 LEAD COPING DETAIL N.T.S. 11 Existing Lead Coping A-02

189 RESTORE ALL RESTORE ALL ORNAMENTS (TYP.) REPLACE ALL MISSING ORNAMENTS (TYP.) RESTORE ALL ORNAMENTS (TYP.) REPLACE ALL MISSING ORNAMENTS (TYP.) REPLACE NON-IRON COMPONENTS TO REPLACE MISSING IN-KIND SEE BASE DETAIL MATCH ORIGINAL Existing Gate Lower Section 6 SHEET A-02 (TYP.) See Photo 12 for 1 Existing Gate Overall Looking North embedded post existing condition See Detail A-02/7 for repair detail 10 REPLACE MISSING ORNAMENTS RESTORE BARRELL MEMORIAL GATE RESTORATION 1525 N LAKE ROAD LAKE FOREST, IL 7 REMOVE ALL CORROSION ENTIRE GATES East Gate and Details - Middle Section - Flower and Arched Leaves CERTIFICATION : I HEREBY CERTIFY THAT THESE DOCUMENTS HAVE BEEN PREPARED UNDER MY DIRECT SUPERVISION AND, TO THE BEST OF MY KNOWLEDGE, ARE COMPLIANT WITH LOCAL CODES AND ORDINANCES PROJECT TITLE REPLACE STEEL WITH IRON TO MATCH REPLACE MISSING ORNAMENTS 2 Existing Gates Overall Looking South PROJECT ADDRESS Top section - two angels and a cross SEE BASE DETAIL SHEET A-02 CLIENT NUMBER HINGE HEIGHT MUST BE MAINTAINED 11 Details - Gate Lower Section Posts BRUSH ARCH NUMBER REMOVE ALL CORROSION ENTIRE GATES PRIME + COAT PER SPECS REPLACE MISSING ORNAMENTS 3 West Gate Upper Section 4 East Gate Upper Section Section - Round and Cross Elements 8 Details - Middle STONE TO BE REPLACED RESTORE ALL ORNAMENTS (TYP.) RESTORE LOCK IS CURRENTLY NOT WORKING. West and East Gate Upper Section - Existing Conection to Wall DATE TITLE Iron Gate Details ALL CEMETERY IS LOCKED DAILY W/ A CHAIN + PADLOCK IRON CONTRACTOR MAY SUGGEST ALTERNATIVE 5 ISSUE REMOVE ALL CORROSION ENTIRE GATES PRIME + COAT PER SPECS 9 Details - Lock, Profile, Bottom of Gates and Overlap 12 East Gate Lower Section - Existing Conditions A-03

190 NOTES: 1. MASON TO REPAIR AND REPLACE DAMAGED STONES 2. WROUGHT IRON CONTRACTOR TO RESTORE EXISTING HARDWARE FOR DAILY OPERATION 3. ENTIRE GATE + HARDWARE - REMOVE ALL CORROSION PRIME + COAT PER SPECIFICATIONS + MATCH MAIN GATES 4. ALL TREATMENT AND WORK SCOPE OF MAIN GATES ARE TO BE APPLIED TO PEDESTRIAN GATE REPAIR AND REPLACE DAMAGED STONES REINSTALL LEVEL AND PLUMB W/ FULL OPERATION REPAIR AND RESTORE DAMAGED HINGE PLATES + ANCHORAGE (TYP.) REPAIR AND RESTORE DAMAGED HINGE PLATES + ANCHORAGE (TYP.) 1 Gate Overall Looking South 4 Gate Overall - Profile 6 Gate Overall Looking North CERTIFICATION : I HEREBY CERTIFY THAT THESE DOCUMENTS HAVE BEEN PREPARED UNDER MY DIRECT SUPERVISION AND, TO THE BEST OF MY KNOWLEDGE, ARE COMPLIANT WITH LOCAL CODES AND ORDINANCES PROJECT TITLE BARRELL MEMORIAL GATE RESTORATION 1525 N LAKE ROAD LAKE FOREST, IL PROJECT ADDRESS REINSTALL LEVEL AND PLUMB W/ FULL OPERATION 2 Gate Upper Section Details 5 Gate Middle Section 7 Upper Section - Detail to Wall CLIENT NUMBER BRUSH ARCH NUMBER REPAIR AND RESTORE DAMAGED HINGE PLATES + ANCHORAGE (TYP.) 3 Gate Lower Section - Frame Details REMOVE ALL CORROSION ENTIRE GATE PRIME + COAT PER SPECS 8 Lower Section Detail ISSUE DATE TITLE Small Iron Gate Details A-04

191 CEMETARY WALL WALL LAKE ROAD EDGE OF PAVEMENT EDGE OF PAVEMENT CEMETARY CONCRETE BRICK TOPOGRAPHIC SURVEY SCALE: 1" = 5' EDGE OF PAVEMENT EDGE OF PAVEMENT SIDEWALK WALL TOPOGRAPHIC SURVEY C1.0

192 EDGE OF PAVEMENT LAKE ROAD EXISTING 12" PVC STORM SEWER EDGE OF PAVEMENT CONCRETE WALL WALL wv DRAIN TILE DETAIL SCALE: NTS SITE & UTILITY PLAN SITE & UTILITY PLAN SCALE: 1" = 5' C3.0