Loading...
Five Flags Theater Masonry Rehabilitation Project_InitiatePreoarer: Marie L. Ware Address: 2200 Bunker Hill Rd Phone: (5631589-4263 RESOLUTION NO. 67-17 FIVE FLAGS THEATER MASONRY REHABILITATION IMPROVEMENT PROJECT PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Five Flags Theater Masonry Rehabilitation Project in the estimated amount $239,000, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 6th day of March, 2017, at 6:00 p.m. in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. Five Flags Theater Masonry Rehabilitation Improvement Project is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in the Master Builders of Iowa Plan Room, The Construction Update Network and posted on the City of Dubuque website at www.citvofdubuque.orq/bids. Publication will occur not less than thirteen but not more than forty-five days before the date for filing bids before 2:00 p.m. on the 23rd day of March, 2017. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:00 p.m. on the 3rd day of April, 2017, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this 20th day of Februa , 2017. Attest: Kevih S. Firns ahl, City Clerk D. Buol, Mayor Copyright 2014 City of Dubuque Items to be set for Public Hearing # 4. ITEM TITLE: Five Flags Theater Masonry Rehabilitation Project Initiation SUMMARY: City Manager recommending preliminary approval of the construction plans and specifications and initiate the bidding procedure for the Five Flags Theater Masonry Rehabilitation Project and further recommends that a public hearing be set for March 6, 2017. RESOLUTION Five Flags Theater Masonry Rehabilitation Improvement Project; Preliminary Approval of Plans, Specifications, Form of Contract, and Estimated Cost; Setting Date of Public Hearing on Plans, Specifications, Form of Contract, and Estimated Cost; and Ordering the Advertisement for Bids SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s), Set Public Hearing for March 6, 2017 ATTACHMENTS: Description Type Five Flags Theater Masonry Project-MVM Memo City Manager Memo Staff Memo Five Flags Masonry Rehabiliaton Staff Memo Five Flags Masonry Resolution and Public Notice Resolutions Five Flags Masonry Contract Manual Supporting Documentation Summary Report of Findings Supporting Documentation TCD-Five Flags Theater Masonry-Part 1 Supporting Documentation TCD-Five Flags Theater Masonry-Part 2 Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Five Flags Theater Masonry Rehabilitation Initiate Bid Process (Cl P 350-1708 and 350-2511) DATE: February 15, 2017 Leisure Services Manager Marie Ware recommends the City Council give preliminary approval of the construction plans and specifications and initiate the bidding procedure for the Five Flags Theater Masonry Rehabilitation Project. It is further recommended that a public hearing be set for March 6, 2017. 1 concur with the recommendation and respectfully request Mayor and City Council approval. ZIA-z k�4 Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Marie L. Ware, Leisure Services Manager THE CITY ODubuque II-A U Bi E ;111 I.mericaCi i Masterpiece on the Mississippi 2007-2012-2013 TO: Michael C. Van Milligen, City Manager FROM: Marie L. Ware, Leisure Services Manager SUBJECT: Five Flags Theater Masonry Rehabilitation Initiate Bid Process (CIP 350-1708 and 350-2511) DATE: February 15, 2017 INTRODUCTION The purpose of this memorandum is to initiate the bid process for the Five Flags Masonry Rehabilitation project. BACKGROUND Five Flags Theater is on the National Register of Historic Places. It is an important community treasure. The Five Flags Theater is owned by the City of Dubuque and operated on a day-to-day basis by SMG Management. As a part of the management agreement the City is responsible for capital improvements of Five Flags Theater. Restoration of the envelope of historic structures is important to the long-term sustainability of the structure itself both inside and outside. The fire escape is a working fire escape for the theater. Selser Schaefer Architects and WSA/Modern Ruins were hired to provide architectural / engineering services. The first step was to evaluate both the Five Flags Theater and Mathias Ham House prior to developing bid specifications. Their findings and recommendations are outlined in the attached report. For Five Flags Theater the report shows masonry rehabilitation is needed and the need to solve water issues at the roof that create problems with the structure and masonry. They outline several improvements that could be done if the contingency is not needed or budget for them in the future. The consultants took a holistic view by not only looking at the current structures and the masonry rehabilitation but also looking at the root causes of degradation of the structures. The report was used in preparation of the attached bids and specifications. 1 DISCUSSION The work for this project will include masonry rehabilitation repointing areas on all four sides of the Theater, repairs to ornamental cornice, modification of roof in one area drain properly, camel back copings repaired, fire escape and landing repairs, and general coping repairs. PROJECT SCHEDULE Initiate Public Bidding Process February 20, 2017 Publish Notice to Bidders, Advertise for Bids February 21 , 2017 Notice of Public Hearing on Plans and Specs February 21 , 2017 Public Hearing on Plans and Specs March 6, 2017 Receipt of Bid Proposals (Bid-Letting) March 23, 2017 Award Construction Contract April 3, 2017 Project Completion Date July 21 , 2017 BUDGETIMPACT The estimate of probable cost for the Five Flags Theater Masonry Rehabilitation Project is as follows: Estimate Construction Contract $ 239,000 Consultant Fee to Create Bid Specs & Oversee Project $ 39,300 Total Project Cost $ 278,300 The project funding summary is as follows: CIP No. Fund Description Fund Amount 350-1708 Theater— Tuckpoint Exterior $ 244,416 350-2511 Theater— Fire Escape $ 35,000 $ 279,416 RECOMMENDATION I respectfully recommend and request the City Council give preliminary approval to construction plans and specifications and establish March 6, 2017 as the date of the public hearing, and hereby authorize the City Clerk to advertise for bid proposals for the Five Flags Theater Masonry Rehabilitation Project through the adoption of the attached resolution. MLW:et attachments: Summary Report of Findings & Recommendations Resolution and Notice for Public Hearing Bid Specifications cc HR Cook, SMG Regional Manager 2 Preparer: Marie L.Ware Address: 2200 Bunker Hill Rd Phone: (563) 589-4263 RESOLUTION NO. -17 FIVE FLAGS THEATER MASONRY REHABILITATION IMPROVEMENT PROJECT PRELIMINARY APPROVAL OF PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; SETTING DATE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST; AND ORDERING THE ADVERTISEMENT FOR BIDS NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF DUBUQUE, IOWA: The proposed plans, specifications, form of contract and estimated cost for the Five Flags Theater Masonry Rehabilitation Project in the estimated amount $239,000, are hereby preliminarily approved and ordered filed in the office of the City Clerk for public inspection. A public hearing will be held on the 6th day of March, 2017, at 6:00 p.m. in the Historic Federal Building Council Chambers (second floor) 350 W. 6th Street, Dubuque, Iowa, at which time interested persons may appear and be heard for or against the proposed plans and specifications, form of contract and estimated cost of said Project, and the City Clerk be and is hereby directed to cause the attached notice of the time and place of such hearing to be published in a newspaper having general circulation in the City of Dubuque, Iowa, which notice shall be published not less than four days nor more than twenty days prior to the date of such hearing. At the hearing, any interested person may appear and file objections to the proposed plans, specifications, form of contract, or estimated cost of the Project. Five Flags Theater Masonry Rehabilitation Improvement Project is hereby ordered to be advertised for bids for construction. The amount of the security to accompany each bid shall be in an amount which shall conform to the provisions of the Notice to Bidders hereby approved. The City Clerk is hereby directed to advertise for bids for the construction of the improvements herein provided, by publishing the attached Notice to Bidders to be published in the Master Builders of Iowa Plan Room, The Construction Update Network and posted on the City of Dubuque website at www.citvofdubuque.org/bids. Publication will occur not less than thirteen but not more than forty-five days before the date for filing bids before 2:00 p.m. on the 23'' day of March, 2017. Bids shall be opened and read by the City Clerk at said time and will be submitted to the City Council for final action at 6:00 p.m. on the 3rd day of April, 2017, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Passed, adopted and approved this day of , 2017. Roy D. Buol, Mayor Attest: Trish L. Gleason, Assistant City Clerk NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATED COST FOR THE FIVE FLAGS THEATER MASONRY REHABILITATION IMPROVEMENT PROJECT NOTICE IS HEREBY GIVEN: The City Council of the City of Dubuque, Iowa will hold a public hearing on the proposed plans, specifications, form of contract and estimated cost for the Five Flags Theater Masonry Rehabilitation Improvement Project, in accordance with the provisions of Chapter 26, Code of Iowa, at 6:00 p.m., on the 6th day of March, 2017, in the Historic Federal Building Council Chambers (second floor), 350 West 6th Street, Dubuque, Iowa. Said proposed plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk. At said hearing any interested person may appear and file objections thereto. The scope of the Project is as follows: The masonry rehabilitation of Five Flags Theater and fire escape repairs. Any visual or hearing-impaired persons needing special assistance or persons with special accessibility needs should contact the City Clerk's office at (563) 589-4120 or TDD at (563) 690-6678 at least 48 hours prior to the meeting. Published by order of the City Council given on the _ day of 2017. Trish L. Gleason, Assistant City Clerk THE CITY OF DUB E Masterpiece on the Mississippi FIVE FLAGS THEATER MASONARY REHABILITATION AND FIRE ESCAPE PROJECT COMPETITIVE QUOTATION PROJECT CONTRACT DOCUMENTS MANUAL CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2015 EDITION, DIVISION 1 GENERAL CONDITIONS AND COVENANTS SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: http://www.cityofdubuque.org/DocumentCenter/View/23343 Dubuque NI•Amencac�ity U S T A I N A B L E 1 ' CITY OF DUBUQUE � DUBUQUE LEISURE SERVICES DEPARTMENT aeie . itvgn,eQ;r hGe I I DUBUQUE, IA 2007•2012 •2013 Adopted Date: April 4, 2016 Date Issued: February 10. 2017 [Page Intentionally Left Blank] SECTION 00101 Page 1 of 1 PROJECT DIRECTORY PAGE SECTION 00101 Five Flags Theater— Masonry Rehabilitation and Fire Escape Project 405 Main Street Dubuque, IA 52001 101.1 Authorized Parties: The following contacts are the authorizing representatives for each of the parties, if a change is to be made to the Contract the following representatives must be contacted and approve of the change. JURISDICTION/GOVERNMENT ARCHITECT'S REPRESENTATIVE ENTITY REPRESENTATIVE 563 Design City of Dubuque 240 West 2nd Street City Hall, 50 West 13th Street Dubuque, IA 52001 Dubuque, Iowa 52001 Project Contact: Project Contact: Name: Marie Ware Name: Andrew McCready Title: Leisure Services Manager Title: Principal Department: Leisure Services Email: andrew@563design.com Email: mware@cityofdubuque.org Phone: 563.663.7559 Phone: 563.589.4263 CONTRACTOR'S REPRESENTATIVE Contractor Name Contractor Address City, State, Zip Code Project Contact: Name: Name Title: Title Email: Email Phone: Phone ___= END OF SECTION 00101 =___ [Page Intentionally Left Blank] SECTION 00102 Page 1 of 2 PROJECT CERTIFICATION PAGE SECTION 00102 Five Flags Theater— Masonry Rehabilitation and Fire Escape Project 405 Main Street Dubuque, IA 52001 1 hereby certify that the portion of this technical submission described below was prepared by me or under my direct supervision and responsible charge. I am a duly registered Architect under the laws of the State of Iowa. Andrew McCready 02/10/2017 Architect Signing Date 6819 06/30/2017 Iowa License No. Renewal Date Pages or sheets covered by this certification: Specifications Divisions 01 ,02, 04, 07, 09 Sheets A101 , A102, A103, A104 ___= END OF SECTION 00102 ==== [Page Intentionally Left Blank] SECTION 00110 Page 1 of 2 TABLE OF CONTENTS SECTION 00110 DIVISION 0 - BIDDING AND CONTRACTING REQUIREMENTS PROJECT TITLE PAGE... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ........ 00100 PROJECT DIRECTORY PAGE... ... ... ... ... ... ... ... ... ... ... ... ... ... ....... 00101 PROJECT CERTIFICATION PAGE... ... ... ... ... ... ... ... ... ... ... ............ 00102 TABLE OF CONTENTS... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ................ 00110 NOTICE TO BIDDERS... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ....... ... ... ... 00120 INSTRUCTIONS TO BIDDERS... ... ... ... ... ... ... ... ... ... ... ....... ... ....... 00200 SUBSTITUTION REQUEST FORM... ... ... ... ... ... ... ... ... ... ... ... ... ..... 00270 BID PROPOSAL SUBMITTAL CHECKLIST... ... ... ... ... ... ... ... .......... 00300 LUMP SUM BID PROPOSAL FORM... ... ... ... ... ... ... ... ... ... ... ... ...... 00401 BID BOND... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ........ 00450 BIDDER STATUS FORM... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...... 00460 CONTRACTOR BACKGROUND INFORMATION — Small Contracts. 00471 PUBLIC IMPROVEMENT CONTRACT... ... ... ... ... ... ... ... ... ... ... ... ... . 00500 PERFORMANCE, PAYMENT AND MAINTENANCE BOND... ... ...... 00600 OUT-OF-STATE CONTRACTOR BOND... ... ... ... ... ... ... ... ... ... ........ 00610 INSURANCE PROVISIONS AND REQUIREMENTS... ... ... ... ....... ... 00700 SALES TAX EXEMPTION CERTIFICATE... ... ... ... ... ... ... ... ........ .... 00750 CONSTRUCTION SCHEDULE..... ... ... ... ... ... ... ... ... ... ... ... ... ......... 00800 NOTICE TO PROCEED... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ..... 00850 EROSION CONTROL CERTIFICATE... ... ... ... ... ... ... ... ... ... ... ... ..... 00900 OTHER PROJECT INFORMATION... ... ... ... ... ... ........ ... ....... ........ 01100 DIVISION 01 — GENERAL REQUIREMENTS CUTTING AND PATCHING... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 01 7329 DIVISION 02 — EXISTING CONDITIONS SELECTIVE REMOVALS... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... 024200 SECTION 00110 Page 2 of 2 DIVISION 04 - MASONRY UNIT MASONRY RESTORATION... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ......04 0120 STONE RESTORATION... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...040140 MOARTARS AND GROUTS... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ....04 0513 DIVISION 07 — THERMAL AND MOISTURE PROTECTION SHEET METAL FLASHING & TRIM... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...07 6200 JOINT SEALANT... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ....07 9200 DIVISION 09 — FINISHIES HIGH PERFORMANCE COATINGS... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ... ...09 9600 ___= END OF SECTION 00110 =___ SECTION 00120 Page 1 of 2 NOTICE TO BIDDERS SECTION 00120 CITY OF DUBUQUE PUBLIC IMPROVEMENT PROJECT Five Flags Theater— Masonry Rehabilitation and Fire Escape Project 120.1 Time and Place for Filing Sealed Proposals Sealed Bids for the work comprising each improvement as stated below must be filed before 2:00 p.m. on March 23, 2017, in the Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa. 120.2 Time and Placed Sealed Proposals Will be Opened and Considered Sealed proposals will be opened and Bids tabulated shortly after 2:00p.m. on March 23, 2017, at Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa, for consideration by the City Council at its meeting on April 3, 2017. The City of Dubuque, Iowa, reserves the right to reject any and all Bids. 120.3 Time for Commencement and Completion of Work Work on the Project will commence within twenty (20) calendar days or when weather permits after the Notice to Proceed has been issued and shall be fully completed by July 21 , 2017. 120.4 Bid Security Each Bidder must accompany its Bid with a Bid security as security that the successful Bidder will enter into a contract for the work Bid upon and will furnish after the award of contract a corporate surety Bond, acceptable to the governmental entity, for the faithful performance of the contract, in an amount equal to one hundred percent of the amount of the contract. The Bid security must be in the amount of ten percent (10%) of the amount of the contract and must be in the form of a cashier's check or certified check drawn on a state-chartered or federally chartered bank, or a certified share draft drawn on a state- chartered or federally chartered credit union, or the Bidder may provide a Bid Bond with corporate surety satisfactory to the governmental entity. The Bid Bond must contain no conditions except as provided in this section. 120.5 Contract Documents Copies of the Contract Documents may be obtained at the Leisure Services Department, 2200 Bunker Hill Road, Dubuque, Iowa 52001 . The Contract Documents will also be available on the City's website at www.citvofdubuque.orq/bids.aspx. No plan deposit is required. SECTION 00120 Page 2 of 2 120.6 Preference for Iowa Products and Labor By virtue of statutory authority, preference will be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa statutes. 120.7 Sales Tax The Bidder should not include State of Iowa sales tax in its Bid. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the Project. 120.8 General Nature of Public Improvement Project Insert the Name & Location of the Project CIP # 3501708 & 3502511 Exterior masonry rehabilitation and fire escape repairs Base Bid Estimated Total Cost = $239,000.00 120.9 Pre-Bid Construction Conference Each prospective bidder is encouraged to attend the Pre-Bid Construction Conference to be held at 2:45 PM on March 2, 2017, at Five Flags Theater, 405 Main Street in Dubuque, Iowa. Attendance by all prospective bidders is not mandatory but highly recommended. 120.10 Title VI — Non-Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 , Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. On the following date, February 21 , 2017 this Notice was posted at the following locations: 1 . Tri-State Blueprint and framing/Rapid Reproductions Inc - plan room service. 2. Master Building of Iowa construction lead generating service. 3. The City of Dubuque Website. ___= END OF SECTION 00120 =___ SECTION 00200 Page 1 of 5 INSTRUCTIONS TO BIDDERS SECTION 00200 200.1 CONTRACT DOCUMENTS Copies of the Contract Documents may be obtained at the Leisure Services Department, 2200 Bunker Hill Road Dubuque, Iowa 52001 . The Contract Documents will also be available on the City's website at www.citvofdubuque.orq/bids.aspx. No plan deposit is required. The City requests that non-bidders return Contract Documents as soon as possible after the Bid opening. 200.2 EXAMINATION Bidders must use complete sets of Contract Documents in preparing Bids. Bidders must examine the Contract Documents and the construction site to obtain first-hand knowledge of existing conditions. Extra compensation will not be given for conditions that can be determined by examining the Contract Documents and site. 200.3 QUESTIONS AND INTERPRETATIONS Bidders must submit questions about the Contract Documents to the Engineer in writing or by email only. Replies will be issued to Contract Document holders of record as Addenda to the Drawings and Specifications and will become part of the Contract Documents. Neither City nor a Bidder may rely on oral clarification. Failure to request clarification will not waive the responsibility of comprehension of the Contract Documents and performance of the work in accordance with the intent of the documents. Signing of the Bid Proposal constitutes an acknowledgement of understanding of the Contract Documents. 200.4 PRODUCT OPTIONS To obtain approval to use an unspecified product, a Bidder must deliver written requests to the Architect at least seven (7) working days before the sealed Bid is due. Late requests will not be considered. The Bidder must submit request using the Substitution Request Form in specification 00270. Be sure to clearly describe and indicate the product for which approval is requested, and include any data as necessary to demonstrate acceptability of the substitute product. The written request must indicate the section number, page number and line number of the Specification for the product. If the product is acceptable, the Engineer will approve it in an Addendum. 200.5 INSPECTION OF THE PROJECT SITE Each Bidder must visit the project site(s) of the proposed work to fully acquaint itself with the existing conditions relating to the project and must inform itself as to the facilities involved, the difficulties and the restrictions related to the performance of the Contract. Each Bidder must thoroughly examine and familiarize itself with the specifications and all other Contract Documents. The Contractor by the execution of the Contract shall in no way be relieved of any SECTION 00200 Page 2 of 5 obligation under the contract due to Contractor's failure to receive or examine any contract document or to visit the site and acquaint itself with the conditions there existing. City will be justified in rejecting any claim based on facts regarding which the Contractor should have been aware of as a result of its inspection. 200.6 RELEASE OF SITE: SEQUENCE OF WORK Bidders are referred to the Contract Documents for information regarding the manner in which the project site(s) will be released and made available for construction purposes, and the sequence in which the construction work will be performed. 200.7 PREPARATION OF BIDS 1 . All Bids must be submitted on the Bid Proposal Form (SECTION 00401) supplied by the City and bound in this Contract Documents Manual. All Bids are subject to all requirements of the Contract Documents including these INSTRUCTIONS TO BIDDERS. All Bids must be regular in every respect and no modifications, exclusions, or special conditions shall be made or included in the Bid Proposal Form by the Bidder. 2. The Bid Proposal Form (SECTION 00401) and Bid Bond (SECTION 00450) must be enclosed in separate sealed envelopes and clearly labeled. a. THE ENVELOPE CONTAINING THE BID PROPOSAL FORM MUST BE LABELED AS FOLLOWS: Five Flags Theater- Masonry Rehabilitation and Fire Escape Project Sealed Bid (Contractor Name) And addressed to Location for Filing Bid: City of Dubuque Leisure Services Department 2200 Bunker Hill Road Dubuque, Iowa, 52001 b. THE ENVELOPE CONTAINING THE BID BOND MUST BE LABELED AS FOLLOWS: Five Flags Theater- Masonry Rehabilitation and Fire Escape Project Bid Bond (Contractor Name) And addressed to Location for Filing Bid: City of Dubuque Leisure Services Department 2200 Bunker Hill Road Dubuque, Iowa, 52001 3. The Bidder Status Form (Section 00460) must be included in the envelope with the Bid. 4. The Contractor Background Information Form (Section 00471) must be included in the envelope with the Bid. SECTION 00200 Page 3 of 5 5. Bids submitted after the date and time for filing sealed proposals as listed in the Notice to Bidders (SECTION 00120) shall not be considered and will be returned to the Bidder unopened. 6. The City may reject any irregular or non-responsive Bid. 7. If the Contract is awarded, it will be awarded by the City as required by law to the lowest responsive, responsible Bidder. The Contract will require the completion of work according to the Contract Documents. 8. Each Bidder must include in the Bid, in the appropriate spaces therefore, the proposed cost of performing said work in compliance with the Contract Documents including all items of labor, equipment, materials and overhead costs. 200.8 BID BOND Each Bid must be accompanied by a satisfactory Bid Bond (SECTION 00450), in a separate envelope and clearly labeled in the same manner as the Bid proposal forms, executed by the Bidder and an acceptable surety; or a cashier's or certified check payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States, in the amount of ten percent (10%) of the Bid submitted as security that the Bidder will enter into a contract for doing the work and will give Bond with proper securities for the faithful performance of the contract in the form attached to the specifications. Bidders shall use the provided City of Dubuque Bid Bond (SECTION 00450). If an alternative Bid Bond form is submitted by the Bidder and determined by the City to not be an equivalent bond form then the City may determine the Bid as non-responsive. 200.9 BIDDER STATUS FORM The Bidder Status Form (Section 00460) is required by the Iowa Labor Commissioner, pursuant to the Iowa Administrative Code rule 875-156.2(1). The Bidder must complete and submit the Bidder Status Form, signed by an authorized representative of the Bidder, with their Bid proposal. Under Iowa Administrative Code rule 875-156.2(1), failure to provide the Bidder Status Form with the Bid may result in the Bid being deemed non-responsive and may result in the Bid being rejected. 200.10 CONTRACTOR BACKGROUND INFORMATION FORM Each Bid must include a Contractor Background Information Form (Section 00471) prepared by the Bidder. The Form must be included in the envelope with the Bid, or else indicate on the Bid Proposal Form that an up-to-date Contractor Background Information Form is on file with the City of Dubuque. An official list of contractors with forms on file can be viewed at the http://a- dubupue2.civicplus.com/638/Engineering SECTION 00200 Page 4 of 5 200.11 CORRECTIONS Erasures or other changes in the Bid must be explained or noted and initialed by the Bidder. 200.12 TIME FOR RECEIVING BIDS Bids received prior to the time of opening will be securely kept unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered. 200.13 OPENING OF BIDS At the time and place fixed for the opening of Bids, the City will cause to be opened and publicly read aloud every qualifying Bid received within the time set for receiving Bids, irrespective of any irregularities therein. Bidders and other persons interested may be present in person or by representative. 200.14 WITHDRAWAL OF BIDS Bids (received prior to the time fixed for opening) may be withdrawn on written request by the Bidder. The Bid Bond of any Bidder withdrawing its Bid in accordance with the foregoing conditions will be returned with the Bid. 200.16 AWARD OF CONTRACTS AND REJECTION OF BIDS The Public Improvement Contract (SECTION 00500) shall be awarded as required by law. The Bidder to whom the award is made shall be notified at the earliest possible date by a Notice of Award. 200.16 EXECUTION OF CONTRACT 1 . Within ten (10) calendar days after the date of the City's Notice of Award, the successful Bidder shall execute and deliver to the City a Contract in the form included (SECTION 00500) in the Contract Documents in such number of copies as the City may require. 2. Insurance documents shall be submitted in accordance with SECTION 00700 and must be properly completed prior to execution of the contract by the City. 3. The successful Bidder shall, within the period specified in Section 00200.16 Paragraph 1 above, also furnish a Contractor's Performance, Payment and Maintenance Bond in the form included in the Contract Documents and shall bear the same date as, or a date subsequent to, the date of the Contract. The power of attorney for the person who signs for any surety company shall be attached to such Bond. SECTION 00200 Page 5 of 5 4. The failure of the successful Bidder to execute such Contract and to supply the required Bond(s) and Insurance within ten (10) calendar days after the date of City's Notice of Award, or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to another Bidder or re-advertise for Bids, and may charge against the defaulting Bidder the difference between the defaulting Bidder's Bid and the successful Bid, irrespective of whether the amount thus due exceeds the amount of the Bid Bond. If a more favorable Bid is received by re-advertising, the defaulting Bidder shall have no claim against the City for a refund. 5. After the Contract, Bonds, Insurance Documents and form for Sales Tax Exemption Certificate have been properly provided, the City will execute the contract and issue the Notice to Proceed. ___= END OF SECTION 00200 =___ [Page Intentionally Left Blank] SECTION 00270 Page 1 of 2 SUBSTITUTION REQUEST FORM SECTION 00270 270.1 PROJECT INFORMATION Project: FIVE FLAGS THEATER MASONRY REHABILITATION AND FIRE ESCAPE PROJECT SUBMIT REQUESTS FOR SUBSTITUTIONS DURING THE BIDDING PHASE TO: (Architects Name) (Title) (Company Name) (Address) (Address) SUBMISSION DATE: REQUEST FROM: 1) SPECIFICATION SECTION SPEC. SEC. NO: SPEC. SEC. TITLE: DESCRIPTION: ARTICLE: PARAGRAPH: 2) PROPOSED SUBSTITUTION MANUFACTURER: TRADE NAME: MODEL: SECTION 00270 Page 2 of 2 270.2 ACKNOWLEDGEMENTS AND ATTACHMENTS In submitting this Request, the undersigned acknowledges and represents that: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay the project schedule. • Proposed substitution does not affect dimensions and functional clearances. Attachments: The following attachments are required as part of this submittal request. 1) Product Data, descriptions and specifications necessary for evaluation. 2) Drawings necessary to indicate proper installation in the Work. 3) Tests and Reports consistent with specified performance requirements. 4) Material Samples (if applicable): SUBMITTED BY: TITLE: COMPANY NAME: TELEPHONE: EMAIL: 270.3 ENGINEER'S REVIEW AND ACTION Substitution approved — Make submittals in accordance with Specification Section for this item. Substitution rejected — Revise and Resubmit. Substitution rejected — Use specified materials. REVIEWED BY: DATE: ___= END OF SECTION 00270 =___ SECTION 00300 Page 1 of 2 BID PROPOSAL SUBMITTAL CHECKLIST SECTION 00300 Five Flags Theater Masonry Rehabilitation and Fire Escape Project 300.1 Bid Submittal Check List Checking your Bid submittal, before filing, against the following checklist will help prevent minor errors or omissions, which could result in rejection of the Bid because it is non- responsive. 1 . Bid proposal must be submitted on the form listed below and provided by the City: LUMP SUM BID PROPOSAL FORM (SECTION 00401) 2. Acknowledge receipt of all addenda on the Bid Proposal Form (SECTION 00401). 3. Bid Proposal Form (SECTION 00401) must be signed by an authorized agent. 4. The Bid Proposal Form (SECTION 00401) must be accompanied in a separate envelope by a Bid Bond (SECTION 00450) or a certified check made payable to the "City of Dubuque" in an amount equal to ten percent (10%) of the Bid amount. 5. The Bid Bond (SECTION 00450), if used, must be signed by both the Bidder and the Surety or surety's agent. Signature of surety's agent must be supported by accompanying power of attorney. Bidders shall use the provided City of Dubuque Bid Bond (SECTION 00450). If an alternative Bid Bond form is submitted by the Bidder and determined by the City to not be an equivalent bond form then the City may determine the Bid as non-responsive. SECTION 00300 Page 2 of 2 6. The Bid Proposal Form and Bid Bond must be submitted in a separate sealed envelope labeled as follows: Five Flags Theater- Masonry Rehabilitation and Fire Escape Project "Sealed Bid" or "Bid Bond" (Contractor Name) And addressed to Location for Filing the Bid: City of Dubuque Leisure Services Department 2200 Bunker Hill Road Dubuque, Iowa, 52001 a. Sufficient time should be allowed for Bids to be delivered. Late Bids will not be considered and will be returned unopened. b. The Bid Proposal Form must not be qualified in any way or contain any disclaimers or special conditions, or the Bid may be found nonresponsive. 7. The Bidder Status Form (Section 00460) must be included in the envelope with the Bid. 8. Include the Contractor Background Information Form (Section 00471) in the envelope with the Bid, or else indicate on the Bid Proposal Form that an up-to-date Contractor Background Information Form is on file with the City of Dubuque. An official list of contractors with forms on file can be viewed at http://a- dubupue2.civicplus.com/638/Engineering __ _= END OF SECTION 00300 =_ __ SECTION 00401 Page 1 of 5 LUMP SUM BID PROPOSAL FORM SECTION 00401 PROJECT: Five Flags Theater Masonry Rehabilitation and Fire Escape Project 405 Main Street Dubuque, Iowa 52001 BID TO: Office of Leisure Services Department 2200 Bunker Hill Dubuque, Iowa 52001 BID FROM: (Company) (Address) (City, State, Zip) (Telephone) 401.1 General The undersigned Bidder agrees, if the Bid is accepted, to enter into a Contract with the City, in the form included in the Contract Documents, to perform and furnish the Work as specified or indicated in the Contract Documents for the Base Bid Lump Sum Price and within the Bid time indicated in the Contract Documents and in accordance with other terms and conditions of the Contract Documents. 401.2 Recitals In submitting this Bid, Bidder represents, as more fully set forth in the Public Improvement Contract, that: a. This Bid will remain subject to acceptance for forty-five (45) calendar days after the day of Bid opening; b. The City has the right to reject this Bid and to waive any informalities in the bidding; c. Bidder accepts the provisions to the Instructions to Bidders regarding dispositions of Bid Security; d. Bidder will sign and submit the Public Improvement Contract with the Bond and other documents required by the Contract Documents within ten (10) calendar days after the date of City's Notice of Award; The Bidder hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the plans, specifications, contract form, including the special provision contained herein, and the work site, and the Bidder understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, SECTION 00401 Page 2 of 5 are to be performed at the lump sum price as stipulated herein; the Bidder proposes to furnish all necessary machinery, equipment, tools, labor and other means of construction, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. 401.3 Bidder's Acknowledgment In submitting this Bid this Bidder acknowledges and represents that: 1) Bidder has examined copies of all the Contract Documents; 2) Bidder has visited the Place of Work and become familiar with the general, local, and site conditions; 3) Bidder is familiar with federal, State, and local laws, ordinances and regulations that govern the work specified by the Contract Documents; 4) Bidder has correlated the information known to the Bidder, observations obtained from the examination of the site, reports and drawings identified in the Contract Documents and additional investigations, explorations, tests, studies and data within the Contract Documents; 5) The Bid is genuine and not made in interest of or on the behalf of an undisclosed person, firm or corporation; 6) This Bid is not made in the interest of or on behalf of an undisclosed person, firm or corporation; Bidder has not directly or indirectly induced or solicited another Bidder to submit a false or sham Bid; Bidder has not solicited or induced a person, firm or corporation to refrain from Bidding; and Bidder has not sought by collusion to obtain for itself an advantage over another Bidder or over City; 7) Local and State sales and use taxes are not included in the Bid Amount. SECTION 00401 Page 3 of 5 401.4 Base Bid Amount Bidder will complete the work in accordance with the Contract Documents for the following: Lump Sum Base Bid Amount $ (figures) (use words) Any written exclusions on the Bid Form may render the Bid as nonresponsive and may result in a rejection of the Bid by the City. 401.6 Alternate Bids Not Applicable 401.6 Unit Prices For changing specified quantities of work during the execution of the Project, from those indicated by the Contract Documents, upon written Change Order issued by the City, the unit prices indicated below shall prevail. The unit prices include all labor, overhead and profit, materials, equipment, appliances, bailing, shoring, shoring removal, etc. to complete the Work. Only a single unit price shall be given and it will apply to either more or less work than that shown in the Contract Documents or included in the Base Bid. In the event of more or less units are required to complete the work as so indicated or included in the Base Bid, a change order will be issued for the increased or decreased amount of units. Unit prices may be applied at the City's option in the event that additions to or deductions from the work required by the Contract Documents are ordered by the City. The Unit Prices below will not be used by the City for determining the low bid amount. a. Unit Cost per Selective Brick Replacement Unit Cost shall include all required access, material and labor to complete the work for replacement of one individual brick. $ per Selective Brick Replacement SECTION 00401 Page 4 of 5 401.7 Timeliness Bidder agrees that the work shall be Substantially Complete and made ready for final payment in accordance with Contract Documents no later than the date(s) indicated in Section 00800 – Construction Schedule and Agreed Cost of Delay. 401.8 Additional Documents To Be Submitted With Bid The following additional documents are included and made a condition of this Bid: A. Bid Bond Section (00450)—or other approved Bid Security. Accompanying this Bid in a separate sealed envelope is a Bid Bond, cashier's check, or certified check in the penal sum of ten percent (10%) of the submitted Bid. It is understood that the Bid security will be retained in the event a contract is not executed by the Contractor if award is made to the undersigned. If a Bid Bond is submitted it must be executed by the Bidder and acceptable corporate surety. If a Cashier's check or certified check is submitted it must be made payable to the City Treasurer, City of Dubuque, drawn on a bank in Iowa or a bank chartered under the laws of the United States. B. Bidder Status Form (Section 00460) C. Contractor Background Information (Section 00471) ❑ Yes Contractor Background Information has been included with the Bid. - OR - ❑ Yes Contractor Background Information is on file with the City of Dubuque. 401.9 Contract Execution The Bidder further agrees to execute a formal contract and Bond, within ten (10) calendar days after the date of the City's Notice of Award. The Bidder also agrees it will commence work on or before (10) calendar days after the date of City's Notice to Proceed, and it will complete the work within the specified contract period or pay the Agreed Cost of Delay stipulated in the Contract Documents. 401.10 Questions and Interpretations Failure by the Bidder to request clarification of the Contract Documents during the bidding process does not waive the responsibility for comprehension of the documents and performance of the work in accordance with the Contract Documents. Signing of the Bid Proposal Form constitutes the Contractor's certification as implicitly denoting thorough comprehension of intent of the Contract Documents. SECTION 00401 Page 5 of 5 401.11 Addenda The Bidder acknowledges receipt of the following addenda: Dated: Dated: Dated: Dated: 401.12 Signatures Contractor: Dated: Contractor Name Street (Business Location) Street (Business Location) City State Zip Dated: Signature Title The Bidder's State of does ( )/ does not ( ) utilize a percentage preference for in-state Bidders. The amount of preference is percent. ___= END OF SECTION 00401 =___ [Page Intentionally Left Blank] SECTION 00450 Page 1 of 1 BID BOND SECTION 00450 We as Principal (Contractor), and , as Surety, are held and firmly bound unto the City of Dubuque, Iowa (City), in the sum of $ (10% of the Bid amount), for the (use numbers) payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the accompanying Bid, dated day of , 20 for Five Flags Theater Masonry Rehabilitation and Fire Escape Project (Project). NOW, THEREFORE, if the Principal shall not withdraw said Bid within the period specified therein during the opening of same, or if no period specified, within thirty (30) days after said opening, and must within the period specified therefore, if no period be specified, within ten (10) days after date of City's Notice of Award, enter into a the Public Improvement Contract with the City, in accordance with the Bid as accepted, and give Bond with good and sufficient surety or sureties, as may be required for the faithful performance and proper fulfillment of such Contract, then the above obligation shall be void and of no effect, otherwise to remain in full force. The full amount of this Bid Bond will be forfeited to the City as an Agreed Cost of Delay in the event that the Principal fails to execute the contract and provide the Bond as provided in the Contract Documents or by law. IN WITNESS WHEREOF, the above parties have executed this instrument under their several seals this day of , 20 the name and corporate seal of each corporate party being hereto affixed and duly signed by its undersigned representative pursuant to authority of its governing body. PRINCIPAL: SURETY: Contractor Name Surety Name By: By: Signature Signature Title Title Date Date ___= END OF SECTION 00460 =___ [Page Intentionally Left Blank] SECTION 00460 Page 1 of 2 Bidder Status Form SECTION 00460 To be completed by all Bidders Part A Please answer"Yes"or"No"for each of the following: ❑ Yes ❑ No My company is authorized to transact business in Iowa. (To help you determine if your company is authorized, please review the worksheet on the next page). ❑Yes ❑No My company has an office to transact business in Iowa. ❑Yes ❑No My company's office in Iowa is suitable for more than receiving mail, telephone calls, and e-mail. ❑Yes ❑No My company has been conducting business in Iowa for at least 3 years prior to the first request for Bids on this project. ❑Yes ❑No My company is not a subsidiary of another business entity or my company is a subsidiary of another business entity that would quality as a resident Bidder in Iowa. If you answered "Yes"for each question above, your company qualifies as a resident Bidder. Please complete Parts B and D of this form. If you answered "No"to one or more questions above, your company is a non-resident Bidder. Please complete Parts C and D of this form. To be completed by all resident Bidders Part B My company has maintained offices in Iowa during the past 3 years at the following addresses: Dates: to Address: (mm/dd/yyyy) City, State, Zip: Dates: to Address: (mm/dd/yyyy) City, State, Zip: Dates: to Address: (mm/dd/yyyy) City, State, Zip: You may attach additional sheet(s) if needed. To be completed by all non-resident Bidders Part C Name of your home state or foreign country reported to the Iowa Secretary of State. Does your company's home state or foreign country offer preferences to Bidders who are residents? ❑ Yes ❑ No If you answered "Yes"to question 2, identify each preference offered by your company's home state or foreign country and the appropriate legal citation. You may attach additional sheet(s) if needed. To be completed by all Bidders Part D I certify that the statements made on this document are true and complete to the best of my knowledge and I know that my failure to provide accurate and truthful information may be a reason to reject my Bid. Firm Name: Signature: Date: You must submit the complete form to the government body requesting Bids per 875 Iowa Administrative Code Chapter 156 This Form has been approved by the Labor Commissioner 309-6001 02-14 SECTION 00460 Page 2 of 2 Worksheet: Authorization to Transact Business This worksheet may be used to help complete Part A of the Resident Bidder Status form. If at least one of the following describes your business, you are authorized to transact business in Iowa. ❑ Yes ❑ No My business is currently registered as a contractor with the Iowa Division of Labor. ❑ Yes ❑ No My business is a sole proprietorship and I am an Iowa resident for Iowa income tax purposes. ❑ Yes ❑ No My business is a general partnership or joint venture. More than 50 percent of the general partners or joint venture parties are residents of Iowa for Iowa income tax purposes. ❑ Yes ❑ No My business is an active corporation with the Iowa Secretary of State and has paid all fees required by the Secretary of State, has filed its most recent biennial report, and has not filed articles of dissolution. ❑ Yes ❑ No My business is a corporation whose articles of incorporation are filed in a state other than Iowa, the corporation has received a certificate of authority from the Iowa secretary of state, has filed its most recent biennial report with the secretary of state, and has neither received a certificate of withdrawal from the secretary of state nor had its authority revoked. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in this state and the statement has not been canceled. ❑ Yes ❑ No My business is a limited liability partnership which has filed a statement of qualification in a state other than Iowa, has filed a statement of foreign qualification in Iowa and a statement of cancellation has not been filed. ❑ Yes ❑ No My business is a limited partnership or limited liability limited partnership which has filed a certificate of limited partnership in this state, and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited partnership or a limited liability limited partnership whose certificate of limited partnership is filed in a state other than Iowa, the limited partnership or limited liability limited partnership has received notification from the Iowa secretary of state that the application for certificate of authority has been approved and no notice of cancellation has been filed by the limited partnership or the limited liability limited partnership. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in Iowa and has not filed a statement of termination. ❑ Yes ❑ No My business is a limited liability company whose certificate of organization is filed in a state other than Iowa, has received a certificate of authority to transact business in Iowa and the certificate has not been revoked or canceled. ___= END OF SECTION 00460 =___ SECTION 00471 Page 1 of 12 SECTION 00471 CONTRACTOR BACKGROUND INFORMATION FOR SMALL CONTRACTS (Between $25,000 and $3,000,000) All questions must be answered clearly and comprehensively. If necessary, questions may be answered on separate attached sheets. The Bidder may submit any additional information that it deems necessary. 1. SUBMITTED BY: Official Name of Firm: Address: 2. CONTRACTOR'S CONTACT INFORMATION: Contact Person: Title: Phone: Email: 3. TYPE OF ORGANIZATION: ❑ SOLE PROPRIETORSHIP Name of Owner: Doing Business As: Date of Organization: ❑ PARTNERSHIP Date of Organization: Type of Partnership: Name of General Partner(s): SECTION 00471 Page 2 of 12 ❑ CORPORATION State of Organization: Date of Organization: Executive Officers: - President: - Vice President(s): - Treasurer: - Secretary: ❑ LIMITED LIABILITY COMPANY State of Organization: Date of Organization: Members: ❑ JOINT VENTURE State of Organization: Date of Organization: Form of Organization: Joint Venture Managing Partner - Name: - Address: Joint Venture Managing Partner - Name: - Address: SECTION 00471 Page 3 of 12 Joint Venture Managing Partner - Name: - Address: ❑ Other State of Organization: Name of Organization: Form of Organization: Date of Organization: Principal - Name: - Title: - Address: A. How many years has your organization been in business as a contractor? years. B. How many years have you been engaged in the contracting business under your present firm or trade name? years. C. Under what other or former names does or has your organization operated? 4. CERTIFICATIONS: CERTIFIED BY: Disadvantage Business Enterprise: Minority Business Enterprise: Woman Owned Enterprise: Small Business Enterprise: Other: SECTION 00471 Page 4 of 12 5. BONDING INFORMATION: Bonding Company: Address: Bonding Agent: Address: Contact Name: Phone: Aggregate Bonding Capacity: Available Bonding Capacity as of date of this submittal: 6. CONSTRUCTION EXPERIENCE: A. Current Experience: List on Schedule A all uncompleted projects currently under contract. B. Previous Experience: List on Schedule B at least three (3) projects completed within the last three (3) years that had a similar scope of work. In the past eight (8) years has the firm listed in Section 1 ever failed to complete a construction contract awarded to it? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES Do you have direct related project experience? If no direct related project experience, add an Attachment that explain how you intend to complete the contract ❑ NO ❑YES Have you ever been found not to be a responsible Bidder under Iowa Code Chapter 26? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES SECTION 00471 Page 5 of 12 In the past eight (8) years has any Corporate Officer, Partner, Joint Venture participant or Proprietor ever failed to complete a construction contract awarded to them in their name or when acting as a principal of another entity? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑ YES Are there any judgments, claims, disputes or litigation pending or outstanding with an individual value greater than $200,000 involving the firm listed in Section 1 or any of its officers (or any of its partners if a partnership or any of the individual entities if a joint venture)? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES Have you ever been declared in default under a performance Bond in the last five (5) years? If YES, add an Attachment that provides details of the circumstances and include the name and contact person of the owner(s) of the project and the contact person at the surety/Bonding company. ❑ NO ❑YES Are you currently being investigated for or have previously violated in the last five years any of the following state or federal laws: Iowa Minimum Wage Act, Iowa Non- English Speaking Employees Act, Iowa Child Labor Act, Iowa Labor Commissioner's Right to Inspect Premises, Iowa Compensation Insurance Act, Employment Security Act, Iowa Competition Act, Iowa Income, Corporate and Sales Tax Code, Iowa Employee Registration Requirements, Iowa Hazardous Chemical Risks Act, Iowa Wage Payment Collection Act, Federal Income and Corporate Tax Code, The National Labor Relations Act, The Drug-Free Workplace Act, the Employee Retirement Insurance Security Act, Title VI of the Civil Rights Act of 1964, The Fair Labor Standards Act: If YES, add an Attachment that provides details of the circumstances and explain. ❑ NO ❑YES SECTION 00471 Page 6 of 12 7. SAFETY PROGRAM: Name of Contractor's Safety Officer: Name of Contractor's Safety Officer assigned to the project: Include the following as attachments: A. Provide as an Attachment Contractor's OSHA No. 300- Log & Summary of Occupational Injuries & Illnesses for the past 2 years. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount, within 72 hours after the bid opening. B. Provide as an Attachment Contractor's list of all OSHA Citations & Notifications of Penalty (monetary or other) received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount, within 72 hours after the bid opening. C. Provide as an Attachment Contractor's list of all safety citations or violations under any state all received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount, within 72 hours after the bid opening. D. Provide the following for the firm listed in Section 3 (attach additional sheets as necessary) the following (Contractor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total bid amount, within 72 hours after the bid opening): Workers' compensation Experience Modification Rate (EMR) for the last 2 years: YEAR EMR YEAR EMR Total Recordable Frequency Rate (TRFR) for the last 2 years: YEAR TRFR YEAR TRFR Total number of man-hours worked for the last 2 Years: YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS SECTION 00471 Page 7 of 12 8. EQUIPMENT: Within 72 hours after the bid opening, provide a statement that explains the contractual relationship between the firm listed in Section 3 and the owners of major pieces of equipment that will be utilized on this project. MAJOR EQUIPMENT: List on Schedule C all pieces of major equipment available for use on this Project. I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE CITY OF DUBUQUE MAY RELY ON THE INFORMATION PROVIDED. NAME OF ORGANIZATION: SIGNATURE: NAME: TITLE: DATED: NOTARY ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF , 20_ NOTARY PUBLIC - STATE OF MY COMMISSION EXPIRES: REQUIRED ATTACHMENTS: 1 . Schedule A (Current Experience). 2. Schedule B (Previous Experience). 3. Evidence of authority for individuals listed in Section 3 to bind organization to a Contract. 4. Resumes of officers and key individuals (including Safety Officer) of firm named in Section 1 . 5. Additional items as needed to complete background information request. SECTION 00471 Page 8 of 12 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 9 of 12 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 10 of 12 SCHEDULE B PREVIOUS EXPERIENCE Include ALL Similar Projects Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 11 of 12 SCHEDULE B PREVIOUS EXPERIENCE Include ALL Similar Projects Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Com lete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: N n O O O N Z 00) Of N W W d N O U) Of D O 2 z D ii ii v U H z o U O Z J LU O LU a z w O U N U LL N = O H z o O Z w o u LU N < Q II J W J W W m 0 O 0 H Z LU 2 CL _ 5 O LU w O H n - Q LL O H N J SECTION 00500 Page 1 of 6 PUBLIC IMPROVEMENT CONTRACT SECTION 00500 Five Flags Theater Masonry Rehabilitation and Fire Escape Project THIS IMPROVEMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the day of , 20 between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City), and Contractor Name (Contractor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: CONTRACTOR AGREES: 1 . To furnish all material and equipment and to perform all labor necessary for the (Project Name) (Project). 2. CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 1 . Project Title Page (Section 00100). 2. Project Directory Page (Section 00101). 3. This Public Improvement Contract (Section 00500). 4. Performance, Payment, and Maintenance Bond (Section 00600). 5. Out-of-State Contractor Bond (Section 00610). 6. Other Bonds: a. _(Bond Name)_ (pages_ to _ , inclusive). b. _(Bond Name)_ (pages_ to _ , inclusive). C. _(Bond Name)_ (pages_ to _ , inclusive). 7. The Iowa Statewide Urban Design And Specifications (SUDAS) 2015 Edition. 8. CITY OF DUBUQUE Supplemental Specifications 2015 Edition. 9. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 10.Special Provisions included in the project Contract Document Manual. 11 . Drawings —Sheet No._ through No. (00 pages) or drawings consisting of sheets bearing the following general title: 12.Addenda (numbers_ to _ , inclusive). 13. Insurance Provisions and Requirements (Section 00700). 14.Sales Tax Exemption Certificate (Section 00750). 15.Site Condition Information (Section 00775). 16.Construction Schedule and Agreed Cost of Delay (Section 00800). SECTION 00500 Page 2 of 6 17. Erosion Control Certificate (Section 00900). 18.Consent Decree (Section 01000). 19.Other Project Information and Permits (Section 01100 - 00000). 20. Exhibits to this Contract (enumerated as follows): a. Contractor's Bid (pages_ to _, inclusive). b. Bidder Status Form (Section 00460). c. Contractor Background Information Form (Section 00471) d. The following documentation that must be submitted by Contractor prior to Notice of Award. i. ii. iii. e. None. 21 .The following which may be delivered or issued on or after the Effective Date of the Agreement: a. Notice to Proceed (Section 00850). b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). There are no other Contract Documents. The Contract Documents may only be amended, modified, or supplemented as provided in General Conditions. 3. All materials used by the Contractor in the Project must be of the quality required by the Contract Documents and must be installed in accordance with the Contract Documents. 4. The Contractor must remove any materials rejected by the City as defective or improper, or any of said work condemned as unsuitable or defective, and the same must be replaced or redone to the satisfaction of the City at the sole cost and expense of the Contractor. 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573 or Iowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Contractor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Contractor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully paid SECTION 00500 Page 3 of 6 for by the City. The Contractor's maintenance bond will be security for a period of two years after the issuance of the Certificate of Substantial Completion. 8. The Contractor must fully complete the Project under this Contract on or before the date indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting there from, but only to the extent caused in whole or in part by negligent acts or omissions of Contractor, or anyone directly or indirectly employed by Contractor or anyone for whose acts Contractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Contractor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any other Bidder, or with any public officer, whereby it has paid or is to pay any other Bidder or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any Contractor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars) to the City. 11 . The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 12. The Contractor agrees, and its Bond is surety therefore, that after the Certificate of Substantial Completion has been issued by the City, it will keep and maintain the Project in good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Contractor must comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). B. The City and the Contractor agree to comply with all provisions of the Davis-Bacon Federal Prevailing Wage Act, if applicable, and related labor requirements and regulations and the Federal Wage Determination for this Project. SECTION 00500 Page 4 of 6 C. Equipment or products authorized to be purchased with federal funding awarded for this Contract must be American-made to the maximum extent feasible, in accordance with Public Law 103-121 , Sections 606(a) and (b). D. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21 , Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. CONSENT DECREE RELATING TO THE PROJECT 14. ❑ THIS CONTRACTOR IS PERFORMING WORK FOR THE CITY OF DUBUQUE RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE, THE CONSENT DECREE AND THIS SECTION ARE APPLICABLE. CITY CONTRACTOR �[ THIS CONTRACTOR IS NOT PERFORMING WORK FOR THE CITY OF DUBUQUE w� RELATED TO THE WATER & RESOURCE RECOVERY CENTER OR THE SANITARY SEWER COLLECTION SYSTEM. THEREFORE THE CONSENT DECREE AND THIS SECTION ARE NOT APPLICABLE. The City has entered into a Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number 2008V00041, DOJ Case Number 90-5-1-1-09339, United States District Court for the Northern District of Iowa. The provisions of the Consent Decree apply to and are binding upon the City and its officers, directors, employees, agents, servants, successors, assigns, and all persons, firms and corporations under contract with the City to perform the obligations of the Consent Decree. The City is required to provide a copy of the Consent Decree to any contractor or consultant retained to perform work required by the Consent Decree. A copy of the Consent Decree is included in the Contract Documents and can be viewed at http://www.citvofdubuque.org/DocumentCenter/Home/View/3173. A hard copy is available upon request at the City's Engineering Department Office. The City must condition any contract to perform work required under the Consent Decree upon performance of the work in conformity with the provisions of the Consent Decree. The Consent Decree also provides that until five (5) years after the termination of the Consent Decree, the City must retain, and must instruct its contractors and agents to preserve, all non-identical copies of all documents, reports, data, records, or other information (including documents, records, or other SECTION 00500 Page 5 of 6 information in electronic form) in its or its contractors' or agents' possession or control, or that come into its or its contractors' or agents' possession or control, and that relate in any manner to the City's performance of its obligations under this Consent Decree, including any underlying research and analytical data. This information-retention period, upon request by the United States or the State, the City must provide copies of any documents, reports, analytical data, or other information required to be maintained under the Consent Decree. At the conclusion of the information-retention period, the City must notify the United States and the State at least ninety (90) Days prior to the destruction of any documents, records, or other information subject to such requirements and, upon request by the United States or the State, the City must deliver any such documents, records, or other information to the EPA or IDNR. CERTIFICATION BY CONTRACTOR The undersigned, on behalf of the Contractor, with full authority to act on behalf of the Contractor, certifies to the City of Dubuque as follows: 1 . I have received a copy of the Consent Decree in the case of The United States of America, and the State of Iowa v. The City of Dubuque, Iowa, Civil Action Number Case 2:11-cv-01011-EMJ, Civil Action Number2008V00041 , DOJ Case Number 90- 5-1-1-09339, United States District Court for the Northern District of Iowa. 2. All work performed will be in conformity with the provisions of the Consent Decree. 3. All documents reports, data, records, or other information (including documents, records, or other information in electronic form) that relate in any manner to the performance of obligations under the Consent Decree, including any underlying research and analytical data, will be retained as required by the Consent Decree. 4. The Contractor agrees to defend, indemnify, and hold harmless the City, its officers, agents, or employees from and against any claims, including penalties, costs and fees as provided in the Consent Decree, relating to or arising out of the Contractor's failure to comply with the Consent Decree. CONTRACTOR: Contractor By: Signature Printed Name Title Date SECTION 00500 Page 6 of 6 THE CITY AGREES: 15. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Contractor as full compensation for the complete performance of this Contract, the amount determined for the total work completed at the price(s) stated in the Contractor's Bid Proposal and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ Contract Amount CITY OF DUBUQUE, IOWA: Department By: Signature Printed Name Title Date CONTRACTOR: Contractor By: Signature Printed Name Title Date ___= END OF SECTION 00600 =___ SECTION 00600 Pagel of 4 PERFORMANCE, PAYMENT AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: That we, as Principal (hereinafter the "Contractor" or "Principal") and , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions ofthe above obligations are such that whereas said Contractor entered into a contract with the Owner, bearing date the day of , 2016, (hereinafter the "Contract") wherein said Contractor undertakes and agrees to construct the following project in accordance with the Contract Documents, and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. The Contract Documents for Project detail the following described improvements: Exterior masonry rehabilitation and fire escape repairs It is expressly understood and agreed by the Contractor and Surety in this Bond that the following provisions are a part of this Bond and are binding upon said Contractor and Surety, to-wit: 1 . PERFORMANCE: The Contractor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the project, and shall indemnify and save harmless the Owner from all outlay and expense incurred by the Owner by reason of the Contractor's default of failure to perform as required. The Contractor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. PAYMENT: The Contractor and the Surety on this Bond hereby agreed to pay all just claims submitted by persons, firms, subcontractors, and corporations furnishing materials for or performing labor in the performance of the Contract on account of which this Bond is given, SECTION 00600 Page 2 of 4 including but not limited to claims for all amounts due for labor, materials, lubricants, oil, gasoline, repairs on machinery, equipment, and tools, consumed or used by the Contractor or any subcontractor, wherein the same are not satisfied out of the portion of the contract price the Owner is required to retain until completion of the improvement, but the Contractor and Surety shall not be liable to said persons, firms, or corporations unless the claims of said claimants against said portion of the contract price shall have been established as provided by law. The Contractor and Surety hereby bind themselves to the obligations and conditions set forth in Chapter 573 of the Iowa Code, which by this reference is made a part hereof as though fully set out herein. 3. MAINTENANCE: The Contractor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Owner's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Owner all outlay and expense incurred as a result of Contractor's and Surety's failure to remedy any defect as required by this section. Contractor's and Surety's Contract herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time authorized in approved change orders to the Contractor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, authorized in approved change orders which thereby increases the total contract price and the penal sum of this Bond, provided that all such changes do not, in the aggregate, involve an increase of more than twenty percent (20%) of the total contract price, and that this Bond shall then be released as to such excess increase; C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Contractor. SECTION 00600 Page 3 of 4 The Contractor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Owner including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorney's fees (including overhead expenses of the Owner's staff attorneys), and all costs and expenses of litigation as they are incurred by the Owner. It is intended the Contractor and Surety will defend and indemnify the Owner on all claims made against the Owner on account of Contractor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Owner will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to which the Contractor or Surety should have provided the defense, or in the enforcement of the promises given by the Contractor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Contractor and Surety in this Bond, the Contractor and Surety agree that they will make the Owner whole for all such outlay and expense, provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five percent (125%) of the penal sum of this Bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Dubuque County, State of Iowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Contractor and the Surety agree, jointly, and severally, to pay the Owner all outlay and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner may proceed against surety for any amount guaranteed hereunder whether action is brought against the Contractor or whether Contractor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. SECTION 00600 Page 4 of 4 When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. Project No. Witness our hands, in triplicate, this day of 12016. SURETY COUNTERSIGNED BY: FORM APPROVED BY: Signature of Agent Representative for Owner Printed Name of Agent SURETY: Company Address Surety Company City, State, Zip Code By: Signature Attorney-in-Fact Officer Company Telephone Number PRINCIPAL: Printed Name of Attorney-in-Fact Officer Contractor Company Name By. Signature Company Address Printed Name City, State, Zip Code Title Company Telephone Number NOTE: 1 . All signatures on this performance, payment, and maintenance Bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This Bond must be sealed with the Surety's raised, embossing seal. 3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this Bond must be exactly as listed on the Certificate or Power of Attorney accompanying this Bond. ==== END OF SECTION 00600 =___ SECTION 00610 Page 1 of 1 OUT-OF-STATE CONTRACTOR BOND SECTION 00610 An out-of-state Contractor must either file a surety Bond, as provided in Iowa Code section 91 C.7, with the Iowa Division of Labor Services in the amount of twenty-five thousand dollars ($25,000) for a one (1) year period or must provide a statement to the Iowa Division of Labor Services that the contractor is prequalified to Bid on projects for the Iowa Department of Transportation pursuant to Iowa Code Section 314.1 An out-of-state Contractor, before commencing a contract in excess of five thousand dollars ($5,000) in value of Iowa, must file a Bond with the Iowa Division of Labor Services of the Iowa Department of Workforce Development. A Surety Bond filed pursuant to Iowa Code section 91 C.2 must be executed by a surety company authorized to do business in this state, and the Bond must be continuous in nature until canceled by the Surety with not less than thirty (30) days; written notice to the contractor and to the Division of Labor Services of the Iowa Department of Workforce Development in dictating the surety's desire to cancel the Bond. The Surety company is liable under the Bond for any contract commenced after the cancellation of the Bond. The Bond must be in the sum of the greater of the following: (1) One thousand dollars ($1 ,000.00); or (2) Five percent (5%) of the contract price An out-of-state Contractor may file a blanket Bond in an amount at least equal to fifty thousand dollars ($50,000) for a two (2) year period in lieu of filing an individual Bond for each Contract. The Division of Labor Services of the Iowa Department of Workforce Development may increase the Bond amount after a hearing. ___= END OF SECTION 00610 =___ [Page Intentionally Left Blank] SECTION 00700 Page 1 of 6 INSURANCE PROVISIONS SECTION 00700 City of Dubuque Insurance Requirements for General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors Insurance Schedule B Class A: Asbestos Removal Fiber Optics Sanitary Sewers Asphalt Paving Fire Protection Sheet Metal Concrete Fireproofing Site Utilities Construction Managers General Contractors Shoring Cranes HVAC Special Construction Culverts Mechanical Steel Decking Paving & Surfacing Storm sewers Demolition Piles & Caissons Structural Steel Deconstruction Plumbing Trails Earthwork Reinforcement Tunneling Electrical Retaining Walls Water main Elevators Roofing Class B: Chemical Spraying Masonry Stump Grinding Doors, Window & Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting & Wall Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Finish Carpentry Scaffolding Tuckpointing Geotech Boring Sidewalks Waterproofing Insulation Plastering Well Drilling Landscaping Rough Carpentry Class C: Carpet Cleaning General Cleaning Office Furnishings Carpet & Resilient Flooring Grass Cutting Power Washing Caulking & Sealants Janitorial Tile & Terrazzo Flooring Acoustical Ceiling Non Vehicular Snow & Ice Window Washing Filter Cleaning Removal SECTION 00700 Page 2 of 6 INSTRUCTIONS FOR INSURANCE SUBMITTAL: 1. Contractor shall furnish a signed Certificate of Insurance to the City of Dubuque, Iowa for the coverage required in Exhibit I prior to commencing any work and at the end of the project if the term of work is longer than sixty (60) days. Providers presenting annual certificates shall present a Certificate at the end of each project with the final billing. Each Certificate shall be prepared on the most current ACORD form approved by the Iowa Department of Insurance or an equivalent. The issued certificate must clearly indicate the project number, project name, or project description for which it is being provided. For example: Project # Project Name: or Project Location at or construction of 2. All policies of insurance required hereunder shall be with a carrier authorized to do business in Iowa and all carriers shall have a rating of A or better in the current A.M. Best's Rating Guide. 3. Each Certificate required shall be furnished to the City of Dubuque Department. 4. Failure to provide minimum coverage shall not be deemed a waiver of these requirements by the City of Dubuque. Failure to obtain or maintain the required insurance shall be considered a material breach of this Contract. 5. Contractor shall require all subcontractor(s) and sub-subcontractor(s) to obtain and maintain during the performance of work insurance for the coverages described in this Insurance Schedule and shall obtain certificates of insurance from all such subcontractors and sub-subcontractors. Contractor agrees that it shall be liable for the failure of a subcontractor and sub-subcontractor to obtain and maintain such coverages. The City may request a copy of such certificates from the Contractor. 6. All required endorsements to various policies shall be attached to the Certificate of Insurance. 7. Whenever an ISO form is referenced the current edition must be used. 8. Provider shall be required to carry the minimum coverage/limits, or greater if required by law or other legal agreement, in Exhibit I — Insurance Schedule B. If the provider's limit of liability is higher than the required minimum limit then the provider's limit shall be this agreement's required limit. SECTION 00700 Page 3 of 6 Exhibit I Insurance Schedule B A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products-Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1 ,000,000 Each Occurrence $1 ,000,000 Fire Damage Limit (any one occurrence) $ 50,000 Medical Payments $ 5,000 a) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form GC0001 or business owners form BP0002. All deviations from the standard ISO commercial general liability from CG0001 , or business owners BP0002, shall be clearly identified. b) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit' or CG 25 03 "Designated Construction Project (s) General Aggregate Limit' as appropriate. c) Include endorsement indicating that coverage is primary and non-contributory. d) Include endorsement to preserve Governmental Immunity. (Sample attached). e) Include an endorsement that deletes any fellow employee exclusion. f) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. Ongoing operations. g) All contractors shall include The City of Dubuque (per the above verbiage) as an additional insured for completed operations under ISO form CG 2037 during the project term and for a period of two years after the completion of the project. B) AUTOMOBILE LIABILITY $1 ,000,000 (Combined Single Limit) C) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory—State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee-Disease $100,000 Policy Limit-Disease $500,000 SECTION 00700 Page 4 of 6 Policy shall include an endorsement providing a waiver of subrogation to the City of Dubuque. Coverage B limits shall be greater if required by Umbrella Carrier. D) Umbrella Liability Umbrella liability coverage must be at least the following form with the underlying policies included herein. All Class A and B contractors with prime and sub contract values in excess of $10,000,000 must have an umbrella of$10,000,000. All Class A and Class B contractors with prime and sub contract values between $500,000 and $10,000,000 must have an umbrella of$3,000,000. All Class A and B contractors with contract values less than $500,000 must have an umbrella of$1 ,000,000. All Class C contractors are not required to have an umbrella. E) Pollution Liability— coverage required: _yes Xno Pollution Liability coverage shall be provided by the prime/general contractor if project involves any pollution exposures including abatement of hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. $2,000,000 each occurrence $4,000,000 policy aggregate a) Policy to include premises and transportation coverage. b) Include additional insured as stated in Section A(e) above. c) Include preservation of governmental immunity as stated in A(d) above. SECTION 00700 Page 5 of 6 F) Railroad Protective Liability— coverage required: _yes no Any Contract for construction or demolition work on or within Fifty feet (50') from the edge of the tracks of a railroad and effecting any railroad bridge or trestle, tracks, roadbeds, tunnel, underpass, or crossing for which an easement or license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) $ policy aggregate (per limits required by Railroad) OR An endorsement to the Commercial General Liability policy equal to ISO CG 2417 (Contractual Liability-Railroads). A copy of this endorsement shall be attached to the Certificate of Insurance. SECTION 00700 Page 6 of 6 Preservation of Governmental Immunities Endorsement 1 . Nonwaiver of Governmental Immunity. The insurance carrier expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurance carrier further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Governmental Immunity. The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurance carrier. 4. Non-Denial of Coverage. The insurance carrier shall not deny coverage under this policy and the insurance carrier shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN ___= END OF SECTION 00700 =___ SECTON 00750 Page 1 of 5 SALES AND USE TAX EXEMPTION CERTIFICATE SECTON 00750 The City of Dubuque, as a designated exempt entity awarding construction contracts, will issue special exemption certificates to contractors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the Contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). The special exemption certificate will also allow a manufacturer of building materials to consume materials in the performance of a construction contract without owing tax on the fabricated cost of those materials. 1 . These tax exemption certificates and authorization letters are applicable only for the work under the contract. The Contractor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the materials and supplies purchased and verify that they were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. 2. Upon award of Contract the City will register the Contract, Contractor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Contractor and each subcontractor. SECTON 00750 Page 2 of 5 PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR CONTRACTORS & SUBCONTRACTORS Submitting Department: Department Contact: Project CIP Number(s): Please complete this form in its entirety and submit along with the executed Contract, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved contractor(s) to allow for the purchase or inventory withdrawal of materials for the specified Project free from State of Iowa Sales Tax. Sales tax exemption certificates are not provided to material suppliers. The Contractor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers. Project Name: Project Description: Start Date (Bid Opening Date): Final Completion Date: 1 . General Prime Contractor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTON 00750 Page 3 of 5 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTON 00750 Page 4 of 5 6. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 8. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTON 00750 Page 5 of 5 10. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 11. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 12. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 13. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: ==== END OF SECTION 00760 =___ [Page Intentionally Left Blank] SECTION 00800 Page 1 of 1 CONSTRUCTION SCHEDULE SECTION 00800 800.1 SCHEDULE: CALENDAR DAY SCHEDULE: Work required by the Contract Documents shall commence within ten (20) calendar days after Notice to Proceed has been issued and shall be Substantially Complete by July 21 , 2017 and Finally Complete by August 11 , 2017. ==== END OF SECTION 00800 =___ [Page Intentionally Left Blank] SECTION 00850 Page 1 of 1 THE CITY OF City of Dubuque DT T� Leisure Services lJ 2200 Bunker Hill Masterpiece on the Mississippi Dubuque, IA 52001 (563) 589-4263 NOTICE TO PROCEED SECTION 00850 TO: CONTRACTOR NAME ISSUE DATE: ADDRESS CITY, STATE ZIP PROJECT: Dear You are hereby notified to commence the work on the Project in accordance with the Contract Documents. The Contract Time shall begin to run on the commencement date of INSERT DATE = 10 days from issuing Notice to Proceed. You are to start the Work as required by the Contract Documents on or before the commencement date. -OR- Working days will be charged beginning with the commencement date or on the day work begins, whichever is earlier. You are required to return an acknowledged copy of this Notice to Proceed to the City. THE CITY HAS RECEIVED A COPY CITY OF DUBUQUE, IOWA OF THE CONTRACTOR'S WRITTEN By. SAFETY PROGRAM (Signature) YES (Name) (Title) ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged by this the day of 20 PRINCIPAL: (Contractor) By: (Signature) (Name) (Title) [Page Intentionally Left Blank] SECTION 00900 Page 1 of 1 EROSION CONTROL CERTIFICATION SECTION 00900 Dated: City: Address: Project: Contract No. Description: I certify under penalty of law that I understand the terms and conditions of the National Pollutant Discharge Elimination System (NPDES) Permit that authorizes the storm water discharges associated with industrial activities from the construction site and as detailed in the Contract Documents. Further, by my signature, I understand that I am becoming a co-permittee, along with the owner(s) and other contractors and subcontractors signing such certifications, to the Iowa Department of Natural Resources NPDES General Permit No. 2 for "Storm Water Discharge Associated with Industrial Activity for Construction Activities" at the project site. As a co-permittee, I understand that 1, and my company, are legally required under the Clean Water Act and the Code of Iowa, to ensure compliance with the terms and conditions of the storm water pollution prevention plan developed under this NPDES permit and the terms of this NPDES permit. I agree to indemnify and hold the City harmless from any claims, demands, suits, causes of action, settlements, fines, or judgments and costs of litigation, including, but not limited to, reasonable attorney's fees and costs of investigation and arising from a condition, obligation, or requirement assumed or to be performed by the Contractor for storm water pollution and erosion control. Fines and other costs incurred against the City for the Contractor's failure to provide the required erosion control practices will be paid by the Contractor. Contractor: By: (Authorized Signature) (Title) ___= END OF SECTION 00900 =___ [Page Intentionally Left Blank] SECTION 01100 Page 1 of 1 OTHER PROJECT INFORMATION SECTION 01100 1100.1 Access to site General: Contractor is to coordinate construction schedule and activates with building owner. No construction is to take part starting two hours prior to a scheduled event and shall not restart until two hours after completion of event. Construction areas along sidewalks, walking paths, entrance doors, exit doors to be free of construction equipment, materials, debris, etc. during non- construction time periods to allow full operation of building and normal operation of public sidewalks. General: Contractor shall have limited use of Project site for construction operations as indicated by requirements of this Section. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1 . Limits: Confine construction operations to area immediately adjacent to building along sidewalks and streets. a. Contractor is responsible for all sidewalk, meter and street closures, associated signage and procedures and shall coordinate with local jurisdiction having authority. 2. Driveways, Walkways and Entrances: Keep driveways, loading areas and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. [Page Intentionally Left Blank] SECTION 01 7329 -CUTTING AND PATCHING PART 1 - GENERAL 1.1 SECTION INCLUDES A. Cutting and patching necessary to the performance of the work of this Contract. 1.2 RELATED SECTIONS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Specific Requirements, and other Division 1 Specification sections, apply to the work of this Section. B. Section 02 4200 - Selective Removals: Selective removal of existing site elements. 1.3 SUBMITTALS A. See Section 01 3300 - Submittals: for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration which affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of elements exposed to sight. C. Cutting and Patching Proposal: Where approval of procedures for cutting and patching is required before proceeding, submit a proposal describing procedures well in advance of the time cutting and patching will be performed and request approval to proceed. 1. Include in request: a. Describe the extent of cutting and patching required and how it is to be performed: indicate why it cannot be avoided. b. Describe anticipated results in terms of changes to existing construction: include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. c. List products to be used and firms or entities that will perform work. d. Indicate dates when cutting and patching is to be performed. 2. Approval by the Architect to proceed with cutting and patching does not waive the Architect's right to later require complete removal and replacement of a part of the work found to be unsatisfactory. D. Project Record Documents: Accurately record actual locations of cutting and patching that are The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-1 Dubuque, Iowa Cutting and Patching at variance with the construction documents. 1.4 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load-carrying capacity or load-deflection ratio. B. Obtain approval of the cutting and patching proposal before cutting and patching the following structural elements: 1. Structural timbers 2. Structural steel 3. Lintels 4. Structural decking 5. Miscellaneous structural metals 6. Equipment support C. Operational and safety limitations: Do not cut and patch operating elements in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. D. Obtain approval of the cutting and patching proposal before cutting and patching the following elements: 1. Membranes and flashings. 2. Water, moisture and vapor barriers. 3. Shoring, bracing and sheeting. E. Visual requirements: Do not cut and patch construction exposed on the exterior or in occupied spaces, in a manner that would, in the Architect/Engineer's opinion, reduce the building's aesthetic qualities or result in visual evidence of cutting and patching. F. Patches shall be as identical as possible to the existing adjacent fabric in: 1. Material 2. Color 3. Texture 4. Weathering 5. Rate of absorption 6. Expansion coefficient The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-2 Dubuque, Iowa Cutting and Patching 7. Compressive strength 8. Bond Strength 1.5 PROJECT CONDITIONS A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent accumulation of dust, fumes, vapors, or gases. B. Dust Control: Execute work by methods to minimize raising dust from construction operations. Provide positive means to prevent air-borne dust from dispersing into atmosphere. C. Erosion and Sediment Control: Plan and execute work by methods to control surface drainage from cuts and fills, from borrow and waste disposal areas. Prevent erosion and sedimentation. D. Noise Control: Provide methods, means, and facilities to minimize noise produced by construction operations. E. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, and atmosphere from discharge of noxious, toxic substances, and pollutants produced by construction operations. 1.6 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements. B. Notify affected utility companies and comply with their requirements. C. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the construction. Coordinate locations of fixtures and outlets with finish elements. D. Coordinate completion and clean-up of work of separate sections. E. After Owner occupancy of premises, coordinate access to site for correction of defective work and work not in accordance with Contract Documents, to minimize disruption of Owner's activities. PART 2 - PRODUCTS 2.1 PATCHING MATERIALS A. Use materials that are identical to existing materials. If identical materials are not available or cannot be used where exposed surfaces are involved, use materials that match existing adjacent surfaces to the fullest extent possible, as required above. B. New Materials: As specified in product sections, match existing products and work for patching and extending work. C. Type and Quality of Existing Products: Determine by inspecting and testing products where necessary, referring to existing work as a standard. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-3 Dubuque, Iowa Cutting and Patching PART 3- EXECUTION 3.1 EXAMINATION A. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Verify that conditions under which cutting and patching will be performed are appropriate for the operation. Beginning of cutting or patching means acceptance of existing conditions. B. Recheck measurements and dimensions of the work, as an integral step of starting each cut. 3.2 CUTTING AND PATCHING A. General: Proceed with cutting and patching at the earliest feasible time and complete without delay. 1. Cut existing construction to provide for the installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut existing construction using methods least likely to damage adjoining elements or assemblies scheduled to be retained. 1. Cutting: Cut existing construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer, comply with original Installer's written recommendations. a. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. b. Existing Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. c. Concrete or Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond-core drill. d. Excavating and Backfilling: Comply with requirements in applicable Division 2 Sections where required by cutting and patching operations. e. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. f. Proceed with patching after construction operations requiring cutting are complete. 2. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections of these Specifications. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-4 Dubuque, Iowa Cutting and Patching a. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. b. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. c. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove existing floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. 1) Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. d. Ceilings: Patch, repair, or rehang existing ceilings as necessary to provide an even- plane surface of uniform appearance. e. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. C. Execute work by methods to avoid damage to other work, and which will provide appropriate surfaces to receive patching and finishing. D. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. E. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. 3.3 PROTECTION OF INSTALLED WORK A. Limiting Exposures of Work: To the extent possible through reasonable control and protection methods, supervise performance of the work in such a manner and by such means that will ensure that none of the work, whether completed or in progress, will be subjected to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. Such exposures include, where applicable but not by way of limitation, the following: 1. Abrasion. 2. Air contamination or pollution. 3. Bacteria. 4. Chemicals. 5. Combustion. 6. Destructive testing. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-5 Dubuque, Iowa Cutting and Patching 7. Electrical current. 8. Excessive internal or external pressures. 9. Excessive static or dynamic loading. 10. Excessive weathering. 11. Excessively high or low humidity. 12. Excessively high or low temperatures. 13. Heavy Traffic. 14. High speed operation, improper lubrication, unusual wear or other misuse. 15. Improper shipping or handling. 16. Incompatible interface. 17. Insect infestation. 18. Light. 19. Misalignment. 20. Puncture. 21. Radiation. 22. Soiling. 23. Solvents. 24. Theft. 25. Thermal shock. 26. Unprotected storage. 27. Vandalism. 28. Water or ice. B. Protect installed work from damage by construction operations. C. Provide special protection where specified in individual specification sections. D. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. E. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-6 Dubuque, Iowa Cutting and Patching F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed, reuse or recycle any coverings if possible. 3.4 ADJUSTING A. Adjust operating products and equipment to ensure smooth and unhindered operation. 3.5 FINAL CLEANING A. Use cleaning materials that are nonhazardous. B. Clean debris from roofs, gutters, downspouts, and drainage systems as necessary. C. Clean site, sweep paved areas, rake clean landscaped surfaces. D. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site, dispose of in legal manner, do not burn or bury. END OF SECTION 01 7329 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 01 7329-7 Dubuque, Iowa Cutting and Patching [Page Intentionally Left Blank] SECTION 02 4200—SELECTIVE REMOVALS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 DESCRIPTION OF THE WORK A. "Remove" shall be defined as the orderly extraction and disposition of all items specified herein from the premises, stored for reuse or as otherwise assigned without damage to work to remain and without hindering public safety and flow of traffic. 1.3 SCOPE OF WORK A. General: 1. Work under this Section includes furnishing all labor and materials, equipment, and services necessary to complete scheduled removals as shown on the Drawings, as specified herein, and as may become necessary due to field conditions. 1.4 RELATED WORK DESCRIBED ELSEWHERE 1. Section 01 1000 - Specific Requirements for restrictions on use of the premises due to Owner or public use. 2. Section 01 7329 - Cutting and Patching, for cutting and patching procedures for selective demolition operations. 1.5 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items 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. 1.6 MATERIALS OWNERSHIP A. Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. B. Historic elements and building materials, relics and similar objects including, but not limited to, The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 024200-1 Dubuque, Iowa Selective Removals commemorative plaques and tablets, antiques, and other items of interest or value to Owner that may be encountered during selective removals remain Owner's property. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. 1.7 SUBMITTALS A. In accordance with Section 01 3300, submit the following: 1. Construction schedule indicating proposed sequence and methods of operations. Include details regarding: a. Measures to ensure the safety of workers and the building. b. Method(s) of distinguishing in the field elements defined as "non-historic"from adjacent historic elements, to ensure that historic materials are not removed inadvertently. c. Protection of areas and surfaces not scheduled for demolition. d. Control of dust and noise. 2. Photographs of existing conditions of building surfaces, equipment, or other features that might later be misconstrued as damage related to demolition operations. File with the Architect prior to the start of work. 1.8 JOB CONDITIONS A. Protect workers and the public from injury. Provide all required temporary partitions, closures, guards, warnings and similar means to ensure the safety of all personnel at the site. B. Take all measures required to ensure that the interior of the building and its contents remain completely protected from the weather and work during and after selective removals operations. C. Repair all damage to the building caused by penetration of water or wind or by other factors resulting from failure to properly protect the building during work of this Section. D. Maintain security of the building throughout the course of this work. E. During the demolition and removal process, no storage or accumulation of debris or materials to be salvaged shall take place on the building premises except as identified by the Architect to remain. F. Disruption of the operations of the building shall be kept to a minimum. Where such disruption is necessary, the Owner shall be notified 72 hours in advance for approval and coordination. 1.9 DISPOSAL OF MATERIALS A. Contractor shall properly dispose of excess materials and all other items scheduled for selective removal from the building. Disposal shall comply with City, State, and Federal regulations. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 024200-2 Dubuque, Iowa Selective Removals PART 2 - PRODUCTS NOT USED PART 3 - EXECUTION 3.1 PREPARATION A. Prior to removal of any element not specified to be removed on the Drawings, where such removal might be required for the proper performance of the work, Contractor shall notify the Architect, who shall approve the elements removal and storage. 3.2 PROTECTION A. Provide interior and exterior shoring, bracing, or other approved temporary support to prevent movement, settlement, or collapse of adjacent structure and elements scheduled to remain. 1. Cease operations and notify the Architect immediately if safety of the structure appears to be endangered. Take precautions to support structure until determination is made for continuing operations. B. Provide temporary barricades and other forms of protection to protect from injury all workers and visitors to the job site, including the Owner and Architect, their personnel and the general public. 1. Provide and maintain dust-proof partitions and enclosures as required to prevent spread of dust or fumes to occupied portions of the building. 2. Remove dust-proofing material from windows at the end of each work day and reinstall at the beginning of each work day as required. C. Provide and maintain weatherproof enclosures for exterior openings resulting from selective removals work. 3.3 REMOVALS A. General: 1. Perform selective removals work in a systematic manner. Use such methods as required to complete work indicated on Drawings in a sequence that generally reverses the sequence in which the elements to be removed were originally installed, and that eliminates, or at least limits, the potential for damage to adjacent elements and structure. B. Stabilize work as required. C. Locate crews and equipment throughout structure in a manner that ensures that excessive loads are not imposed on supporting walls, floors or framing. D. If unanticipated mechanical, electrical, or structural elements are encountered that conflict with the intended function of design of this project, investigate and measure both the nature and extent of the conflict, and notify the Architect immediately. Pending receipt of directive from the Architect, rearrange selective removals schedule as necessary to continue overall job progress The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 024200-3 Dubuque, Iowa Selective Removals without undue delay. E. Perform work in accordance with the highest standards and established practices in the trade and conform to all rules and regulations of all city, state, and Federal authorities having jurisdiction over this work. F. Use of noise-producing equipment shall be subject at all times to acceptance of the procedure by the Owner. G. Contractor shall have no right or title to any of the materials or other items to be removed from the existing improvements unless and until said materials and other items have been removed from the premises. The Contractor shall not sell or assign, or attempt to sell or assign, any interest in said materials or items until the materials or items have been removed, without consent of the Owner. 3.4 CLEANUP AND REPAIR A. Upon completion of selective removals work, remove tools, equipment, temporary enclosures, and all other materials specific to this work from the site. B. Broom clean affected interior areas daily. C. Repair all damage resulting from removals that was performed in excess of that required. Return damaged elements and surfaces to their condition existing prior to start of operations. D. Contractor may salvage removed items scheduled for disposal. Contractor shall remove such items from the job site. E. Contractor is encouraged to recycle removed materials as possible. END OF SECTION 02 4200 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 024200-4 Dubuque, Iowa Selective Removals SECTION 040120—UNIT MASONRY RESTORATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 DESCRIPTION OF THE WORK A. Restoration of brick masonry as indicated on Drawings, damaged by demolition and selective removals or work of other sections, and as required for proper completion of the work including: 1. Repointing joints 1.3 RELATED WORK DESCRIBED ELSEWHERE A. Section 04 0140—Stone Restoration B. Section 04 0513 — Mortars and Grouts for setting and pointing mortars. 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: For each exposed product and for each color and texture specified. 1.5 QUALITY ASSURANCE A. Mockups: Prepare mockups of restoration to demonstrate aesthetic effects and set quality standards for materials and execution and for fabrication and installation. 1. Masonry Repair: Prepare sample areas for each type of masonry material indicated to have repair work performed. If not otherwise indicated, size each mockup not smaller than 2 adjacent whole units or approximately 48 inches in least dimension. Erect sample areas in existing walls unless otherwise indicated, to demonstrate quality of materials, workmanship, and blending with existing work. Include the following as a minimum: a. Replacement: Four brick units replaced b. Patching: Three small holes at least 1 inch in diameter for each type of masonry material indicated to be patched, so as to leave no evidence of repair. 2. Repointing: Rake out joints in 2 separate areas, each approximately 36 inches high by 48 inches wide for each type of repointing required and repoint one of the areas. B. Obtain approval by Architect and Owner of workmanship, color and texture of mockup before proceeding with work. 1.6 PROJECT CONDITIONS The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040120-1 Dubuque, Iowa Unit Masonry Restoration A. Do not apply products under conditions outside manufacturer's requirements, which include: 1. Surfaces that are frozen, allow complete thawing prior to installation. 2. Surface and air temperatures below 40° Fahrenheit. 3. Surface and air temperatures above 95° Fahrenheit. 4. When surface or air temperature is not expected to remain above 40° Fahrenheit for at least 8 hours after application. 5. Wind conditions that may blow materials onto surfaces not intended to be treated. 6. Less than 24 hours after a rain. 7. When rain is expected less than 6 hours after installation. 1.7 WARRANTY A. See Division 01 for warranty requirements PART 2—PRODUCTS 2.1 POINTING MORTAR MATERIALS A. Natural cement: Lime, sand and crushed limestone as determined by the manufacturer and supplier to match historic mortar. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Cement, Rosendale 12M, Edison Coatings, Inc, 3 Northwest Drive, Plainville, CT 06062, 800-697-8055, info@rosendalecement.net 2. Sand, clean graded sand, ASTM C-144, free of organic or deleterious matter, rounded to sub-angular in shape, washed, screened and dried to match color and texture of the original mortar aggregates as closely as possible. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Pointing mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. B. No admixtures shall be used without written approval of Architect. PART 3 - EXECUTION 3.1 PROTECTION A. Protect persons, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm resulting from masonry restoration work. B. Comply with manufacturer's written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent restoration products from coming into contact with people, motor vehicles, landscaping, adjacent building components, and other surfaces that could be harmed by such contact. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040120-2 Dubuque, Iowa Unit Masonry Restoration 1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners or compounds used unless products being used will not damage adjacent surfaces. Use materials that contain only waterproof, UV-resistant adhesives. Apply masking agents to comply with manufacturer's written instructions. When no longer needed, promptly remove masking to prevent adhesive staining. 2. Keep wall wet below area being cleaned to prevent streaking from runoff. 3.2 REPOINTING MASONRY A. Rake out and repoint joints to the following extent: 1. All joints in areas indicated. 2. Joints where mortar is missing or where they contain holes. 3. Cracked joints where cracks can be penetrated at least 1/4 inch by a knife blade 0.027 inch thick. 4. Cracked joints where cracks are 1/16 inch or more in width and of any depth. 5. Joints where they sound hollow when tapped by metal object. 6. Joints where they are worn back 1/4 inch or more from surface. 7. Joints where they are deteriorated to point that mortar can be easily removed by hand, without tools. 8. Joints where they have been filled with substances other than mortar. 9. Joints indicated as sealant-filled joints. B. Do not rake out and repoint joints where not required. C. Rake out joints as follows, according to procedures demonstrated in approved mockup: 1. Remove mortar from joints to depth of joint width plus 1/8 inch, but not less than 1 inch or not less than that required to expose sound, unweathered mortar. 2. Remove mortar from masonry surfaces within raked-out joints to provide reveals with square backs and to expose masonry for contact with pointing mortar. Brush, vacuum, or flush joints to remove dirt and loose debris. 3. Do not spall edges of masonry units or widen joints. Replace or patch damaged masonry units as directed by Architect. a. Cut out mortar by hand with chisel and resilient mallet. Do not use power-operated grinders. b. Cut out center of mortar bed joints using angle grinders with diamond-impregnated metal blades. Remove remaining mortar by hand with chisel and resilient mallet. D. Notify Architect of unforeseen detrimental conditions including voids in mortar joints, cracks, loose masonry units, rotted wood, rusted metal, and other deteriorated items. E. Pointing with Mortar: 1. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at time of pointing, joint surfaces are damp but free of standing water. If rinse water dries, dampen joint surfaces before pointing. 2. Apply pointing mortar first to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. 3. After low areas have been filled to same depth as remaining joints, point all joints by placing mortar in layers not greater than 3/8 inch. Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing masonry units have worn or rounded edges, slightly recess finished mortar surface below face of masonry to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto exposed masonry surfaces or to featheredge the mortar. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040120-3 Dubuque, Iowa Unit Masonry Restoration 4. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge of joint by brushing. 5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours including weekends and holidays. a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. 6. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable. Completely remove such mortar and repoint. F. Where repointing work precedes cleaning of existing masonry, allow mortar to harden at least 30 days before beginning cleaning work. 3.3 FINAL CLEANING A. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar and foreign matter, use wood scrapers, stiff-nylon or -fiber brushes, and clean water, spray applied at low pressure. 1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. END OF SECTION 04 0120 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040120-4 Dubuque, Iowa Unit Masonry Restoration SECTION 04 0140—STONE RESTORATION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 DESCRIPTION OF THE WORK A. Restoration of stone masonry as indicated on Drawings, and as required for proper completion of the work including: 1. Resetting limestone coping, including removing, flashing, and reinstalling unit, 2. Injection grouting crack, 3. Repointing joints. 1.3 RELATED WORK DESCRIBED ELSEWHERE A. Section 02 4119 —Selective Removals B. Section 04 0120— Unit Masonry Restoration C. Section 04 0513— Mortars and Grouts D. Section 07 9200—Joint Sealants for use in moving joints and anchors as specified 1.4 SUBMITTALS A. Product Data: For each type of product indicated. B. Samples: Each specified anchor, fastener and manufacturer's literature and ASTM Specifications for all materials to be used for the work. 1.5 QUALITY ASSURANCE A. Qualification Requirements: Review of the qualification of the workmen for this section is a requirement of this project. B. Lime Based Materials Training: Contractor shall arrange for a training session to be provided by the manufacturer of the lime based mortars and grouts for any workmen that have not been trained in the use of lime based mortars. C. Mockups: Acceptable mock-ups will be the established standard for completing the remaining work of this Section. 1. Stone Resetting: Showing preparation, bedding, anchor and flashing installation. 2. Mockup location shall be selected by Architect in consultation with the Contractor The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-1 Dubuque, Iowa Stone Restoration D. Obtain approval by Architect and Owner of workmanship, color and texture of mockup before proceeding with work. 1.6 DELIVERY, STORAGE, AND HANDLING A. All materials shall be delivered stored and handled so as to prevent deterioration or the intrusion of any foreign matter. Packaged materials shall be delivered and stored in the original packages and stored to protect them from damage, extreme temperature, and moisture in accordance with the Manufacturer's written instructions. B. All limestone sections shall be stored clear of the ground on non0staining skids (cypress, white pine, poplar, or yellow pine without and excessive amount of resin). Chemically treated wood should not be used. DO NOT use chestnut, walnut, oak, fir and other woods containing tannins. C. Contractor shall assume full responsibility for protection and safekeeping of products stored on premises, and for their proper use. D. Notify the Architect and the Owner of any damage observed to existing and salvaged units prior to commencing work. 1.7 PROJECT CONDITIONS A. Do not apply products under conditions outside manufacturer's requirements, which include: 1. Surfaces that are frozen, allow complete thawing prior to installation. 2. Surface and air temperatures below 40° Fahrenheit. 3. Surface and air temperatures above 95° Fahrenheit. 4. When surface or air temperature is not expected to remain above 40° Fahrenheit for at least 8 hours after application. 5. Wind conditions that may blow materials onto surfaces not intended to be treated. 6. Less than 24 hours after a rain. 7. When rain is expected less than 6 hours after installation. 1.8 SEQUENCE AND SCHEDULING A. Related pointing work shall be completed simultaneously with the execution of all limestone resetting. C. Contractor shall assume full responsibility for protection and safekeeping of products stored on premises, and for their proper use. D. Notify the Architect and the Owner of any damage observed to existing and salvaged units prior to commencing work. PART 2—PRODUCTS 2.1 POINTING MORTAR MATERIALS A. Lime, sand and crushed limestone as determined by the manufacturer and supplier. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-2 Dubuque, Iowa Stone Restoration measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Hydraulic Lime, Saint Astier NHL 3.5, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 2. Sand, clean graded sand, ASTM C-144, free of organic or deleterious matter, rounded to sub-angular in shape, washed, screened and dried to match color and texture of the original mortar aggregates as closely as possible. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Pointing mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. B. No admixtures shall be used without written approval of Architect. 2.2 SETTING MORTAR MATERIALS A. Lime, sand and crushed limestone as determined by the manufacturer and supplier. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Hydraulic Lime, Saint Astier NHL 3.5, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Setting mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. B. No admixtures shall be used without written approval of Architect. 2.3 INJECTION GROUT MORTAR MATERIALS A. Pure lime, no additives for use in injection grouting. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Hydraulic Lime, Saint Astier NHL 2.0, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. 2.3 EMBEDDED FLASHING MATERIALS The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-3 Dubuque, Iowa Stone Restoration A. Flexible Flashing: For flashing not exposed to the exterior, use the following unless otherwise indicated: 1. Copper-Fabric Flashing: 5-oz/sq. ft. copper sheet with polymer fabric laminated to copper face on both sides with non-asphalt adhesive. 90% recycled content. a. York Manufacturing, Inc, York Multi-Flash 500 2.4 ACCESSORY MATERIALS A. Dowel: Threaded Rod, Glass Fiber Reinforced Vinyl Ester Resin (VEFR), thermally cured: 1. Fire Retardant: Flame-spread of 25 or less when tested in accordance with ASTM E-84. C. Lead Weather Caps: Weathercap Joint Protective System, Type A for joints in the same plane, Type B for coves and right angles, Weathercap Inc., PO Box 1776, Slidell. LA 70459. Phone 985-649-4000 D. Joint Sealants: Sikaflex 1a, Sika Corporation, 100 Dan Road, Canton, MA 02021, 800-451-2504, usa.sa rnafi I.si ka.com. PART 3 - EXECUTION 3.1 PROTECTION A. Protect persons, surrounding surfaces of building being restored, building site, plants, and surrounding buildings from harm resulting from masonry restoration work. B. Comply with manufacturer's written instructions for protecting building and other surfaces against damage from exposure to its products. Prevent restoration products from coming into contact with people, motor vehicles, landscaping, adjacent building components, and other surfaces that could be harmed by such contact. 1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners or compounds used unless products being used will not damage adjacent surfaces. Use materials that contain only waterproof, UV-resistant adhesives. Apply masking agents to comply with manufacturer's written instructions. When no longer needed, promptly remove masking to prevent adhesive staining. 3.2 INSTALLATION OF STONE - GENERAL A. All stone shall be installed plumb, square and true to line. B. During construction, tops and sides of incomplete area shall be carefully covered at night to protect work from any form of precipitation. All joints in stonework shall be protected and made watertight until they are sealed. C. Stone shall be adequately secured to structure of building at end of each working day. D. Anchoring Stone. 1. Anchor stone units to existing building with dowel pins as shown on Drawings. 2. The diameter of the holes drilled in stone units to receive dowel pins shall be 1/16 inch greater than the diameter of the dowel. 3. The depth of the vertical and horizontal holes in stone units shall not be greater than 1/4 inch and 1/2 inch of the length of the dowel pins to be placed in the holes, respectively. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-4 Dubuque, Iowa Stone Restoration 3.3 REPAIRING CRACKS AND VOIDS A Crack repair: 1. Remove loose and spalling materials at location of crack. 2. Dampen joint surfaces before pointing. 3. Apply repair mortar in layers not greater than 3/8 inch until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. Take care not to spread mortar beyond joint edges onto exposed masonry surfaces or to featheredge the mortar. Remove excess mortar from edge of joint by brushing. Tool mortar to match existing adjacent mortar. 4. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours including weekends and holidays. a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. 5. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable. Completely remove such mortar and repoint. B Where repair work precedes cleaning of existing masonry, allow mortar to harden at least 30 days before beginning cleaning work. 3.4 INJECTION GROUTING A. Injection grout hairline cracks at limestone units: 1. Remove loose and spalling materials at location of crack. 2. Dampen joint surfaces before pointing. 3. Low pressure injection of fine hydraulic lime into cracks. 4. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours including weekends and holidays. a. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. 3.5 RESETTING LIMESTONE A. Disassemble limestone coping without damaging stone. Drill, clean and prepare stone as required for installation of new anchors as shown on Drawings and specified herein. B. Limestone units shall be installed with anchors as shown on Drawings. Anchors are to be set in mortar or sealant as specified on the drawings. C. Point original joints between adjacent original stone units with specified pointing mortar to match typical mortar joint profiles, colors and textures. 3.6 POINTING WITH MORTAR The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-5 Dubuque, Iowa Stone Restoration A. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing application so, at time of pointing, joint surfaces are damp but free of standing water. If rinse water dries, dampen joint surfaces before pointing. B. Apply pointing mortar first to areas where existing mortar was removed to depths greater than surrounding areas. Apply in layers not greater than 3/8 inch until a uniform depth is formed. Fully compact each layer thoroughly and allow it to become thumbprint hard before applying next layer. C. After low areas have been filled to same depth as remaining joints, point all joints by placing mortar in layers not greater than 3/8 inch. Fully compact each layer and allow to become thumbprint hard before applying next layer. Where existing masonry units have worn or rounded edges, slightly recess finished mortar surface below face of masonry to avoid widened joint faces. Take care not to spread mortar beyond joint edges onto exposed masonry surfaces or to featheredge the mortar. D. When mortar is thumbprint hard, tool joints to match original appearance of joints as demonstrated in approved mockup. Remove excess mortar from edge of joint by brushing. E. Install lead weathercaps at coping stones, Type A for joints in the same plane, Type B for coves and right angles. F. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive hours including weekends and holidays. G. Acceptable curing methods include covering with wet burlap and plastic sheeting, periodic hand misting, and periodic mist spraying using system of pipes, mist heads, and timers. H. Hairline cracking within the mortar or mortar separation at edge of a joint is unacceptable. Completely remove such mortar and repoint. 3.7 CONSTRUCTION TOLERANCES A. Variation from Plumb: For vertical lines and surfaces, do not exceed 1/4 inch in 10 feet, 3/8 inch in 20 feet, or 1/2 inch in 40 feet or more. For external corners, expansion joints, control joints, and other conspicuous lines, do not exceed 1/4 inch in 20 feet or 1/2 inch in 40 feet or more. B. Variation of Linear Building Line: For position shown in plan, do not exceed 1/2 inch in 20 feet or 3/4 inch in 40 feet or more. 3.8 FINAL CLEANING A. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar and foreign matter, use wood scrapers, stiff-nylon or -fiber brushes, and clean water, spray applied at low pressure. 1. Do not use metal scrapers or brushes. 2. Do not use acidic or alkaline cleaners. END OF SECTION 04 0120 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040140-6 Dubuque, Iowa Stone Restoration SECTION 04 0510—MORTARS AND GROUTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 SCOPE OF WORK A. Mortars and grouts are related to the restoration and installation of brick and stone masonry, as indicated on the Drawings and specified herein, and includes, but are not necessarily limited to: 1. Restoration and repointing of brick masonry. 2. Restoration and resetting of limestone. 1.3 RELATED WORK DESCRIBED ELSEWHERE A. Section 04 0120— Unit Masonry Restoration. B. Section 04 0140—Stone Restoration 1.4 REFERENCE STANDARDS A. Comply with ASTM standards indicated in this Section. B. Comply with manufacturers' instructions and product literature. C. Comply with "The Secretary of the Interior's Standards for the Treatment of Historic Properties". 1.5 SUBMITTALS A. In accordance with Section 01 3300 submit the following: 1. Product Data: Including manufacturer's written description, and Material Safety Data Sheets (MSDS) 2. Samples: a. Mortar: Three 2"X 2"X 6" bars, fully cured, of each type and color of mortar required. Lightly etch one-half of each bar, at time of initial setup, to remove surface paste and expose color and texture of mortar. 1) Samples shall be at least seven (7) days old at the time of approval, THERE ARE NO EXCEPTIONS TO THIS REQUIREMENT, including accelerated drying. b. Reformulate and submit each sample that does not match existing adjacent mortar in character, performance, color or other leading characteristic, until such sample is approved. 3. Miscellaneous: a. Certificate: For grout, provide certificate from the manufacturer or and approved independent testing laboratory, attesting that non-shrink grout proposed for use meets the requirements specified. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040510-1 Dubuque, Iowa Mortars and Grouts 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to site in unopened containers/packaging, with labels intact clearly identifying manufacturer, brand, type, and other related pertinent information. B. Store materials in a manner that prevents any damage, deterioration or contamination. Store all cementitious materials off the ground and under cover, protected from the elements. Comply with manufacturer's recommendations for minimum and maximum temperature requirements for storage. C. Remove any damaged, contaminated, hardened, or partially-set material from site immediately and replace with new acceptable material. 1.7 JOB CONDITIONS A. Do not apply products under conditions outside manufacturer's requirements, which include: 1. Surfaces that are frozen, allow complete thawing prior to installation. 2. Surface and air temperatures below 40° Fahrenheit. 3. Surface and air temperatures above 95° Fahrenheit. 4. When surface or air temperature is not expected to remain above 40° Fahrenheit for at least 8 hours after application. 5. Wind conditions that may blow materials onto surfaces not intended to be treated. 6. Less than 24 hours after a rain. 7. When rain is expected less than 6 hours after installation. B. Cold Weather Protection: 1. Do not mix or use mortars when temperature is below 40°F or when it is forecast or expected do drop below 40°F within 12 hours of the installation of the mortar. DO NOT USE antifreeze admixtures or calcium chloride. PART 2 - PRODUCTS 2.1 POINTING MORTAR MATERIALS FOR BRICK A. Natural cement: Lime, sand and crushed limestone as determined by the manufacturer and supplier to match historic mortar. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Cement, Rosendale 12M, Edison Coatings, Inc, 3 Northwest Drive, Plainville, CT 06062, 800-697-8055, info@rosendalecement.net 2. Sand, clean graded sand, ASTM C-144, free of organic or deleterious matter, rounded to sub-angular in shape, washed, screened and dried to match color and texture of the original mortar aggregates as closely as possible. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Pointing mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040510-2 Dubuque, Iowa Mortars and Grouts 2.2 POINTING MORTAR MATERIALS FOR LIMESTONE A. Lime, sand and crushed limestone as determined by the manufacturer and supplier. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel; use known measure. Mix materials in a clean, mechanical batch mixer. 1. Natural Hydraulic Lime, Saint Astier NHL 3.5, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 2. Sand, clean graded sand, ASTM C-144, free of organic or deleterious matter, rounded to sub-angular in shape, washed, screened and dried to match color and texture of the original mortar aggregates as closely as possible. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Pointing mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. B. Do not include in any mortar admixtures including coloring pigments, air-entraining agents, accelerators, retarders, water repellent agents, antifreeze compounds (including calcium chloride), or other admixtures, without written approval of Architect. 2.3 SETTING MORTAR MATERIALS FOR LIMESTONE A. Lime, sand and crushed limestone as determined by the manufacturer and supplier. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. 1. Brick Masonry - Natural Hydraulic Lime; Saint Astier NHL 5, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 2. Limestone - Natural Hydraulic Lime; Saint Astier NHL 3.5, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Setting mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. Manufacturer to provide samples of proposed materials for mock-up panels at site. B. Do not include in any mortar admixtures including coloring pigments, air-entraining agents, accelerators, retarders, water repellent agents, antifreeze compounds (including calcium chloride), or other admixtures, without written approval of Architect. 2.4 INJECTION GROUT MORTAR MATERIALS A. Pure lime, no additives for use in injection grouting. No Portland cement or masonry cements shall be added or used in the mortar. Measurement and Mixing: Measure cementitious materials in a dry condition by volume or equivalent weight. Do not measure by shovel, use known measure. Mix materials in a clean, mechanical batch mixer. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040510-3 Dubuque, Iowa Mortars and Grouts 1. Natural Hydraulic Lime, Saint Astier NHL 2.0, TransMineral USA Inc., Central US, Phone 707-769-0661, www.limes.us, Local distributer Blue Sky Wind and Solar, 920 Massachusetts St., Suite 1 A, Lawrence, KS 66044, Phone 785-979-1662. 3. Water, Potable 4. Mix design shall be in accordance with manufacturer's recommendations and approved submittal 5. Mortars shall be pre-blended in single containers in a controlled factory environment. 6. All containers shall be marked including manufacturing date and batch number. 2.5 OTHER MATERIALS A. All other materials not specifically described but required for the proper completion of the work shall be as selected by the Contractor subject to the approval of the Architect. PART 3 - EXECUTION 3.1 MORTAR MIXES A. Measuring and Mixing Mortar: 1. Measure and mix in accordance with manufacturer's instructions. Mix ingredients carefully so that specified proportions are controlled and maintained through all work periods. 3.2 GROUTING A. Perform all grouting mixing and installation in accordance with manufacturer's printed instructions. 3.3 MASONRY SETTING AND POINTING A. Perform all masonry pointing in accordance with Section 04 0120- Unit Masonry Restoration and 04 0140 Stone Restoration. 3.4 INSTALLATION A. Tool profile to match adjacent historic joints. B. Place mortar within 1 1/2 hour of initial mixing at 80°F and above, or within 2 hours at temperatures below 80° F. C. Mortar may be retempered to replace water lost to evaporation if within above time requirements for placing after mixing. D. Do not retemper mortar that has begun to set. E. Do not use mortar that has begun to set. END OF SECTION The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 040510-4 Dubuque, Iowa Mortars and Grouts SECTION 07 6200-SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1. SUMMARY A. Section Includes: 1. Patching deteriorated sheet metal. 1.2. SUBMITTALS A. See Section 013300—"Submittals", for submittal procedures. B. Product Data: For each type of product indicated. C. Samples: For each exposed product and for each finish specified. 1.3. QUALITY ASSURANCE D. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. E. Do not install any sheet metal roofing during: Snow, Rain, Fog, Mist, and or Damp or wet surfaces. PART 2 - PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. B. Sheet Steel: ASTM A 568/568M, cold-rolled steel sheet. C. Weight/gauge: To match existing. D. Finish: Regular Matte suitable for painting. 2.2 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal patching and recommended by manufacturer of primary sheet metal or manufactured item unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal or manufactured item. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 076200-1 Dubuque Sheet Metal Flashing and Trim 1. Fasteners for Steel Sheet: Steel rivets, by submittal. C. Solder: 1. For Steel: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Preparation 1. Verify the type, thickness, weight/gauge prior to installation 2. Prior to installation, remove all paint, oil, dirt, and other debris from the metal surface surrounding the patch. Remove any roofing tar by scraping, followed by mineral spirits. 3. All surfaces shall be dry and free of frost. 4. Torch cutting of sheet metal flashing and trim is not permitted. B. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre-tin edges of sheets to be soldered to a width of 1-1/2 inches, except reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 2. Stainless-Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. 3.2 EXECUTION A. For Small Repairs: 1. Thoroughly clean the area to be patched with a wire brush. When finished, the metal should be bare and shiny. 2. Measure the area to be patched. Patch should overlap at least two inches past the leading edge of the damaged area. 3. Cut a metal patch, using the same material as the roof, to the required size and shape. Fold the edges under % inch and snip off the corners. 4. Mark perimeter of patch and apply muriatic acid, applying it only on surface line where patch will be soldered. Leave muriatic acid in place for 60 seconds (do not rinse), apply patch and solder. 5. Pre-tin the area to receive the patch. 6. Place a weight over patch to hold it firmly to the metal, if the patch is on a steep slope or vertical surface, clamp or tack or solder it in place or fasten mechanically with rivets. Soft solder the patch over the defect. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 076200-2 Dubuque Sheet Metal Flashing and Trim 3.3 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer's written installation instructions. END OF SECTION 07 6200 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 076200-3 Dubuque Sheet Metal Flashing and Trim [Page Intentionally Left Blank] SECTION 07 9200—JOINT SEALANTS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Condi- tions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 DESCRIPTION OF THE WORK A. This Section includes, but is not limited to, the following: 1. Sealant at masonry anchors. 1.3 RELATED WORK DESCRIBED ELSEWHERE A. Section 04 0513 — Mortars and Grouts for setting and pointing mortars. 1.4 SUBMITTALS A. Product Data: For each joint-sealant product indicated. Information shall include the following: 1. Manufacturer's technical information, including Material Safety Data Sheet (MSDS), and handling/installation/curing instructions, where applicable, for each sealant system and component specified. B. Samples: 1. Provide manufacturer's color chard of standard available colors for sealant exposed to view. 2. Provide samples of the following: a. Sealant, provide one (1) tube of each type specified. C. Mock-ups: 1. Provide one (1) full-scale mock-up of each type of installation required. Minimum size of sealant mock-up shall be two (2) linear feet. 2. In each, demonstrate all aspects of old sealant removal, joint preparation, and installation of backup waterproofing materials. 3. Mock-ups to be completed and approved prior to commencement of the work of this Section. D. Miscellaneous: 1. Contractor's and Manufacturer's guarantees. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 079200-1 Dubuque, Iowa Joint Sealants 1.5 QUALITY ASSURANCE A. Use adequate numbers of workers skilled in the sealant process herein specified, and having a minimum of three (3) years experience with restoration projects similar to that of this project. B. In acceptance or rejection of the work, no allowance will be made for lack of skill on the part of the workers. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to the project site in unopened containers/packaging, with labels intact clearly identifying manufacturer, brand, type and other related pertinent information. Delivered materials shall be identical to certificates. B. Store materials in a manner that prevents any damage, deterioration or contamination. Store all cementitious materials under cover and elevated above grade, protected from the elements. Comply with manufacturer's recommendation for minimum and maximum temperature requirements for storage. C. Remove any damaged, contaminated, hardened, or partially set material from site immediately and replace with new acceptable material. 1.7 PROJECT CONDITIONS A. Weather Conditions: 1. Install elastomeric sealants when temperature is in lower third of temperature range recommended by sealant manufacturer. 1.8 GUARANTEE A. Upon completion of this portion of the work, and as a condition of its acceptance, provide the Owner with a written guarantee cosigned by the installer (if other than the Contractor) guaranteeing that the installed sealants will remain intact and watertight for a period of at least five (5) years from the Date of Substantial Completion, and that all replacement or repairs required shall be made promptly and in accordance with these Specifications, and at no additional cost to the Owner. PART 2 - PRODUCTS 2.1 ELASTOMERIC SEALANT A. General: 1. One-part formulation polyurethane-based, non-sag sealant, suitable for unprimed application to cast stone, brick and terra cotta masonry, and complying with ASTM C 920, Type S, Grade NS, Class 25. Sealant shall accommodate joint movement of 100% in extension and 50% in compression, and, where applicable, be fully compatible with installation of specified backer rod or bond-breaker tape. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 079200-2 Dubuque, Iowa Joint Sealants a. Sikaflex 1a, Sika Corporation, 100 Dan Road, Canton, MA 02021, 800-451-2504, usa.sarnafi I.si ka.cc m. PART 3 - EXECUTION 3.1 INSPECTION A. Examine joint surfaces and conditions under which sealant work is to be performed and notify Architect immediately of any unsatisfactory conditions. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.2 SEALANT JOINT PREPARATION A. Joint and adjacent stone shall be clean, dry, and free of all mortar, dust, and caulk or sealant. Mask joints as required to protect adjacent materials and achieve a neat, clean seal. 3.3 SEALANT JOINT INSTALLATION A. Strip off excess sealant, when set, remove masking tape. 3.4 CLEAN-UP, CURE AND PROTECTION A. Cure sealants in accordance with manufacture's written instructions, to obtain high early bond strength, internal cohesive strength, and surface durability. B. Spillage: 1. Do not allow sealant to overflow confines of joint, or onto adjoining work, or to migrate into voids of exposed finishes. Clean adjoining surfaces completely and safely of all excess sealant, without damaging the surface. a. Protect finished joints from contamination or damage, so that they are without deterioration or damage at Substantial Completion of the Project. END OF SECTION 07 9200 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 079200-3 Dubuque, Iowa Joint Sealants [Page Intentionally Left Blank] SECTION 09 9600- HIGH-PERFORMANCE COATINGS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Condi- tions, Specific Requirements and other Division 1 Specification sections, apply to the work of this Section. 1.2 DESCRIPTION OF THE WORK A. This Section includes surface preparation and the application of high-performance coating systems on the following exterior substrates: 1. Formed Sheet Iron 2. Cast Iron 1. Mild Steel B. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatments specified in other Sections. C. Do not paint prefinished items, concealed surfaces except for back-priming, finished metal surfaces, operating parts, or labels. 1.3 RELATED WORK DESCRIBED ELSEWHERE A. Section 09 9000 —Painting and Coating 1.4 SUBMITTALS A. Product Data: For each type of paint system indicated, include primers. B. Samples: For each finish and for each color and texture required. C. Material List: Printout of current "MPI Approved Products List' for each product category specified in Part 2, with the proposed product highlighted. Indicate each material and cross reference specific coating, finish system and application. 1.5 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List'. 2. Consult"MPI Maintenance Repainting Manual' a. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual'for products and paint systems indicated. B. Mockups: Apply benchmark samples of each paint system indicated and each color and finish selected to verify preliminary selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for materials and execution. 1. Architect will select one surface to represent surfaces and conditions for application of each paint system specified. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 099600-1 Dubuque, Iowa High-Performance Coatings 2. Final approval of color selections will be based on benchmark samples. C. If preliminary color selections are not approved, apply additional benchmark samples of additional colors selected by Architect at no added cost to Owner. 1.6 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to job site in original new and unopened container bearing the manufacturer's name and label, including the following information: 1. Name or title of material, 2. Federal Specification (Fed. Spec.) number, if applicable, 3. Manufacturer's stock number and date of manufacture, 4. Manufacturer's name, 5. Contents, by volume, of major pigment, and vehicle constituents, 6. Thinning instructions; 7. Application instructions, 8. Color name and number. B. Store coating and coating materials only in space assigned for that purpose, and appropriate for the safe storage of combustible or flammable materials. Comply with all applicable regulations of governmental authorities having jurisdiction. C. Store used coating materials, including brushes, roller, rags, cloths, tarps, cans, and other waste in receptacles with tight covers, designed specifically for that use. D. Remove used coating materials from the site daily, and dispose of in accordance with all applicable environmental safety regulations. 1.7 JOB CONDITIONS A. Application of coatings shall always in strict conformance with manufacturer's written specifications. Generally, with regard to temperature, apply coatings only when temperature of surfaces to be coated and the ambient air temperatures are between 500 - 90° Fahrenheit. PART 2 - PRODUCTS 2.1 HIGH-PERFORMANCE COATINGS, GENERAL A. Coating content and formulation shall conform to all current codes, requirements and standards of the DEP, DEC, EPA, OSHA, ANSI, and all other local, state, and federal authorities having jurisdiction. B. Material Compatibility: 1. Provide materials for use within each coating system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 099600-2 Dubuque, Iowa High-Performance Coatings C. Colors and Finishes: 1. Contractor shall furnish manufacturer's standard color chart for surfaces to be coated. 2. Color of primer and intermediate coat shall be different from each other and finish coat. 2.2 METAL PRIMERS A. Modified Polyamidoamine Epoxy 6.0/5.0 mils: Tnemec Inc, Chembuild Series 135. 1. Primer Finish: red 2. Intermediate Finish: grey 2.3 POLYURETHANE COATINGS A. Aliphatic Acrylic Polyurethane 3.0/ 1.5 mils, Two-Component, Semi-Gloss: Tnemec Company, Inc. Endurashiled II Series 73 1. Finish: as selected by architect from manufacturer's standard color chart. PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. 1. Verify compatibility with and suitability of substrates, including compatibility with existing finishes or primers. 2. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 3. Coating application indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual"applicable to substrates indicated. B. Remove plates, machined surfaces, and similar items already in place that are not to be coated. If removal is impractical or impossible because of size or weight of item, provide surface-applied protection before surface preparation and coating. 1. After completing coating operations, reinstall items that were removed, use workers skilled in the trades involved. C. Clean substrates of substances that could impair bond of coatings, including dirt, oil, grease, rust, scale, and incompatible paints and encapsulants. The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 099600-3 Dubuque, Iowa High-Performance Coatings 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce coating systems indicated. D. Steel Substrates: Remove rust and loose mill scale using methods recommended in writing by coating manufacturer. 3.3 APPLICATION A. Apply high-performance coatings according to manufacturer's written instructions. 1. Use applicators and techniques suited for coating and substrate indicated. 2. Coat surfaces behind movable equipment and furniture same as similar exposed surfaces. Before final installation, coat surfaces behind permanently fixed equipment or furniture with prime coat only. 3. Coat back sides of access panels, removable or hinged covers, and similar hinged items to match exposed surfaces. B. If undercoats or other conditions show through final coat, apply additional coats until cured film has a uniform coating finish, color, and appearance. C. Apply coatings to produce surface films without cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections. Produce sharp glass lines and color breaks. 3.4 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing coating application, clean spattered surfaces. Remove spattered coatings by washing, scraping, or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from coating operation. Correct damage by cleaning, repairing, replacing, and recoating, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced coated surfaces. END OF SECTION 09 9600 The City of Dubuque Five Flags Theater Masonry Rehabilitation &Fire Escape Project 10 February 2017 099600-4 Dubuque, Iowa High-Performance Coatings [Page Intentionally Left Blank] tulsa I dubuque 240 West 2nd Street Dubuque,Iowa 52001 SELSER SCHAEFER RCHITECTS Date: 4 September 2016 Project: Five Flags Theater and Mathias Ham House Number: R16.060; R16.061 Memo From: Andrew McCready Re: Summary Report of Findings &Recommendations Marie, Please find attached the initial Summary Report of Findings &Recommendations for Five Flags Theatre and Mathias Ham House.The reports outline what we discovered during our two day investigation site visit,the proposed scope of work and associated budget(which aligns with the RFQ's) and additional observations that are beyond our current defined scope of work.These additional observations should be addressed in the near future to better improve the performance of both buildings.The associated budget within the reports include overhead, profit&general conditions. Sincerely, Andrew McCready,AIA Page 1 of 1 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration SUMMARY REPORT OF FINDINGS&RECOMMENDATIONS DBQ Five Flags Theater[1910(as Majestic); replaced fire-damaged 1864 original] PREAMBLE&ORIENTATION In early July 2o16, Se lser Schaefer Architects(SSA)with WSAIModernRui ns(WSA)examined and evaluated the condition of the exte rior masonry envelope of Five Flags Theater, constructed i n 1910 as the Majestic Theater on the site of the fire-ravaged original 1864 theater;it became instantly renowned for its beauty, safety, acoustics and capacity. Five Flags Theater incorporates to stunning effect limestone, brick, pressed metal panels and high-fired clay ti le roofi ng. Because of the natu re of effects on the site, on r exami nation expa need to i nclude the surrou ndi ng grounds,construction methods of the 1976 civic center and arena(adjoining the historic theater to the north)and roofi ng above both the fly loft and theate r prope r. Over recent years,the manifestation of masonry cracks and ime rio r water leaks appears as though historic materials and technologies a re at fau It;that won Id be a gross mischaracterization. With the exception ofthe a Five rsal lack of coping stone flashing system(more on this follows), most problems may be attributed to a combination of specific issues:1)the 197os excavation of sandy soi Is i mmediately adjace Ft to the crac ked maso Fry pier at the no rtheast corner, z)exposed north party wall upon removal of the historic building to the north of the Theater,3)an overlay roofing system that does not properly drain, 4)wi ndows that are no longer operable(hindering intended air movement patterns as well as access to rai nwate r drai nage systems for ongoi ng maintenance)and—not least-5) interposing a massive and complex ducted air conditioning system within and above the ornate,finished surfaces comprising the theater interior. As with all historic structures, it is critical that an analysis of conditions separates the symptom from the cause. The established budget for th is project Of$z44,41z appears to be adequate to address the scope of work intended by the City. Likewise,the dedicated budget of s35,000 for refi ne mens to the Theater fire escape also appears on target with the amici pated scope of we rk descri bed herei n. FINDINGS& RECOMMENDATIONS Beginning with efforts in the late 196os to protect this remarkable resource from potential demolition, it is clear that Five Flags Theate r is has been wel l loved a nd cared fo r ove r the decades. Because the site sti l l retai ns so much of its authentic historic fabric,with few modifications(beyond air conditioning and modified access resulting from its physical proxi unity to the Civic Ce niter and Arena)it wi I I respond wel I to a carefu I Iy crafted plan for its restoration. The overriding concern is to el i mi nate water ingress that is primari ly via limestone copi ng jo ints, open mortarjoi nts (generally, head jo ints in wal is and fou ndation wate risable)and several unique sources includi ng tears through decorative pressed metal, conduit runs servicing the gracious facade pedestal lamps and errant roof drains. One major leak through the decorative intrados and adjoi ni ng jamb of the house left box,which was determi ned to be caused from a leaking air-conditioning condensate drain located in the attic space above, has been corrected; moisture meter readi ngs fo llowi ng a heavy and prolonged rain indicated that the plaste r withi n this a rea was com pletely d ry,unaffected by exte mal sources. �' .AVVSAJModern Ruins IOf910904 20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Principal pathologies of deterioration at Five Flags Theater wi l l be successfully remedied utilizing a process of sound preservation practice that spri nes from a deep understanding ofthe inherent attributes of original materials coupled with appropriate,focused maintenance along with the unraveling of errant interventions and external effects. To that end, l i mestone elements play a pivota l role because they a re i nhere Fitly so porous. Li mestone comprises most of the flat or molded components that begi n to express the rich three-dimensional personal ity of the building—banding, wate rtable, piers and copi Figs. Amo ng those, copi nes a re most vu l nerable because they lack a n i mpermeable flashi ng that won Id keep water/moisture out ofthe solid bearing masonry wal is below. This is critical since the bearing walls in to rn sup port com posite i ron trusses that are suscepti ble to sustai ned levels of hig h hum idity and ambient moisture. All coping stones need to be selectively removed, allowing for installation of a continuous membrane flashing and non-conductive pins to seen re them to the wal I syste m. 'MIT@'PllYd � - Jp xmi3Y ;ARM Image �r J Image 1 — Example area of removing coping stones, Image z — Example area of removing coping stones, adding continuous membrane flashing and replacing adding continuous membrane flashing and replacing all sealantjoi nts with correct limestone based mortar. all sealant joints with correct limestone based mortar. dWSAJModern RI1 2ofgl og oy 20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Original/early mortars joi nts are generally sound,with the notable exception of head(vertical)joints in brick masonry and a degree of erosion ofthe mortar across the south wall facing 4th Street. Despite appearances,the original north party(fire)wal l that once sepa rated the Theate r from its ne ighbor is i n ve ry servicea ble condition. At the base of the northeast corner is a shear(vertical)crack th rough both limestone and brick masonry, of approximately eight feet. This crack did not exist in images ofthe Theater in its earlier iterations(as both the Orpheum and, before that, Majestic);i n fact, it does not begi n to a ppear a mi I ca 1976,to Ilowi ng excavations for construction of the Civic Cente r Arena. Because it has not continued to grow o r widen material ly si nee the last campa ign of a pplyi ng a sealant(that anecdotally has been dated to over m years), it is presumed for now that this crack is static and the subsidence(or reduction in static pressure)that caused it contained. An injection grout repair,with lime mortar, is specified,along with subsequent monitoring. 1 t; 1. Image 3— Example area of head (vertical)joints to be Image 4—Area of shear(vertical) crack which will be restored. repaired. r 4�WSA�Modern Ruins 3 of 9109 04 20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Highly decorative upper levels of the facade are constructed of pressed sheet iron formed to emulate carved limestone, then pai nted to match the Theater's origi nal limestone. (Pressed panels we re likely manufactured by W.F. Norman in Nevada, Missouri(near Kansas City),which was established in 1898 and still in business. Several panels have rusted along the top edge, pro bably du ri ng a ne rind when they we re left a npai nted,which has allowed a significa Fit amount of wate r to migrate into the building;a series of simple field repai rs will re medy this. Also at upper leve is a re originally one table wi ndows,which allow for access to a npe r bu i It-in gutters and dra i ns. Re-esta bl ishi ng this critical path of access, not to mention ventilation,will be beneficial to ongoing maintenance and stewardship. _ - g-1r5 n IN T' vA Image 5 — Example of pressed sheet iron decorative Image 6— Restore upper windows on front facade to panels on the upper levels. Note two dark spots in beoperable as originally intended. ornamental work;these are holes in the panels. AS Vi Modern Ruins 4 of 9109oy.20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Appa rently du ri ng the 1970s cone rsion of the Theate r as an annex to the Arena, a new roofing system was e mployed consisting of new z"xio"(approximate)framing over the original 1"tongue&groove decking. It is not clear whether this additional roof framing was added to facilitate the installation of insulation(something that requi res fu rther i nvestigation and resolution beyond the scope of the present project). The frami ng did al low for a change in pitch of the origi nal roof along with the i nstal lation of a new drai n at the base of the south slope. U nfortu Fate ly,this drai n is set too high for wate r to flow directly into it, resulting in a puddle that has been formi ng on the roof for,apparently, decades. In the short term, resetting the drain at a proper height relative to the roof surface will alleviate both water and—more critically—the formation of ice in the winter. In the longterm, consideration should be given to a more global approach to roof drainage, insulation and type of membrane. Image 7 — Example of water ponding adjacent to Image 8 — Example of existing roofing system to be existing drain. Drain and/or roof to be adjusted for replaced inthe future. properdrainage. �' .AVVSAJModern RI1 5 ofg1 og oq 20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Fina Ily,the exterior fi re escape mon nted to the south wal I and accessi ng vi rtual ly every floor of the Theate r has a few vulnerabilities that need to be refined. In general,though, it should be noted that this fire escape is in exceptional condition and appears to have been a featu re on the bu i Id ing si Fee its i nception. Both the south brick masonry wal l of the Theate r and the fi re escape itselfwi 11 benefit from a handful of modifications relati ng to ancho ring the structure. Ferrous angles at door sills are mounted in such a way that they harbor water,which quickly leads to rusting. Swa ppi ng fe trots for stai nless steel, i n ki nd, and closing the gap between the masonry si I Is and the stee I angles—so that wate r cannot col lect—wil l al leviate this condition. Likewise,ferrous angle brackets project i nto the masonry wal 1, ma ki ng the m difficu It to mai mai n a nd causi ng cracki ng withi n masonry when they eve ntual ly rust. Re-establishing this critical connection so that the braces land on a surface mounted plate(vs penetrating the brick wall system)will completely alleviate the negative aspects of the earlier mounting system while maintaining load paths and enhancing maintenance and stability. 1f3E Image g — Example of ferrous angle brackets Image to — Extents of exterior fire escape along the projecting into masonry wall. Bracketsto be replaced south facade. Fire escape to be restored to ensure within initial scope ofwork. safety and effectiveness. AS r'\dWSAJModern Ruins 6ofg1 og oy 20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration SUMMARY OF ITEMIZED SCOPE&ASSOCIATED BUDGET 1) Solve Cracki ng l n Masonry/Stabil lze Brick from S hlftl ng 8 24,000 z) Repair/Re place S i l is if Necessary 8 16,000 3) Repo int&Clean Al l Facades i nclud ing Exposed Fou relation Walls 8 70,000 y) Replace Damaged Brick, Limestone&Other Stone or Clay Units 8 29,000 5) Replace Roof Flashing&Coping Replacement 8 79,000 6) Refurbish Fire Escape&Repaint 8 vc.000 SUB-TOTAL 8 253,000 CONTI NG ENCY(io%) 8 Y2q.i00 G RAND TOTAL 8 $278,300 PHASE II: ITEMIZED SCOPE&ASSOCIATED BUDGET(POSSIBLE ADDITIONS IF CONTINGENCY IS NOT USED) 7) Prepare&Install Sealant Around Doors,Windows&Openings 8 20,000 8) Restore Original Exterior Wood&Metal Windowsills,Trim, Panels&Molding 8 15,000 AS dWSAI Modern Ruins 7 of 9109oy.20i6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration OBSERVATIONS MADE OF EFFECTS BEYOND DEFINED SCOPE Successful execution of the defined work of th is project wi 11 have a positive, noticeable and lasting effect on Five Flags Theater,visitor experience and ongoing stewardship. Incidental to our inspection we observed a number of conditions that won Id enhance the effectiveness ofthe defined project,and serve as a model for stewardship at regional heritage sites with similar conditions or uses. These recommendations may be viewed as potential future endeavors,either as capital projects or incorporated into more global standard governing operations, maintenance, covenants and lease agreements. In all we believe that they contribute to visitor enjoyment,fiscal benefit and long-term durability. Indoor Environmental Quality(IEQ) The HVAC system should be thoroughly evaluated to confirm operating efficiency, effectiveness and estimated remaining life cycle.The units and ductwork are located in complex, hard to reach locations and will be a challenge to replace when the time comes. It would be good to perform this evaluation and start planning for maintenance and replacement based off the report recommendations. CONSTRUCTION BUDGET:TBD Fresh Air Like most living creatures, heritage properties benefit greatly from the periodic introduction offresh air. Five Flags Theater was constructed with mu II ple, inte rdepe Front passive systems—withi n the theate r space as wel l as the fly loft—that at present are covered over, blocked or si m ply ove docked. Du ri ng the Theater's down ti me, it won Id be useful to define an optimal set point that reduces energy consumption and stabi l izes the interior environment to the benefit of props, sets,fabrics,finishes and structural composite systems. CONSTRUCTION BUDGET:So *Open windows and adjust the rmostats Roofing System&Sa et /Fall Protection The current roof appears to be in fair condition.The structure would benefit from further investigation ofthe age of the roof and confirming if insulation board is prose Ft which could lead to a recommendation of roof replacement. Cu rrently there are no safety/Fa11 protection measures provided on the roof where minimal to no parapet exists around the entire perimeter ofthe building.A safety/Fa11 projection system should be considered to assist with maintenance and overall safety of anyone occupying the roof. CONSTRUCTION BUDGET(new roofw/insulation): s6o,000-875,000 CONSTRUCTION BUDGET(safety/fall protection):si,000-85,o00 1dWSAIModern RI1 8Of91 og oy 20r6 CITY OF DUBUQUE Five Flags Theatre Masonry Restoration Insulation Further i nvestigation is wa rra Fited regardi ng the existence, amount and type of i Fist lation that exists withi n the new roof overlay(if any). This theater won Id benefit greatly by the appropriate use of either rigid or batt insulation,with care to i nclude the east Mansard roof that at present is enti re ly un-insulated. Roof i Fist lation a to ne(not wal Is,which be nefit fro m mass a nd the rural lag)wi I I to mper interior conditions throughout al I fou r seasons. CONSTRUCTION BUDGET(wall batt insulation):$4,000 *Roof insulation is i Feuded withi n the roofing section Facade Pedestal Lamps The cast iron pedestal lamps adorning the Iowe r facade are both charming and enlivening elements. As an integral part of the facade,their restoration(i.e.,cleaning, painting&remounting) is included in the present scope of work. Beyond that scope, consideration may be given to rewiring, re-lampi ng and attaining a UL(Underwriters Laboratory) cc rtification for these fixtu res, incorporating a low-voltage LED lam pi ng system. This won Id provide several benefits, including reduced demands on wiring type, routing&penetrations(low voltage systems do not need to conform to the same degree of stringent control as line voltage);cooler operating temperatures, important because the bulbs are encased in glass;enhanced energy efficiency; longer performance life and access to a spectrum of colors that may be of interest relative to performances and seasonal celebrations. CONSTRUCTION BUDGET:$z,5oo �' .AVVSAJModern RI1 9ofg1 og oq 20i6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration SUMMARY REPORT OF FINDINGS&RECOMMENDATIONS DBQ Mathias Ham House[original house 1839; major addition 1857;southwest veranda 19401 PREAMBLE&ORIENTATION In early July 2o16, Se lser Schaefer Architects(SSA)with WSAIModernRui ns(WSA)examined and evaluated the condition of Mathias Ham House's exterior masonry envelope,constructed during two campaigns(1839&1857)of Nauvoo(Illinois)limestone. I ntegral to this evaluation was an Inspection of related Issues affecting(or affected by) interior and exterior conditions, ranging from active water leaks and deteriorated fi nishes to nuances of ongoing visitation and site maintenance. Findings and recommendations are delineated below. The genesis of these efforts is the City's concern over masonry degradation that continues to express itself in a variety of ways:cracks, shifting, discoloration,spalling, open masonryjoints and water penetration into the building that threatensthe stability and indoor environmental quality ofthis important historic site. As with all historic structures, it is critical that an analysis of conditions separates the symptom from the cause. In this light, it is possible to reveal that the origin(s)underlying common symptoms can have uncommon and complex causes,often of our own making, however inadvertent orwell-intentioned. The established budgetforthis project of s197,827.25 appears to be within a range appropriate to address the scope ofwork intended bythe City. Ancillary issues—with little or no hard cost—maybe addressed as complementary to the bricks-and-morta r work. FINDINGS& RECOMMENDATIONS Mathias Ham House reflects an increasing propensity overthe last Soyearsto force heritage buildingsto act Iiketheir modern counterparts;they don't respond well. Attempts to hermetically seal the interior, I mit water dispersion over its complexfolded roof and introduce a variety of infrastructure components both inside and outside this site have led to manyofthe conditionsthat are under investigation. Forexample,the building's northeast orientation exhibits moment cracks through the limestone facade&lintels(secondary structure).These are the direct resu It of excess water pouring offthe roof in concentrated patterns and the introduction of air conditioning condensers—along with theirfeeds and piping—through an original windowwell that has Iedto significant water migration into thefoundation, inturn leadingto its destabilization. Further,the factthatvirtually every window is sealed, includingthose ofthe belvedere(aka lantern or cupola),disallowsthe benefit of convective currentsthatwould expel hot air and,with it, accumulated excessive moisture. As a resultthe walls remain saturated(which theywere during our inspection)and in an accelerated state of deterioration. The consequent introduction of air conditioning actually worsens the condition, by drawing moisture out of both air and materials and concentrating it as condensate within the site;some of it is expelled via a melange of condensate tubes, althoughtheir routing is suspect. Where condensate is allowedto drip onto the building exterior, limestone becomes saturated and stained bythe dissolved solids(and organic residue) suspended within the condensate. .A VVSAI Modern R u i ns 1 Of 8109 04 2on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration Generally, limestone degradation may be categorized as resulting from one of these three conditions: 1. Confluence of excess moisture or water, principally from roofs and at/near fou ndations; z. Introduction of incompatible, hard, Portland cement-based repair mortars;and 3. Inherent characteristics including porosity, incipient cracks and embedded ferrous oxide. The construction methods employed in the original house(1839, random ashlar, natural cleave)and major addition (1857, coursed ashlar, bush hammered)require individualized repai r techniques:where pointing is in excellent condition i n the ne nci I joi nts of the 1857 addition,the origina 11839 facades suffer from irregu la rjoi nt profi les, one n head joi nits,and va riations in backup support. While the same mortar wi 11 be specified for use throughout the Mathias Ham House—either St Astor Lime or Rosendale Natural Cement(a close cousin to lime but in noway related to manufactured Portand cement)—the techniques for place me nt wi 11 vary wi Idly. For the original house a combination of injection grouting, hand-delivered poi mi ng with ra ked jo ints a nd"stitching"(adherihigh loose sections of stone bloc ks wi 11 produce a remarkable and durable effect. By contrast, most work on the addition will consist of pulling cracked stone, securing broken elements with non-ferrous pins, and re-setting units back into the walls. Image 1 — Example of random ashlar construction Image z—Example of coursed ashlar used on addition, method used on original house. In addition to to be repaired through pulling cracked stone, securing removing inappropriate cement-based mortar, walls broken elements, and re-setting units back into walls. are to be repaired through injection grouting, hand- delivered pointing, and stitching loose sections of stone blocks. �\dWSAIModern RI1 2of8109042on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration As roof drainage affects the walls above grade and below,we are concerned the existing pattern of water distribution is unclear and inefficient. In the long term, re-establishing a universal gutter system that is both sized and placed appro priately to accommodate changing weather patterns wi II prove highly beneficial. For now,we will concentrate on imp rovi ng the area immediately arou nd the peri meter of the building by el i mi nati ng areas of ponding/standing water and waterproofing the locations of"easy"water penetration, i.e.window wells(image 7)and piping penetrations. I mage 3—Exa mple of exist ng gutte rs and downspouts Image y-Exa mple of cu rrent conditions creating that are undersized. Gutters should increase in size. "easy"water penetration.Window well and piping Downspouts should increase in size and connection penetrationsare a direct cause of moisture being points moved away from the endofthegutters. presentonthe interiorofthe basementwall atthis location. 71 dWSAJModern Ruins 3 of81 oe oy 2on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration Wooden elements and casework relating to exterior components,trim,windows and—especially—the igyos veranda are in remarkably good condition overall. While we are including a specification for incidental repair,the corollary benefits of this project wi II be to c)assist in ma ki ng windows operable agai n and z)re-introduce an historic exterior color scheme,wh is h is the subject of on r forthco mi ng pai nt a nalysis. The degradation of wooden e leme nts is the byproduct of external effects—not of i ntri nsic shortcomi ngs of the wood itself. OMO Image 5 —The porch and windows on the southeast Image 6— Example of an exteriorwindow to be made facade are examples of exterior wooden elements in operable again. good condition. Incidental repair and re-introduction ofthe original colorscheme will be explored. AS dWSAJModern Ruins 4of8108.04.2m6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration Other incidental elements included in the overall scope include cleaning and re-integration of original wi ndow wel Is, remedyi ng e rrant pe netrations rest It ng from a variety of equ in ment/uti I ity i nsta I lations a nd removi ng/repoi mi ng the brick mason ry chi mney,which has suffered significantly from the use of hard cement mortars. Degraded chi mney brick wi II need to be replaced as an integral pa rt of this work. Finally,a gentle water wash is being specified for Clea ni ng al I exterior surfaces(maso nry, pai nted wood a nd glass)fol Iowi ng the completio n of al I previously defi ned work,which will ensure watertight i ntegrity throughout the cleaning process. 77y Image 7 — Example of an original window well which Image 8— Northwest facade showing degraded brick will be cleaned and re-integrated into the makeup of masonry chimneyto be restored. the house. '.AVVSAjModern RI1 5 Of 8 109 04 2on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration SUMMARY OF ITEMIZED SCOPE&ASSOCIATED BUDGET 1) Resolve Cracking&Stabilize Masonry 8 85,500 z) Rena irand/or Re place Li mels&Sills 8 34,000 3) Repo int Mortar Joi nts&Clean Al l Exte rior Facades 8 25,000 4) Rena irand/or Re place Damaged Ste ne U nits 8 16,500 5) Pre pare&I nsta l l Sea la nt Aron nd Doo rs,Wi ndows&Openi ngs $ 12.c00 SUB-TOTAL 8 173,500 CONTI NG ECY(io%) $ 17.vc0 G RAND TOTAL 8 190,850 PHASE II: ITEMIZED SCOPE&ASSOCIATED BUDGET(POSSIBLE ADDITIONS IF CONTINGENCY IS NOT USED) 6) Restore Original Exterior Wood Windowsills,Trim, Panels&Molding 8 35,000 �' .AVVSAJModern RI1 6of8109 04 2on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration OBSERVATIONS MADE OF EFFECTS BEYOND DEFINED SCOPE Successful execution of the defined work of th is project wi 11 have a positive, noticeable and lasting effect on the Mathias Ham House,visitor experience and ongoing stewardship. That said, incidental to our inspection we observed a range of conditions that not only would enhance the effectiveness of the defined project, but also could serve as a model for stewardship at regional heritage sites with conditions or uses similar to the Mathias Ham House. These recommendations could for instance be incorporated into a governing standard for organizations using or leasing the prope try or, more simply, as a component of an operations ma nua l for the site. Indoor Environmental Quality(IEQ) The HVAC system should be thoroughly evaluated to confirm operating efficiency, effectiveness and estimated remai ni ng I ife cycle.The Mathias Ham House not only displays historic artifacts associated to the time frame of the home, but also serves as the storage place for the artifacts not on display,which appears to be on the thi rd floo r.This area is whe re the warm/humid air natu ral ly travels and needs to be treated or fi nd a way to be expelled from the building.Having an effective,operating HVAC system is critical for the collections. It won Id be good to perform this evaluation and start planning for maintenance and replacement based off the report recommendations. CONSTRUCTION BUDGET:TBD Fresh Air Like most living creatures, heritage properties benefit greatly from the periodic introduction offresh air. Mathias Ham House was constructed with a variety of lovely, inter-related passive systems—orientation,siting, belvedere,central stair,voluminous spaces and operable windows in every orientation—that are at present being ignored. Westrongly recommend putting them to use, even if onlyto open windows and rooms once ortwice a week during all but the winter months. In addition,the temperate regional climate enveloping Dubuque would suggestthat during the spring and fall very little energywould need to be spent on either heating or cooling. Utilizing window wells forventilation, as was originally intended, should be integral to this approach. CONSTRUCTION BUDGET:So *Open windows and adjust thermostats South Bulkhead We understand the ideas behind the introduction ofthis intrusive element over the south stairs adjoining the veranda; nevertheless,the bu Ikhead is a construct that has never bee n ful ly resolved, is not particu Iarly safe or seen re and— worst—al lows volu rues of rai nwate r to reach enclosed spaces. It won Id seem far bette r to re move the bulkhead, utilize the existing cellar door for visitor access during tours and events, and to secure the stairs down by extending the exist ng ra iI i ng from the veranda arou nd to i ncorporate a gate at the top of the stai rs. Th is is a relatively inexpensive solution that might solve a range of persistent, detrimental issues. CONSTRUCTION BUDGET:87,500-$10,000 AN 1 1,VVSAJ Modern R I 1 7of 8109 oy 2on6 CITY OF DUBUQUE Mathias Ham House Masonry Restoration Insulation While it may be said that many heritage sites are over-insulated,this property is lacking the basics. It won Id benefit by at least introducing a layer of batt insulation(preferably cellulose or cotton)without a vapor burner to the ceiling ofthe origi nal house. Likewise, concentrati ng on fou ndation/attic i nsu lation for the addition(not wal is or interstitial floors) would further help temper interior conditions throughout all four seasons. CO NSTR UCTION B U DG ET:$5,000-$7,500 Roofdrainage and water distnbution around/through site As roof drainage affects the walls above grade and below,we are concerned the existing pattern of water distribution is unclear and inefficient. . In the long term, re-establishing a universal gutter system that is both sized and placed appro priately to accommodate changing weather patterns wi II prove highly beneficial.The water that is captured by the gutte r system needs to move away from the bui Idi ng's fou ndations and i m mediate pe rimete r as on ick as possi ble into a subsurface system whose performance may be verified visual ly from time to time.One option is to have a series of precast drywe l is placed nea r the downward slope of the hillside along the southern edge of the property and at the rear,or northern, boundary. These will be set below grade with an access no rt for periodic visual examination.The chosen option should be evaluated and planned with other site improvements and create a holistic solution to the building and grounds of this area. CO NSTR UCTIO N B U DG ET(gutte rs/downspouts/site drai nage):sio,000-$20,000 CONSTRUCTION BUDGET(site improvements):TBD * \.A VVSAj Modern Ruins 8uf 810904 2on6 a z a w� F N� O H w N W N O � 9 WO �. m3 dim 3 � N> N❑ h II THE CITY OFDUB aTIE �. - _ _ Emil Masterpiece on the Mississippi FIVE FLAGS THEATER MASONRY REHABILITATION AND FIRE ESCAPE PROJECT FIVE FLAGS THEATER 405 MAIN STREET DUBUQUE , IA 52001 SHEETINDEX REV. DATE SHEET NUMBER AND NAME CS COVER SHEET ARCHITECTURAL A101 GENERAL INFORMATION AND ROOF PLAN AZ EXTERIOR ELEVATIONS AND VIEWS A103 EXTERIOR ELEVATIONS AND VIEWS A104 DETAILS F U W O W a III Q or U o LU y N Wa o W uN 0CD LL ■ z z a z O~ o 1M oePon00 LLJ CupeNsilobageason responsible charge. i am licensed W N architect under the laws of the state of Iowa. �i W > W<1<1 ODESIGN T;• 6819 Printed Or Typed me' Andrew cCr d == r ww� -7559 IOWA - C563-663 Digce: ARGHTFIECTIORE i License No.tOWa-6619 License Renewal Date: 0613012017 Q R' F WWW.563DESIGN.COM �i C/ '•. ���� Pa es CoveredB This Seal: o LLZO gzj w UB 240 WEST 2ND STREET ''' O�RED11AR;O`, ``` Dade issued:02/1012017 anon D n n >Q >�'m p r DUBUQUE, IOWA 52001 �-+ LLE LL>'o 0 I 1 I 2 I 3 I 4 I 5 I ® ZO wo V Lco" AIE ARCHITECT/ENGINEER E EAST MAX MAXIMUM RE: REFER/REFERTO z �¢ AFF ABOVE FINISHED FLOOR EA EACH MECH MECHANICAL RTU ROOF TOP UNIT w o g a, AHJ AUTHORITY HAVING JURISDICTION EL ELEVATION MEP MECHANICAL, ELECTRICAL,AND PLUMBING S SOUTH W w ZOp w ALUM ALUMINUM ELEC ELECTRICAL MDF MEDIUM DENSITY FIBERBOARD S/A SUPPLYAIR 'rm wO ARCH ARCHITECTURE ENG ENGINEER MDO MEDIUM DENSITY OVERLAY Sc SOLID CORE m ADAAG AMERICANS WITH DISABILITIES ACT EXP. EXPANSION MIN MINIMUM SIM SIMILAR C1 m C m ACCESSIBILITY GUIDELINES EXT. EXTERIOR MO MASONRY OPENING SF SQUARE FEET C4 A103 u' a o APA AMERICAN PLYWOOD ASSOCIATION F.E. FIRE EXTINGUISHER N NORTH SFPP SQUARE FEET PER PERSON A103 A102 ASHRAE AMERICAN SOCIETY OF HEATING, REFRIGERATING FIN FINISH NEC NATIONAL ELECTRICAL CODE SPEC SPECIFICATIONS AND AIR-CONDITIONING ENGINEERS F.S. FLOOR SINK NEMA NATIONAL ELECTRIC MANUFACTURERS STD STANDARD AVE. AVENUE F.D. FLOOR DRAIN ASSOCIATION TC TOP OF CONCRETE BD BOARD FED FEDERAL NFPA NATIONAL FIRE PROTECTION T.O.F. TOP OF FOOTING BF BARRIER FREE F.O.W. FACE OF WALL ASSOCIATION TP TOP OF PAVEMENT BM BENCHMARK FRT FIRE RESISTANT TREATED NIC NOT IN CONTRACT TW TOP OF WALL B.O.S. BOTTOM OF STRUCTURE GA. GAUGE NO. NUMBER TYP. TYPICAL D BTWN BETWEEN GAL GALLON NSF NET SQUARE FEET UN UNLESS NOTED D CFM CUBIC FEET PER MINUTE GFCI GROUND FAULT CIRCUIT INTERRUPTER N.T.S. NOT TO SCALE V.I.F. VERIFY IN FIELD METAL CL. CLEAR GFI GROUND FAULT INTERRUPTER O.C. ON CENTER W WEST MM CO COPINGS EXISTING CLEAN OUT GYP. GYPSUM OFCI OWNER FURNISHED CONTRACTOR INSTALLED W/ WITH REMAIN,TYP CONIC CONCRETE HD HOOD OFOI OWNER FURNISHED OWNER INSTALLED WP WATERPROOF CMU CONCRETE MASONRY UNIT HVAC HEATING,VENTILATING,AND AIR OPH OPPOSITE HAND WR WATER RESISTANT EXISTING CRS BRICK COURSE(S) CONDITIONING OSB ORIENTED STRAND BOARD W.W.F. WELDED WIRE FABRIC STONE COPING C.S. COUNTER SUNK INT. INTERIOR O.T.S. OPEN TO STRUCTURE XFMR TRANSFORMER DBL DOUBLE IPP INCHES PER PERSON PR PAIR @ AT EXISTING DES DESIGN JT. JOINT R RADIUS & AND ROOF DRAIN DS DOWNSPOUT MATL MATERIAL(S) R.D. ROOF DRAIN rt CENTER LINE SOPPEE EXISTING METAL D 1 SLS S� COPINGS TO ABBREVIATIONS IAT I O N S REMAIN,TYP N.T.S. - ROOM (-------- I SIM. 1. PERFORM WORK IN COMPLIANCE WITH ALL APPLICABLE ACCESSIBILITY STANDARDS AND FEDERAL, STATE,AND LOCAL CODES AND ORDINANCES. NOTIFY ARCHITECT OF ANY DISCREPANCIES FOR CLARIFICATION. 101 ROOM NAME AND NUMBER w— Al ENLARGED PLAN/DETAIL O 01 A12. REFER TO SPECIFICATIONS FOR MATERIALS AND STANDARDS OF CONSTRUCTION. w 3. COORDINATE WITH ALL TRADES PRIOR TO CONSTRUCTION TO ENSURE PROPER SEQUENCING OF THE WORK. A102 101 DOOR NUMBER 4. VERIFY ALL EXISTING CONDITIONS PRIOR TO BIDDING, FABRICATION AND CONSTRUCTION. NOTIFY ARCHITECT OF Al ANY DISCREPANCIES FOR CLARIFICATION. WALL SECTION O FRAME TYPE NUMBER A701 5. DO NOT SCALE DRAWINGS. NOTIFY ARCHITECT OF ANY DIMENSIONAL DISCREPANCIES FOR CLARIFICATION. O X 6. DIMINSIONS UNLESS NOTED OTHERWISE: TO FACE OF CONCRETE OF MASONRY WORK;TO CENTERLINE OF COLUMNS OR OTHER GRID POINT; TO CENTERLINE OF PARTITIONS AND FRAMED WINDOW AND DOOR OPENINGS; TO FINISH FACES OF CLEAR WIDTHS. EXISTING EXISTING MET Al STONE COPING COPINGS TO EXTERIOR ELEVATION Al MINOR SECTION 7. VERIFY SIZE, CHARACTERISTICS,AND REQUIRED CLEARANCES OF ALL EQUIPMENT TO BE FURNISHED WITH LL REMAIN,TYP C A101 A701 MANUFACTURERS OR SUPPLIERS PRIOR TO CONSTRUCTION. NOTIFY ARCHITECT OF ANY DISCREPANCIES FOR C CLARIFICATION. I 8. PROVIDE BLOCKING AND GROUNDS AS SPECIFIED FOR BUILT-IN AND SURFACE MOUNTED ITEMS PRIOR TO ioo'-o^ APPLYING WALL SURFACING MATERIALS. NOTE GENERAL NOTE BOX VERTICAL ELEVATION w EXISTING 9. CONCEAL ALL PLUMBING, DUCTWORK, CONDUIT,WIRE,AND SIMILAR ITEMS UNLESS NOTED OTHERWISE. ROOF DRAIN D- w d' I LU F I z EXISTING ROOF DRAIN AND SURROUNDING EPDM ROOF TO BE O MODIFIED TO ESTABLISH POSITIVE DRAINAGE: BASE BID TO INCLUDE: Cl SMYBOLS LEGEND 2 GENERAL NOTES z EXISTING METAL O 1. EXISTING EPDM AROUND DRAIN TO BE CUT BACK FOR Al r EXPLORATORY PROBE COPINGS TO N.T.S. - N.T.S. - LU 2. EXISTING DRAIN TO BE LOWERED, RE-SET, MODIFY REMAIN,TYP A103 m EXISTING INSULATION AND ADD NEW INSULATION/COVER c BOARD AS REQUIRED TO PROVIDE POSITIVE DRAINAGE Ig- = I WITH NO STANDING WATER. �. .r • y Z dP VAX c ' ENT OF CURRENT ROOF w AREA WITH PONDING WATER sk- dPa. O s O SLOPE < SLOPEC1 FIVE-FLAGS - �, THEATR r B �` B V4 Q r 0 O c xe T EXISTING STONE rrY of HE C COPING DUB E � r y EXISTING ORNAMENTAL METAL Masterpiece on the Mississippi CORNICE TO BE REPAIRED; B2 LOCATION MAP HOLES AIR TO BE ED RE-PAINTED I ND AREAS OF REPAIR TO BE RE-PAINTED TO MATCH EXISTING FIVE FLAGS THEATER RE:A2-A101 MASONRY 00 REHABILITATION AND N.T.S. - NORTH ❑ EXISTING STONE COPING FIRE ESCAPE PROJECT ISSUE AREAS OF METAL REPAIR. ISSUE 01 CONTRACTOR TO CONFIRM J110 EXTENTS OF REPAIRS ISSUE DATE DURING BIDDING.ALL 02.10.2017 HOLES TO BE REPAIRED. PROJECT NO. 1705 f DRAWN BY 1 � WM A -� j T A CHECKED BY t AM A4 Al A� -- • A103 A102 SHEET TITLE 'r GENERAL � INFORMATION AND Fes_ ROOF PLAN A2 PHOTO - METAL CORNICE A4 ROOF PLAN A101 N.T.S. A4-A101 1/8" = 1'-0" - NORTH ®2017 563 DmIgn,LLC I 1 I 2 I 3 I 4 I 5 Im I 1 I 2 I 3 I 4 I 5 I ® �z � ofJ W N EXISTING METAL COPINGSG7 LU TO REMAIN,TYP. LLl u°'i o Clj Z O A(DLUa LU a m EXISTING MASONRY TO BE EXISTING MASONRY TO BE RE- n a o RE-POINTED AS REQUIRED UNDER POINTED AS REQUIRED UNDER COPINGS AND AT CHIMNEY COPINGS AND AT CHIMNEY RE: NOTE ON Al-A102 FOR RE: NOTE ON Al-A102 FOR ESTIMATED AREAS ESTIMATED AREAS o Q D ¢ D w �. EXISTING MASONRY TO BE SPOT RE-POINTED AS REQUIRED RE: NOTE ON Al-A102 FOR ESTIMATED AREAS Aki EXISTING MASONRY TO BE SPOT C RE-POINTED AS REQUIRED C RE: NOTE ON Al-A102 FOR ESTIMATED AREAS Cl EXISTING NORTH ELEVATION C4 EXISTING NORTH ELEVATION N.T.S. A4-A101 N.T.S. A4-A101 EXISTING ORNAMENTAL METAL CORNICE TO BE REPAIRED; HOLES TO BE BRAZED AND AREAS OF REPAIR TO BE RE-PAINTED TO MATCH EXISTING LIKELY AREAS OF RE-POINTING .i APPROXIMATE MASONRY AREAS ` - RE-POINTING: t 300 SF (25%OF PARAPETS) SPOT RE-POINTING: t 1,400 SF ► (10%OF OVERALL) zip BASE BID TO INCLUDE 500 SELECTIVE BRICK REPLACEMENTS CAMEL-BACK COPINGS TO BE REPAIRED AT NORTH &SOUTH SIDES B RE:Al-Al 04 B CLEAN ALL ORNAMENTAL METAL - - - - ---- - COPINGS AND FACADE ELEMENTS EXISTING MASONRY TO BE RE- rmLmzm _L_ - WITH SOAP AND USE POINTED --- - - - GENTLEST MEANS AS POSSIBLE " ' " - — - - - - - COPINGS AND AT CHIMNEY RE: NOTE ON Al-A102 FOR TIM CITY of - ESTIMATED AREAS ' .1# ice^ ' �T T� E _ lJ . ., . • EXISTING MASONRY TO BE SPOT EXISTING MASONRY TO BE SPOT Masterpiece on the Mississippi RE-POINTED AS REQUIRED RE-POINTED AS REQUIRED RE: NOTE ABOVE FOR ESTIMATED RE: NOTE ON Al-A102 FOR E-- - AREAS ESTIMATED AREAS FIVE FLAGS THEATER - MASONRY REHABILITATION AND - FIRE ESCAPE PROJECT ISSUE f. 3 H ISSUE 01 �i ISSUE DATE 02.10.2017 PROJECT NO. _ 1705 -r. DRAWN BY WM A EXISTING STONE BASE - A CHECKED BY TO BE RE-POINTED TO AM FULL DEPTH, TYP SHEET TITLE v : x. _ L #► - >,. EXISTING EXTERIOR -" -- ELEVATIONS AND VIEWS Al EXISTING EAST ELEVATION A4 EXISTING VIEW FROM NORTHWEST Al 02 N.T.S. A4-A101; A4, Cl, C4-A102; Al ,A4, Cl, C4-A103 N.T.S. A4-A101 ®2017 563 DmIgn,LLC I l I 2 I 3 I 4 I 5 I -• . EXISTING METAL COPINGS • • 1 •- TO REMAIN,TYP. 11111111 H111/1/1 • . ••rrr••••r••♦♦n••♦rrr••♦1••n111•n1111r•rr•••♦n••♦♦n•••rr••••rr••...r....r.....•............................!1111/11111/111 / �1'��1�•1'���111'���1'1'1'��11'1'1'��1111��111��111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111\t 11 �/1111//1111/1111///111//1111/11111/11111/1111//1111//111//1111//INI/IINI/IINI/1111//111///111//1111//1111//1111/1111///111//1111/11111/11111/11111/1111//111//N.1/ - 111/1111//111//1111/11111//1111//1111//11111111111111//1111//1111//1111//1111//111//1111/1111//1111//1111//1111//111//1111//111///111///1111//111///111//111//1111/,111 �11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 N ♦♦///111///111//1111/1111//111///111///111///111///111//111///111//1111//1111//1111//1111/1111//111///111///111///111//1111//111//111///111///111///111///111/111N//11 X11111111111/111111111111111/1111//1111//1111//111111111/11111111111/11111/11111/11111/1111111111111111/11111/11111/111111111/11111/111111111111111111111111111111111 H' 111/11111/1111//1111/1111//1111/11111/11111/11111/111111111//1111//1111//1111//1111//1111/1111//1111/11111/11111/1111//1111/1111//1111/11111/11111/11111/111111111//111 //1111//1111//111//1111/1111//1111//1111//1111//1111//111/1111//1111//1111//1111//1111//1111/1111//1111//1111//1111//111//1111/1111//1111//1111//1111//1111//111//1111/ 11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111EXISTING MASONRYTO POINTED AS REQUIRED UNDER - COPINGS NOTE ON 02 FOR ESTIMATED AREAS t --,�" _- 'z= tea'•.- _ J _ • • •• EXISTING MASONRYTO BE SPOT _=•� RE-POINTED AS REQUIRED RE: NOTE ON Al-Al 02 FOR ME -4 ��t �_- -0�--1. _ aFP• '�rF"6R� 'aR .fig- �.� � = � _ f-k3. sem'?'.•.-=tcp���`°"�,�. r�Y",k-.-.'_ -'.- ..-._� � _ _ '_�. �"�� "c _ i- = �_ r I � EXISTING WEST ELEVATION EXISTING VIEW FROM •,1,•1D•„1,•1D•„1,•1D•„/.•„1.1.1D•„1.1.1D•„1,71•„1.1.1D•„1.1.1D•„1.1•.•„1.1.1.1•„1.1.1:.:.•:,•1.1•,1. . . 1 . - 11111111111111111111111111111111111111 11111/11111/1111/1111/11111/ ...111111 — 11111111111111111111111/11111111111111111111111111111111111111111'..11111111 . • 111/11�1p�1111111�1p�1111111�1p�11/•p1p�11/11�1p�1111/11�1p�1111/11�1;11111/11�1p�1111/11�1p�1111111pp111111�1p�11111111p�1111111�1p�111� �gll/g!111lg1l/g!1l1lg1l/g!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!1!,;!1!1!/!1!1!1!1!1!/!1!1!1!1!1!/!1!1!1!1l111g!/!1!/l111g!/!1!/llllgl/!1l/t ..1'. ••Y1.1.1 /♦ 11111111r111.1.1 11111 111.. ... -• . •• •. EXISTING COPING CAMEL-BACK C • . • • BE • 01 q TO : - . REPAIRED AT NORTHSOUTH 1111 •.1.1'11111111111111111111111111111111111111i•. -- - •cc1'�'Yr�<r111111111111111111111111111111111111111111111.1... 14 14 000������04;-----------------------------”,�1�1����iii l • - ' • • lilii1i1i91i1!�1!11.1.111/1111�LLLu •1e�,p1111!1.1.1'1,!''��������0�����1�� • : 1 •- RE- POINTED AS REQUIRED UNDER CLEAN ALL ORNAMENTAL METAL 1111111 •1111111 11111111111111 11/111111111111 COPINGS . AT CHIMNEY COPINGS . FACADE 1111111• 111111♦,. 11111111 N1111,1RE: NOTE ON 02 FOR WITH SOAP . WATER. USE • ' • • • . 11111111 1111E♦1t x11/1/1. 11111111 __ _ — 11111111 11111111ESTIMATED POSSIBLE 1111111 1111111♦ - 1111111 11111111 •:,� 1111111 111/11N '•""��• �•••�•. 11111111 /11N/h '•••••• '•"'•�. x1/1111/ 1111111 . \' .t::i: ,•••••, 1111111 (111111 '•.•.•. •••••• ,� -------------- EXISTING--- 1111111 1111111 • ::•••••• 11•••, � -- !1111111 N111111 • • •• 1111111 11111111 MASONRY • BE SPOT ��111'111"111'11�/11'11�/11'11�/11'11�/11'111�1'11111'1'11111'1'11111'1'11111'1'11111'1'11 .1'1111 x•1'1111 x•1'1111�•1'1111�11 X1111111111111 11111111111111 I _ 1111111,111111111111111111111111/1//111/11111/11111/11111/11111/1111//11111111111111111111111111111 1111111 1111111 RE-POINTED • . •• 1//1111/11N//11N//11N//11N//1111/1111/11111/11111/11111/11111/1111111111111111111111111111111 1111111 N1L1u '1RE-POINTED AS REQUIRED 11111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 )111111 1••. •1' '� 1111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111111 1111111 •1111 1111//1111//1111//1111//1111//1111/1111/11111/11111/11111/11111/1111//111/11111/11111/11111/1111/' 11111111111111RE: NOTE ON 02 FOR • ON 1 •- �1�����1�����1�����1�����1�����1����I����GI����GI����GI����GI����G1���1.����NJ���NJ���NJ���N�t .•e..•a. 1111111 ESTIMATED AREAS ESTIMATED AREAS 1111111 EXISTING MASONRY TO BE S OT -- 1111111 N 11111 - - 1111111 111111 111.1111 - _ �YMrLY1 L - • — RE: NOTE ON Al-A102 FOR 1-2w / iii\r\`='_ .. �• .�� I rr • � r so ANNE ��f IL . .. ow-.• X11. •�' -� � -��-•'a •,�m �1 FIYEfLAGS flVt fLPGS • _ ' • •,�, •�n.!�•, IHEATEP TNERTEP M + �_ �ry EXISTING FIRE ESCAPE AND - ILANDINGS TO BE REPAIRED m.ew ,. TYP — — — -- — .j.{ y TmTLR EXISTING SOUTH ELEVATION EXISTING VIEW FROM ' I 1 I 2 I 3 I 4 I 5 I ® C'rz o W� fJ W N '^ S2v/ Z !A Q o0 LULf)w NO A(D N0 '� W LU Aa �m 1f) N O D D MODIFY EXISTING STEEL TUBE AND WELD TO GALVANIZED STEEL PLATE EXISTING DOOR FRAME EXISTING EXISTING FIRE ESCAPE STEEL TUBE STEEL TUBE SUPPORT SUPPPORT EXISTING CONCRETE SILL AT DOOR LOCATIONS BRACKET 6" ` RE-POINTED MORTAR TO EXISTING FIRE ESCAPE WALKWAY 1" 4" 1" MATCH EXISTING RAKE 1/2"COPING PROFILE AND DEPTH 1/4 ` ` _ 1/2"GALVANZIED ANCHOR, EMBED 6 3/4" MINIMUM WITH- - A'; HIT-HY 70 ADHESIVE REPLACE ALL DAMAGED AND STAINED BRICK FROM ORIGINAL STEEL SUPPORT EXISTING STEEL ANGLE TO BE REPLACED IN-KIND 1/4"THICK GALVANIZED PRIOR TO INSTALLATION WITH STAINLESS STEEL ANGLE. TYPICAL AT ALL EACH ANCHOR TO BE STEEL PLATE, OF NEW STEEL PLATE LOCATED IN DIFFERENT . LANDING CONDITIONS. MATCH EXISTING ANCHOR PAINT TO MATCH CLEAN AND RE-USE METHOD. NEW ANGLE TO BE BLASTED OR BRICK.ADJUST LENGTH ADJACENT RED BRICK STAINED BRICK WHERE C ACID-WASHED TO ACCEPT PAINT. OF STEEL PLATE AS STAIN CAN BE REMOVED. C PAINT TO MATCH ADJACENT RED BRICK. NECESSARY COORDINATE LOCATION OF ZIED STEEL PLATEATE WITH EXISTING STEEL TUBE SUPPORT C2 LANDING DETAIL C4 FIRE ESCAPE STEEL SUPPORT DETAIL 3" = 1'-0" A1,A4-A103; A4-A104 3" = 1'-0" A1,A4-A103; A4-A104 Z 0 vw NEW"A"PROFILE LEAD co WEATHERCAPS AT TRANSVERSE JOINTS BETWEEN COPING EXISTING STONE SECTIONS; "B"PROFILE COPING TO BE _ SEALANT TO BE USED AT 90 REMOVED& z. " INTERSECTIONS CONTRACTOR TO CONDUCT SALVAGEDMORTAR. EXPLORATORY PROBE TO RE-SE DETERMINE EXISTING TERMINATION INATION CONDITION OF EACH BRACKET; EXISTING EMBEDDED BRACKET IN BRICK TO BE SELECTIVELY - REMOVED FROM BRICK AND MODIFIED FOR REINSTALLATION TO 1, SURFACE-MOUNTED ANCHOR, #3 FIBERGLASS PINS SET NEW NON-ASPHALTIC RE:TYPICAL. 4 B IN GROUT IN NEW HOLES; N COPPER MESH FABRIC _ ,\ B TWO PER STONE,TYP FLASHING 1G,LENGTH OF STONE COPING, TYP v THE C17Y OP LONGITUDINAL-SECTION EXISTING SEALANT TO BE \ ` DUB E EXTENT OF LEAD REMOVED AND MASONRY WEATHERCAPS BEYOND TO BE REPLACED AND s Masterpiece on the Mississippi Z rP PP 0o RE-POINTED,TYPICAL RE: SECTION ABOVE zN / _ o � FIVE FLAGS THEATER — EXISTING MASONRY 1\ WITH CRACKS TO BE EXISTING STEEL ANGLE TO BE MASONRY EXISTING STONE COPING --- -- --.'( WEATHERCAP TO TURN DOWN REPLACED AND REHABILITATION AND TO BE REMOVED& ' REPLACED IN-KIND WITH STAINLESS SALVAGED FOR RE-USE mI VERTICAL FACE OF STONE; RE-POINTED, TYPICAL J' STEEL.TYPICAL AT ALL LANDING FIRE ESCAPE PROJECT VERTICAL INSERT TO BE J CONDITIONS NEW ANGLE TO BE NOTCHED&TRIMMED AS - ) -. -.—�— --. .I RE: C2-A11 T. ,2 . 4 . REQUIRED TO FOLLOW PROFILE - - BLASTED OR ACID-WASHED TO l' CACCEPT 2-A104 WATER CUTOFF MASTIC I I ' • � I ISSUE AROUND PINS �„ . v . �„ . i. ISSUE 01 ISSUE DATE 02.10.2017 NEW MORTAR BED FOR I r COPING - PROJECT NO. EXISTING FIRE ESCAPE, SUPPORT 1705 #3 FIBERGLASS PINS SET i BRACKETS, CONNECTIONS AND IN GROUT IN NEW HOLES; NEW NON-ASPHALTIC HANDRAIL TO BE PAINTED. COLOR DRAWN BY TWO PER STONE,TYP FCOPPER LASHING MESH FABRIC TO MATCH ADJACENT RED BRICK WM A _ - ����.,..... L�i A CHECKEDAM VARIES SHEET TITLE DETAILS CROSS-SECTION Al COPING DETAILS A2 ELEVATION DETAIL A4 FIRE ESCAPE DETAIL Al 04 3" = 1'-0" Al, C1-Al 02; Al, A4, C1-Al 03 N.T.S. Al-Al 02 N.T.S Al, A4-A103 ®2017 563 Design,LLC I l I 2 I 3 I 4 I 5 Im