Você está na página 1de 1281

JANUARY 5, 2010 STATE PROJECT NO.

: 301-0078

UNION STATION CODE COMPLIANCE IMPROVEMENTS AND FOR UNION STATION AND STATE STREET STATION UPGRADE OF PUBLIC INFORMATION SYSTEMS

CITY OF NEW HAVEN

ADDENDUM NO.1

SPECIAL PROVISIONS NEW SPECIAL PROVISION

The following Special Provision is hereby added to the Contract:

• ITEM NO. 0100500A - CONSTRUCTION COMMUNICATION EQUIPMENT

NEW CSI SECTIONS

The following CSI Sections are hereby added to the Contract:

• 064020 - ARCHITECTURAL CABINET WOODWORK

• 096519 - RESILIENT TILE FLOORING

• 220700 - PLUMBING INSULATION

• 221116-DOMESTIC WATER PIPING

• 223300 - ELECTRIC DOMESTIC WATER HEATERS

• 224000 - PLUMBING FIXTURES

REVISED CSI SECTIONS

The following CSI Sections are hereby deleted in their entirety and replaced with the attached like-named CSI Sections:

• 087100-DOORHARDWARE

• 113100 - RESIDENTIAL APPLIANCES

• 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

• 274217 - VMS DISPLAY EQUIPMENT

CONTRACT ITEMS

NEW CONTRACT ITEMS ITEM NO.

0100500A

DESCRIPTION CONSTRUCTION COMMUNICATION EQUIPMENT

UNIT EST.

QUANTITY $10,000.00

301-078

ADDENDUM NO.1

PLANS NEW PLAN

The following Plan Sheet is hereby added to the Contract: 81-1 (P-172)

REVISED PLANS

The following Plan Sheets (Drawing No.) are hereby deleted and replaced with the likenumbered Plan Sheets:

2 (G-101), 12 (A-124), 29 (A-ISS), 32 (A-158), 44 (A-213), 48 (A-222), 52 (S-121), 53 (S-122), 56 (S-161), 59 (S-164), 74 (M-124), 82 (E-100), 88 (E-124), and 93 (E-162)

Sheet No.8 (A-120) is hereby revised to delete the text "See Note 9" located on plan lIA- 120, "Pedestrian Tunnel Plan".

QUESTIONS & ANSWERS

Q. The drawing calls out a 26/27" LCD Video Track Entrance Display. What is the Quantity of 26/27" displays required.

A. A visual display schedule is located on Drawing No. T-510, Sheet No. 132 of 137. This schedule indicates the type and number of visual displays required to construct the project, including the 26/27-Inch LCD Video displays.

Q. Drawing A110 Note #9. Please clarify extent of demo. Does the demo go all the way up to the skylights?

A. The extent of the demolition is only what is necessary to complete the construction indicated on Sheet No. 15 (Drawing No. A127) and Sheet No. 34 (Drawing No. A160). The reconstructed soffits will match existing as indicated on the plans and details on these sheets.

Q. Drawing A120 states to see Note 9. There is no Note 9 on this sheet, please clarify.

A. Addendum No.1 revises this plan sheet to delete the reference to "Note 9" on Sheet No.8 (A-120).

Q. What is the procedure for ventilation during demolition/construction.

A. As stated in CSI Section 024119, Article lAD, the Contractor shall comply with ANSI AI0.6 and NFPA 241.

Q. On drawing A160 in the Tunnel Attachment Notes, it states not to attach to the structural ceiling. However, all the sections on the sheet instructs us to attach to the ceiling. Please clarify.

301-078

2

ADDENDUM NO.1

A. As stated on Sheet No. 34 (Drawing No. AI60), the "Tunnel Attachment Notes" apply to all areas with the Drip Pan System. The details and sections on this sheet that indicate attachments to the concrete structure above are in areas where there is no Drip Pan System present.

Q. Taking out debris and supplying materials is to be done through the skylight during night hours. During the walkthrough the back parking lot was full of vehicles. How many vehicles are typically there during off hours when a crane will be in that area? Would it be allowed to take one of the gates off to get a crane in and out as necessary for access?

A. There are typically 10 cars parked in the rear parking lot overnight. In accordance with "Notice to Contractor - Project Phasing Requirements" and "Notice to ContractorLimitation of Contractor Operations", the Contractor can arrange with the New Haven Parking Authority to have vehicle parking arranged so that the necessary equipment can be positioned near the skylight. Both gates at the parking lot entrance can be mechanically switched to the up position to allow equipment access.

Q. On Drawing S121, it shows the drip pan continuously hanging over the top of the veneer wall. How is this "wall" supported after being cut to keep it from tipping over?

A. As-built drawings for the tunnel indicate that the veneer wall is tied to structural concrete wall behind it with masonry ties.

Q. Drawing Sl41 shows the typical conduit & pipe support. In order to design the system, we need to know what the construction of this wall is, ie. block, brick, etc.

A. The existing tunnel wall consists of a hollow clay tile veneer attached to the structural concrete wall. See sheet No. 58 (Drawing No. S-163) Tunnel Attachment Note 3 regarding wall attachments.

Q. Section I on Drawing S-161 shows an existing cavity wall with a I" gap for the drip pan. On the top of that detail it refers to a veneer. Please provide detail as to what the veneer is.

A. The existing tunnel wall consists of a hollow clay tile veneer attached to the structural concrete wall. Sheet No. 56 (Drawing S-161) is re-issued by Addendum No. I to clarify this detail.

Q. Drawing S-164 Detail 3 shows that the concrete floor is to be cut back below the cavity wall.

Is support required because we are undermining this wall?

A. Concrete is only to be removed below the tunnel veneer for the installation of the pipe that drains the cavity behind the tunnel veneer. For locations see Sheet No. 53 (Drawing No. S- 122). The Contractor is responsible for any temporary support that may be required to make this installation without damaging the tunnel veneer.

301-078

3

ADDENDUM NO.1

Q. Drawing A-120 states in Note #1 to supply new framing for the linear panel system. Note #6 states to reuse existing framing, please clarify?

A. The tunnel areas below the tracks, which are referenced "See Note I" on Sheet No. 8 (Drawing No. A-120) and referenced in section I/A-142 Sheet No. 20 are to receive new framing per note I. The tunnel areas adjacent to the station building, which are referenced "See Note 6" on Sheet No.8 (Drawing No. A-120) and referenced in section l/A-143 Sheet No. 21 are to reuse existing framing per note 6.

Q. Drawing A-142 has a note stating that all wall attachments are to be made to the structural concrete wall. This contradicts DetailllS-161. Please clarify.

A. Sheet No. 56 (Drawing No.S-161) is re-issued by Addendum No.1 to clarify Detail 1.

Q. On Drawing A-142 it shows two new walls on Platform to be CIP concrete. Will the track be closed to be able to get the concrete to the platform? Or would it be acceptable to make these walls out ofCMU with a skim coat to match existing finish?

A. Addendum No 1. alters the design to indicate that these walls are to be constructed from CMU with a skim coat finish.

Q. Specification Section 087100 Paragraph 2.6 Keying A.l calls for keying to be master key locks to Owner's existing system. Please advise manufacturer and keyway of existing system.

A. The contractor shall bid the project using the available information. Final keying will be determined during construction.

Q. Specification Section 087100 Paragraph 3.3C, Hardware sets calls for operation trim. Please advise what products the operating trim is going to operate.

A. CSI Section 087100 is revised by Addendum No.1 to indicate that Hardware Set #3 includes the replacement of hardware knob sets with lever sets only.

Q. Section 081416-Flush Wood Doors - please provide faces and veneer matching.

A. The veneer face and finish is to match the existing adjacent wood doors. Samples shall be submitted for approval in accordance with paragraph 1.2.

Q. Please verify door sizes: D015-05 and DOI5-06.

A. Doors DO 15-05 and DO 15-06 are nominally 3' -0" x 6' -8". In accordance with the door schedule shown on Sheet No. 38 (Drawing No. A-170), the contractor is to field verify this dimension prior to fabrication.

301-078

4

ADDENDUM NO.1

Q. Please specify lockset function for hardware set #3.

A. CSI Section 087100 is revised by Addendum No.1 to indicate that Hardware Set #3 includes the replacement of hardware knob sets with lever sets only.

Q. On page 275113-12, section 2.2, letter "E" of the RFP it lists the manufacturers as: lED 8000 series

Peavey Control Matrix

Penta

Or approved equal

Com-Net's system meets the feature/functionality requirements of the RFP and we use Biamp and QSC hardware which is not on the approved list. What is the process to become an approved equal? Obviously there is a sense of urgency to resolve this issue as well as get the word out to general contractors that we are an approved equal.

A. As stated in Standard Form 816 Article 1.20-1.06.25, "When the Contract lists products or manufacturers whose products are available and may be incorporated in to the project and when the list is accompanied by the term "Or equal", then the Contractor is not restricted to use those products , but may propose any available product that complies with Contract requirements." Also, as stated in Standard Form 816 Article 1.20-1.06.01, "The identification of a manufacturer or fabricator in the Contract does not imply acceptability of products from the named entity. All products must satisfy the Contract criteria for performance, efficiency, materials, and special accessories."

Q. On page 274217-17, section 2.11, letter "E", number 4 of the RFP references plan sheet T- 600 for an illustration of the Big Board sign. The plan set didn't hav a sheet T-600 but it did have a sheet T -610 that had an illustration of the Big Board sign. I wanted to confirm whether T -600 or T -610 is the correct page, if it is T -600 we would need the page.

A. Addendum No.1 revises CSI Specification 274217, "VMS Display Equipment", to change the reference to Drawing T-600 to T-610.

Q. I am inquiring about the upgrading of the main Union Station Information Display boards and the additional platform display panels with new electronic replacements. We have completed numerous display upgrades for Rentschler Field, Boston College, Gillette Stadium, Harvard University and are well suited to perform this work.

Bid #301-0078 does not clearly state that any of these aforementioned electronic units as being part of this bid.

Does this electronic signage upgrade fall under CT DOT responsibility? If so, under this bid # or another?

What is the bid number and project specifics with contact name.

301-078

5

ADDENDUM NO.1

A. All work shown on the contract drawings or called for in the contract specifications shall be considered new unless noted otherwise. Also, as stated in "Notice to Contractor - Measurement and Payment", "All work depicted on the Contract Plans and described in the Contract Specifications, including mobilization, is included in the Major Lump Sum Item, Item No. 0063510A "Rail Facility Upgrade" (MLSI), with the exception of the unit price or other lump sum items listed in the Bid Proposal Form. Any work incidental to an item which is not specifically described or included in the item, but which is required for performance and completion of the work required under the Contract, is included in the MLSI.

Q. On drawing EI00 note 2. Conduit for the station and pedestrian tunnel shall be RGS.

In specification 260533-4 the indoor conduit is EMT (not subject to damage) and the pedestrian tunnel is EPC- 80- PVC.

A. CSI Specification 260533, Raceway and Boxes for Electrical Systems, is re-issued by Addendum No.1. Paragraph 3.1, Raceway Application, has been updated in this specification to match the notes on Sheet No. 82 (Drawing No. E-I00).

The Bid Proposal Form has been revised to reflect this change.

There will be no change in the number of calendar days due to this Addendum.

The Federal Wage Rates dated October 30, 2009 are hereby deleted and replaced with the attached Federal Wage Rates dated December 18,2009.

The foregoing is hereby made a part of the contract.

301-078

6

ADDENDUM NO.1

ITEM #100S00A - CONSTRUCTION COMMUNICATION EQUIPMENT

Description: The Contractor shall provide authorized radio communication equipment for use by inspection personnel. This item shall include all necessary equipment, accessories, material and labor to put the system into operation. Provisions shall also be made to maintain all provided communication equipment and any additional communication equipment assigned to the project by the Department, as directed by the Engineer.

Materials: Within ten (10) days after the contract is awarded, the Engineer will provide the Contractor with specifications and quantities of communication equipment required.

Construction Methods: The Contractor, upon receipt of the specifications from the Engineer shall have ten (10) working days to simultaneously submit three (3) proposals for each item specified. The three proposals may be for either the rental or purchase, of new or reconditioned radio equipment. The Engineer will inform the Contractor of his selection within ten (10) days of receipt of the proposals.

The communication equipment shall be installed and operating within forty five (45) days from the date of authorization from the Engineer to order the equipment.

Method of Measurement: Measurement for payment of Construction Communication Equipment shall be provided for under Article 1.09.04 Extra and Cost Plus work. The sum of the money shown on the estimate and in the itemized proposal as "Estimated Cost" for this work will be considered the bid price even though payment will be made only for actual cost of equipment,

material, accessories and labor. .

The estimated cost figure is not to be altered in any manner by the bidder. Should the bidder alter the amount shown, the altered figures will be disregarded, and the original price will be used to determine the total bid for the contract.

Basis of Payment: The item "Construction Communication Equipment" shall be paid as cost plus work in accordance with Article 1.09.04 (b) Specialized Work.

Payment shall include all authorized materials, equipment, labor and maintenance incidental thereto.

301-078

7

ADDENDUM NO.1

SECTION 064020 - ARCHITECTURAL CABINET WOODWORK

PART 1 - GENERAL

1.1 SUMMARY:

A. This Section includes interior woodwork including for the following applications:

1. Wood cabinets

2. Plastic-laminate countertops.

B. Interior architectural woodwork includes wood furring, blocking, shims, and hanging strips, unless concealed within other construction before woodwork installation.

1.2 SUBMITTALS:

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For the following:

1. Cabinet hardware and accessories.

2. Finishing materials and processes.

C. Shop Drawings: Include location of each item, plans and elevations, large-scale details, attachment devices, and other components.

D. Product Samples:

1. Plastic-laminate-clad panel products, for each type, color, pattern, and surface finish.

E. Quality Assurance Submittals:

1. Provide A WI certification labels or compliance certificate indicating that woodwork complies with requirements of grades specified.

1.3 QUALITY ASSURANCE:

A. Installer Qualifications: Fabricator of woodwork.

B. Quality Standard: Unless otherwise indicated, comply with A WI "Architectural Woodwork Quality Standards" for grades of interior architectural woodwork, construction, finishes, and other requirements.

INTERIOR ARCHITECTURAL WOODWORK Project No. 301-0078

064020 - 1 ADDENDUM NO.1

1.4 PROJECT CONDITIONS:

A. Environmental Limitations: Do not deliver or install woodwork until building is enclosed, wet work is complete, and HV AC system is operating and maintaining temperature and relative humidity at levels planned for building occupants during the remainder of the construction period.

PART 2 - PRODUCTS

2.1 MATERIALS:

A. Wood for Transparent Finish:

1. Species and Cut: Red oak, plain sawn or sliced.

B. Wood Products:

1. Hardwood Plywood and Face Veneers: HPV A HP-1.

C. High-Pressure Decorative Laminate: NEMA LD 3.

1. Available Manufacturers; Subject to compliance with Project requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following:

a. Formica Corporation.

b. International Paper; Decorative Products Div.

c. Laminart.

d. Pioneer Plastics Corp.

e. Westinghouse Electric Corp.; Specialty Products Div.

f. Wilsonart International; Div. of Pre mark International, Inc.

2.2 FIRE-RETARDANT-TREATED MATERIALS:

A. Fire-Retardant- Treated Lumber and Plywood: Materials impregnated with fire-

retardant chemical formulations to comply with A WPA C20 (lumber) and A WP A C27 (plywood), Exterior Type or Interior Type A. Use fire-retardant-treatment formulations that do not bleed through or otherwise adversely affect finishes. Kiln-dry material after treatment.

2.3 CABINET HARDWARE AND ACCESSORIES:

A. Provide cabinet hardware and accessory materials for a complete installation of architectural woodwork, except for items specified in CSI Division 8 Section 087100, "Door Hardware."

INTERIOR ARCHITECTURAL WOODWORK Project No. 301-0078

064020 - 2 ADDENDUM NO.1

B. Hardware Standard: Comply with BHMA A156.9 for items indicated by referencing BHMA numbers or items referenced to this standard.

C. Butt Hinges: 2-3/4-inch, 5-knuckle steel hinges made from 0.095-inch- thick metal.

1. Semiconcealed Hinges for Flush Doors: BHMA AI56.9, B01361.

D. Wire Pulls: Back mounted, 4 inches long, 5116 inches in diameter.

E. Catches: Magnetic, BHMA AI56.9,.

F. Adjustable Shelf Standards and Supports: BHMA AI56.9, B04071; with shelf rests, B04081.

G. Drawer Slides: side-mounted, full-extension, zinc-plated steel drawer slides with steel ball bearings, BHMA AI56.9, B05091, and rated for the following loads:

1. Box Drawer Slides: 75 lbf.

2. File Drawer Slides: 150 lbf.

3. Pencil Drawer Slides: 45 lbf.

H. Exposed Hardware Finishes: Complying with BHMA A156.18 for BHMA finish number indicated.

1. Dark, Oxidized, Satin Bronze, Oil Rubbed: BHMA 613 for bronze base; BHMA 640 for steel base.

2.4 FABRICATION:

A. Complete fabrication to maximum extent possible before shipment to Project Site.

Where necessary for fitting at site, provide allowance for scribing, trimming, and fitting.

1. Interior Woodwork Grade: Premium complying with the referenced quality standard.

2. Shop cut openings to maximum extent possible. Sand edges of cutouts to remove splinters and burrs.

3. Seal edges of openings in countertops with a coat of varnish.

4. For trim items wider than available lumber, use veneered construction. Do not glue for width.

5. Backout or groove backs of flat trim members and kerf backs of other wide, flat members, except for members with ends exposed in finished work.

6. Assemble casings in plant except where limitations of access to place of installation require field assembly.

B. Wood Cabinets for Transparent Finish:

1. AWl Type of Cabinet Construction: Flush overlay

INTERIOR ARCHITECTURAL WOODWORK Project No. 301-0078

064020 - 3 ADDENDUM NO.1

2. Grain Matching: Run and match grain vertically for drawer fronts, doors, and

fixed panels

3. Matching of Veneer Leaves: Book match.

4. Veneer Matching within Panel Face: Running match.

5. Semiexposed Surfaces Other Than Drawer Bodies: Match species and cut indicated for exposed surfaces.

a. Drawer Sides and Backs: Solid-hardwood lumber, stained to match species indicated for exposed surfaces].

b. Drawer Bottoms: Hardwood plywood, same species indicated for exposed surfaces.

6. Provide dust panels of 1/4-inch plywood above compartments and drawers, unless

located directly under tops.

C. Plastic-Laminate Countertops:

1. High-Pressure Decorative Laminate Grade: HGS.

2. Colors, Patterns, and Finishes: As selected from manufacturer's full range.

3. Edge Treatment: Same as laminate cladding on horizontal surfaces ..

4. Core Material at Sinks: Exterior-grade plywood.

2.5 SHOP FINISHING:

A. Finish architectural woodwork at fabrication shop. Defer only final touchup, cleaning, and polishing until after installation.

B. Backpriming: Apply one coat of sealer or primer, compatible with finish coats, to concealed surfaces of woodwork. Apply two coats to back of paneling.

C. Transparent Finish: Comply with requirements indicated below for grade, finish system, staining, and sheen, with sheen measured on 60-deg ree gloss meter per ASTM D523:

1. Grade: Premium.

2. AWl Finish System: TR-6, catalyzed polyurethane.

3. Staining: Match approved sample for color.

4. Wash Coat for Stained Finish: Apply a vinyl wash coat to woodwork made from closed-grain wood before staining and finishing.

5. Sheen: Satin, 30-50.

INTERIOR ARCHITECTURAL WOODWORK Project No. 301-0078

064020 - 4 ADDENDUM NO.1

PART 3 - EXECUTION

3.1 INSTALLATION:

A. Condition woodwork to average prevailing humidity conditions in installation areas and examine and complete work as required, including removal of packing and backpriming before installation.

B. Quality Standard: Install woodwork to comply with A WI Section 1700 for the same grade specified in this Section for type of woodwork involved.

C. Scribe and cut woodwork to fit adjoining work, and refinish cut surfaces and repair damaged finish at cuts.

D. Anchor woodwork to anchors or blocking built in or directly attached to substrates.

Secure with countersunk, concealed fasteners and blind nailing as required for complete installation. Use fine finishing nails or finishing screws for exposed fastening, countersunk and filled flush with woodwork and matching final finish if transparent finish is indicated.

E. Cabinets: Install without distortion so doors and drawers fit openings properly and are accurately aligned. Adjust hardware to center doors and drawers in openings and to provide unencumbered operation.

1. Fasten wall cabinets through back, near top and bottom, at ends and not more than

16 inches on center with No. 10 wafer-head sheet metal screws through metal backing or metal framing behind wall finish.

F. Countertops: Anchor securely by screwing through comer blocks of base cabinets or other supports into underside of countertop. Caulk space between backsplash and wall with sealant specified in CSI Division 7 Section "Joint Sealants."

END OF SECTION 064020

INTERIOR ARCHITECTURAL WOODWORK Project No. 301-0078

064020 - 5 ADDENDUM NO.1

SECTION 087100 -DOOR HARDWARE

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Commercial door hardware.

1.2 SUBMITTALS

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For each type of product indicated.

C. Shop Drawings

D. First paragraph below assumes manufacturer's standard-size Samples are acceptable.

Revise to suit Project.

E. Samples: For each exposed finish.

F. Product certificates.

G. Other Action Submittals:

1. Door Hardware Sets: Prepared by or under the supervision of Architectural Hardware Consultant, detailing fabrication and assembly of door hardware, as well as procedures and diagrams.

a. Format: Use same scheduling sequence and format and use same door numbers as in the Contract Documents.

b. Content: Include the following information:

1) Identification number, location, hand, fire rating, and material of each door and frame.

2) Type, style, function, size, quantity, and finish of each door hardware item. Include description and function of each lockset and exit device.

3) Complete designations of every item required for each door or opening including name and manufacturer.

4) Description of each electrified door hardware function, including location, sequence of operation, and interface with other building control systems.

DOOR HARDWARE 087100 - 1

Project No. 301-0078 ADDENDUM NO.1

2. Keying Schedule: Prepared by or under the supervision of Architectural Hardware Consultant, detailing Owner's final keying instructions for locks.

1.3 QUALITY ASSURANCE

A. Installer Qualifications: Art employer of workers trained and approved by lock manufacturer.

1. Installer's responsibilities include supplying and installing door hardware and providing a qualified Architectural Hardware Consultant available during the course of the Work to consult with Contractor, Architect, and Owner about door hardware and keying.

B. Architectural Hardware Consultant Qualifications: A person who is currently certified by DHI as an Architectural Hardware Consultant and who is experienced in providing consulting services for door hardware installations that are comparable in material, design, and extent to that indicated for this Project.

C. Conduct conference at Project site to comply with requirements in NOTICE TO CONTRACTOR - PRE-INSTALLATION MEETINGS. Incorporate keying conference decisions into final keying schedule after reviewing door hardware keying system.

D. Preinstallation Conference: Conduct conference at Project site.

1.4 DELIVERY, STORAGE, AND HANDLING

A. Deliver keys to manufacturer of key control system for subsequent delivery to Owner.

B. Deliver keys and permanent cores to Owner by registered mail or overnight package service,

1.5 COORDINA nON

A. Templates: Distribute door hardware templates for doors, frames, and other work specified to be factory prepared for installing door hardware. Check Shop Drawings of other work to confirm that adequate provisions are made for locating and installing door hardware to comply with indicated requirements.

1.6 WARRANTY

A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of door hardware that fail in materials or workmanship within specified warranty period.

DOOR HARDWARE Project No. 301-0078

087100 - 2 ADDENDUM NO.1

1. Warranty Period: Three years from date of Substantial Completion, except as follows:

a. Manual Closers: 10 years from date of Substantial Completion.

PART 2 - PRODUCTS

2.1 SCHEDULED DOOR HARDWARE

A. Provide door hardware for each door to comply with requirements in this Section and door hardware sets indicated in door and frame schedule and door hardware sets indicated in Part 3 "Door Hardware Sets" Article.

1. Door Hardware Sets: Provide quantity, item, size, finish or color indicated, and named manufacturers' products, products equivalent in function and comparable in quality to named products, products complying with BHMA standard referenced.

B. Designations: Requirements for design, grade, function, finish, SIze, and other distinctive qualities of each type of door hardware are indicated in Part 3 "Door Hardware Sets" Article. Products are identified by using door hardware designations, as follows:

1. Named Manufacturers' Products: Manufacturer and product designation are listed for each door hardware type required for the purpose of establishing minimum requirements. Manufacturers' names are abbreviated in Part 3 "Door Hardware Sets" Article.

2. References to BHMA Standards: Provide products complying with these standards and requirements for description, quality, and function.

2.2 HINGES

A. Template Requirements: Except for hinges and pivots to be installed entirely (both leaves) into wood doors and frames, provide only template-produced units.

B. Hinge Base Metal: Unless otherwise indicated, provide the following:

1. Interior Hinges: Brass, with stainless-steel pin body and brass protruding heads

C. Fasteners: Comply with the following:

1. Machine Screws: For metal doors and frames. Install into drilled and tapped

holes.

2. Wood Screws: For wood doors and frames.

3. Threaded-to-the-Head Wood Screws: For fire-rated wood doors.

4. Screws: Phillips flat-head; wood screws for wood doors and frames. Finish screw heads to match surface of hinges.

DOOR HARDWARE Project No. 301-0078

087100 - 3 ADDENDUM NO.1

D. Butts and Hinges: BHMA AI56.1.

E. Template Hinge Dimensions: BHMA AI56.7.

F. Manufacturers:

1. Baldwin Hardware Corporation (BH).

2. Bommer Industries, Inc. (BI).

3. Cal-Royal Products, Inc. (CRP).

4. Hager Companies (HAG).

5. Lawrence Brothers, Inc. (LB).

6. McKinney Products Company; an ASSA ABLOY Group company (MCK).

7. PBB, Inc. (PBB).

8. Stanley Commercial Hardware; Div. of The Stanley Works (STH).

2.3 LOCKS AND LATCHES

A. Accessibility Requirements: Provide operating devices that do not require tight grasping, pinching, or twisting of the wrist and that operate with a force of not more than 5 lbf (22 N).

B. Latches and Locks for Means of Egress Doors: Comply with NFPA 101. Latches shall not require more than 15 lbf (67 N) to release the latch. Locks shall not require use of a key, tool, or special knowledge for operation.

C. Lock Trim:

1. Levers: Sargent BL Lever, Antique Bronze Finish

D. Lock Throw: Comply with testing requirements for length of bolts required for labeled fire doors.

E. Backset: 2-3/4 inches, unless otherwise indicated.

F. Strikes: Manufacturer's standard strike with strike box for each latchbolt or lock bolt, with curved lip extended to protect frame, finished to match door hardware set.

G. Lock Functions: Function numbers and descriptions indicated in door hardware sets comply with the following:

1. Mortise Locks: BHMA AI56.13.

H. Mortise Locks: Stamped steel case with steel or brass parts; BHMA AI56.13, Grade 1

1. Manufacturers:

DOOR HARDWARE Project No. 301-0078

087100 - 4 ADDENDUM NO.1

a. Accurate Lock & Hardware Co. (ALH).

b. Adams Rite Manufacturing Co. (ARM).

c. Arrow USA; an ASSA ABLOY Group company (ARW).

d. Best Access Systems; Div. of The Stanley Works (BAS).

e. Cal-Royal Products, Inc. (CRP).

f. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group

company (CR).

g. Folger Adam Security Inc.; an ASSA ABLOY Group company (F AS).

h. Falcon Lock; an Ingersoll-Rand Company (FAL).

1. Marks USA (MKS).

J. PDQ Manufacturing (PDQ).

k. SARGENT Manufacturing Company; an ASSA ABLOY Group company

(SGT).

1. Schlage Commercial Lock Division; an Ingersoll-Rand Company (SCH).

m. Security Door Controls (SDC).

n. Yale Commercial Locks and Hardware; an ASSA ABLOY Group company (YAL).

2.4 AUXILIARY LOCKS AND LATCHES

A. Auxiliary Locks: BHMA AI56.5, Grade 1.

1. Manufacturers:

a. ABLOY Security, Inc.; an ASSA ABLOY Group company (ABL).

b. Accurate Lock & Hardware Co. (ALH).

c. Adams Rite Manufacturing Co. (ARM).

d. Arrow USA; an ASSA ABLOY Group company (ARW).

e. Best Access Systems; Div. of The Stanley Works (BAS).

f. Cal-Royal Products, Inc. (CRP).

g. Falcon Lock; an Ingersoll-Rand Company (FAL).

h. Marks USA (MKS).

1. Medeco Security Locks, Inc.; an ASSA ABLOY Group company (MED).

J. PDQ Manufacturing (PDQ).

k. SARGENT Manufacturing Company; an ASSA ABLOY Group company

(SGT).

1. Schlage Commercial Lock Division; an Ingersoll-Rand Company (SCH).

m. Weiser Lock; a Masco Company (WEI).

n. Yale Commercial Locks and Hardware; an ASSA ABLOY Group company (YAL).

2.5 LOCK CYLINDERS

A. Standard Lock Cylinders: BHMA A156.5, Grade 1.

DOOR HARDWARE Project Mo. 301-0078

087100 - 5 ADDENDUM NO.1

B. Cylinders: Manufacturer's standard tumbler type, constructed from brass or bronze, stainless steel, or nickel silver, and complying with the following:

1. Number of Pins: Seven.

2. High-Security Grade: BHMA A156.5, Grade lA, listed and labeled as complying with pick- and drill-resistant testing requirements in UL 437 (Suffix A).

C. Permanent Cores: Manufacturer's standard; finish face to match lockset.

D. Construction Keying: Comply with the following:

1. Construction Master Keys: Provide cylinders with feature that permits voiding of construction keys without cylinder removal. Provide 10 construction master keys.

2. Construction Cores: Provide construction cores that are replaceable by permanent cores. Provide 10 construction master keys.

a. Furnish permanent cores to Owner for installation.

E. Manufacturer: Same manufacturer as for locks and latches.

2.6 KEYING

A. Keying System: Factory registered, complying with guidelines in BHMA A156.28, Appendix A. Incorporate decisions made in keying conference into key system.

1. Existing System: Master key locks to Owner's existing system.

B. Keys: Nickel silver ; permanently inscribed with a visual key control number and including the notation "DO NOT DUPLICATE."

1. Quantity: In addition to one extra key blank for each lock, provide three cylinder change keys and five master keys.

2.7 OPERATING TRIM

A. Standard: BHMA A156.6.

B. Materials: Fabricate from brass, unless otherwise indicated.

C. Manufacturers:

1. Bums Manufacturing Incorporated (BM).

2. Don-Jo Mfg., Inc. (DJO).

3. McKinney Products Company; an ASSA ABLOY Group company (MCK).

4. Hager Companies (HAG).

5. Hiawatha, Inc. (HIA).

DOOR HARDWARE Project No. 301-0078

087100 - 6 ADDENDUM NO.1

6. IVES Hardware; an Ingersoll-Rand Company (IVS).

7. Rockwood Manufacturing Company (RM).

8. Trimco (TBM).

2.8 CLOSERS

A. Accessibility Requirements: Comply with the following maximum opening-force requirements:

1. Interior, Non-Fire-Rated Hinged Doors: 5 lbf (22.2 N) applied perpendicular to door.

B. Door Closers for Means of Egress Doors: Comply with NFP A 101. Door closers shall not require more than 30 lbf (133 N) to set door in motion and not more than 15 lbf (67 N) to open door to minimum required width.

C. Size of Units: Unless otherwise indicated, comply with manufacturer's written recommendations for size of door closers depending on size of door, exposure to weather, and anticipated frequency of use. Provide factory-sized closers, adjustable to meet field conditions and requirements for opening force.

D. Surface Closers with overhead stop and holder: BHMA AI56.4, Grade 1. Provide type of arm required for closer to be located on non-public side of door, unless otherwise indicated.

1. Manufacturers:

a. Arrow USA; an ASSA ABLOY Group company (ARW).

b. Corbin Russwin Architectural Hardware; an ASSA ABLOY Group company (CR).

c. DORMA Architectural Hardware; Member of The DORMA Group North

America (DAH).

d. Dor-O-Matic; an Ingersoll-Rand Company (DOR).

e. LCN Closers; an Ingersoll-Rand Company (LCN).

f. Norton Door Controls; an ASSA ABLOY Group company (NDC).

g. Rixson Specialty Door Controls; an ASSA ABLOY Group company (RIX).

h. SARGENT Manufacturing Company; an ASSA ABLOY Group company (SGT).

1. Yale Commercial Locks and Hardware; an ASSA ABLOY Group company (YAL).

2.9 PROTECTIVE TRIM UNITS

A. Size: 1-1/2 inches (38 mm) less than door width on push side and 1/2 inch (13 mm) less than door width on pull side, by height specified in door hardware sets.

DOOR HARDWARE

087100 - 7 ADDENDUM NO.1

Project No. 301-0078

B. Metal Protective Trim Units: BHMA A156.6; beveled top and 2 sides; fabricated from the following material:

1. Material: 0.050-inch- (1.3-mm-) thick brass.

2. Manufacturers:

a. American Floor Products Co., Inc. (AFP).

b. Baldwin Hardware Corporation (BH).

c. Bums Manufacturing Incorporated (BM).

d. Don-Jo Mfg., Inc. (DJO).

e. Hager Companies (HAG).

f. Hiawatha, Inc. (HIA).

g. IPC Door and Wall Protection Systems, Inc.; Div. of InPro Corporation

(IPC).

h. IVES Hardware; an Ingersoll-Rand Company (IVS).

1. Pawling Corporation (PAW).

J. Rockwood Manufacturing Company (RM).

k. Trimco (TBM).

2.10 STOPS AND HOLDERS

A. Stops and Bumpers: BHMA A156.16, Grade 1

1. Provide floor stops for doors unless wall or other type stops are scheduled or indicated. Do not mount floor stops where they will impede traffic. Where floor or wall stops are not appropriate, provide overhead holders.

B. Mechanical Door Holders: BHMA A156.16, Grade 1

C. Manufacturers:

1. Architectural Builders Hardware Mfg., Inc. (ABH).

2. Baldwin Hardware Corporation (BH).

3. Bums Manufacturing Incorporated (BM).

4. Cal-Royal Products, Inc. (CRP).

5. Don-Jo Mfg., Inc. (DJO).

6. Door Controls International (DCI).

7. DORMA Architectural Hardware; Member of The DORMA Group North

America (DAH).

8. Dor-O-Matic; an Ingersoll-Rand Company (DOR).

9. Glynn-Johnson; an Ingersoll-Rand Company (GJ).

10. Hager Companies (HAG).

11. HES, Inc.; an ASSA ABLOY Group company (HES).

12. Hiawatha, Inc. (HIA).

13. IVES Hardware; an Ingersoll-Rand Company (IVS).

DOOR HARDWARE Project No. 301-0078

087100 - 8 ADDENDUM NO.1

14. Rixson Specialty Door Controls; an ASSA ABLOY Group company (RIX).

15. Rockwood Manufacturing Company (RM).

16. SARGENT Manufacturing Company; an ASSA ABLOY Group company (SGT).

17. Stanley Commercial Hardware; Div. of The Stanley Works (STH).

18. Trimco (TBM).

2.11 FABRICATION

A. Base Metals: Produce door hardware units of base metal, fabricated by forming method indicated, using manufacturer's standard metal alloy, composition, temper, and hardness. Furnish metals of a quality equal to or greater than that of specified door hardware units and BHMA AI56.18. Do not furnish manufacturer's standard materials or forming methods if different from specified standard.

B. Fasteners: Provide screws according to commercially recognized industry standards for application intended, except aluminum fasteners are not permitted. Provide Phillips flat-head screws with finished heads to match surface of door hardware, unless otherwise indicated.

C. Finishes: BHMA AI56.18, as indicated in door hardware sets.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Wood Doors: Comply with DHI A115-W Series.

B. Mounting Heights: Mount door hardware units at heights indicated as follows unless otherwise indicated or required to comply with governing regulations.

1. Wood Doors: DHI WDHS.3, "Recommended Locations for Architectural Hardware for Wood Flush Doors."

C. Install each door hardware item to comply with manufacturer's written instructions.

Where cutting and fitting are required to install door hardware onto or into surfaces that are later to be painted or finished in another way, coordinate removal, storage, and reinstallation of surface protective trim units with finishing work specified in Division 9 Sections. Do not install surface-mounted items until finishes have been completed on substrates involved.

D. Adjustment: Adjust and check each operating item of door hardware and each door to ensure proper operation or function of every unit. Replace units that cannot be adjusted to operate as intended. Adjust door control devices to compensate for final operation of

DOOR HARDWARE Project No. 301-0078

087100 - 9 ADDENDUM NO.1

heating and ventilating equipment and to comply with referenced accessibility requirements.

1. Door Closers: Unless otherwise required by authorities having jurisdiction, adjust sweep period so that, from an open position of 70 degrees, the door will take at least 3 seconds to move to a point 3 inches from the latch, measured to the leading edge of the door.

3.2 FIELD QUALITY CONTROL

A. Independent Architectural Hardware Consultant: Owner will engage a qualified independent Architectural Hardware Consultant to perform inspections and to prepare inspection reports.

3.3 DOOR HARDWARE SETS

A. Hardware Set No.1 :

2 pair Butts - Stanley FBB-179, Antique Bronze finish.

1- Latchset - Sargent 8200 Lever Lock Series, Function 27 Single Cylinder wi Deadbolt for Storeroom wi Standard "J" Lever Trim. Antique Bronze finish.

1- Kick Plate - . Stainless steel wi stainless steel fasteners

B. Hardware Set No.2:

1-1/2 pair Butts - Stanley FBB-179, Antique Bronze finish.

1- Latchset - Sargent 8200 Lever Lock Series, Function 27 Single Cylinder wi Deadbolt for

Storeroom wi Standard "J" Lever Trim. Antique Bronze finish. 1- Automatic Closer - LCN 4110 Series wi integral stop.

1- Door Stop-Federal Spec FF-H-llB, Type 1330 or 1331. 1- Kick Plate - . Stainless steel wi stainless steel fasteners

C. Hardware Set No.3:

2- Replace Existing Knob Sets with Lever Sets - Sargent BL Lever, Antique Bronze Finish

END OF SECTION

DOOR HARDWARE Project No. 301-0078

087100-10 ADDENDUM NO.1

SECTION 096519 - RESILIENT TILE FLOORING

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Vinyl composition floor tile.

1.2 SUBMITTALS

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For each type of product indicated.

C. Shop Drawings: For each type of floor tile. Include floor tile layouts, edges, columns, doorways, enclosing partitions, built-in furniture, cabinets, and cutouts.

D. Samples: Full-size units of each color and pattern of floor tile required.

E. Maintenance data.

1.3 QUALITY ASSURANCE

A. Fire-Test-Response Characteristics: As determined by testing identical products according to ASTM E 648 or NFPA 253 by a qualified testing agency.

1. Critical Radiant Flux Classification: Class I, not less than 0.45 W/sq. em.

1.4 PROJECT CONDITIONS

A. Maintain ambient temperatures within range recommended by manufacturer in spaces to receive floor tile.

B. Until Substantial Completion, maintain ambient temperatures within range recommended by manufacturer.

C. Close spaces to traffic during floor tile installation.

D. Close spaces to traffic for 48 hours after floor tile installation.

RESILIENT TILE FLOORING Project No. 301-0078

096519 - 1 ADDENDUM NO.1

E. Install floor tile after other finishing operations, including painting, have been completed.

PART 2 - PRODUCTS

2.1 VINYL COMPOSITION FLOOR TILE

A. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

1. Armstrong World Industries, Inc.; Arteffects VCT

2. Congoleum Corporation; Choices VCT

3. Tarkett, Inc.; Asset - Solid and Feature strip

B. Tile Standard: ASTM F 1066, Class 2, through-pattern tile.

C. Wearing Surface: Smooth.

D. Thickness: 0.125 inch.

E. Size: 12 by 12 inches.

F. Colors and Patterns: As selected by Architect from full range of industry colors.

2.2 INSTALLATION MATERIALS

A. Trowelable Leveling and Patching Compounds: Latex-modified, portland cement based or blended hydraulic-cement-based formulation provided or approved by manufacturer for applications indicated.

B. Adhesives: Water-resistant type recommended by manufacturer to suit floor tile and substrate conditions indicated.

1. Use adhesives that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24):

a. VCT and Asphalt Tile Adhesives: Not more than 50 gIL.

b. Rubber Floor Adhesives: Not more than 60 gIL.

C. Floor Polish: Provide protective liquid floor polish products as recommended by manufacturer.

RESILIENT TILE FLOORING Project No. 301-0078

096519 -2 ADDENDUM NO.1

PART 3 - EXECUTION

3.l PREPARATION

A. Prepare substrates according to manufacturer's written instructions to ensure adhesion of resilient products.

B. Concrete Substrates: Prepare according to ASTM F 710.

1. Verify that substrates are dry and free of curing compounds, sealers, and hardeners.

2. Remove substrate coatings and other substances that are incompatible with adhesives and that contain soap, wax, oil, or silicone, using mechanical methods recommended by manufacturer. Do not use solvents.

3. Alkalinity and Adhesion Testing: Perform tests recommended by manufacturer.

Proceed with installation only after substrates pass testing.

4. Moisture Testing: Perform tests recommended by floor covering manufacturer.

C. Fill cracks, holes, and depressions in substrates with trowelable leveling and patching compound and remove bumps and ridges to produce a uniform and smooth substrate.

D. Do not install floor tiles until they are same temperature as space where they are to be installed.

1. Move resilient products and installation materials into spaces where they will be installed at least 48 hours in advance of installation.

E. Sweep and vacuum clean substrates to be covered by resilient products immediately before installation.

3.2 FLOOR TILE INSTALLATION

A. Comply with manufacturer's written instructions for installing floor tile.

B. Layout floor tiles from center marks established with principal walls, discounting minor offsets, so tiles at opposite edges of room are of equal width. Adjust as necessary to avoid using cut widths that equal less than one-half tile at perimeter.

1. Lay tiles square with room axis.

C. Match floor tiles for color and pattern by selecting tiles from cartons in the same sequence as manufactured and packaged, if so numbered. Discard broken, cracked, chipped, or deformed tiles.

1. Lay tiles with grain direction alternating in adjacent tiles (basket-weave pattern).

RESILIENT TILE FLOORING Project No. 301-0078

096519 - 3 ADDENDUM NO.1

D. Scribe, cut, and fit floor tiles to butt neatly and tightly to vertical surfaces and permanent fixtures including built-in furniture, cabinets, pipes, outlets, and door frames.

E. Extend floor tiles into toe spaces, door reveals, closets, and similar openings. Extend floor tiles to center of door openings.

F. Maintain reference markers, holes, and openings that are in place or marked for future cutting by repeating on floor tiles as marked on substrates. Use chalk or other nonpermanent, nonstaining marking device.

G. Adhere floor tiles to flooring substrates using a full spread of adhesive applied to substrate to produce a completed installation without open cracks, voids, raising and puckering at joints, telegraphing of adhesive spreader marks, and other surface imperfections.

3.3 CLEANING AND PROTECTION

A. Comply with manufacturer's written instructions for cleaning and protection of floor tile.

B. Floor Polish: Remove soil, visible adhesive, and surface blemishes from floor tile surfaces before applying liquid floor polish.

1. Apply two coat(s).

C. Cover floor tile until Substantial Completion.

END OF SECTION 096519

RESILIENT TILE FLOORING Project No. 301-0078

096519-4 ADDENDUM NO.1

SECTION 113100 - RESIDENTIAL APPLIANCES

PART 1- GENERAL

1.1 SUMMARY

A. Section Includes:

1. Microwave oven.

2. Kitchen Exhaust ventilation.

1.2 SUBMITTALS

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR-SUBMITTALS.

B. Product Data: F or each type of product indicated. Include rated capacities, operating characteristics, dimensions, furnished accessories, and finishes for each appliance.

C. Product Schedule: For appliances. Use same designations indicated on Drawings.

D. Maintenance Data: For each appliance to include in the operation and maintenance manuals specified in Form 816 Article 1.20-1.08.14 subsection 2 and described in NOTICE TO CONTRACTOR- OPERATION AND MAINTENANCE MANUALS.

E. Quality Assurance Submittals:

1. Source quality-control reports

1.3 QUALITY ASSURANCE

A. Regulatory Requirements: Comply with the following:

1. NFP A: Provide electrical appliances listed and labeled as defined in NFP A 70, by a qualified testing agency, and marked for intended location and application.

B. Accessibility: Where residential appliances are indicated to comply with accessibility requirements, comply with the U.S. Architectural & Transportation Barriers Compliance Board's ADA-ABA Accessibility Guidelines and ICC! ANSI A 117.1.

RESIDENTIAL APPLIANCES Project No. 301-0078

113100 - 1 ADDENDUM NO.1

PART 2 - PRODUCTS

2.1 MICROWAVE OVENS

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated or equal:

1. Amana; a division of Whirlpool Corporation.

B. Microwave Oven Model # AMC2206BA W

1. Basis-of-Design Product: Amana.

2. Mounting: Countertop.

3. Type: Conventional.

4. Dimensions:

a. Width: 24 inches.

b. Depth: 19-112 inches.

c. Height: 14 inches.

5. Capacity: 2.0 cu. ft.

6. Oven Door: Door with observation window push-button latch release.

7. Microwave Power Rating: 1100 W.

8. Electric Power Supply: 120 V, 60 Hz, 1 phase, 20 A.

9. Controls: Digital panel controls and timer display.

10. Other Features: Turntable.

11. Material: Manufacturer's standard.

a. ColorlFinish: White.

2.2 KITCHEN EXHAUST VENTILATION

A. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated or comparable product by one of the following:

1. Broan

2. General Electric

3. Whirlpool.

B. Overhead Exhaust Hood RH -1 :

1. Basis-of-Design Product: Indicated on Drawing M124.

2. Type: Wall-mounted exhaust-hood system.

3. Dimensions:

a. Width: 30 inches.

b. Depth: 20 inches.

RESIDENTIAL APPLIANCES Project No. 301-0078

113100 - 2 ADDENDUM NO.1

4. Exhaust Fan: Three-speed fan built into hood and with air delivery no less than 300-cfm.

a. Venting: Vented to outside through wall with weatherproof wall cap, backdraft damper, and bird and rodent-proof screening.

b. Fan Control: Hood-mounted fan switch, with separate hood-light control switch.

5. Duct Type: 8-inch diameter round as indicated on Drawing.

6. Finish: Baked on polyester finish.

a. Color: White.

7. Features:

a. Permanent, washable aluminum mesh filters.

b. Built-in duel halogen lighting.

2.3 GENERAL FINISH REQUIREMENTS

A. Protect mechanical finishes on exposed surfaces from damage by applying a strippable, temporary protective covering before shipping.

B. Appearance of Finished Work: Noticeable variations in same piece are not acceptable.

Variations in appearance of adjoining components are acceptable if they are within the range of approved Samples and are assembled or installed to minimize contrast.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Installer present, for compliance with requirements for installation tolerances, power connections, and other conditions affecting installation and performance of residential appliances.

B. Examine roughing-in for piping systems to verify actual locations of piping connections before appliance installation.

C. Prepare written report, endorsed by Installer, listing conditions detrimental to performance of the Work.

D. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION, GENERAL

RESIDENTIAL APPLIANCES Project No. 301-0078

113100 - 3 ADDENDUM NO.1

A. General: Comply with manufacturer's written instructions.

B. Built-in Equipment: Securely anchor units to supporting cabinets or countertops with concealed fasteners. Verify that clearances are adequate for proper functioning and that rough openings are completely concealed.

C. Utilities: See CSI Divisions 22 and 26 for plumbing and electrical requirements.

3.3 FIELD QUALITY CONTROL

A. Perform tests and inspections.

1. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect components, assemblies, and equipment installations, including connections, and to assist in testing.

B. Tests and Inspections:

1. Perform visual, mechanical, and electrical inspection and testing for each

appliance according to manufacturers' written recommendations. Certify

compliance with each manufacturer's appliance-performance parameters.

2. Leak Test: After installation, test for leaks. Repair leaks and retest until no leaks exist.

3. Operational Test: After installation, start units to confirm proper operation.

4. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and components.

C. An appliance will be considered defective if it does not pass tests and inspections.

D. Prepare test and inspection reports.

3.4 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain residential appliances.

END OF SECTION 113100

RESIDENTIAL APPLIANCES Project No. 301-0078

113100 - 4 ADDENDUM NO.1

SECTION 220700 - PLUMBING INSULATION

PART 1 - GENERAL

1.1 SUMMARY:

A. Section Includes: Plumbing insulation and accessories.

B. Related Sections include the following:

1. Division 23 Section 230700, "HV AC Insulation."

1.2 DEFINITIONS:

A. ASJ: All Service Jacket.

B. SSL: Self Sealing Lap.

1.3 SUBMITTALS:

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For each type of product indicated. Include thermal conductivity, thickness, and jackets (both factory and field applied, if any).

C. Quality Assurance Submittals:

Manufacturer Certification Letter

CONTRACTOR POTENTIAL

III accordance with FOR ASBESTOS

NOTICE TO CONTAINING

1.

MATERIALS.

2. Material Test Reports: From a qualified testing agency acceptable to authorities having jurisdiction indicating, interpreting, and certifying test results for compliance of insulation materials, sealers, attachments, cements, and jackets, with requirements indicated. Include dates of tests and test methods employed.

1.4 QUALITY ASSURANCE:

A. Source Limitations: Obtain plumbing and HV AC insulation from a single manufacturer in accordance with Form 816 Article 1.20-1.06.01.

B. Fire- Test-Response Characteristics: Insulation and related materials shall have fire-testresponse characteristics indicated, as determined by testing identical products per ASTM E 84, by a testing and inspecting agency acceptable to authorities having

PLUMBING INSULATION Project No. 301-0078

220700 - 1 ADDENDUM NO.1

jurisdiction. Factory label insulation and jacket materials and adhesive, mastic, tapes, and cement material containers, with appropriate markings of applicable testing and inspecting agency.

1. Insulation Installed Indoors: Flame-spread index of 25 or less, and smokedeveloped index of 50 or less.

1.5 DELIVERY, STORAGE, AND HANDLING:

A. Packaging: Insulation material containers shall be marked by manufacturer with appropriate ASTM standard designation, type and grade, and maximum use temperature.

1.6 COORDINATION:

A. Coordinate size and location of supports, hangers, and insulation shields specified in CSI Division 22 Section 220529,"Hangers and Supports for Plumbing Piping and Equipment. "

B. Coordinate clearance requirements with piping Installer for piping insulation.

1.7 SCHEDULING:

A. Schedule insulation application after pressure testing systems and, where required, after installing and testing heat tracing. Insulation application may begin on segments that have satisfactory test results.

B. Complete installation and concealment of plastic materials as rapidly as possible in each area of construction.

PART 2 - PRODUCTS

2.1 INSULATION MATERIALS:

A. Comply with requirements in Part 3 for where insulating materials shall be applied.

B. Products shall not contain asbestos, lead, mercury, or mercury compounds.

C. Mineral-Fiber, Preformed Pipe Insulation:

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Johns Manville; Micro-Lok.

PLUMBING INSULATION Project No. 301-0078

220700 - 2 ADDENDUM NO.1

b. Knauf Insulation; 1000(Pipe Insulation).

c. Manson Insulation Inc.; Alley-K.

d. Owens Coming; Fiberglas Pipe Insulation.

2. Type I, 850 deg F Materials: Mineral or glass fibers bonded with a thermosetting resin. Comply with ASTM C 547, Type I, Grade A, with factory-applied ASJSSL. Factory-applied jacket requirements are specified in Part 2.3, "FactoryApplied Jackets."

2.2 ADHESIVES:

A. Materials shall be compatible with insulation materials, jackets, and substrates and for bonding insulation to itself and to surfaces to be insulated, unless otherwise indicated.

B. PVC Jacket Adhesive: Compatible with PVC jacket.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Dow Chemical Company (The); 739, Dow Silicone.

b. Johns-Manville; Zeston Perma- Weld, CEEL- TITE Solvent Welding

Adhesive.

c. P.I.C. Plastics, Inc.; Welding Adhesive.

d. Red Devil, Inc.; Celulon Ultra Clear.

e. Speedline Corporation; Speedline Vinyl Adhesive.

2.3 FACTORY-APPLIED JACKETS:

A. Insulation system schedules indicate factory-applied jackets on various applications.

When factory-applied jackets are indicated, comply with the following:

1. ASJ-SSL: ASJ with self-sealing, pressure-sensitive, acrylic-based adhesive covered by a removable protective strip; complying with ASTM C 1136, Type I.

2.4 FIELD-APPLIED JACKETS:

A. Field-applied jackets shall comply with ASTM C 921, Type I, unless otherwise indicated.

B. PVC Jacket: High-impact-resistant, UV -resistant PVC complying with ASTM D 1784, Class 16354-C; thickness as scheduled; roll stock ready for shop or field cutting and forming. Thickness is indicated in field-applied jacket schedules.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

PLUMBING INSULATION Project No. 301-0078

220700 - 3 ADDENDUM NO.1

a. Johns Manville; Zeston.

b. P.LC. Plastics, Inc.; FG Series.

c. Proto PVC Corporation; LoSmoke.

d. Speedline Corporation; SmokeSafe.

2. Adhesive: As recommended by jacket material manufacturer.

3. Color: White.

4. Factory-fabricated fitting covers to match jacket if available; otherwise, field fabricate.

a. Shapes: 45- and 90-degree, short- and long-radius elbows, tees, valves, flanges, unions, reducers, end caps, soil-pipe hubs, traps, mechanical joints, and P-trap and supply covers for lavatories.

2.5 TAPES:

A. ASJ Tape: White vapor-retarder tape matching factory-applied jacket with acrylic adhesive, complying with ASTM C 1136.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0835.

b. Compac Corp.; 104 and 105.

c. Ideal Tape Co., Inc., an American Biltrite Company; 428 A WF ASJ.

d. Venture Tape; 1540 CW Plus, 1542 CW Plus, and 1542 CW Plus/SQ.

2. Width: 3 inches.

3. Thickness: 11.5 mils.

4. Adhesion: 90 ounces force/inch in width.

5. Elongation: 2 percent.

6. Tensile Strength: 40 lbf/inch in width.

7. AS] Tape Disks and Squares: Precut disks or squares of AS] tape.

B. PVC Tape: White vapor-retarder tape matching field-applied PVC jacket with acrylic adhesive. Suitable for indoor and outdoor applications.

1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following:

a. Avery Dennison Corporation, Specialty Tapes Division; Fasson 0555.

b. Compac Corp.; 130.

c. Ideal Tape Co., Inc., an American Biltrite Company; 370 White PVC tape.

d. Venture Tape; 1506 CW NS.

2. Width: 2 inches.

3. Thickness: 6 mils.

PLUMBING INSULATION Project No. 301-0078

220700 - 4 ADDENDUM NO.1

4. Adhesion: 64 ounces force/inch in width.

5. Elongation: 500 percent.

6. Tensile Strength: 18 lbf/inch in width.

PART 3 - EXECUTION

3.l EXAMINATION:

A. Examine substrates and conditions for compliance with requirements for installation and other conditions affecting performance of insulation application.

1. Verify that systems and equipment to be insulated have been tested and are free of defects.

2. Verify that surfaces to be insulated are clean and dry.

3. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 PREPARATION:

A. Surface Preparation: Clean and dry surfaces to receive insulation. Remove materials that will adversely affect insulation application.

3.3 GENERAL INSTALLATION REQUIREMENTS:

A. Install insulation materials, accessories, and finishes with smooth, straight, and even surfaces; free of voids throughout the length of equipment and piping including fittings, valves, and specialties.

B. Install insulation materials, forms, vapor barriers or retarders, jackets, and thicknesses required for each item of equipment and pipe system as specified in insulation system schedules.

C. Install accessories compatible with insulation materials and suitable for the service.

Install accessories that do not corrode, soften, or otherwise attack insulation or jacket in either wet or dry state.

D. Install insulation with longitudinal seams at top and bottom of horizontal runs.

E. Install multiple layers of insulation with longitudinal and end seams staggered.

F. Do not weld brackets, clips, or other attachment devices to piping, fittings, and specialties.

G. Keep insulation materials dry during application and finishing.

PLUMBING INSULATION Project No. 301-0078

220700 - 5 ADDENDUM NO.1

H. Install insulation with tight longitudinal seams and end joints. Bond seams and joints with adhesive recommended by insulation material manufacturer.

1. Install insulation with least number of joints practical.

J. Apply adhesives and sealants at manufacturer's recommended coverage rate and wet and dry film thicknesses.

K. Install insulation with factory-applied jackets as follows:

1. Draw jacket tight and smooth.

2. Cover circumferential joints with 3-inch-wide strips, of same material as insulation jacket. Secure strips with adhesive and outward clinching staples along both edges of strip, spaced 4 inches o.c.

3. Overlap jacket longitudinal seams at least 1-1/2 inches. Install insulation with longitudinal seams at bottom of pipe. Clean and dry surface to receive selfsealing lap.

4. Cover joints and seams with tape as recommended by insulation material manufacturer to maintain vapor seal.

L. Cut insulation in a manner to avoid compressing insulation more than 75 percent of its nominal thickness.

M. Finish installation with systems at operating conditions. Repair joint separations and cracking due to thermal movement.

N. Repair damaged insulation facings by applying same facing material over damaged areas. Extend patches at least 4 inches beyond damaged areas. Adhere, staple, and seal patches similar to butt joints.

O. For above ambient services, do not install insulation to the following:

1. Vibration-control devices.

2. Testing agency labels and stamps.

3. Nameplates and data plates.

4. Manholes.

5. Handholes.

6. Cleanouts.

3.4 PENETRATIONS:

A. Insulation Installation at Interior Wall and Partition Penetrations (That Are Not Fire Rated): Install insulation continuously through walls and partitions.

B. Insulation Installation at Fire-Rated Wall and Partition Penetrations: Install insulation continuously through penetrations of fire-rated walls and partitions.

PLUMBING INSULATION Project No. 301-0078

220700 - 6 ADDENDUM NO.1

1. Comply with requirements in CSI Division 07 Section 078410, "ThroughPenetration Firestop Systems."

C. Insulation Installation at Floor Penetrations:

1. Pipe: Install insulation continuously through floor penetrations.

2. Seal penetrations through fire-rated assemblies. Comply with requirements in CSI Division 07 Section 078410, "Through-Penetration Firestop Systems."

3.5 GENERAL PIPE INSULATION INSTALLATION:

A. Requirements herein generally apply to all insulation materials except where more specific requirements are specified elsewhere in this Section.

B. Insulation Installation on Fittings, Valves, Strainers, Flanges, and Unions:

1. Install insulation over fittings, valves, strainers, flanges, unions, and other specialties with continuous thermal and vapor-retarder integrity, unless otherwise indicated.

2. Insulate pipe elbows using preformed fitting insulation or mitered fittings made from same material and density as adjacent pipe insulation. Each piece shall be butted tightly against adjoining piece and bonded with adhesive.

3. Insulate tee fittings with preformed fitting insulation or sectional pipe insulation of same material and thickness as used for adjacent pipe. Cut sectional pipe insulation to fit. Butt each section closely to the next and hold in place with tie wire. Bond pieces with adhesive.

4. Insulate valves using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent. pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. For valves, insulate up to and including the bonnets, valve stuffing-box studs, bolts, and nuts.

5. Insulate strainers using preformed fitting insulation or sectional pipe insulation of same material, density, and thickness as used for adjacent pipe. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker. Insulate strainers so strainer basket flange or plug can be easily removed and replaced without damaging the insulation and jacket. Provide a removable reusable insulation cover. For below ambient services, provide a design that maintains vapor barrier.

6. Insulate flanges and unions using a section of oversized preformed pipe insulation. Overlap adjoining pipe insulation by not less than two times the thickness of pipe insulation, or one pipe diameter, whichever is thicker.

7. For services not specified to receive a field-applied jacket, install fitted PVC cover over elbows, tees, strainers, valves, flanges, and unions. Terminate ends with PVC end caps. Tape PVC covers to adjoining insulation facing using PVC tape.

PLUMBING INSULATION Project No. 301-0078

220700 -7 ADDENDUM NO.1

8. Label the outside insulation jacket of each union with the word "UNION." Match size and color of pipe labels.

C. Insulate instrument connections for thermometers, pressure gages, pressure temperature taps, test connections, flow meters, sensors, switches, and transmitters on insulated pipes, vessels, and equipment. Shape insulation at these connections by tapering it to and around the connection.

3.6 MINERAL-FIBER INSULATION INSTALLATION:

A. Insulation Installation on Straight Pipes and Tubes:

1. Secure each layer of preformed pipe insulation to pipe without deforming insulation materials.

2. Where vapor barriers are indicated, seal longitudinal seams, end joints, and protrusions.

3. For insulation with factory-applied jackets on above ambient surfaces, secure laps.

4. For insulation with factory-applied jackets on below ambient surfaces, do not staple longitudinal tabs but secure tabs with additional adhesive as recommended by insulation material manufacturer and seal.

B. Insulation Installation on Pipe Fittings and Elbows:

1. Install preformed sections of same material as straight segments of pipe insulation when available.

2. When preformed insulation elbows and fittings are not available, install mitered sections of pipe insulation, to a thickness equal to adjoining pipe insulation. Secure insulation materials.

C. Insulation Installation on Valves and Pipe Specialties:

1. Install preformed sections of same material as straight segments of pipe insulation when available.

2. When preformed sections are not available, install mitered sections of pipe insulation to valve body.

3. Arrange insulation to permit access to packing and to allow valve operation without disturbing insulation.

4. Install insulation to flanges as specified for flange insulation application.

3.7 FIELD-APPLIED JACKET INSTALLATION:

A. Where PVC jackets are indicated, install with I-inch overlap at longitudinal seams and end joints; for horizontal applications, install with longitudinal seams along top and bottom of tanks and vessels. Seal with manufacturer's recommended adhesive.

PLUMBING INSULATION Project No. 301-0078

220700 - 8 ADDENDUM NO.1

1. Apply two continuous beads of adhesive to seams and joints, one bead under lap and the finish bead along seam and joint edge.

3.8 PIPING INSULATION SCHEDULE, GENERAL:

A. Acceptable preformed pipe and tubular insulation materials and thicknesses are identified for each piping system and pipe size range. If more than one material is listed for a piping system, selection from materials listed is Contractor's option.

B. Items Not Insulated: Unless otherwise indicated, do not install insulation on the following:

1. Drainage piping located in crawl spaces.

2. Underground piping.

3. Chrome-plated pipes and fittings unless there is a potential for personnel injury.

3.9 INDOOR PIPING INSULATION SCHEDULE:

A. Domestic Cold Water:

1. All Pipe Sizes: Insulation shall be the following:

a. Mineral-Fiber, Preformed Pipe Insulation, Type I: l-inch thick.

B. Domestic Hot and Recirculated Hot Water:

1. All Pipe Sizes: Insulation shall be the following:

a. Mineral-Fiber, Preformed Pipe Insulation, Type I: l-inch thick.

C. Exposed Sanitary Drains, Domestic Water, Domestic Hot Water, and Stops for Plumbing Fixtures for People with Disabilities: Refer to CSI Division 224000, "Plumbing Fixtures."

END OF SECTION 220700

PLUMBING INSULATION Project No. 301-0078

220700 - 9 ADDENDUM NO.1

SECTION 221116 - DOMESTIC WATER PIPING

PART 1- GENERAL

1.1 SUMMARY:

A. Section Includes:

1. Aboveground domestic water pipes, tubes, fittings, and specialties inside the

building.

2. Specialty valves.

3. Escutcheons.

4. Sleeves and sleeve seals.

1.2 PERFORMANCE REQUIREMENTS:

A. Seismic Performance: Domestic water piping and support and installation shall withstand effects of earthquake motions determined according to SEll ASCE 7.

1.3 SUBMITTALS:

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For the following products:

1. Pipe, tube, and fittings.

2. Specialty valves.

3. Transition fittings.

4. Dielectric fittings.

5. Escutcheons.

6. Sleeves and sleeve seals.

C. Quality Assurance Submittals:

1. Water Samples: Specified in Part 3.16 "Cleaning."

2. Field quality-control test reports.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 1 ADDENDUM NO.1

1.4 QUALITY ASSURANCE:

A. Piping materials shall bear label, stamp, or other markings of specified testing agency.

1.5 PROJECT CONDITIONS:

A. Interruption of Existing Water Service: Do not interrupt water service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary water service according to requirements indicated:

1. Notify Engineer no fewer than 5 days in advance of proposed interruption of water service.

2. Do not proceed with interruption of water service without Engineer's written perrmssion.

PART 2 - PRODUCTS

2.1 PIPING MATERIALS:

A. Comply with requirements in Part 3.17 "Piping Schedule" for applications of pipe, tube, fitting materials, and joining methods for specific services, service locations, and pipe sizes.

2.2 COPPER TUBE AND FITTINGS:

A. Hard Copper Tube: ASTM B 88, Type L water tube, drawn temper.

1. Cast-Copper Solder-Joint Fittings: ASME B 16.18, pressure fittings.

2. Wrought-Copper Solder-Joint Fittings: ASME BI6.22, wrought-copper pressure fittings.

3. Bronze Flanges: ASME BI6.24, Class 150, with solder-joint ends.

4. Copper Unions: MSS SP-123, cast-copper-alloy, hexagonal-stock body, with ball-and-socket, metal-to-metal seating surfaces, and solder-joint or threaded ends.

B. Soft Copper Tube: ASTM B 88, Type K water tube, annealed temper.

1. Copper Solder-Joint Fittings: ASME B 16.22, wrought-copper pressure fittings.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 2 ADDENDUM NO.1

2.3 PIPING JOINING MATERIALS:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for piping joining materials.

2.4 SPECIALTY VALVES:

A. Comply with requirements in CSI Division 22 Section 220523, "General-Duty Valves for Plumbing Piping" for general-duty metal valves.

2.5 TRANSITION FITTINGS:

A. General Requirements:

1. Same size as pipes to be joined.

2. Pressure rating at least equal to pipes to be joined.

3. End connections compatible with pipes to be joined.

B. Fitting-Type Transition Couplings: Manufactured piping coupling or specified piping system fitting.

C. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for transition fittings.

2.6 DIELECTRIC FITTINGS:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for dielectric fittings.

2.7 ESCUTCHEONS:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for escutcheons.

2.8 SLEEVES:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for sleeves.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 3 ADDENDUM NO.1

2.9 SLEEVE SEALS:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for sleeve seals.

PART 3 - EXECUTION

3.1 PIPING INSTALLATION:

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of domestic water piping. Indicated locations and arrangements are used to size pipe and calculate friction loss, expansion, and other design considerations. Install piping as indicated unless deviations to layout are approved by the Engineer.

B. Install copper tubing under building slab according to CDA's "Copper Tube Handbook."

C. Install shutoff valve immediately upstream of each dielectric fitting.

D. Install domestic water piping level with 0.25 percent slope downward toward drain] [without pitch and plumb.

E. Install seismic restraints on piping. Comply with requirements in CSI Division 22 Section 220548, "Vibration and Seismic Controls for Plumbing Piping and Equipment" for seismic-restraint devices.

F. Install piping concealed from view and protected from physical contact by building occupants unless otherwise indicated and except in equipment rooms and service areas.

G. Install piping indicated to be exposed and piping in equipment rooms and service areas at right angles or parallel to building walls. Diagonal runs are prohibited unless specifically indicated otherwise.

H. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal, and coordinate with other services occupying that space.

I. Install piping adjacent to equipment and specialties to allow service and maintenance.

J. Install piping to permit valve servicing.

K. Install nipples, unions, special fittings, and valves with pressure ratings the same as or higher than system pressure rating used in applications below unless otherwise indicated.

L. Install piping free of sags and bends.

M. Install fittings for changes in direction and branch connections.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 4 ADDENDUM NO.1

N. Install unions in copper tubing at final connection to each piece of equipment, machine, and specialty.

3.2 JOINT CONSTRUCTION:

A. Comply with requirements in CSI Division 22 Section 220500, "Common Work Results for Plumbing" for basic joint construction.

3.3 VALVE INSTALLATION:

A. General-Duty Valves: Comply with requirements in CSI Division 22 Section 220523, "General-Duty Valves for Plumbing Piping" for valve installations.

B. Install shutoff valve close to water main on each branch and riser serving plumbing fixtures or equipment, on each water supply to equipment, and on each water supply to plumbing fixtures that do not have supply stops. Use ball valves for piping NPS 2 and smaller. Use butterfly valves for piping NPS 2-1/2 and larger.

C. Install drain valves for equipment at base of each water riser, at low points in horizontal piping, and where required to drain water piping.

1. Hose-End Drain Valves: At low points in water mains, risers, and branches.

2. Stop-and-Waste Drain Valves: Instead of hose-end drain valves where indicated.

3.4 TRANSITION FITTING INSTALLATION:

A. Install transition couplings at joints of dissimilar piping.

B. Transition Fittings in Aboveground Domestic Water Piping NPS 2 and Smaller:

Plastic-to-metal transition fittings or unions.

3.5 DIELECTRIC FITTING INSTALLATION:

A. Install dielectric fittings in piping at connections of dissimilar metal piping and tubing.

B. Dielectric Fittings for NPS 2 and Smaller: Use dielectric couplings, nipples, or unions.

C. Dielectric Fittings for NPS 2-1/2 to NPS 4: Use dielectric flanges, flange kits, or nipples.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 5 ADDENDUM NO.1

3.6 HANGER AND SUPPORT INSTALLATION:

A. Comply with requirements in CSI Division 22 Section 220548, "Vibration and Seismic Controls for Plumbing Piping and Equipment" for seismic-restraint devices.

B. Comply with requirements in CSI Division 22 Section 220529, "Hangers and Supports for Plumbing Piping and Equipment" for pipe hanger and support products and installation.

1. Vertical Piping: MSS Type 8 or 42, clamps.

2. Individual, Straight, Horizontal Piping Runs:

a. 100 Feet and Less: MSS Type 1, adjustable, steel clevis hangers.

C. Support vertical piping and tubing at base and at each floor.

D. Rod diameter may be reduced one size for double-rod hangers, to a minimum of 3/8 inch.

E. Install hangers for copper tubing with the following maximum horizontal spacing and minimum rod diameters:

1. NPS 3/4 and Smaller: 60 inches with 3/8-inch rod.

2. NPS 1 and NPS 1-1/4: 72 inches with 3/8-inch rod.

3. NPS 1-112 and NPS 2: 96 inches with 3/8-inch rod.

F. Install supports for vertical copper tubing every 10 feet.

3.7 CONNECTIONS:

A. Plans indicate general arrangement of piping, fittings, and specialties.

B. Install piping adjacent to equipment and machines to allow service and maintenance.

C. Connect domestic water piping to water-service piping with shutoff valve; extend and connect to the following:

1. Water Heaters: Cold-water inlet and hot-water outlet piping in sizes indicated, but not smaller than sizes of water heater connections.

2. Plumbing Fixtures: Cold- and hot-water supply piping in sizes indicated, but not

smaller than required by plumbing code. Comply with requirements in

Division 22 plumbing fixture Sections for connection sizes.

3. Equipment: Cold- and hot-water supply piping as indicated, but not smaller than equipment connections. Provide shutoff valve and union for each connection. Use flanges instead of unions for NPS 2-1/2 and larger.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 6 ADDENDUM NO.1

3.8 ESCUTCHEON INSTALLATION:

A. Install escutcheons for penetrations of walls, ceilings, and floors.

3.9 SLEEVE INSTALLATION:

A. General Requirements: Install sleeves for pipes and tubes passing through penetrations in floors, partitions, roofs, and walls.

B. Sleeves are not required for core-drilled holes.

C. Permanent sleeves are not required for holes formed by removable PE sleeves.

D. Cut sleeves to length for mounting flush with both surfaces unless otherwise indicated.

E. Install sleeves in new partitions, slabs, and walls as they are built.

F. For interior wall penetrations, seal annular space between sleeve and pipe or pipe insulation using joint sealants appropriate for size, depth, and location of joint. Comply with requirements in CSI Division 07 Section 079200, "Joint Sealants" for joint sealants.

G. For exterior wall penetrations above grade, seal annular space between sleeve and pipe using joint sealants appropriate for size, depth, and location of joint. Comply with requirements in CSI Division 07 Section 079200, "Joint Sealants" for joint sealants.

H. For exterior wall penetrations below grade, seal annular space between sleeve and pipe using sleeve seals specified in this Section.

1. Seal space outside of sleeves in concrete slabs and walls with grout.

J. Install sleeves that are large enough to provide 114-inch annular clear space between sleeve and pipe or pipe insulation unless otherwise indicated.

K. Install sleeve materials according to the following applications:

1. Sleeves for Piping Passing through Concrete Floor Slabs: Steel pipe.

2. Sleeves for Piping Passing through Concrete Floor Slabs of Mechanical Equipment Areas or Other Wet Areas: Steel pipe.

a. Extend sleeves 2 inches above finished floor level.

b. For pipes penetrating floors with membrane waterproofing, extend cast-iron sleeve fittings below floor slab as required to secure clamping ring if ring is specified. Secure flashing between clamping flanges. Install section of cast-iron soil pipe to extend sleeve to 2 inches above finished floor level.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 7 ADDENDUM NO. 1

Comply with requirements in CSI Division 07 Section 076200, "Sheet Metal Flashing and Trim" for flashing.

3. Sleeves for Piping Passing through Gypsum-Board Partitions:

a. Steel pipe sleeves for pipes smaller than NPS 6.

b. Exception: Sleeves are not required for water supply tubes and waste pipes for individual plumbing fixtures if escutcheons will cover openings.

4. Sleeves for Piping Passing through Interior Concrete Walls:

a. Steel pipe sleeves for pipes smaller than NPS 6.

L. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Comply with requirements in CSI Division 07 Section 078410, "Through-Penetration Firestop Systems" for firestop materials and installations.

3.10 SLEEVE SEAL INSTALLATION:

A. Install sleeve seals in sleeves in exterior concrete walls at water-service piping entries into building.

B. Select type and number of sealing elements required for pipe material and size.

Position pipe in center of sleeve. Assemble sleeve seal components and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.11 IDENTIFICATION:

A. Identify system components. Comply with requirements in CSI Division 22 Section 220553, "Identification for Plumbing Piping and Equipment" for identification materials and installation.

B. Label pressure piping with system operating pressure.

3.12 FIELD QUALITY CONTROL:

A. Perform tests and inspections in accordance with Form 816 Article 1.20-1.05.10.

B. Piping Inspections:

1. Do not enclose, cover, or put piping into operation until it has been inspected and approved by authorities having jurisdiction.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 8 ADDENDUM NO.1

2. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction:

a. Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in and before setting fixtures.

b. Final Inspection: Arrange final inspection for authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements.

3. Reinspection: If authorities having jurisdiction find that piping will not pass tests or inspections, make required corrections and arrange for reinspection.

4. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction.

C. Piping Tests:

1. Fill domestic water piping. Check components to determine that they are not air bound and that piping is full of water.

2. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit a separate report for each test, complete with diagram of portion of piping tested.

3. Leave new, altered, extended, or replaced domestic water piping uncovered and unconcealed until it has been tested and approved. Expose work that was covered or concealed before it was tested.

4. Cap and subject piping to static water pressure of 50 psig above operating pressure, without exceeding pressure rating of piping system materials. Isolate test source and allow to stand for four hours. Leaks and loss in test pressure constitute defects that must be repaired.

5. Repair leaks and defects with new materials and retest piping or portion thereof until satisfactory results are obtained.

6. Prepare reports for tests and for corrective action required.

D. Domestic water piping will be considered defective if it does not pass tests and inspections.

E. Prepare test and inspection reports.

3.13 ADJUSTING:

A. Perform the following adjustments before operation:

1. Close drain valves, hydrants, and hose bibbs.

2. Open shutoff valves to fully open position.

3. Open throttling valves to proper setting.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 9 ADDENDUM NO.1

4. Adjust balancing valves in hot-water-circulation return piping to provide adequate flow.

a. Manually adjust ball-type balancing valves in hot-water-circulation return piping to provide flow of hot water in each branch.

b. Adjust calibrated balancing valves to flows indicated.

5. Remove plugs used during testing of piping and for temporary sealing of piping during installation.

6. Remove and clean strainer screens. Close drain valves and replace drain plugs.

7. Remove filter cartridges from housings and verify that cartridges are as specified for application where used and are clean and ready for use.

8. Check plumbing specialties and verify proper settings, adjustments, and operation.

3.14 CLEANING:

A. Clean and disinfect potable and non-potable domestic water piping as follows:

1. Purge new piping and parts of existing piping that have been altered, extended, or repaired before using.

2. Use purging and disinfecting procedures prescribed by authorities having jurisdiction; if methods are not prescribed, use procedures described in either A WW A C651 or A WW A C652 or follow procedures described below:

a. Flush piping system with clean, potable water until dirty water does not appear at outlets.

b. Fill and isolate system according to either of the following:

1) Fill system or part thereof with water/chlorine solution with at least 50 ppm of chlorine. Isolate with valves and allow to stand for 24 hours.

2) Fill system or part thereof with water/chlorine solution with at least 200 ppm of chlorine. Isolate and allow to stand for three hours.

c. Flush system with clean, potable water until no chlorine is in water coming from system after the standing time.

d. Submit water samples in sterile bottles to authorities having jurisdiction.

Repeat procedures if bacteriolocgical or physical examination shows contamination.

B. Prepare and submit reports of purging and disinfecting activities.

C. Clean interior of domestic water piping system. Remove dirt and debris as work progresses.

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 10 ADDENDUM NO.1

3.15 PIPING SCHEDULE:

A. Transition and special fittings with pressure ratings at least equal to piping rating may be used in applications below unless otherwise indicated.

B. Flanges and unions may be used for aboveground piping joints unless otherwise indicated.

C. Aboveground domestic water piping, NPS 6 and smaller, shall be the following:

1. Hard copper tube, ASTM B 88, Type L; cast- or wrought-copper solder-joint fittings; and soldered joints.

3.16 VALVE SCHEDULE:

A. Plans indicate valve types to be used. Where specific valve types are not indicated, the following requirements apply:

1. Shutoff Duty: Use ball valves for piping NPS 2 and smaller.

B. Use check valves to maintain correct direction of domestic water flow to and from equipment.

END OF SECTION 221116

DOMESTIC WATER PIPING Project No. 301-0078

221116 - 11 ADDENDUM NO.1

SECTION 223300 - ELECTRIC DOMESTIC WATER HEATERS

PART 1 - GENERAL

1.1 SUMMARY:

A. This Section includes the following electric water heaters:

1. Flow-control, instantaneous electric water heaters.

2. Water heater accessories ..

1.2 SUBMITTALS:

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Maintenance Data: For power ventilators to include in the operation and maintenance manuals specified in Form 816 Article 1.20-1. 08.14 subsection 2 and described in NOTICE TO CONTRACTOR - OPERATION AND MAINTENANCE MANUALS.

C. Product Data: For type and size of water heater indicated. Include rated capacities, operating characteristics, furnished specialties, and accessories.

D. Quality Assurance Submittals:

1. Field quality-control test reports.

E. Warranties: Special warranties specified in PART 1.4, "WARRANTIES."

1.3 QUALITY ASSURANCE:

A. Quality Assurance Submittals:

Manufacturer Certification Letter

CONTRACTOR POTENTIAL

III accordance with FOR ASBESTOS

NOTICE TO CONTAINING

1.

MATERIALS.

2. Source quality-control test reports.

3. Field quality-control test reports.

4. Startup service reports.

B. Source Limitations: Obtain same type of electric water heaters through one source from a single manufacturer.

ELECTRIC DOMESTIC WATER HEATER Project No. 301-0078

223300 - 1 ADDENDUM NO.1

C. Product Options: Drawings indicate size, profiles, and dimensional requirements of electric water heaters and are based on the specific system indicated. Refer to Division 01 Section "Product Requirements."

D. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFP A 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

E. ASHRAE/IESNA 90.1-2004 Compliance:

ASHRAE/IESNA 90.1-2004.

Applicable requirements in

F. Comply with NSF 61, "Drinking Water System Components - Health Effects; Sections 1 through 9," for all components that will be in contact with potable water.

1.4 WARRANTY

A. Refer to Form 816 Article 1.20-1.06.08 and NOTICE TO CONTRACTOR - WARRANTIES for additional information.

B. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of electric water heaters that fail in materials or workmanship within specified warranty period.

1. Failures include, but are not limited to, the following:

a. Structural failures including storage tank and supports.

b. Faulty operation of controls.

c. Deterioration of metals, metal finishes, and other materials beyond normal use.

2. Warranty Period: From the issuance of the Certificate of Compliance:

a. Instantaneous Electric Water Heaters: Five years.

PART 2 - PRODUCTS

2.1 MANUFACTURERS:

A. Basis-of-Design Product: Subject to compliance with requirements, provide PowerStar Model No. AE7.2 as manufactured by Bosch; or an approved equal.

2.2 INSTANTANEOUS ELECTRIC WATER HEATERS:

A. Flow-Control, Instantaneous Electric Water Heaters: Comply with UL 499 for tankless electric (water heater) heating appliance.

ELECTRIC DOMESTIC WATER HEATER Project No. 301-0078

223300 - 2 ADDENDUM NO.1

1. Construction: Copper piping or tubing complying with NSF 61 barrier materials for potable water, without storage capacity.

a. Connections: ASME B 1.20.1 pipe thread.

b. Pressure Rating: 150 psig.

c. Heating Element: Resistance heating system.

d. Temperature Control: Flow-control fitting.

e. Safety Control: High-temperature-limit cutoff device or system.

f. Jacket: Aluminum or steel with enameled finish or plastic.

2. Support: Bracket for wall mounting.

3. Capacity and Characteristics:

a. Temperature Control: Flow-control fitting.

1) Flow-Control Fitting: 0.75 gpm

2) Water Temperature Rise: 63 deg F.

b. Electrical Characteristics:

1) Power Demand: 7.2/6 KW

2) Volts: 240/208.

3) Phases: Single.

4) Hertz: 60.

5) Full-Load Amperes: 30

6) Minimum Circuit Ampacity: 40

7) Maximum Overcurrent Protection: 40

2.3 WATER HEATER ACCESSORIES:

A. Pressure Relief Valves: ASME rated and stamped and complying with ASME PTC 25.3. Include pressure setting less than water heater working-pressure rating.

B. Water Heater Mounting Brackets: Water heater manufacturer's factory-fabricated steel bracket for wall mounting and capable of supporting water heater and water.

C. Shock Absorbers: ASSE 1010 or PDI WH 201, Size A water hammer arrester.

2.4 SOURCE QUALITY CONTROL:

A. Hydrostatically test water heater storage tanks before shipment to minimum of one and one-half times pressure rating.

B. Prepare test reports.

ELECTRIC DOMESTIC WATER HEATER Project No. 301-0078

223300 - 3 ADDENDUM NO.1

PART 3 - EXECUTION

3.1 WATER HEATER INSTALLATION:

A. Install water heaters level and plumb, according to layout drawings, original design, and referenced standards. Maintain manufacturer's recommended clearances. Arrange units so controls and devices needing service are accessible.

3.2 CONNECTIONS:

A. Piping installation requirements are specified in other CSI Division 22 Sections.

Drawings indicate general arrangement of piping, fittings, and specialties.

B. Install piping adjacent to water heaters to allow service and maintenance .. Arrange piping for easy removal of water heaters.

C. Ground equipment according to CSI Division 26 Section "Grounding and Bonding for Electrical Systems."

D. Connect wiring according to CSI Division 26 Section "Low-Voltage Electrical Power Conductors and Cables."

3.3 FIELD QUALITY CONTROL:

A. Perform the following field tests and inspections and prepare test reports:

1. Leak Test: After installation, test for leaks. Repair leaks and retest until no leaks exist.

2. Operational Test: After electrical circuitry has been energized, confirm proper operation.

3. Test and adjust controls and safeties. Replace damaged and malfunctioning controls and equipment.

B. Remove and replace water heaters that do not pass tests and inspections and retest as specified above.

3 .4 TRAINING:

A. Refer to Form 816 Article 1.20-1.08.14 subsection 3 for additional information.

B. Engage a factory-authorized service representative to train the Owner's maintenance personnel on procedures for starting and stopping troubleshooting, servicing, and maintaining equipment.

ELECTRIC DOMESTIC WATER HEATER Project No. 301-0078

223300 - 4 ADDENDUM NO.1

END OF SECTION 223300

ELECTRIC DOMESTIC WATER HEATER Project No. 301-0078

223300 - 5 ADDENDUM NO.1

SECTION 224000 - PLUMBING FIXTURES

PART 1 - GENERAL

1.1 SUMMARY:

A. This Section includes the following conventional plumbing fixtures and related components:

1. Faucets for sink.

2. Kitchen sink.

1.2 DEFINITIONS:

A. Fitting: Device that controls the flow of water into or out of the plumbing fixture.

Fittings specified in this Section include supplies and stops, faucets and spouts, drains and tailpieces, and traps and waste pipes. Piping and general-duty valves are included where indicated.

1.3 SUBMITTALS:

A. Submit the following in accordance with Form 816 Article 1.20-1.05.02 and NOTICE TO CONTRACTOR - SUBMITTALS.

B. Product Data: For each type of plumbing fixture indicated. Include selected fixture and trim, fittings, accessories, appliances, appurtenances, equipment, and supports. Indicate materials and finishes, dimensions, construction details, and flow-control rates.

C. Maintenance Data: For plumbing fixtures to include in the operation and maintenance manuals specified in Form 816 Article 1.20-1.08.14 subsection 2 and described in NOTICE TO CONTRACTOR - OPERATION AND MAINTENANCE MANUALS.

1.4 QUALITY ASSURANCE:

A. Source Limitations: Obtain plumbing fixtures, faucets, and other components of each category through one source from a single manufacturer in accordance with Form 816 Article 1.20-1.05.24 subsection 2.

B. Select combinations of fixtures and trim, faucets, fittings, and other components that are compatible.

C. Comply with the following applicable standards and other requirements specified for sink faucets:

PLUMBING FIXTURES Project No: 301-0078

224000 - 1 ADDENDUM NO.1

1. NSF Potable-Water Materials: NSF 61.

2. Pipe Threads: ASME B 1.20.1.

3. Supply Fittings: ASME AI12.18.1.

4. Brass Waste Fittings: ASME AII2.18.2.

D. Comply with the following applicable standards and other requirements specified for miscellaneous fittings:

1. Brass and Copper Supplies: ASME AI12.18.1.

2. Brass Waste Fittings: ASME AI12.18.2 ..

PART 2 - PRODUCTS

2.1 KITCHEN SINKS:

A. Sink:

1. Basis-of-Design Product: Subject to compliance with requirements, provide Model No. LRADQ2219 as manufactured by Elkay, or approved equal.

2. Description: Undermount sink guard.

a. Shape: Rectangular.

b. Size: 22 by 19 I12-inches.

c. Construction: Type 304 Stainless Steel- 18 Gauge.

d. Faucet: As specified.

e. Drain: 3 1/2 outlet - center rear.

f. Faucet hole option: 1 - single.

g. Bowl depth: 6 Yz"

B. Sink Faucets:

1. Basis-of-Design Product: Subject to compliance with requirements, provide Model No. 4332.001 as manufactured by American Standard, or approved equal.

2. Description: Faucet. Include hot- and cold-water indicators; coordinate faucet inlets with supplies; coordinate outlet with spout and fixture receptor.

a. Maximum Flow Rate: 2.2-gpm, unless otherwise indicated.

b. Body Material: Brass.

c. Finish: stainless.

d. Mixing Valve: lever handle.

e. Centers: single hole

f. Handles: lever

g. Operation: Manual.

h. Tempering Device: Not required.

PLUMBING FIXTURES Project No: 301-0078

224000 - 2 ADDENDUM NO. I

PART 3 - EXECUTION

3.1 EXAMINATION:

A. Examine roughing-in of water supply and sanitary drainage and vent piping systems to verify actual locations of piping connections before plumbing fixture installation.

B. Examine floor and wall for suitable conditions where fixtures will be installed.

C. Proceed with installation only after unsatisfactory conditions have been corrected.

3.2 INSTALLATION:

A. Assemble plumbing fixtures, trim, fittings, and other components according to manufacturers' written instructions.

B. Install floor-mounting fixtures on closet flanges or other attachments to piping or building substrate.

C. Install wall-mounting fixtures with tubular waste piping attached to supports.

D. Install fixtures level and plumb according to roughing-in drawings.

E. Install water-supply piping with stop on each supply to each fixture to be connected to water distribution piping. Attach supplies to supports or substrate within pipe spaces behind fixtures. Install stops in locations where they can be easily reached for operation.

1. Exception: Use ball valves if supply stops are not specified with fixture. Valves are specified in CSI Division 22 Section "General-Duty Valves for Plumbing Piping."

F. Install trap and tubular waste piping on drain outlet of each fixture to be directly connected to sanitary drainage system.

G. Install tubular waste piping on drain outlet of each fixture to be indirectly connected to drainage system.

H. Install faucet-spout fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required.

I. Install water-supply flow-control fittings with specified flow rates in fixture supplies at stop valves.

J. Install faucet flow-control fittings with specified flow rates and patterns in faucet spouts if faucets are not available with required rates and patterns. Include adapters if required.

PLUMBING FIXTURES Project No: 301-0078

224000 - 3 ADDENDUM NO.1

K. Install traps on fixture outlets.

1. Exception: Omit trap on fixtures with integral traps.

2. Exception: Omit trap on indirect wastes, unless otherwise indicated.

3.3 CONNECTIONS:

A. Piping installation requirements are specified in other CSI Division 22 Sections. Plans indicate general arrangement of piping, fittings, and specialties.

B. Connect fixtures with water supplies, stops, and risers, and with traps, soil, waste, and vent piping. Use size fittings required to match fixtures.

3.4 FIELD QUALITY CONTROL:

A. Verify that installed plumbing fixtures are categories and types specified for locations where installed.

B. Check that plumbing fixtures are complete with trim, faucets, fittings, and other specified components.

C. Inspect installed plumbing fixtures for damage. Replace damaged fixtures and components.

D. Test installed fixtures after water systems are pressurized for proper operation. Replace malfunctioning fixtures and components, then retest. Repeat procedure until units operate properly.

3.5 ADJUSTING:

A. Operate and adjust faucets and controls. Replace damaged and malfunctioning fixtures, fittings, and controls.

B. Adjust water pressure at faucets to produce proper flow and stream.

C. Replace washers and seals of leaking and dripping faucets and stops.

3.6 CLEANING:

A. Clean fixtures, faucets, and other fittings with manufacturers' recommended cleaning methods and materials. Do the following:

1. Remove faucet spouts and strainers, remove sediment and debris, and reinstall strainers and spouts.

2. Remove sediment and debris from drains.

PLUMBING FIXTURES Project No: 301-0078

224000 - 4 ADDENDUM NO.1

B. After completing installation of exposed, factory-finished fixtures, faucets, and fittings, inspect exposed finishes and repair damaged finishes.

3.7 PROTECTION:

A. Provide protective covering for installed fixtures and fittings.

B. Do not allow use of plumbing fixtures for temporary facilities unless approved in writing by Engineer.

END OF SECTION 224000

PLUMBING FIXTURES Project No: 301-0078

224000 - 5 ADDENDUM NO.1

SECTION 260533 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1- GENERAL

1.1 RELATED DOCUMENTS

A. Plans and general provisions of the Contract, including General and Supplementary Conditions Specification Sections and Form 816 Article 1.20, apply to this Section.

1.2 SUMMARY

1.3
A.
B.
C.
D.
E.
F. A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

DEFINITIONS

EMT: Electrical metallic tubing.

EPDM: Ethylene-propylene-diene terpolymer rubber.

FMC: Flexible metal conduit.

LFMC: Liquidtight flexible metal conduit.

LFNC: Liquidtight flexible nonmetallic conduit.

RGS: Rigid galvanized steel conduit.

1.4 SUBMITTALS

A. Product Data: For raceways, wireways.

B. Coordination Drawings: Conduit routing plans, drawn to scale, on which the following items are shown and coordinated with each other, based on input from installers of the items involved:

1. Structural members in the paths of conduit groups with common supports.

2. HV AC and plumbing items and architectural features in the paths of conduit groups with common supports.

C. Source quality-control test reports.

1.5 QUALITY ASSURANCE

A. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFP A 70, Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for intended use.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-1 Addendum No.1

B. Comply with NFPA 70.

PART 2 -PRODUCTS

2.1 METAL CONDUIT AND TUBING

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc.

2. Alflex Inc.

3. Allied Tube & Conduit; a Tyco International Ltd. Co.

4. Anamet Electrical, Inc.; Anaconda Metal Hose.

5. Electri-Flex Co.

6. Manhattan/CDT/Cole-Flex.

7. Maverick Tube Corporation.

8. O-Z Gedney; a unit of General Signal.

9. Wheatland Tube Company.

B. RGS: ANSI C80.1.

C. EMT: ANSI C80.3.

D. FMC: Zinc-coated steel.

E. LFMC: Flexible steel conduit with PVC jacket.

F. Fittings for Conduit (Including all Types and Flexible and Liquidtight), EMT, and Cable:

NEMA FB 1; listed for type and size raceway with which used, and for application and environment in which installed.

1. Fittings for EMT: set-screw or compression type.

2. Coating for Fittings for PVC-Coated Conduit: Minimum thickness, 0.040 inch, with overlapping sleeves protecting threaded joints.

G. Joint Compound for Rigid Steel Conduit: Listed for use in cable connector assemblies, and compounded for use to lubricate and protect threaded raceway joints from corrosion and enhance their conductivity.

2.2 NONMETALLIC CONDUIT AND TUBING

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. AFC Cable Systems, Inc.

2. Anamet Electrical, Inc.; Anaconda Metal Hose.

3. Electri-Flex Co.

4. Lamson & Sessions; Carlon Electrical Products.

5. RACO; a Hubbell Company.

6. Thomas & Betts Corporation.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-2 Addendum No.1

B.

RNC: NEMA TC 2, Type EPC-80-PVC, unless otherwise indicated.

C.

LFNC: UL 1660.

D.

Fittings for RNC: NEMA TC 3; match to conduit or tubing type and material.

E.

Fittings for LFNC: UL 514B.

2.3

BOXES, ENCLOSURES, AND CABINETS

A. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

1. Cooper Crouse-Hinds; Div. of Cooper Industries, Inc.

2. EGS/Appleton Electric.

3. Erickson Electrical Equipment Company.

4. Hoffman.

5. Hubbell Incorporated; Killark Electric Manufacturing Co. Division.

6. O-Z/Gedney; a unit of General Signal.

7. RACO; a Hubbell Company.

8. Robroy Industries, Inc.; Enclosure Division.

9. Scott Fetzer Co.; Adalet Division.

10. Spring City Electrical Manufacturing Company.

11. Thomas & Betts Corporation.

12. Walker Systems, Inc.; Wiremold Company (The).

13. Woodhead, Daniel Company; Woodhead Industries, Inc. Subsidiary.

B. Sheet Metal Outlet and Device Boxes: NEMA OS 1.

C. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy, with gasketed cover.

D. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1. NEMA 4 Stainless steel boxes in pedestrian tunnel areas.

E. Cast-Metal Access, Pull, and Junction Boxes: NEMA FB 1, galvanized, cast iron with gasketed cover.

F. Hinged-Cover Enclosures: NEMA 250, Type 1, with continuous-hinge cover with flush latch, unless otherwise indicated.

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.

G. Cabinets:

1. NEMA 250, Type 1, galvanized-steel box with removable interior panel and removable

front, finished inside and out with manufacturer's standard enamel.

2. Hinged door in front cover with flush latch and concealed hinge.

3. Key latch to match panelboards.

4. Metal barriers to separate wiring of different systems and voltage.

5. Accessory feet where required for freestanding equipment.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-3 Addendum No.1

PART 3 - EXECUTION

3.1

RACEWAY APPLICATION

A.

Outdoors: Apply raceway products as specified below, unless otherwise indicated:

1. Exposed Conduit: RGS.

2. Concealed Conduit, Aboveground: RGS.

3. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC.

4. Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.

B. Comply with the following indoor applications, unless otherwise indicated:

1. Exposed, Not Subject to Physical Damage: RGS.

2. Exposed, Not Subject to Severe Physical Damage: RGS.

3. Exposed and Subject to Severe Physical Damage: RGS.

4. Concealed in Ceilings and Interior Walls and Partitions: RGS.

5. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet locations.

6. Damp or Wet Locations: RGS.

7. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel in damp or wet locations.

C. Pedestrian Tunnel:

1. All areas: RGS.

D. Minimum Raceway Size: 3/4-inch trade size.

E. Raceway Fittings: Compatible with raceways and suitable for use and location. In pedestrian tunnel, use waterproof fittings.

1. RGS: Use threaded rigid galvanized steel conduit fittings, unless otherwise indicated.

3.2

INSTALLATION

A.

Comply with NECA 1 for installation requirements applicable to products specified in Part 2 except where requirements on Plans or in this Article are stricter.

B.

Keep raceways at least 6 inches away from parallel runs of flues and steam or hot-water pipes. Install horizontal raceway runs above water and steam piping.

C.

Complete raceway installation before starting conductor installation.

D.

Support raceways as specified in Division 26 Section "Hangers and Supports for Electrical Systems."

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-4 Addendum No. I

E. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

F. Install no more than the equivalent of three 90-degree bends in any conduit run except for communications conduits, for which fewer bends are allowed.

G. Conceal conduit and EMT within finished walls, ceilings, and floors, unless otherwise indicated.

H. Raceways Embedded in Slabs:

1. Run conduit larger than I-inch trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support.

2. Arrange raceways to cross building expansion joints at right angles with expansion fittings.

1. Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow compound manufacturer's written instructions.

J. Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating bushings to protect conductors, including conductors smaller than No.4 A WG.

K. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb tensile strength. Leave at least 12 inches of slack at each end of pull wire.

L. Install raceway sealing fittings at suitable, approved, and accessible locations and fill them with listed sealing compound. For concealed raceways, install each fitting in a flush steel box with a blank cover plate having a finish similar to that of adjacent plates or surfaces. Install raceway sealing fittings at the following points:

1. Where conduits pass from warm to cold locations, such as boundaries of refrigerated spaces.

2. Where otherwise required byNFPA 70.

M. Flexible Conduit Connections: Use maximum of 72 inches of flexible conduit for equipment subject to vibration, noise transmission, or movement; and for transformers and motors.

1. Use LFMC in damp or wet locations subject to severe physical damage.

2. Use LFMC in damp or wet locations not subject to severe physical damage.

N.

Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry block, and install box flush with surface of wall.

3.3

FIRES TOPPING

A.

Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly. Firestopping materials and installation requirements are specified in Division 07 Section "Penetration Firestopping."

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-5 Addendum No. I

3.4 PROTECTION

A. Provide final protection and maintain conditions that ensure coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

1. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.

2. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer.

END OF SECTION 260533

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS PROJECT NO. 301-0078

260533-6 Addendum No.1

SECTION 274217 - VMS Display Equipment

PART I-GENERAL

1.1 SUMMARY

A. Overview of Work defined in this Section:

1. The work defined in this Section includes provision of the Public Address/ Variable Message Signage (PANMS) project's display equipment consisting of LCD video flat panels, dynamic signage and accessories.

2. The project work described in this Section includes but is not limited to coordinated phased installation, integration with work by other trades as defined herein and depicted on the project drawings.

3. Work shall be coordinated and scheduled to include night work and remobilization as required to minimize impacts to rail operations, station staff and the public using the rail system, throughout the project duration.

4. The construction tasks included in this project shall be scheduled and installed, tested, labeled and documented as completed and acceptable to The Owners' representatives prior to final acceptance by ConnDOT.

5. All display equipment shall be installed in full compliance with requirements listed herein, industry practices, applicable codes, and standards.

6. The Contractor shall verify and test all power interfaces to equipment prior to attachment to display equipment to assure safety for personnel and prevent damage to display equipment. Any display equipment damaged during installation due to connection to incorrect power interface shall be replaced with new display equipment by the Contractor at no cost to ConnDOT.

7. Provide installation of the new system defined herein while supporting existing display presentations throughout the Contract period. Existing displays will be phased out, (except where specifically noted in the drawing set) and replaced under this Contract scope of work.

8. Contractor shall include all costs associated for support of Contractor tasks required to complete this project, including multiple mobilization and demobilization, and coordination with ConnDOT and other Trades.

9. The provisioning and installation of new, fully integrated dynamic signage and video display equipment as noted in project schedules and drawings. Installations shall included display attachment hardware, enclosures and millwork as required to support display equipment.

10. Provide operations and maintenance training for ConnDOT staff, operators and rail tenants.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-1 ADDENDUM NO.1

11 . Include system testing, retesting, documentation of test results and submittal of test documentation.

12. Provide and install new system hardware and equipment as indicated in the contract documents.

B. Existing Conditions:

1. This project includes work as required to provide display equipment for the new PAlVMS at New Haven's Union and State Street Train Stations identified in the project documentation.

2. The project requires work to be completed at facilities, which are owned and occupied by others. All work shall be planned and coordinated to prevent impacts to ConnDOT, Rail operators, other tenants and building owners. Portions of the Union Station Facility are listed a "historical building", therefore all work shall be completed without alteration of that status.

3. The scope of work requires installation of new display equipment, while maintaining full functionality of the existing displays; therefore a phased cutover plan shall be submitted and approved for display installation and testing of new equipment, prior to removal of the existing display equipment.

4. During the course of demolition and construction, should the Contractor encounter any existing code violations or existing conditions which impact this project's scope of work, or are considered a safety risk to the Public, Station staff, Construction crews or Others, the Contractor shall:

a. Stop work

b. Notify ConnDOT

c. Protect area to prevent or at least minimize further damage or safety risk.

C. OPERATIONAL REQUIREMENTS

1. The display equipment shall support the operational requirements for the P A1VMS which will be used to provide the public with information pertaining to train schedules, train status, planned track assignments, and other general information.

2. Displays shall be suitable for ambient light conditions found at each train station and specific lighting conditions expected for display locations indicated in the project drawing set.

3. Display types to be installed and supported by the PAlVMS project include, but are not limited to:

a. Big board dynamic signage posting train schedules and intended for public viewing from 20 to 180 feet.

b. Video displays posting train schedule information with an intended viewing range from 2 to 20 feet.

c. Video displays posting track assignment information with an intended viewing range from 2 to 20 feet.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-2 ADDENDUM NO.1

d. Dynamic platform signage posting train destination /stop information with an intended viewing range of 10 to 180 feet.

1.2 RELATED DOCUMENTS

A. Industry Standards and Codes:

1. Work shall be completed in compliance with:

a. State of Connecticut Building Codes

b. National Electric Codes (NEC)

c. National Fire Protection Association (NFPA

d. VESA

e. UL

B. Project Documents:

1. Section 274216- VMSIPA System Requirements

2. Section 271500- VMSIPA Premise Wiring Requirements

3. Section 275113- VMSIPA Audio Equipment Requirements

4. Project Addendums

5. PAlVMS Project Drawing Set

1.3 SUBMITTALS

A. General Submittal Requirements:

1. Refer to Form 816 Article 1.20-1.05.02-3 for additional submittal information

2. All, materials, equipment, drawings and products shall be submittal for review and approved by The Owner's project representative(s) prior to ordering or installation.

3. ConnDOT reserves the right to request additional information on any submittal prior to completion of review process.

4. Rejected submittals shall be reworked and or replaced with new items and resubmitted by the Contractor within 2 weeks of receipt of rejection notice from The Owner.

B. Contractor shall create and maintain updated submittal logs throughout the project duration and submit copies to The Owner reflecting each update.

C. Contractor Staff Organization Chart and Key Personnel Organization Chart

1. Organization Chart listing: Project Manager, Foreman and Lead Technician names and contact information.

D. Product Cutsheets

1. Product Cutsheet Documents with multiple products or options shall be marked-up to indicate specific product items proposed by the Contractor.

E. Working Drawings - Updated "conformed" Construction Drawing Sets shall be maintained onsite and available for review throughout construction.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-3 ADDENDUM NO.1

1.4
A.
B.
C.
1.5
A.
B. 1. Shop Drawings for each type of display.

2. Engineered Display Attachment drawings (State of Connecticut P.E. Sealed).

3. Device wiring interface typical (pinouts, terminal strip lug assignments etc.) .

F. Final Testing Results

1. Test results for each display installed shall be submitted in as hard copy file format as follows:

a. Hard Copy Test Results -

1) Submit test results in bound, indexed and tabulated 3 -ring binders.

2) Test Result binders shall include printed cover and spine label indicating project name, station name, test types, contractor name and test date(s).

3) Furnish 6 copies of each set of test result binders.

WARRANTY

Refer to Form 816 Article 1.20-1.06.08 and NOTICE TO CONTRACTOR WARRANTIES for additional information

Warranty shall start from the date that the system is approved by ConnDOT , which will be indicated by the issuance of the Certification of Compliance by ConnDOT

Warranty period: Warranty of products and labor shall be for a period of no less than 5 years from the date of the issuance of the Certification of Compliance by ConnDOT.

QUALITY ASSURANCE

Source Limitations: No single source manufacturer or product is planned for this Project.

Pre- Installation Meeting: The Contractor shall coordinate and conduct a Pre-Installation Meeting at the Project site in compliance with the requirements of Form 816 Article 1.20- 1.05.24 subsection 2

C. Contractor Qualifications

1. The Contractor shall have been engaged in public transit information audio and visual display systems Projects for a minimum of three years.

2. Evidence of previous Projects shall be presented to ConnDOT on request.

1.5 COORDINATION OF WORK SEQUENCE AND SCHEDULING

A. Installation of the work shall accommodate the Train Station's operational requirements throughout the construction period. The Contractor shall develop and submit for ConnDOT approval, a Phasing Schedule that details demolition/removal of existing displays, use of temporary displays, install and activation of new displays, servers and user interface, and overall installation tasks, testing and activation of new equipment.

B. Phased cutover and shutdown of existing system(s) shall follow the ConnDOT approved Phasing Schedule. Contractor may submit a revised phasing schedule for ConnDOT review

PANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-4 ADDENDUM NO.1

and approval, and if revised schedule is not approved then the previously approved schedule will be used.

C. Work shall be planned and coordinated to ensure an absolute minimum impact to:

1. Train Station operations.

2. The traveling public.

3. Rail Operators -AMTRAK, Shore Line East, and North Metro Railroad.

4. Other Station Tenants.

D. Shutdown and cutover of the system shall be coordinated with the Engineer and made at hours convenient to the Rail Operators and station tenants. This "after-hours work" typically includes evening, and weekend hours. Late night and early morning work hours will be required for tasks, which may impact public access, rail operations and or ConnDOT operations.

E. The cost of any anticipated overtime and after-hours work shall be included in the Contractor's base bid. Requests for additional compensation for "overtime" or "after-hours" work after award of contract will be refused.

F. Coordinate systems cutover, phasing, work schedule and operations with ConnDOT representative(s), and other trades working on site.

G. The stations will remain in operation throughout this project, therefore the existing system and or the new system shall be operational, accurate and fully functional for use by the public and Rail users. Minor downtime periods, which are planned and documented in the approved phasing schedule, shall not exceed the following durations:

1. Individual display units: Down time periods shall not exceeding 5 hours.

2. User interfaces: Down time periods shall not exceeding 2 hours.

3. System processors, databases, servers and associated software, files and schedules:

Downtimes shall occur only during after-hours periods and shall not exceed 2 hours.

PART 2 - PRODUCTS

2.1 GENERAL PRODUCT REQUIREMENTS:

A. General:

1. Refer to Form 816 Article 1.06.03 and 1.20-1.06.03 for additional information.

2. All products shall be new, undamaged and covered by the original manufacturers warranty and licensed as applicable to meet project intent.

3. Products shall be shipped, handled and stored as recommended by the manufacture, and as required to maintain product warranty.

4. The Contractor shall furnish and install products in accordance with manufacturer's recommendations and as illustrated in approved project drawings.

5. Should discrepancies be noted regarding quantities in schedules, specifications and/or on Project drawings, the Contractor shall provide the greater number of units.

6. Contractor shall coordinate product delivery and movement of equipment to installation locations with ConnDOT, and expect restrictions of access and delivery of display

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-5 ADDENDUM NO.1

equipment to off-hour periods, for the purpose of minimizing impacts to ConnDOT operations.

B. Delivery Storage and Handling

1. Refer to Form 816 Article 1.06.03 and Form 816 Article 1.20-1.06.03 for additional information.

2.2 SPARE EQUIPMENT

A. Furnish equipment spares that are new in condition, covered fully 10 warrantee by the manufacturer and stored in manufacturer's shipping containers.

B. Spare equipment shall be the exact same product (manufacturer and model) as units installed in the work.

C. Spare equipment quantities: Refer to Section 274216 for spare parts requirements and quantities.

2.3 VIDEO DISPLAY EQUIPMENT - GENERAL

A. Video Display Equipment shall be furnished and installed to provide the public, ConnDOT staff and other users with train status and other information. Refer to the drawings and schedules for video display quantities and sizes for specific locations.

B. All LCD video products provided for this project shall be manufactured using only "Grade A" rated LCD glass.

C. LCD video screens shall be provisioned at locations indicated in the project drawings, primarily for public viewing. Note: Some display locations have space constraints and millwork support which limit the over dimensions of acceptable screen models. The Contractor shall coordinate and verify display dimensions and attachment requirements for each location prior to submittal or ordering any products.

D. All LCD products shall be designed to support mounting of the screen in portrait and landscape orientations with equal field of view and maintain manufacturer's performance and operational requirements.

2.4 26-INCH LCD FLA TSCREENS

A. 26-inch LCD video screens shall meet or exceed the following minimal requirements:

1. 1280 x 768 pixel resolution or greater.

2. Brightness: 450 cd/m2 or better.

3. Contrast: 500:1 or better.

4. Viewing angle: 160° (H) and 1600(V) or better.

5. Response Time: 17 milliseconds or faster.

6. VESA standard hole pattern for wall mounting bracket and adjustable mounting arms.

7. 15 pin VGA type signal input ports.

8. NTSC and S-Video signal input ports.

9. 15 pin VGA type signal output ports to support loop thru of signal.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-6 ADDENDUM NO.1

10. NTSC Video signal output ports to support loop thru of signal.

11. VESA DDC2B & DDC-CI Compliant Plug & Play.

12. Ambient light sensing with automated display dimmer.

13. Internal power supply.

14. Diagonal screen dimension: 26" (approximate size).

15. Operating Environmental Ranges: 41 ° to 104°F and 0 to 85% humidity or better ranges.

B. Control Interface Requirements:

1. VESA DPMS compliant power saving "sleep mode" upon loss of video signal

2. User selectable disable/enable lockout of local display control buttons

3. RS-232 and / or DDC-CI control via IS-pin VGA control ports supporting remote selection of:

a. Power On & Power Off

b. Input ports and signal type displayed

c. Ambient light / display dimmer system

d. Screen brightness and color adjustments

C. Design selection of manufacturers for 26-inch LCD video screens includes, but is not limited to:

a. NEC

b. Sharp

c. Toshiba

2.5 40/42-INCH LCD FLATSCREENS

A. 40/42-inch LCD video screens shall meet or exceed the following minimal requirements:

1. 1280 x 768 pixel resolution or greater.

2. Brightness: 500 cd/m2 or better.

3. Contrast: 550: 1 or better.

4. Viewing angle: 160° (H) and 1600(V) or better.

5. Response Time: 18 milliseconds or faster.

6. VESA standard hole pattern for wall mounting bracket and adjustable mounting arms.

7. 15 pin VGA type signal input ports.

8. NTSC and S- Video signal input ports.

9. 15 pin VGA type signal output ports to support loop thru of signal.

10. NTSC Video signal output ports to support loop thru of signal.

11. VESA DDC2B & DDC-CI Compliant Plug & Play.

12. Ambient light sensing with automated display dimmer.

13. Internal power supply.

14. Diagonal screen dimension: 41" to 43" (approximate size).

15. Operating Environmental Ranges: 41 ° to 104° F and 0 to 85% humidity or better ranges.

B. Control Interface Requirements:

1. VESA DPMS compliant power saving "sleep mode" upon loss of video signal.

2. User selectable disable/enable lockout oflocal display control buttons.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-7 ADDENDUM NO.1

3. RS-232 and / or DDC-CI control VIa I5-pin VGA control ports supporting remote selection of:

a. Power On & Power Off

b. Input ports and signal type displayed

c. Ambient light / display dimmer system

d. Screen brightness and color adjustments

C. Design selection of manufacturers for 40/42-inch LCD video screens include, but are not limited to:

1. NEC

2. Sharp

3. Toshiba

2.6 VIDEO DISPLAY ATTACHEMENT AND ENCLOSURE HARDWARE

A. Video displays shall be provisioned with video screen manufacturer's approved attachment hardware and accessories as defined in this and related specification sections, and as indicated on the project drawings and schedules.

B. Furnish and install various attachment hardware and accessories including, but not limited to:

1. VESA standard flat screen attachment plates and platform support.

2. Mounting brackets supporting display tilt range of 0° thru 10° or greater.

3. Structural attachment hardware as required for each specific location to provide an engineered, load calculated installation.

4. Tamper resistant bolts, screws and fasteners.

5. Video screen control button! connector panel concealment hardware and cable concealment sleeve material Tech-Flex or equal product

6. Display attachment hardware material and finishes shall be; commercial grade steel and/or aluminum construction with powdercoated enamel finish. Finish color shall be black unless specific other color selections are defined in the project schedules, drawings or related Sections.

7. Display attachment hardware and accessories shall be designed and installed to exceed the expected loading and meet applicable building codes for the site. Display attachments requiring structural support shop drawings shall be submitted with a valid State of Connecticut P.E. Seal (Stamp).

C. Design selection of suitable display attachment hardware and accessories include, but is not

limited to: .

1. Chief

2. Lucasey

3. Display Devices

4. Premier Mounts

5. Techflex cable concealment sleeves

6. Approved equivalents

D. Tamper Resistant Video Display Enclosure (interior): Video displays scheduled for installation in the tunnel area of the project and used for display of "Track Entrance" information shall be

PANMS VISUAL DISPLAY EQUIPMENT 274217-8

PROJECT NO. 301-0078 ADDENDUM NO.1

housed in wall mount type tamper resistant enclosures. These enclosures shall meet of exceed the following requirements:

1. Provide lockable enclosure to protect the video displays from thief and vandalism.

2. Welded aluminum construction, power coat painted

3. Enclosure shall be suitable for support of 2 x 26-inch track entrance LCD video display units. The enclosure must fit in area above stair entrance to each track. See Architectural elevation drawings for dimensions.

4. Anti reflective tempered glass viewing window

5. Enclosure shall provide heat dissipation fans for ventilation.

6. Gas strut door open supports.

7. Enclosure shall be provisioned with display attachment hardware, data outlets and power

outlets to support 26-inch LCD displays and accessories.

8. Enclosure shall house CAT 5 video extender receiver.

9. Enclosure shall be finished in white with powder coat enamel paint.

10. Design Selection: ITS Enclosures product number "DATA X7117 or approved equivalent

E. Environmental/Tamper Resistant Video Display Enclosure (Exterior): Video display scheduled for installation on the State Street Station Elevator tower as a train schedule video display, shall be housed in wall mount type, environmental, tamper resistant enclosure. This enclosure shall meet or exceed the following requirements:

1. Provide lockable enclosure to protect the video displays from thief and vandalism.

2. Welded aluminum construction, power coat painted

3. Enclosure shall be suitable for support of 1 x 40-inch LCD video display units.

4. Anti reflective, tempered glass viewing window

5. Enclosure shall provide heating and coolinglheat dissipation environmental protection.

6. Enclosure shall be provisioned with display attachment hardware, data outlets and power

outlets to support 40-inch LCD display and accessories.

7. Enclosure shall house CAT 5 video extender receiver.

8. Enclosure shall be finished in white with powder coat enamel paint.

9. Design Selection: ITS Enclosures or approved equivalent

2.7 DIGITAL VIDEO CONTROLLERS (DVC'S)

A. DVC's provisioned for this project shall be commercially available units configured to support public video display systems and meet requirements listed herein.

B. DVC's shall be provisioned in quantities required to provide video signaling to display's defined in project schedules and drawings. Each video display provided in this project shall support system software operations, performance, and quality requirements. Coordinate software requirements with Section 274216 integrator.

C. DVC's shall be provisioned to support video display signaling in both portrait and landscape display orientations.

D. DVC's shall be furnished to provide one or two video outputs as defined for specific locations.

Refer to the project drawings and schedules for defining video port quantity requirements.

PANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-9 ADDENDUM NO.1

E. DVC Configuration Requirements: DVC's shall be installed to support placement of units in Communication room racks or cabinets as follows:

1. Rack Mount version fitting EIA 19-inch rack mount.

F. DVC's shall be commercially available PC type units configured with video cards selected to support the system and display requirements.

1. DVC's shall be provisioned in quantities to support full functionality of system display units as indicated in the project schedules and drawings.

2. Each DVC provided in this project shall support portrait and landscape display modes.

3. DVC's shall be furnished to provide one or two video outputs depending on ability to meet performance and quality requirements, locations, display contents and display cluster quantities

4. DVC's shall be from one manufacture source.

5. DVC's shall meet or exceed the follow minimal requirements:

a. DVC Processors: 1.5 GHz or faster

b. Memory: 256 MB RAM or greater

c. Cache Memory: 256 KB or greater

d. Bus Architecture: 32 bits PCI.

e. USB 2.0 ports-minimum of2

f. Mouse port: USB mouse port.

g. Keyboard connector: USB keyboard connector.

h. Network Interface Card: Ethernet IEEE 802.3, 10/100 BaseTX, RJ45 connector

1. Dual Port Video Cards: minimum 16 Mb video RAM, DDC-CI compliant with ports supporting 15 pin VGA type signal and video resolution of 1280 x 768 and greater

J. Furnish video patch cabling as required to support interface to LCD screens and video extension equipment.

k. Disk drives: 20 GB minimal

I. CD ROM Drive: 24X minimal

6. Design selection for DVC manufacturers include, but are not limited to:

a. Dell GX-680

b. Approved Equals

2.8 VIDEO SIGNAL EXTENSION EQUIPMENT

A. As noted in the drawings and schedules, provide signal interface using video extenders to interface between DVC's located in the project communication rooms and the video display equipment located in various public locations .

. B. Furnish and install video extender's using CAT 5/5e cable plant as required to support minimum video quality of 1280 x 768 over cabling distances between the communication rooms and video displays. Coordinate with Section 271500 trades for signaling and cabling requirements.

C. Products suitable for video extension include the following types of paired transmitter/receiver units which support signaling over CAT 5/5e UTP and fiber optic cable plant:

1. Design Selection for CAT 5/5e Video extenders: Magenta Research products including:

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-10 ADDENDUM NO.1

a. STx transmitter/ Receiver pairs: AK500DP, 1000 & 1500 Receivers -Contractor to select proper video extension model based upon actual installed CA T5 cable distances.

b. Approved equivalents

c. Provide rack and display mounting hardware and power supplies as required to support video extension equipment.

2.9 TERMINAL SERVERS

A. Terminal Servers: SNMP manageable terminal servers shall be furnished and install to provide Ethernet to serial data conversion and signal distribution to dynamic signage and serial data modems.

a. Refer to Section 274216 for Terminal Server requirements

2.10 SIGNALING AND INTERFACE TO LED DYNAMIC SIGNAGE

A. LED signage noted in the project drawings and schedules shall be provisioned with signal conversion hardware and software as required to provide full display functionality with the new system furnished for this project. Include all costs associated with interface to LED signage in the project bid. Coordinate with Signage manufacture to define interface requirements.

2.11 DYNAMIC SIGNAGE

A. Dynamic Signage Products -General

1. The contractor shall provide and install dynamic signage, signage casework, static signage column headers, attachment hardware, communication interface wiring, software drivers and transceivers required to interface and control the dynamic signs as defined in this project.

2. The dynamic signs shall be compliant with the most current, published American Disabilities Act (ADA) guidelines for display of information in public facilities. These signs will be utilized to display train schedule information and other text messages to users of the New Haven Train Stations. Display contents and presentation shall comply with I CC/ ANSI A 117.1 -2003 as adopted by the State of Connecticut. All LED signage shall post a minimum text size of 3-inch high font.

3. Dynamic signage will post display contents, which will be generated and distributed by the P ANMS system.

4. Prior to ordering any signage, the Contractor shall measure each sign location to verify attachment and interface constraints, as well as physical size, head clearance and general space constraints.

B. Dynamic Signage Presentation - General

1. Signage characters shall be based on non-proportional 5x7 font characters. Signage and P ANMS user interface software must support both non-proportional and proportional

PANMS VISUAL DISPLAY EQUIPMENT 274217-11

PROJECT NO. 301-0078 ADDENDUM NO.1

fonts. The number of characters per line defined for each sign type shall be in reference to display of full width characters such as "M".

2. Signs shall provide smooth scrolling of text with software controlled scroll speed. While text is scrolling remainder of text shall not flicker or otherwise be affected.

3. Updating of sign text shall not affect other signs or current display of the sign being updated. Once updated sign shall smoothly blank and then quickly display the new information.

4. All sign features listed in this section are software controlled and shall be controlled by user friendly contents and attribute selection provided for within the P AlVMS application software.

5. Dynamic signage shall be designed with automated ambient light monitoring and intensity adjustment circuitry to offset the amount of sunlight or other lighting expected to be present in the project display areas during certain times of the day. Signs shall include a minimum of three automated intensity steps which increase brightness of display contents during periods of bright ambient light and dim display contents during night hours and low ambient light periods.

6. Signage shall be specifically designed and manufactured for public display of English alphabetic characters, numeric text and punctuation marks.

7. Signage and integration to PAlVMSsystem shall support display of common signage presentation features and attributes such as:

a. Variable speed scrolling

b. Roll on from top

c. Flash

d. Right, left and center justification of text fields

e. Software selection of LED color - Red (626nm), Green and Amber (590nm)

8. Viewing angle: Signage contents shall be viewable at a minimum of 1400 vertically and horizontally from control point which is perpendicular to the sign face.

C. Each sign type defined in this section shall include onboard microprocessor controllers supporting the following electronic, signaling and processing requirements:

1. Printed circuit board components of signs shall be plug-in board type with interlocking plug/socket connectors.

2. Common parts (i.e. power supplies, electronic circuit boards, fans etc.) shall be replaceable without requiring soldering/de-soldering.

3. Signage Power shall be 120 VAC single-phase 3 wires.

4. Signage power supplies shall be rated for at least 150 percent of worst case loading.

PAlVMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-12 ADDENDUM NO.1

5. Signage must be fused with replaceable fuse or contain circuit breakers protecting electrical circuits and components.

6. Signs must have local, exterior on/off switches that turns off all power in the sign.

7. Signal interface RS-232/422/ Communication (signal) interface: serial data 100% compatible with EIA RS-232/422 full duplex (4 wire) specifications.

8. Data interface shall include protection from power spikes and noise, which may ride on data lines. Provide serial data (RS-232/422) protectors for each signage communication cable interface.

9. Each sign shall have a unique network device address (lP) that is field assignable.

10. Signage shall be certified and labeled indicating testing of components to meet a nationally recognized testing laboratory such as ETL and UL recognized components. Signs must be UL Listed or ETL approved and conform to UL 48, ULl433 and CE IEC 60950.

11 . Sign communications shall include error checking and request to resend the data communication, which is fully interfaced with the VMSIP A system software. If a sign fails to communicate properly or communication fails it shall generate a pop-up system alarm message on system servers and user workstation screens.

12. LED signage shall be constructed with active components such as LED elements that have a liz life of 100,000 hours or better.

D. General Enclosure and Physical Requirements for LED Signage.

1. Signage shall be serviceable via front access. Parts must be removable from the front (display side) of the sign without requiring access to other sides of the sign.

2. Parts that are in front of other serviceable components shall be mounted on hinged frames or plates that simplify removal and access to rear mounted components. For example modules or boards are to be mounted to a hinged frame that is securely held in place but also can be easily swung out ofthe way to provide access to rear components.

3. All signs shall include hinged doors (covers) and include a built in safety catch device to ensure that the door safely stays in the open position while servicing the units, the safety catches shall not require any tools to engage or release.

4. Doors shall be locked closed with an approved tamper resistant, quarter tum type of lock.

The Contractor shall provide at least ten keys or security tools per type of lock. All platform signage locks shall be keyed the same.

5. Signage doors and enclosure shall be designed to prevent sagging or miss alignment.

6. Signs shall not contain exterior manufacture labels unless otherwise approved.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-13 ADDENDUM NO.1

7. All signage equipment and wiring shall comply with all applicable electrical codes.

E. Union Station Big Board Signage

1. Union Station Big Board Signs shall be products suitable for this bright, sunlit indoor display application and fit over the area cut out for the existing Solari Flap Board sign location. Provide signage casework and trim sized to support the active signage display and provide concealment of the existing wall recess cutout area. Minimum intensity for the new signage shall be 2500cdlm2 in Amber color and 1000cdlm2 for red LED color, and use 12mm pixel pitch support 5x7 font. Signs shall be uniform in LED color across the entire display.

2.

Prior to placement of production order for Big Board signage, the Contractor shall submit complete product information, load requirements and engineered display mount / attachment design drawings, sealed by State of Connecticut structural engineer

3.

The location of the Big Board signage is over a high public traffic area, which will require the Contractor to complete the removal of the existing sign and install the new signage during weekend and or night hours to minimize the impact to operations and for safety. Include costs for these off-hours tasks in the project bid.

4.

The Union Station Big boards shall be provisioned to support contents and format as I depicted in the project plan set Refer to plan sheet T -610 for sample illustration of Big Board Signage contents.

5.

The Big Board signs shall include a removable Static SignageHeader plate supporting customized column identification lettering. The static header shall contained silk screened text which is protected with an approved UV protection coating.

6.

The Big Board shall contain an easily replaceable wire mesh or polycarbonate enhancement filter, with concealed seams if multiple panels are used.

7.

Access to the signs shall be from the front only, therefore the unit shall be designed by the manufacturer to allow accessibility to all serviceable components and easily serviceable area by a single service person.

8.

Design selection Daktronics or equivalent.

2.12 DYNAMIC SIGNAGE-PLATFORM SIGNS

A. Platform Signage

1. Daktronics shall manufacture all platform signs. The same part numbers and components shall be used in all new platform signs furnished in this project.

2. Prior to placement of production order for platform signage, the Contractor shall submit complete product information, load requirements and engineered display mount / attachment design drawings, sealed by State of Connecticut structural engineer

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-14 ADDENDUM NO.1

3. Each Platform sign shall include a high impact Polycarbonate or similar material (light enhancement filter), which shall protect the sign, enhance the signage output, and prevent glare. Enhancement filters shall optimize light transmission. This sheeting shall be easily removable by ConnDOT but shall provide for vandal resistance.

4. Platform signage shall include enclosure cases rated for NEMA 4X, finished with flat black powder-coat.

5. Platform Signs shall be standardized product suitable for outdoor locations and fit size constraints for each location to the maximum allowable size for the area. Units shall include heating, fans and ventilation as required to optimize equipment life and maintain the manufacturer's warranty.

6. Components shall be field replaceable via front access and be UL or ETL equivalent listing.

7. Platform signage display shall consist of:

a. LED type display with 32x144 8mm center to center spacing in a full matrix monochrome (Amber) and extend the full width of the sign, minus 2 to 3" boarder on each side for the enclosure and door frame.

b. Display a minimum of two lines of text with minimum character height of2.1

c. Characters shall be 5x7 text presentation.

d. Signage shall be provided in single and dual face configuration as noted in project drawing s for specific locations.

9. Front Face Construction: To meet the display readability requirements, the front face· must be constructed in such a manner as to provide high contrast, low sunlight reflection, and durability in all weather and site conditions. Specific features for platform signage front face include:

a. Surface materials in the LED active area such as metal, plastic, or other face

materials shall be designed for low sunlight reflectivity.

b. Provide UV resistance to prevent discoloring

c. Utilize 0.118 inch colorless non-glare polycarbonate

d. Provide water shedding ability (designed to meet NEMA 4X Standards)

e. Utilize a tamper resistant key entry system

f. Achieve water-tightness through the use of gaskets on the front face panel

10. Product shall be Daktronics Galaxy 8mm Outdoor LED display Model number: AF6121- 32XI44-8-A-(SF or DF) to provide uniformity with existing MTA Railroad Signage.

10. The Platform signage shall be provisioned to support contents and format as depicted in the project plan set: Refer to plan sheet T-600 for sample illustration of Platform Signage contents.

PART 3 - EXECUTION

3.1 GENERAL

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-15 ADDENDUM NO.1

A. All work shall be accomplished with minimal impact to operations, passengers and the various facility Tenants.

B. Portions of the work will require tasks to be completed during weekend and off-hours, Contractors shall include all costs associated with normal and non-typical labor hours.

C. Installation and connection of system equipment, materials, cabling shall be performed only by installers having a minimum five (5) years experience in display equipment installation. Each installer shall have access to a complete copy of the specifications and drawings at the job site.

D. All materials and equipment shall be installed in accordance with all applicable standards of the National Electrical Code, codes of governing local authorities, and all safety codes and ordinances.

3.2 TESTING REQUIREMENTS

A. Provide test plans and procedures including test plan narrative, step-by-step procedure instructions, list test equipment used, and expected results.

B. Display equipment test plans shall include:

1. Manufactures startup and test procedures for display equipment.

3.3 AS-BUILT REQUIREMENTS

A. Working Set Documentation:

1. The Contractor shall maintain at each station site, a "Working Set" of project drawings and schedules for the purpose of updating and tracking all field modifications. The changes shall be noted and "red-lined" to reflect progress and current conditions. The Contractor shall provide the ConnDOT access and inspection of these Working Set drawings and schedules throughout the project. Working set drawings and schedules shall indicate constructed changes and conditions including but not limited to:

a. Site and floor plans.

b. Equipment rack elevations

c. Circuit diagrams.

d. Display Details

e. Device schedules

f. Display Spare parts list

B. As-Built Drawing Documentation:

1. Refer to Form 816 for additional As-Built submittal requirements

2. The Contractor shall develop and submit "As-Built" documentation for each station included in the project scope of work. These documents shall be submitted for ConnDOT Approval within 30-days of substantial completion.

a. As-built drawings shall be maintained in a secure, locked and Contractor monitored location to prevent release of information to unauthorized personnel.

b. As-Built drawings shall be submitted for review and approval by the Owner prior to contract closeout.

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-16 ADDENDUM NO.1

c. Submitted As-Built Drawings shall include: 3 hardcopy full size drawing sets and 3 CD ROM's with all drawing files electronic files saved in AutoCAD (latest version.)

3.4 FINAL ACCEPTANCE REQUIREMENTS

A. Final Acceptance shall be based upon ConnDOT approval of the work and the Contractor's completion of all tasks, documentation, programming, testing and submittals.

B. The Contractor shall clean and adjust all display equipment to optimized installation to ConnDOT's approval.

C. The Contractor shall conceal all cabling from public view at display locations using approved cable sleeve dressing and install access cover plates on LCD video equipment to minimize public view and access to display control buttons and connector panels.

END OF SECTION 274217

P ANMS VISUAL DISPLAY EQUIPMENT PROJECT NO. 301-0078

274217-17 ADDENDUM NO.1

Federal wages 12-1S-09 GENERAL DECISION: CT200S0001 10/30/2009 CT1

Date: october 30, 2009

General Decision Number: CT200S0001 10/30/2009

superseded General Decision Number: CT20070001 State: connecticut

construction Type: Highway

counties: Fairfield, Litchfield, Middlesex, New Haven, Tolland and windham counties in connecticut.

HIGHWAY CONSTRUCTION PROJECTS

Modification Number o

1

2

3

4

5

6

7

S

9

10 11 12 13 14 15 16 17 IS 19 20 21 22 23 24 25 26 27 2S

* BRCT0001-004 10/05/2009

Publication Date 02/0S/200S 02/15/200S 04/04/200S 04/11/200S 05/02/200S 05/09/200S OS/23/200S 06/06/200S 06/13/200S 06/20/200S

07/04/200S 07/1S/200S OS/01/200S OS/22/200S 09/26/200S 10/10/200S 10/31/200S 12/26/200S 01/02/2009 01/16/2009 02/20/2009 02/27/2009 04/17/2009 OS/22/2009 06/05/2009 06/26/2009 07/03/2009 07/24/2009 10/30/2009

Rates

Fringes

BRICKLAYER

BRICKLAYERS, CEMENT

MASONS, CEMENT FINISHERS, PLASTERERS AND STONE MASONS.S 32.1S

CARP0024-006 05/04/2009

19.79

LITCHFIELD COUNTY

Harwinton, plymouth, Thomaston, Watertown MIDDLESEX COUNTY

NEW HAVEN COUNTY

Beacon Falls, Bethany, Branford, Cheshire, East Haven, Guilford, Hamden. Madison, Meriden, Middlebury, Naugatuck, .New Haven, North Branford, North Haven, orange (east of orange

page 1

Federal wages 12-18-09

Center Road and north of Route 1, and north of Route 1 and east of the oyster River), prospect, southbury, wallingford, waterbury, west Haven, wolcott, woodbridge

TOLLAND COUNTY

Andover, columbia, coventry, Hebron, Mansfield, union, willington

WINDHAM COUNTY

Rates

Fringes

carpenters:

Carpenters, piledrivers $ 29.00

Diver Tenders $ 29.00

Divers $ 37.46

17.80 17.80 17.S0

CARP0043-004 OS/04/2009

Rates

Fringes

carpenters: (TOLLAND COUNTY Bolton, Ellington, Somers,

Tolland, vernon)

CARPENTERS, PILEDRIVERS $ 29.00

DIVER TENDERS $ 29.00

DIVERS $ 37.46

17.S0 17.S0 17.80

CARP0210-002 OS/04/2009

Rates

Fringes

carpenters:

CARPENTERS, PILEDRIVERS $ 29.00

DIVER TENDERS $ 29.00

DIVERS $ 37.46

FAIRFIELD COUNTY

17.80 17.80 17.S0

Bethel, Bridgeport, Brookfield, Danbury, Darieri, Easton, Fairfield, Greenwich, Monroe, New canaan, New Fairfield, Newtown, Norwalk, Redding, Ridgefield, shelton, sherman, stamford, stratford, Trumbull, weston, westport, wilton;

LITCHFIELD COUNTY

Barkhamstead, Bethlehem, Bridgewater, Canaan, colebrook, cornwall, Goshen, Kent, Litchfield, Morris, New Hartford, New Milford, Norfolk, North canaan, Roxbury, salisbury, sharon, Torrington, warren, washington, winchester, woodbury;

NEW HAVEN COUNTY

Ansonia, Derby, Milford, orange (west of orange center Road and south of Route 1 and west of the oyster Rlver), oxford, seymour;

ELEC0003-002 OS/OS/200S

Rates

Fringes

Electricians FAIRFIELD COUNTY

Darien, Greenwich, New

Canaan, stamford $ 44.7S

30.42

ELEC003S-001 06/01/2009

page 2

Federal wages 12-18-09

Rates Fringes

Electricians:

MIDDLESEX COUNTY (cromwell, Middlefield, Middleton and portland); TOLLAND COUNTY; WINDHAM

COUNTY $ 35.40

19.51

ELEC0090-002 06/01/2009

Rates

Fringes

Electricians: $ 34.95

LITCHFIELD COUNTY

plymouth Township;

MIIDDLESEX COUNTY

19.50

chester, clinton, Deep River, Durham, East Haddam, East Hampton, Essex, Haddam, Killingworth, old saybrook, westbrook;

NEW HAVEN COUNTY

All Townships excluding Beacon Falls, Middlebury,Milford, Naugatuck, oxford, prospect, seymour, southbury, waterbury and wolcott.

ELEC0208-001 06/01/2009

Rates

Fringes

Electricians:

FAIRFIELD COUNTY

Norwalk (Remainder of Area), weston, westport,

wi 1 ton $ 35. 30

18.52

ELEC0488-002 06/01/2009

Rates

Fringes

Electricians $ 34.80

FAIRFIELD COUNTY

19.80

Bethel, Bridgeport, Brookfield, Danbury, Easton, Fairfield, Monroe, New Fairfield, Newtown, Redding, Ridgefield, shelton, sherman, stratford, Trumbull;

LITCHFIELD COUNTY Except plymouth; NEW HAVEN COUNTY

Beacon Falls, Middlebury, Milford, Naugatuck, oxford, prospect, seymour, southbury, waterbury and wolcott

ENGI0478-001 04/05/2009

Rates

Fringes

Power equipment operators:

GROUP 1. $ 34.05

page 3

17.75+a

GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP

Federal wages

2 $ 33.73

3 $ 32.99

4 $ 32.60

5 $ 32.01

6 $ 31.70

7 $ 31.36

8 $ 30.96

9 $ 30.53

10 $ 28.49

11 $ 28.49

12 $ 28.43

13 $ 29.96

14 $ 27.85

15 $ 27.54

16 $ 26.71

17 $ 26.30

18 $ 25.65

12-18-09 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a

Hazardous waste premium $3.00 per hour over classified rate.
crane with boom, including jib, 150 feet - $1. 50 extra.
Crane with boom, including jib, 200 feet - $2.50 extra.
Crane with boom, including jib, 250 feet - $5.00 extra.
Crane with boom, including jib, 300 feet - $7.00 extra.
Crane with boom, including jib, 400 feet - $10.00 extra a. PAID HOLIDAYS: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled,

the working day before and the working day after the holiday.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Crane handling or erecting structural steel or stone, hoisting engineer (2 drums or over), front end

loader (7 cubic yards or over), work boat 26 ft. and over.

GROUP 2: Cranes (100 ton capacity & over), Excavator over 2 cubic yards, piledriver ($3.00 premium when operator controls hammer).

GROUP 3: Excavator, cranes (under 100 ton rated capacity), gradall, master mechanic, hoisting engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power or operation) Rubber Tire Excavator (drott 1085 or similar); Grader Operator; Bulldozer Fine Grade (slopes, shaping, laser or GPS, etc.)

GROUP 4: Trenching machines, lighter derrick, concrete finishing machine, CMI machine or similar, Koehring Loader (skooper).

GROUP 5: specialty railroad equipment, asphalt spreader, asphalt reclaiming machine, line grider, concrete pumps, drills with self contained power units, boring machine, post hole digger, auger, pounder, well digger, milling machine (over 24' mandrel), side boom, combination hoe and loader, directional driller.

GROUP 6: Front end loader (3 cu. yds. up to 7 cu. yards), bulldozer (Rough grade dozer) .

GROUP 7: Asphalt roller, concrete saws and cutters (ride on types), vermeer concrete cutter, stump grinder, scraper,

page 4

Federal wages 12-18-09

snooper, skidder, milling machine (24" and under Mandrel).

GROUP 8: Mechanic, grease truck operator, hydoblaster, barrier mover, power stone spreader, welder, work boat under 26 ft. transfer machine.

GROUP 9: Front end loader (under 3 cubic yards), skid steer loader (regardless of attachments), bobcat or. similar, forklift, power chipper, landscape equipment (including hydroseeder).

GROUP 10: vibratory hammer,ice machine, diesel & air, hammer, etc.

GROUP 11: Conveyor, earth roller, power pavement breaker (whiphammer), robot demolition equipment.

GROUP 12: wellpoint operator.

GROUP 13: Portable asphalt plant operator, portable concrete plant operator, portable crusher plant operator.

GROUP 14: compressor battery operator.

GROUP 15: Power safety boat, Vacuum truck, zim mixer, sweeper; (Minimum for any job requiring a COL license)

GROUP 16: Elevator operator, tow motoroperator (solid tire no rough terrain).

GROUP 17: Generator operator, compressor operator, pump operator,welding machine operator; Heater operator.

GROUP 18: Maintenance engineer.

IRON0015-002 06/29/2009

Rates

Fringes

Ironworkers: (Reinforcing, Structural and precast

Concrete Erection) $ 32.75

25.08+a

a. PAID HOLIDAY: Labor Day provided employee has been on the payroll for the 5 consecutive work days prior to Labor Day.

LAB00056-003 04/05/2009

Rates

Fringes

Laborers:

(1) $ 24.25

(2) $ 24.50

(3) $ 24.75

(4) $ 26.00

(5) $ 16.00

LABORERS CLASSIFICATIONS

(1) Laborers (unskilled).

(2) Chain saw operators, fence and guard rail erectors, pneumatic tool operators and powdermen.

14.45 14.45 14.45 14.45 14.45

(3) Jackhammer/pavement breaker (handheld), mason tenders/catch basin builders, asphalt rakers, air track operators, block pavers and curb setters.

page 5

Federal wages 12-18-09

(4) Blasters

(5) Traffic control signalmen.

PAINOOII-00l 06/01/2009

Rates

Fringes

painters:

Blast and Spray $ 31.17

Brush and Roll $ 28.17

Tanks, Towers, swing $ 30.17

14.55 14.55 14.55

PAINOOII-003 06/01/2008

Rates

Fringes

Painters: (BRIDGE CONSTRUCTION)

Brush, Roller, Blasting

(sand, Water, etc.) spray ... $ 37.65

14.20

TEAM0064-001 04/05/2009

Rates

Fringes

Truck drivers:

2 Axle Ready Mix $ 27.08

2 AX 1 e $ 26. 98

3 Axle Ready Mix $ 27.13

3 Axle $ 27. 08

4 Axle Ready Mix $ 27.23

4 Axl e $ 27.18

Heavy Duty Trailer 40 tons

and over $ 27.43

Heavy Duty Trailer up to

40 tons $ 27.18

specialized (Earth moving

equipment other than

conventional type on-the-

road trucks and semi-

trailers, including

Euclids) $ 27.23

13.48+a 13. 48+a 13. 48+a 13.48+a 13.48+a 13.48+a

13.48+a 13. 48+a

13.48+a

Hazardous waste removal work receives additional $1.25 per hour.

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and Good Friday, provided the employee has at least 31 calendar days of service and works the last scheduled day before and the first scheduled day after the holiday, unless excused.

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).

In the listing above, the "su" designation means that rates page 6

Federal wages 12-1S-09

listed under the identifier"do not reflect collectively bar9ained wage and fringe benefit rates. other designations indlcate unions whose rates have been determined to be prevailing.

WAGE DETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination

* a wage and Hour Division letter setting forth a posltlon on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. write to:

Branch of construction wage Determinations wage and Hour Division

u.S. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (see 29 CFR part 1.S and 29 CFR Part 7). write to:

wage and Hour Administrator u.S. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice materlal etc.) that the requestor considers relevant to the issue.

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). write to:

Administrative Review Board u.S. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

================================================================

GENERAL DECISION: CT200S0003 10/30/2009 CT3 Date: october 30, 2009

page 7

Federal wages 12-18-09 General Decision Number: CT20080003 10/30/2009

Superseded General Decision Number: CT20070003 State: connecticut

construction Type: Highway

county: New London county in connecticut. HIGHWAY CONSTRUCTION PROJECTS

Modification Number o

1

2

3

4

5

6

7

8

9

10 11 12 13 14 15 16 17 18 19 20 21

* BRCTOOOI-003 10/05/2009

publication Date 02/08/2008 04/11/2008 05/02/2008 OS/23/2008 06/06/2008 07/04/2008 08/22/2008 09/26/2008 10/10/2008 12/26/2008

01/02/2009 01/16/2009 01/30/2009 02/20/2009 02/27/2009 04/17/2009 OS/22/2009 06/05/2009 06/26/2009 07/03/2009 07/24/2009 10/30/2009

Rates

Fringes

BRICKLAYER

BRICKLAYERS, CEMENT

MASONS, CEMENT FINISHERS, PLASTERERS, STONE MASONS .... $ 32.18

CARP0024-002 05/04/2009

19.79

Rates

Fringes

carpenters:

carpenters, piledrivers $ 29.00

Diver Tenders $ 29.00

Divers $ 37.46

ELEC0035-003 06/01/2009

17.80 17.80 17.80

Rates

Fringes

Electricians:

Bozrah, colchester, Franklin, Griswold, Lebanon, Ledyard, Lisbon, Montville, North stonington, Norwich, preston, salem, sprague,

stonington and voluntown .... $ 35.40

page 8

19.51

Federal wages 12-18-09

ELEC0090-003 06/01/2009

East Lyme, Groton, New London, Old Lyme, waterford, plus the part of Ledyard wherein the property of the submarine Base is located

Rates

Fringes

ELECTRICIAN $ 34.95

19.50

ENGI0478-002 04/05/2009

Rates

Fringes

Power equipment operators:

GROUP 1. $ 34.05

GROUP 2 $ 33.73

GROUP 3 $ 32.99

GROUP 4 $ 32.60

GROUP 5 $ 32.01

GROUP 6 $ 31. 70

GROUP 7 $ 31. 36

GROUP 8 $ 30.96

GROUP 9 $ 30.53

GROUP 10 $ 28.49

GROUP 11 $ 28.49

GROUP 12 $ 28.43

GROUP 13 $ 29.96

GROUP 14 $ 27.85

GROUP 15 $ 27. 54

GROUP 16 $ 26.71

GROUP 17 $ 26.30

GROUP 18 $ 25.65

17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a

Hazardous waste premium $3.00 per hour over classified rate.
Crane with 150 ft. boom (including ~ib) : $1. 50 extra.
Crane with 200 ft. boom (including ~ib) : $2.50 extra.
Crane with 250 ft. boom (including Jib) : $5.00 extra.
Crane with 300 ft. boom (including ~ib) : $7.00 extra.
Crane with 400 ft. boom (including Jib) ; $10.00 extra. a. PAID HOLIDAYS: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and Christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled,

the working day before and the working day after the holiday.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Crane Handling or Erecting Structural steel or tone; Hoisting Engineer (2 drums or over); Front End Loader (7 cubic yards or over) work Boat 26 ft. & over.

GROUP 2: Cranes (100 ton rated capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer).

GROUP 3: Excavator; Cranes (under 100 ton rated capacity), Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber tire Excavator (Drott-1085 or similar); Grader operator; Bulldozer Fine Grade (slopes. shaping, laser or GPS, etc.)

page 9

Federal wages 12-18-09

GROUP 4: Trenching machines; Lighter Derrick; concrete Finishing Machine, cmi Machine or Similar; Koehring Loader skooper).

GROUP 5: specialty Railroad Equipment; Asphalt spreader; Asphalt Reclaiming achine; Line Grinder; concrete Pumps; Drills with self Contained Power units; Boring Machine; post Hole Digger; Auger; pounder; well Digger; Milling Machine (over 24" Mandrell); Side Boom; combination Hoe and Loader; Directional Driller.

GROUP 6: Front End Loader (3 cu. yds. up to 7 cubic yards); Bulldozer (Rough grade dozer).

GROUP 7: Asphalt Roller; concrete Saws and Cutters (Ride on Types); Vermeer Concrete Cutter; stump' Grinder; Scraper; snooper; skidder; Milling Machine (24' and under Mandrel).

GROUP 8: Mechanic; Grease Truck operator; Hydroblaster; Barrier Mover; Power Stone spreader; welder; work Boat

Under 26 ft.; Transfer Machine.

GROUP 9: Front End Loader (under 3 cubic yards); skid Steer Loader (regardless of attachments); (Bobcat or similar); Fork Lift; Power chipper; Landscape Equipment (including Hydroseeder).

GROUP 10: vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc.

GROUP 11: conveyor; Earth Roller; Power Pavement Breaker (whiphammer); Robot Demolition Equipment.

GROUP 12: wellpoint Operator.

GROUP 13: Portable Asphalt plant operator; portable concrete plant operator; Portable crusher plant operator.

GROUP 14: compressor Battery Operator.

GROUP 15: power safety Boat; vacuum Truck; zim Mixer; sweeper; (Minimum for any job requiring a COL License)

GROUP 16: Elevator Operator; Tow Motor operator (solid Tire No Rough Terrain).

GROUP 17: Generator Operator; compressor operator; pump operator; welding Machine operator; Heater operator.

GROUP 18: Maintenance Engineer.

IRONOOI5-003 06/29/2009

.-

Rates

Fringes

Ironworkers: (Reinforcing &

structural) $ 32.75

25.08+a

a. PAID HOLIDAY: Labor Day provided employee has been on the payroll for the 5 consecutive work days prior to Labor Day.

LAB00056-003 04/05/2009

Rates

Fringes

page 10

Laborers:

(1) $

(2) $

(3) , $

(4) $

(5) $

LABORERS CLASSIFICATIONS

Federal wages 12-18-09

24.25 24.50 24.75 26.00 16.00

14.45 14.45 14.45 14.45 14.45

(1) Laborers (unskilled).

(2) chain saw operators, fence and guard rail erectors, pneumatic tool operators and powdermen.

(3) Jackhammer/pavement breaker (handheld), mason tenders/catch basin builders, asphalt rakers, air track operators, block pavers and curb setters.

(4) Blasters

(5) Traffic control signalmen.

PAINOOII-002 06/01/2009

Rates

Fringes

painters:

Blast and Spray $ 31.17

Brush and Roll $ 28.17

Tanks, Towers, Swing $ 30.17

14.55 14.55 14.55

PAINOOII-003 06/01/2008

Rates

Fringes

Painters: (BRIDGE CONSTRUCTION)

Brush, Roller, Blasting

(Sand, water, etc.) spray ... $ 37.65

14.20

TEAM0064-003 04/05/2009

Truck drivers:

2 Axle Ready Mix $

2 Axle $

3 Axle Ready Mix $

3 Axle $

4 Axle Ready Mix $

4 Axle $

Heavy Duty Trailer 40 tons

and over $

Heavy Duty Trailer up to

40 tons $

specialized (Earth moving equipment other than conventional type on-the-

road trucks and semi-

trailers, including

Euclids) $ 27.23

Rates Fringes
27.08 13.48+a
26.98 13.48+a
27.13 13.48+a
27.08 13.48+a
27.23 13.48+a
27.18 13.48+a
27.43 13.48+a
27.18 13.48+a 13.48+a

Hazardous waste removal work receives additional $1.25 per hour.

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, christmas Day and Good

page 11

Federal wages 12-18-09

Friday, provided the employee has at least 31 calendar days of service and works the last scheduled day before and the first scheduled day after the holiday, unless excused.

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (i i)) .

In the listing above, the "su" designation means that rates listed under the identifier do not reflect collectively bar~ained wage and fringe benefit rates. other designations indlcate unions whose rates have been determined to be prevailing.

WAGE OETERMINATION APPEALS PROCESS

1.) Has there been an initial decision in the matter? This can be:

* an existing published wage determination * a survey underlying a wage determination

* a wage and Hour Division letter setting forth a posltlon on

a wage determination matter

* a conformance (additional classification and rate) ruling

On survey related matters, initial contact, including requests for summaries of surveys, should be with the wage and Hour Regional office for the area in which the survey was conducted because those Regional offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.

with regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of construction wage Determinations. Write to:

Branch of construction wage oeterminations wage and Hour Division

u.S. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the wage and Hour Administrator (see 29 CFR part 1.8 and 29 CFR Part 7). write to:

wage and Hour Administrator u.S. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

The request should be accompanied by a full statement of the interested party's position and by any information (wa~e payment data, project description, area practice materlal etc.) that the requestor considers relevant to the issue.

page 12

Federal wages 12-18-09

3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the wage Appeals Board). Write to:

Administrative Review Board u.s. Department of Labor

200 constitution Avenue, N.W. washington, DC 20210

4.) All decisions by the Administrative Review Board are final.

END OF GENERAL DECISION

================================================================

GENERAL DECISION: CT20080004 10/30/2009 CT4 Date: october 30, 2009

General Decision Number: CT20080004 10/30/2009

superseded General Decision Number: CT20070004 State: connecticut

construction Type: Highway

County: Hartford county in Connecticut. HIGHWAY CONSTRUCTION PROJECTS

Modification Number o

1

2

3

4

5

6

7

8

9

10 11 12 13 14 15 16 17 18 19 20 21 22 23 24

* BRCT0001-003 10/05/2009

publication Date 02/08/2008 02/15/2008 04/04/2008 04/11/2008 05/02/2008 OS/23/2008 06/06/2008 07/04/2008 08/01/2008 08/22/2008

09/26/2008 10/10/2008 12/26/2008 01/02/2009 01/16/2009 01/30/2009 02/20/2009 02/27/2009 04/17/2009 OS/22/2009 06/05/2009 06/26/2009 07/03/2009 07/24/2009 10/30/2009

Rates

Fringes

BRICKLAYER

BRICKLAYERS, CEMENT

MASONS, CEMENT FINISHERS, PLASTERERS, STONE MASONS .... $ 32.18

19.79

page 13

CARP0024-00S OS/04/2009

Federal wages 12-18-09

Rates

Fringes

carp~nters: (Berlin, Bristol, Burll ngton ,Canton, Marlborough, New Britain, Newin9ton, plainville, Southlngton)

CARPENTERS; PILEDRIVERS S 29.00

DIVER TENDERS $ 29.00

DIVERS $ 37.46

17.80 17.80 17.80

CARP0043-003 OS/04/2009

Rates

Fringes

carpenters: (Avon, Bloomfied, East Granby, East Hartford, East windsor, Enfield, Farmington, Glastonbury, Granby, Hartford, hartland, Manchester, Rocky Hill, simsbury, south windsor, suffield, West Hartford, wethersfield, windsor, windsor Locks)

CARPENTERS;' PILEDRIVERS $ 29.00

DIVER TENDERS S 29.00

DIVERS S 37.46

17.80 17.80 17.80

ELEC003S-002 06/01/2009

Rates

Fringes

Electricians:

Entire county, excluding Berlin, Bristol, Hartland, New Britain, Newington,

Plainville and Southington .. S 3S.40

19.51

ELEC0090-001 06/01/2009

Rates

Fringes

Electricians:

Berlin, Bristol, New Britain, Newington,

plainville, Southington ..... $ 34.9S

19.50

ELEC0488-004 06/01/2009

Rates

Fringes

Electricians:

Hartland Township $ 34.80

19.80

ENGI0478-002 04/0S/2009

Rates

Fringes

Power equipment operators:

GROUP 1. $ 34. OS

GROUP 2 $ 33.73

GROUP 3 $ 32.99

GROUP 4 $ 32.60

page 14

17.7S+a 17.7S+a 17.7S+a 17.7S+a

GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP GROUP

Federal wages

5 $ 32.01

6 , $ 31.70

7 .. " , $ 31.36

8 $ 30.96

9 $ 30.53

10 $ 28.49

11 $ 28.49

12 $ 28.43

13 $ 29.96

14 $ 27.85

15 $ 27.54

16 $ 26.71

17 $ 26.30

18 $ 25.65

12-18-09 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a 17.75+a

Hazardous waste premium $3.00 per hour over classified rate.
Crane with 150 ft. boom (including jib) : $1. 50 extra.
Crane with 200 ft. boom (i ncl udi ng jib) : $2.50 extra.
Crane with 250 ft. boom (including jib) : $5.00 extra.
Crane with 300 ft. boom (including jib) : $7.00 extra.
Crane with 400 ft. boom (including jib) ; $10.00 extra. a. PAID HOLIDAYS: New Year's Day, Good Friday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day and christmas Day, provided the employee works 3 days during the week in which the holiday falls, if scheduled, and if scheduled,

the working day before and the working day after the holiday.

POWER EQUIPMENT OPERATORS CLASSIFICATIONS

GROUP 1: Crane Handling or Erecting Structural Steel or tone; Hoisting Engineer (2 drums or over); Front End Loader (7 cubic yards or over) work Boat 26 ft. & over.

GROUP 2: Cranes (100 ton rated capacity and over); Excavator over 2 cubic yards; Piledriver ($3.00 premium when operator controls hammer).

GROUP 3: Excavator; Cranes (under 100 ton rated capacity), Gradall; Master Mechanic; Hoisting Engineer (all types of equipment where a drum and cable are used to hoist or drag material regardless of motive power of operation), Rubber tire Excavator (Drott-1085 or similar); Grader operator; Bulldozer Fine Grade (slopes. shaping, laser or GPS, etc.)

GROUP 4: Trenching machines; Lighter Derrick; concrete Finishing Machine, cmi Machine or similar; Koehring Loader skooper).

GROUP 5: specialty Railroad Equipment; Asphalt Spreader; Asphalt Reclaiming achine; Line Grinder; Concrete pumps; Drills with self Contained Power units; Boring Machine; Post Hole Digger; Auger; pounder; well Digger; Milling Machine (over 24" Mandrell); side Boom; combination Hoe and Loader; Directional Driller.

GROUP 6: Front End Loader (3 cu. yds. up to 7 cubic yards); Bulldozer (Rough grade dozer).

GROUP 7: Asphalt Roller; Concrete Saws and Cutters (Ride on Types); vermeer Concrete Cutter; Stump' Grinder; scraper; Snooper; skidder; Milling Machine (24' and under Mandrel).

GROUP 8: Mechanic; Grease Truck operator; Hydroblaster;

page 15

Federal wages 12-18-09 Barrier Mover; Power Stone spreader; welder; work Boat under 26 ft.; Transfer Machine.

GROUP 9: Front End Loader (under 3 cubic yards); skid Steer Loader (regardless of attachments); (Bobcat or similar); Fork Lift; Power chipper; Landscape Equipment (including Hydroseeder).

GROUP 10: vibratory Hammer, Ice Machine, Diesel and Air Hammer, etc.

GROUP 11: conveyor; Earth Roller; Power Pavement Breaker (whiphammer); Robot Demolition Equipment.

GROUP 12: wellpoint operator.

GROUP 13: portable Asphalt plant Operator; portable Concrete plant operator; Portable crusher plant operator.

GROUP 14: compressor Battery operator.

GROUP 15: power safety Boat; vacuum Truck; zim Mixer; sweeper; (Minimum for any job requiring a CDL License)

GROUP 16: Elevator operator; Tow Motor operator (solid Tire NO Rough Terrain).

GROUP 17: Generator operator; compressor operator; pump operator; welding Machine operator; Heater operator.

GROUP 18: Maintenance Engineer.

IRONOOI5-002 06/29/2009

Rates

Fringes

Ironworkers: (Reinforcing, Structural and Precast

Concrete Erection) $ 32.75

25.08+a

a. PAID HOLIDAY: Labor Day provided employee has been on the payroll for the 5 consecutive work days prior to Labor Day.

LAB00056-003 04/05/2009

Rates

Fringes

Laborers:

(1) $ 24.25

(2) $ 24.50

(3) $ 24.75

(4) $ 26.00

(5) $ 16.00

LABORERS CLASSIFICATIONS

(1) Laborers (unskilled).

(2) chain saw operators, fence and guard rail erectors, pneumatic tool operators and powdermen.

14.45 14.45 14.45 14.45 14.45

(3) Jackhammer/pavement breaker (handheld), mason tenders/catch basin builders, asphalt rakers, air track operators, block pavers and curb setters.

(4) Blasters

page 16

Federal wages 12-18-09 (5) Traffic control signalmen.

PAIN0011-003 06/01/2008

Rates

Fringes

painters: (BRIDGE CONSTRUCTION)

Brush, Roller, Blasting

(sand, water, etc.) spray ... $ 37.65

14.20

PAIN0011-004 06/01/2009

Rates

Fringes

Painters:

Blast and spray $ 31.17

Brush and Roll $ 28.17

Tanks, Towers, swing $ 30.17

14.55 14.55 14.55

TEAM0064-00S 04/05/2009

Truck drivers:

2 Axle Ready Mix $

2 Axle $

3 Axle Ready Mix ........•... $

3 Axle , $

4 Axle Ready Mix $

4Axle $

Heavy Duty Trailer 40 tons

and over $

Heavy Duty Trailer up to

40 tons $

specialized (Earth moving equipment other than conventional type on-the-

road trucks and semi-

trailers, including

Euclids) $ 27.23

Rates Fringes
27.08 13. 48+a
26.98 13.48+a
27.13 13.48+a
27.08 13. 48+a
27.23 13.48+a
27.18 13.48+a
27.43 13.48+a
27.18 13.48+a 13.48+a

Hazardous waste removal work receives additional $1.25 per

hour. .

a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day and Good Friday, provided the employee has at least 31 calendar days of service and works the last scheduled day before and the first scheduled day after the holiday, unless excused.

WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.

================================================================

unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii».

In the listing above, the "Sun designation means that rates listed under the identifier do not reflect collectively bar9ained wage and fringe benefit rates. Other designations indlcate unions whose rates have been determined to be

page 17

Você também pode gostar