LehnerFindlan Associates ○ Architecture ○ Engineering ○ Surveying ○ Planning

“PHASE 500” (100%) PROJECT MANUAL & SPECIFICATIONS

FILE NO. 071/11368.RMP INDEX NO. 44101

State of Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division

LEWIS CASS BUILDING STAIRWAY PRESSURIZATION AND RENOVATIONS

320 South Walnut Street Lansing, MI 48933

Date: May 08, 2013

LehnerFindlan Associates 17001 Nineteen Mile Road, Suite 3 Clinton Township, MI 48038 Architecture – Engineering 586-412-7050 586-412-7114 fax www.lehnerfindlan.com Surveying - Planning Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DMB-401D (R 3/11) BID SUMMARY DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET

SUBMIT BID TO: OVERNIGHT MAIL TO: FACILITIES AND BUSINESS SERVICES ADMINISTRATION FACILITIES AND BUSINESS SERVICES ADMINISTRATION DESIGN AND CONSTRUCTION DIVISION DESIGN AND CONSTRUCTION DIVISION First Floor, Stevens T. Mason Building 530 West Allegan Street P.O. Box 30026, Lansing, Michigan 48909 Lansing, Michigan 48933 FILE NUMBER INDEX NUMBER AGENCY CODE COMPTROLLER CODE COMMODITY CODE AGENCY NUMBER 071/11368.RMP 44101 *** *** *** 071

DEPARTMENT/AGENCY PROJECT SCOPE OF WORK DESCRIPTION/LOCATION Department Of Technology, Management And Budget Lewis Cass Building – Stair Pressurization and Renovations

BID OPENING DATE FOR AN EXAMINATION OF THE SITE CONTACT: May 29, 2013 @ 2:00 pm Bob Bierwagen, Facility Supervisor, (517) 373-2177

NOTE: SEE SECTION 00100 INSTRUCTIONS TO BIDDERS AND SECTION 00700 GENERAL CONDITIONS PROVIDED WITH THE BIDDING DOCUMENTS. BID: WE PROPOSE TO FURNISH, PERFORM AND COMPLETE THE ENTIRE WORK IN ACCORDANCE WITH THE CONTRACT DOCUMENTS IN CONSIDERATION OF THE BID PRICE (S) STATED BELOW.

FIRM NAME AND COMPLETE ADDRESS TELEPHONE NUMBER

FEDERAL I.D. NUMBER (IF NONE, SOCIAL SECURITY NUMBER)*

□ Qualified Disabled Veteran BIDDER'S SIGNATURE AND TITLE DATE WITNESS' SIGNATURE DATE

*Protected information required for processing payments. Base Bid (from Bid Schedule) (Include specified Allowance): ...... ……….Dollars $______Alternate 1: ...... ……….Dollars $______Alternate 2: ...... ……….Dollars $______Alternate 3: ...... ……….Dollars $______

BID GUARANTEE REQUIRED: A FIVE (5) PERCENT BID SECURITY IS REQUIRED FOR ALL BIDS. A PERFORMANCE BOND AND A PAYMENT BOND ARE REQUIRED FOR ALL BIDS OVER $50,000.00. PERFORMANCE AND PAYMENT BONDS ARE REQUIRED BY SOME STATE AGENCIES ON PROJECTS WITH AN ESTIMATED PROJECT COST OF LESS THAN $50,000.00. NOTE: EACH BID SUBMITTED FOR THIS WORK MUST BE ACCOMPANIED BY A BID GUARANTEE AS SPECIFIED IN THE SECTION 100 INSTRUCTIONS TO BIDDERS. BIDDERS ARE ALSO CAUTIONED TO FAMILIARIZE THEMSELVES WITH ALL OF THE OTHER CONDITIONS OF THE CONTRACT AS SET FORTH THROUGHOUT THE GENERAL CONDITIONS PREFACE TEXT. Project Scope of Work: Project provides for labor and materials for new stairwell pressurization system in three (3) existing egress stairs, minor demolition, new fire rated shaft walls, new exterior doors and hardware, new painting of existing stairwells and new finish surfaces, new abrasive metal nosings over existing stair treads, new stairwell and exterior general, exit and emergency lighting, new exterior metal hand and guard rails, and modifications to existing floor, wall, ceiling and exterior finishes.

× Builders Risk Insurance is provided if marked.

The Bidder must figure its Base Bid on the specified, or Addendum-approved, materials and equipment only. No “or equal” or substitution proposals will be permitted after Bid opening, except as provided in the General Conditions. Contract Time(s): One Hundred Fifty (150) calendar days Addenda: Bidder acknowledges receipt of Addenda: No. ___ dated: ______, No. ___ dated: ______No. ___ dated: ______This Bid Summary is intended to serve as a summary page. Failure to complete this Bid Summary may be cause for the Bid to be rejected.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

State of Michigan Department of Technology, Management and Budget Facilities and Business Services Administration

DCSPEC Bidding and Contract Document Minor Projects

File No. 071 / 11368.RMP Index No. 44101 Department of Technology, Management and Budget

Lewis Cass Building Stairway Pressurization and Renovations

May 8, 2013

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP TABLE OF CONTENTS CONTRACT TABLE OF CONTENTS SECTION TITLE PAGES THRU

DIVISION 00 BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONTRACT CONDITIONS

00010 Pre-Bid Information 00-1 00020 Glossary 00-2 to 00-5 00100 Instruction to Bidders 00-5 to 00-9 00120 Supplementary Instructions 00-10 00200 Information to Bidders 00-10 00700 General Conditions 00-11 to 00-21 00750 Special Working Conditions 00-22 00800 Supplementary Conditions 00-22 00850 Wage Determination Schedule 00-23 00900 Addenda 00-23

DIVISION 01 - GENERAL REQUIREMENTS

01010 Summary of Work 01-1 01020 Allowances 01-1 01025 Measurement and Payment 01-1 01030 Alternates 01-1 to 01-2 01040 Coordination 01-2 01050 Field Engineering 01-2 01060 Regulatory Requirements 01-2 to 01-4 01090 References 01-4 to 01-5 01100 Special Project Procedures 01-5 01200 Project Meetings 01-6 01300 Submittals 01-6 01400 Quality Control 01-7 01500 Construction Facilities and Temporary Controls 01-7 01600 Material and Equipment 01-7 to 01-8 01650 Facility Start-Up 01-8 01700 Contract Close-Out 01-8 01710 Project Record Documents 01-9 to 01-11 01800 Maintenance 01-11

DIVISION 2 – EXISTING CONDITIONS

02 41 19 Selective Demolition 1 to 6

DIVISION 3 – CONCRETE:

NOT APPLICABLE

DIVISION 4 – MASONRY:

04 10 00 Mortar 1 to 3 04 15 00 Masonry Reinforcement 1 to 4 04 22 00 Concrete Masonry Units 1 to 5

DIVISION 5 – METALS:

05 12 00 Structural Steel 1 to 4 05 52 13 Pipe Tube Railings 1 to 4 05 55 00 Stair Treads and Nosings 1 to 2

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DIVISION 6 – WOOD, PLASTICS AND COMPOSITES

06 10 00 Rough Carpentry 1 to 5

DIVISION 7 - THERMAL AND MOISTURE PROTECTION

07 20 00 Thermal Insulation 1 to 3 07 60 00 Flashing and Sheet Metal 1 to 3 07 71 00 Prefabricated Roofing Accessories 1 to 4 07 84 13 Penetration Firestopping 1 to 8 07 92 00 Joint Sealants 1 to 5

DIVISION 8 – OPENINGS:

08 11 13 Hollow Metal Doors and Frames 1 to 9 08 71 00 Door Hardware 1 to 12

DIVISION 9 - FINISHES

09 26 00 Gypsum Board Assemblies and Metal Framing Systems 1 to 8 09 51 13 Acoustic Panel Ceilings 1 to 3 09 65 13.13 Resilient Wall Base 1 to 3 09 69 00 Carpet 1 to 2 09 91 00 Painting 1 to 13

DIVISION 10 – SPECIALTIES:

10 20 00 Architectural Metal Louvers 1 to 4

DIVISION 11 – EQUIPMENT:

NOT APPLICABLE

DIVISION 12- FURNISHINGS:

NOT APPLICABLE

DIVISION 13- SPECIAL CONSTRUCTION:

NOT APPLICABLE

DIVISION 14: CONVEYING EQUIPMENT:

NOT APPLICABLE

DIVISION 21 – FIRE SUPPRESSION:

NOT APPLICABLE

DIVISION 22 – PLUMBING:

NOT APPLICABLE

DIVISION 23 – HEATING VENTILATING AND AIR CONDITIONING

23 05 00 Common Work Results for HVAC 1 to 9 23 05 93 Testing Adjusting and Balancing 1 to 3 23 09 00 Instrumentation and Control for Stairwell Pressurization 1 to 4 23 15 71 Stair Pressurization System 1 to 10 23 31 13 Metal Ducts 1 to 11

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

23 33 00 Air Duct Accessories 1 to 8 23 34 13 Axial HVAC Fans 1 to 4 23 34 23 HVAC Power Ventilators 1 to 5

DIVISION 25 – INTEGRATED AUTOMATION:

NOT APPLICABLE

DIVISION 26 – ELECTRICAL

26 05 00 Common Work Results for Electrical 1 to 3 26 05 10 Basic Electrical Requirements 1 to 4 26 05 19 Low Voltage Conductors and Cables 1 to 3 26 05 33 Raceway and Boxes for Electrical Systems 1 to 6 26 51 00 Interior Lighting 1 to 3

DIVISION 27 – DIVISION 48

NOT APPLICABLE

APPENDICES

APPENDIX I – FORMS APPENDIX II – SPECIAL WORKING CONDITIONS APPENDIX III – SPECIAL PROJECT PROCEDURES APPENDIX IV – PREVAILING WAGE RATES APPENDIX V – ADDENDA APPENDIX VI – CERTIFICATE OF AWARDABILITY

CALCULATIONS – (Bound Herein)

STAIRWELL PRESSURIZATION CALCULATIONS – NORTH/SOUTH STAIRS STAIRWELL PRESSURIZATION CALCULATIONS – CENTRAL STAIRS

SCHEDULES – (Bound Herein)

MASTER COLOR SCHEDULE 1

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DRAWINGS - BOUND SEPARATELY

Code Page Drawing Title

G-001 01 of 37 Cover Sheet

ARCHITECTURAL & STRUCTURAL

A-201 02 of 37 Architectural Basement Floor Plan Overall, Basement Detail Plans Stairs "A" & "C" A-202 03 of 37 Architectural First and Second Floor Plans - Overall A-203 04 of 37 Architectural Third and Fourth Plans-Overall A-204 05 of 37 Architectural Fifth and Sixth Floor Plans- Overall A-205 06 of 37 Architectural Penthouse Floor Plan and Roof Plan- Overall A-206 07 of 37 Architectural 1st through 6th Floor Plans A-207 08 of 37 Architectural 1st through 6th Floor Plans A-208 09 of 37 Architectural Ramp Plans Demo and New, Ramp Elevations, Sections and Details A-209 10 of 37 Architectural Interior Elevations North Stair "A" A-210 11 of 37 Architectural Interior Elevations South Stair "C" A-211 12 of 37 Architectural North Stair “A” & South Stair “C” Basement Mechanical & Electrical Room, Schedules, Typical Reflected Ceiling Plan @ Alcoves Typical Interior Elevations @ Alcoves A-212 13 of 37 Architectural Partial North Stair “A” & South Stair “C” Sections, Partial Exterior Elevations - North & South Ramps A-213 14 of 37 Central Stair “B” Penthouse Roof Plan, and Details

MECHANICAL

M-001 15 of 37 Mechanical Abbreviations and Symbols M-201 16 of 36 Penthouse Mechanical Composite Plan-New M-202 17 of 36 Penthouse Mechanical Plan-New M-203 18 of 37 Second and Third Floors-Mechanical Plans M-204 19 of 37 Basement and First Floors-Mechanical Plans M-205 20 of 37 Mechanical Sections Plans 1 & 2 M-206 21 of 37 Mechanical Sections Plans 3 & 4 M-501 22 of 37 Mechanical Schedules and Details M-502 23 of 37 Mechanical Schedules and Details

ELECTRICAL

E-001 24 of 37 Electrical Abbreviations and Symbols E-101 25 of 37 Basement Lighting Floor Plan-Demolition E-102 26 of 37 First and Second Floor Lighting Plans-Demolition E-103 27 of 37 Penthouse Lighting Plan-Demolition E-201 28 of 37 Basement Lighting Plan-New E-202 29 of 37 First and Second Floor Lighting Plan-New E-203 30 of 37 Third and Fourth Floor Lighting Plan-New E-204 31 of 37 Fifth and Sixth Floor Lighting Plan-New E-205 32 of 37 Penthouse Lighting Plan-New E-206 33 of 37 Penthouse Electrical Power Plan-New E-207 34 of 37 Basement Electrical Power Plan-New E-208 35 of 37 North Stair “A” & South Stair “C” Elevations-New Lighting Sections E-501 36 of 37 Electrical Diagrams and Schedules E-601 37 of 37 Lighting Photometric Calculations

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DIVISION 00

BIDDING REQUIREMENTS, CONTRACT FORMS, AND CONTRACT CONDITIONS

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 00010 PRE-BID INFORMATION

1. Invitation to Bid (ITB)  Your firm is invited to submit a Bid. The State of Michigan as the Owner will receive sealed Bids, delivered to the Department of Technology, Management and Budget, Facilities and Business Services Administration (DTMB-FA), First Floor, Stevens T. Mason Building, PO Box 30026, 530 West Allegan Street, Lansing, Michigan 48909, for

Lewis Cass Building – Stairway Pressurization and Renovation

until 2:00 P.M., local time, on May 29, 2013, when all Bids duly received will be opened publicly and read aloud. The State reserves the right to cancel this Invitation to Bid (ITB) or change the date and time for submitting Bids by announcing same at any time before the established date and time for Bid opening. Bids must remain open for acceptance by the Owner for no less than the Bid hold period. Contractor may agree to extend the Bid hold period. However, any such extension must be based upon no increase in the Bid Price and/or Contract Time.

2. Work Description  The Work, Lewis Cass Building – Stairway Pressurization and Renovation for

Department of Technology, Management and Budget, Agency No. 071, Index No 44101, DTMB File No. 071 / 11368.RMP includes, but is not necessarily limited to:

Project provides for labor and materials for new stairwell pressurization system in three (3) existing egress stairs, minor demolition, new fire rated shaft walls, new exterior doors and hardware, new painting of existing stairwells and new finish surfaces, new abrasive metal nosings over existing stair treads, new stairwell and exterior general, exit and emergency lighting, new exterior metal hand and guard rails, and modifications to existing floor, wall, ceiling and exterior finishes.

The site is located 320 South Walnut Street, Lansing, Michigan, as shown on the Drawings.

2. Bidding Documents  Sets of Bidding Documents may be obtained from the Professional:

LehnerFindlan Associates, 17001 Nineteen Mile Rd., Clinton Township, MI 48038 (586-412-7050).

Bidders can receive bidding documents for a non-refundable amount of $ 75.00, and be payable to the State of Michigan by a certified or cashier’s check or money order drawn upon a bank insured by an agency of the Federal Government, submitted to the Professional for each full set of Bidding Documents requested by any Bidder or any other party.

4. Bid Security  Each Bid must enclose Bid Security, in the amount of five percent (5%) of the Bidder's Base Bid, paid to the “State of Michigan” in the form of a certified or cashier’s check or money order drawn upon a bank insured by an agency of the Federal Government or a bid bond with an authorized surety company.

5. Pre-Bid Conference  A mandatory pre-bid conference will be held at the North Lobby of the Lewis Cass Building, 320 South Walnut Street, Lansing, Michigan on May 20, 2013 at 10:00 am Local Time.

A tour of the project area will be held on the same day, starting immediately after the pre-bid conference. All prospective Bidders are required to attend the tour. Other parties interested in the Work are encouraged to attend the tour. Addenda may be issued, in response to issues raised at the pre-bid conference and tour, or as the Owner and/or Professional may otherwise consider necessary.

6. Equal Employment Opportunity  Covenants to not discriminate in employment by Contractors, Subcontractors and Suppliers required by Law are contained in Instructions to Bidders and General Conditions and are applicable to the Work and any Sub-agreement under the Contract.

7. Contract Times  The Contract Times and the associated liquidated damages are specified in the Contract.

8. Contact Person  All requests or inquiries concerning the Bidding Documents or the Work must be addressed to:

LehnerFindlan Associates, 17001 Nineteen Mile Rd., Clinton Township, MI 48038 (586-412-7050) Attn: Patrick D. Findlan, AIA

9. Award  Subject to any agreed extension of the period for holding Bids, Bids must remain valid for acceptance by the Owner for 60 Calendar Days after the date of Bid opening. In addition, the Owner expressly reserves the right, within the Owner's sole discretion, to reject any or all Bids, to waive any irregularities, to issue post-Bid Addenda and re-bid the Work without re-advertising, to re-advertise for Bids, to withhold the award for any reason the Owner determines and/or to take any other appropriate action.

00-1 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

END OF SECTION 00010

SECTION 00020 GLOSSARY

ActivityAn element in the Progress Schedule establishing a requisite step, or the time and resources required, for completing the part of the Work associated with that Activity.

AddendaWritten instruments that are used by the Owner and/or Professional to incorporate interpretations or clarifications, modifications and other information into the Bidding Documents. An Addendum issued after Bid opening to those Bidders who actually submitted a Bid, for the purpose of re-bidding the Work without re-advertising, is referred to as a post-Bid Addendum.

Agency- Any unit, section, division, department or other instrumentality of the State that benefits from the Work.

AlternateRefers to work specified in the Bidding Documents for which the Bidder must bid an Bid Price.

Apparent Low BidderThat Bidder who’s Base Bid, when added to those specific Alternates the Owner intends to accept, yields the lowest sum of Base Bid and Alternates.

Archaeological FeatureAny prehistoric or historic deposit of archaeological value, as determined by a representative of a State agency that is duly authorized to evaluate such findings and render such judgments. An Archaeological Feature deposit may include, but is not limited to Indian habitations, ceremonial sites, abandoned settlements, treasure trove, artifacts or other objects with intrinsic archaeological value and that relate to the history and culture of the State of Michigan. The Archaeological Features are listed under Section 00800 Supplementary Conditions.

Authorized Technical DataInformation and data contained in a report of exploration and tests of subsurface conditions. Also, any physical data (dimension, location, conditions, etc.) contained in those Drawings of physical conditions of existing surface and subsurface facilities.

Bar Chart ScheduleActivity schedule, in a bar chart format, that accounts for the entire Work at a level of detail commensurate with the Progress Schedule requirements of the Contract Documents.

BidWritten offer by a Bidder for the Work, as specified, which designates the Bidder’s Base Bid and Bid Prices for all Alternates. The term Bid includes a re-bid.

BidderThe Person acting directly, or through an authorized representative, who submits a Bid directly to the Owner.

Bidding DocumentsThe proposed Contract Documents as advertised, and all Addenda issued before execution of the Contract.

Bid Price The Bidder’s price for a lump sum item of work, or the product of the Bidder’s unit price for an item of Unit Price Work times the quantity given on the Bid Form for that item.

Bid SecuritySecurity serving as a guarantee that the Bidder will conform to all conditions.

Bidding RequirementsThe Advertisement, Instructions to Bidders, Supplementary Instructions, Information for Bidders, Bid Form, Bid Form Attachments and qualification submittals, as advertised and as modified by Addenda, and any other Section included within Division 0 of the Bidding Documents for the purpose of governing bidding and award of the Contract.

BoardThe Administrative Board of the State of Michigan.

Bond Security furnished by the Contractor, as required by the Contract Documents.

Business DayAny Day except Saturdays, Sundays and holidays observed by the Owner.

BulletinA request used by the Owner to describe a change in the Work under consideration by the Owner and to request the Contractor to submit a proposal for the corresponding adjustment in Contract Price and/or Contract Time, if any.

Calendar DayEvery day shown on the calendar, Saturdays, Sundays and holidays included.

Cash AllowanceAn Owner-specified sum included within the Contract Price to reimburse the Contractor for the actual purchase/furnished cost of materials and/or equipment or other designated items, as specifically provided in the Contract Documents. Although the scope (e.g., the required quantity) of any Work covered by a Cash Allowance is sufficiently detailed in the Contract Documents for the purposes of bidding the required labor costs, Subcontract costs, construction equipment costs and general conditions costs and Fee, it is understood that the required materials, equipment or other designated items are of uncertain purchase cost at the time of Bid or are yet to be specified in more detail by the Professional as to quality, appearance, durability, finish and such other necessary features affecting purchase price.

00-2 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Change OrderA written order issued and signed by the Owner, which amends the Contract Documents for changes in the Work or an adjustment in Contract Price and/or Contract Time, or both.

Contract AwardThe official action of the Board or the Director-FA awarding the Contract to the Contractor.

Contract DocumentsWritten and graphic documents that form the legal agreement between the Owner and the Contractor, consisting of this document, completed Bid and Contract forms, terms and conditions of the contract, specifications, drawings, addenda, Notice of Award, Notice- to-Proceed and contract change orders.

Contract PriceThe total compensation, including authorized adjustments, payable by the Owner to the Contractor (subject to provisions for Unit Price Work).

Contract TimesThe Contract Times for the entire Work are the periods allowed, including authorized adjustments, for Substantial Completion and final completion of the Work. The Contract Times for a designated portion of the Work are the periods allowed for Substantial Completion and final completion of any such portion of the Work, as specified in the Contract Documents.

ContractorBusiness enterprise with which the Owner has entered into the Contract.

Correction PeriodPeriod during which the Contractor must, in accordance with the Contract Documents, (a) correct or, if rejected, remove and replace Defective Work, and (b) maintain warranties for materials and equipment in full force and effect.

Cost of the Work InvolvedThe sum of all costs that would be, or actually were, necessarily incurred by the Contractor in providing any Work Involved with the related change, less the costs that would be, or would have been, incurred by the Contractor to provide such Work without the related change.

DefectiveAs determined by the Professional, an adjective which when referring to or when applied to the term “Work” refers to (a) Work not conforming to the Contract Documents or not meeting the requirements of an inspection, test or approval, or (b) Work itemized in a Punch List which the Contractor fails to complete or correct within a reasonable time after issuance of the Punch List by the Professional.

DelayAny act or omission or other event that in any manner adversely affects or alters the schedule, progress or completion of all or any part of the Work. Delay is a generic term intended to include deferral, stoppage, slow down, interruption and extended performance, and all related hindrance, rescheduling, disruption, interference, inefficiency and productivity and production losses.

Department (DTMB)Department of Technology, Management and Budget of the State of Michigan.

Director is the Director of the Department.

Director-FA is the Director of DTMB Facilities and Business Services Administration.

DivisionEach of the numbered, distinct parts (starting with Division 0) into which the Specifications are divided.

DrawingsPart of the Contract Documents showing the Work. Drawings must neither serve nor be used as Shop Drawings.

EmergencyA condition affecting the safety or protection of persons, or the Work, or property at or adjacent to the site.

Facilities and Business Services Administration-Entity in the Department responsible for design, construction, and operations and maintenance of facilities.

Fee for the Work Involved (Fee)An established, percentage mark-up on the Cost of the Work Involved which is allowed to the Contractor for (a) reasonable administrative costs, and (b) negotiated, reasonable profit on the Cost of the Work Involved.

Hazardous MaterialAsbestos containing materials (ACMs), Polychlorinated biphenyls (PCBs), petroleum products, such construction materials as paint thinners, solvents, gasoline, oil, etc., and any other like material the manufacture, use, treatment, storage, transportation or disposal of which is regulated by federal, State or local Laws governing the protection of public health, natural resources or the environment.

Invitation To Bid (ITB) -The solicitation document presenting the terms and conditions that will become part of the Contract when the Bid is accepted.

Law(s)Means federal, State and local statutes, ordinances, orders, rules and/or regulations.

MCLThe Michigan Compiled Laws of the State of Michigan.

Means and MethodsIncludes means, methods, techniques, sequences and/or procedures applicable to the Work.

Notice of AwardWritten notice accepting the Bid to the lowest responsive, responsible Bidder and designating the Contract Price (and establishing the Alternates accepted by the Owner).

00-3 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Notice-to-ProceedWritten notice issued by the Project Director directing the Contractor to commence the construction activities and establishing the start date of the Contract Time.

On-Site Inspection–The Professional’s on-site examination of the Contractor’s completed or in progress Work to determine and verify to the Project Director that the quantity and quality of all Work complies with the requirements of the Contract Documents.

OwnerThe State of Michigan, with whom the Contractor has entered into the Contract and for whom the Work is to be provided.

Owner Field RepresentativeA State employee or consultant, acting under the direction of the Project Director, providing on-site, periodic observation and documentation of the Work for compliance with the Contract Documents.

Partial UseUse by the Owner of a designated portion of the Work before accomplishing Substantial Completion of the entire Work. Partial Use does not mean Substantial Completion of the portion of the Work placed in use by the Owner.

PersonIndividuals, partnerships, corporations, receivers, trustees, joint ventures or any other legal entity and any combinations of any of them.

Political SubdivisionAny county, city, village or other local unit of the State, including any agency, department or instrumentality of any such county, city, village or other local unit.

PreAward ScheduleA Qualification Submittal required of the Apparent Low Bidder before Contract Award, and which is used by the Owner in the evaluation of the Apparent Low Bidder’s Bid.

Professional Services Contractor (PSC or Professional)The individual or business entity who has the authority to practice the disciplines required by the Contract Documents. An Agency with appropriate licensing may replace the PSC in their role if a consultant is not used.

Progress ScheduleWork Schedule that shows the Contractor's approach to planning, scheduling and execution of the Work and that accurately portrays completed Work as to sequencing and timing, as provided in the Contract Documents.

ProjectThe total construction, which includes the Work and possibly other work completed by others, as indicated in the Contract Documents.

Project Director-Designated State employee(s) (a) Responsible for directing and supervising the Professional’s services during the period allowed for completion of the Work; and/or (b) Acting as representative for the Owner and for the enforcement of the Contract Documents, approving payment to the Contractor and coordinating the activities of the State, Owner, Professional and Contractor.

Project Manual–The Book of Specifications, containing Division 0 of the Specifications and the technical Specifications.

Provisionary AllowanceAn amount included within the Contract Price to reimburse the Contractor for the cost to furnish and perform Work that is uncertain because, for example, it is indeterminate in scope and may not be shown or detailed in the Contract Documents.

Punch ListA list of minor items to be completed or corrected by the Contractor, any one of which do not materially impair the use of the Work for its intended purpose.

Record DocumentsDrawings, Specifications, Addenda, Change Orders, Change Authorizations, Bulletins, inspection, test and approval reports, photographs, written clarifications and interpretations and all other documents recording, or annotated to show, all revisions and deviations between the as-built installation and the Contract Documents, all approved Submittals and all clarifications and interpretations.

RecordsBooks, reports, documents, electronic data, and other evidence relating to the bidding, award and furnishing and performance of the Work.

Recycled MaterialRecycled paper products, structural materials made from recycled plastics, re-refined lubricating oils, reclaimed solvents, recycled asphalt and concrete, recycled glass products, re-treaded tires, ferrous metals containing recycled scrap metals and all other materials that contain (a) waste materials generated by a business or consumer, (b) materials that have served their intended purpose, and/or (c) materials that have been separated from solid waste for collection, recycling and disposition in the percentage determined by the State as provided by Law.

Request for PaymentThe form provided by the Owner (Payment Request DMB-440) to be used by the Contractor in requesting payment for Work completed, which must enclose all supporting information required by the Contract Documents.

Schedule of ValuesA schedule of pay items, which subdivides the Work into its various parts and which details, for each itemized part, cost and pricing information required for making payments for Work performed. The sum of all pay item costs in the Schedule of Values must equal the Contract Price for the Work.

Shop DrawingsIncludes drawings, diagrams, illustrations, standard schedules, performance charts, instructions and other data prepared by or for the Contractor to illustrate some part of the Work, or by a Supplier and submitted by the Contractor to illustrate items of material or equipment.

00-4 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Soil Erosion and Sedimentation Control–The planning, design and installation of appropriate Best Management Practices designed and engineered specifically to reduce or eliminate the off-site migration of soils via water runoff, wind, vehicle tracking, etc. Soil erosion and sedimentation control in the State of Michigan is regulated under The Natural Resources Environmental Protection Act; Soil Erosion and Sedimentation Control, 1994 PA 451, Part 91, as amended, MCL 324.9101 et seq. Soil erosion and sedimentation control associated with this Contract is monitored and enforced by the DTMB-FA.

SpecificationsParts of the Contract Documents organized into Divisions. "Technical Specifications" means Divisions of the Specifications consisting of technical descriptions of materials, equipment, construction systems, standards and workmanship.

StateThe State of Michigan in its governmental capacity, including its departments, divisions, agencies, boards, offices, commissions, officers, employees and agents. Non-capitalized references to a state refer to a state other than the State of Michigan.

State Construction CodeThe Michigan State Construction Code Act, 1972 PA 230, as amended, MCL 125.1501 et seq.

SubcontractorA Person having an agreement with the Contractor to provide labor at the site and furnishing materials and/or equipment for incorporation into the Work.

SubmittalsIncludes technical Submittals, Progress Schedules and those other documents required for submission by the Contract Documents. The term "technical Submittal" includes Shop Drawings, brochures, samples, Operation and Maintenance (O&M) Manuals, test procedures and any other Submittal the Contract Documents require the Contractor to submit to demonstrate how the items covered, after installation or incorporation into the Work, will conform to the information given in the Contract Documents and be compatible with the design of the completed Work as a functioning whole as indicated in the Contract Documents.

Substantial CompletionThe Work, or a portion of the Work designated in the Contract Documents as eligible for separate Substantial Completion, has been completed in accordance with the Contract Documents as determined by the PSC, to the extent that the Owner can use or occupy the entire Work, or the designated portion of the Work, for the use intended without any outstanding, concurrent Work at the site, except as may be required to complete or correct Punch List items.

SupplierA manufacturer or fabricator, or a distributor, material man or vendor representing a manufacturer or fabricator, who has an agreement with the Contractor to furnish materials and/or equipment.

Underground UtilitiesPipelines, piping, conduit, duct, cables, wells, tanks, tunnels and appurtenances, or other similar facilities, installed underground to convey or support conveyance of potable water, sprinkler or irrigation water, fire protection systems, electricity, gases, steam, petroleum products, sewerage and drainage removal, telephone, communications, cable TV, traffic or control systems.

Unit Price WorkWork involving specified quantities (i.e., related Work quantities) which when performed is measured by the Professional and paid using the measured quantities and unit prices contained in the Contract Documents. Performance of Unit Price Work for undefined quantities is contingent upon conditions encountered at the site, as determined and authorized by the Professional.

Unit Price Work, SpecifiedWork of specified and defined quantities (i.e., quantities are detailed in, and can be taken-off from, the Contract Documents) that when performed is measured by the Professional and paid based on the measured quantities and unit prices contained in the Contract Documents.

Work (as in “the Work,” "the entire Work”)The entire completed Construction required by the Contract Documents. The Work results from furnishing and performing all services, obligations, responsibilities, management, supervision, labor, materials, equipment, construction equipment, general conditions, permits, taxes, patent fees and royalties, testing, inspection and approval responsibilities, warranties, temporary facilities, small tools, field supplies, Bonds, insurance, mobilization, close-out, overhead and all connections, devices and incidental items of any kind or nature required and/or made necessary by the Contract Documents.

Work Involved, any Work InvolvedExisting or prospective Work (a) reflected in any notice, proposal or claim, or (b) reflected in changes ordered or in process, or (c) affected by Delay.

END OF SECTION 00020

SECTION 00100 INSTRUCTION TO BIDDERS

1. PREPARATION OF BID: Execute Bid fully and properly. Submit two copies of Bid Summary Form (DMB-401) in a sealed envelope to the Facilities and Business Services Administration, Design and Construction Division before the opening time when Bids will be publicly opened and read aloud. On the outside of the envelope, identify: i) the Project by name, file number, index number and location; ii) Bidder’s name, complete address and phone number; and iii) type of work bid (general, mechanical, … etc.)

2. BID CONTENTS: Bid Form and Bid Form Attachments must be used and completely filled out to be a valid Bid. All Bid prices must be printed or typed in both words and figures. The Bid will consist of the following forms, which are included in Appendix I: Bids Forms to be submitted All Copy of signed Bid Summary Form (DMB-401);

00-5 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Bid Schedule; Signed Professional Contractor Demographics, Statistics and Certification Form; Signed Certification Regarding Debarment; Suspension, and Other Responsibility Matters Form; Bid Security in the amount of 5% of Base Bid Price; Signature Authorization or copy of the partnership agreement if signed by all partners; Other Forms;

Over $50K Forms listed under All Bids; Payment and Performance Bond (upon issuing the Notice of Award).

Over $100K Forms listed under All Bids; Payment and Performance Bond (upon issuing the Notice of Award); Copy of valid Certificate of Awardability (See Item 3. CERTIFICATE OF AWARDABILITY: below); Preference Certification Form; EMR Rating; Identification of the proposed project superintendent with a resume or list of similar projects handled by that individual; A list of at least three (3) projects completed within the last three (3) years of similar size and complexity, with contact information for references for each.

3. CERTIFICATE OF AWARDABILITY: The Contractor must not discriminate on the basis of religion, race, color, national origin, age, sex, marital status, height, weight, arrest record or disability. Prior to the award of any Contract of $100,000.00 or more, the Michigan Department of Technology, Management and Budget (DTMB) Contract Compliance Representative will notify the Michigan Department of Civil Rights (DCR) Contract Compliance Representative, providing a bid tabulation and providing a description of the recommended awardee(s) including business(es)’ name, business(es)’ designated contact person, last four digits of company(ies)’ tax identification number, business(es)’ address, and business(es)’ contact person telephone number. In the event a contractor doesn’t possess a valid Certificate of Awardability and is the most qualified low bidder, the contractor must immediately submit, upon notification by DTMB, their application to DCR. DO NOT SUBMIT APPLICATION TO DCR UNLESS YOU ARE THE LOW BIDDER.

The time required by DCR to process and render a decision on such application is nine (9) calendar days from the date of transmission of bid tab information by DTMB to DCR. Communications concerning Certificates of Awardability should be directed to: Michigan Department of Civil Rights Business and Community Affairs 3054 West Grand Boulevard, Suite 3-600 , Michigan 48202 Telephone: (313) 456-3822 Fax: (313) 456-3826

4. MICHIGAN PREFERENCE CERTIFICATION: All Bidders submitting Bids in excess of $100,000.00 must complete the Preference Certification Form in Appendix I - Forms. This information will determine if a Bidder qualifies as a "Michigan" business for purposes of application of in-State preference considerations where applicable.

5. QUALIFICATIONS OF BIDDERS/ABILITY TO PERFORM: The apparent Low Bidder must submit to the Professional, within three Business Days after receipt of the Professional’s request, a list of the Subcontractors and a Bar Chart Schedule. The schedule must show sequence of the Work Activities with percentages of completion. Failure to provide the submittals may disqualify the Bid.

6. SIGNATURES: All Bids, notifications, claims, and statements must be signed as follows:

(a) Corporations: Signature of official must be accompanied by a certified copy of the Resolution of the Board of Directors authorizing the individual signing to bind the corporation. (b) Partnerships: Signature of one partner must be accompanied by a signed copy of the legal document (e.g. Power of Attorney or partnering agreement) authorizing the individual signing to bind all partners. If Bid is signed by all partners, no authorization is required. (c) Individual: No authorization is needed. Each signature must be witnessed.

7. BID PRICES: The Bidder’s Base Bid and Alternate Bid prices must include, and payment for completed Work will compensate in full for: all services, obligations, responsibilities, management, supervision, labor, materials, devices, equipment, construction equipment, general conditions, permits, patent fees and royalties, testing, inspection and approval responsibilities, warranties, temporary facilities, small tools, supplies, Bonds, insurance, taxes, mobilization, close-out, overhead and profit and all connections, appurtenances and any other incidental items of any kind or nature, as are necessary to complete the Work, in a neat, first quality, workmanlike and satisfactory manner in accordance with the Drawings and Specifications and as otherwise required to fulfill the requirements of the Bidding Documents. For each Cash Allowance item, the Bidder must include, within the Bid, all labor costs, construction equipment costs, insurance and Bond premiums and other general conditions costs and Fees (Bidder’s and Subcontractors’) to complete Work associated with the material, equipment or other designated item to be furnished under the

00-6 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Cash Allowance. For each Provisionary Allowance, the Bidder must include, within the Bid, insurance, premiums (not recoverable as labor burden) and Bond premiums required to complete Work that may be ordered under Provisionary Allowance.

8. INSPECTION OF BIDDING DOCUMENTS AND SITE CONDITIONS: The Bidder must carefully review and inspect all documents referenced and made part of this ITB, site conditions, all applicable statutes, regulations, ordinances and resolutions addressing or relating to the goods and services under this contract. Failure to do so or failure to acquire clarifications and answers to any discovered conflicts, ambiguities, errors or omissions in the Bidding Documents will be at the Bidder’s sole risk.

9. SAFETY REQUIREMENTS AND LAWS: The Bidder awarded the Contract must comply with all applicable federal, state and local Laws including health and safety regulations, environmental protection, permits and licensing.

10. INTERPRETATIONS AND ALTERATIONS TO THE BID AND BIDDING DOCUMENTS: All requests for clarification or interpretation of the Bidding Documents, all proposals for any modifications to the Bidding Documents, all requests for information and all other questions or inquiries about the Bidding Documents and/or the Work shall be submitted in writing to the Contact Person identified in the Bid Documents. Requests or inquiries received less than seven Calendar Days before the date of Bid opening will be answered only if (a) the response can be given through Addenda made available at least seventy-two hours before Bid opening (counting Business Days only), (b) the Bid opening is postponed by Addendum, or (c) the Work is rebid without readvertising following the issuance of post-Bid Addenda.

Bidders must not rely upon any oral statements or conversations regarding interpretations, clarifications, corrections, additions, deletions or other revisions or information to the Bidding Documents. Any addition, limitation or provision made with or attached to the Bid may render it non-responsive and/or irregular and be a cause for rejection. The Owner reserves the right to issue a post- Bid Addenda after opening the Bids and set a new date for the receipt and opening of sealed Bids. The Bidder acknowledges that any quantities of Unit Price Work given in this ITB are approximate only and payments will be made only for actual quantities of Unit Price Work completed in accordance with the Contract Documents.

11. MODIFICATION OF RECEIVED BID: A modification of a Bid already received will be considered only if the modification shows increase or decrease to the original bid and is submitted in writing in the Bid form(s) and received before the Bid opening time and date. Modifications may be submitted by a fax to (517) 373-3562.

12. BID WITHDRAWAL: Except for timely filed claims of mathematical or clerical errors granted by the State, no Bid may be withdrawn within sixty Calendar Days after the Bid Opening time and date or before the Bid expiration date without forfeiting Bid security. The request to withdraw a Bid due to error must be submitted in writing along with the supporting documents within two Business Days after the date of Bid Opening. The claim must describe in detail the error(s), include a signed affidavit stating the facts of the alleged error(s) and request that the Bidder be released from its Bid. The review of the claim and its supporting documents by the State is only for the purpose of evaluating the Bidder’s request and must not create duty or liability on the State to discover any other Bid error or mistake. The sole liability of any Bid error or mistake rests with Bidder.

13. BID OPENING; OBJECTION TO THE AWARD: Bids will be opened and publicly read at the opening time and date. A Bidder may file a written protest with the Director-FA to object to the Apparent Low Bidder. This objection must be filed within seven Calendar Days after the date of Bid opening and must describe in detail the basis for the protest and request a determination. The Director-FA will either dismiss or uphold the protest and notify the protestor within ten Calendar Days after receipt of the written protest.

14. BID IRREGULARITIES: The following irregularities on any Bid Form or Bid Form Attachment must be resolved as follows: (a) between words and figures, the words must be used; (b) between any sum, computed by the Bidder, and the correct sum, the sum computed by the Bidder must be used; (c) between the product, computed by the Bidder, of any quantity and Bid Unit Price and the correct product of the Unit Price and the quantity of Unit Price Work, the product extended by the Bidder must be used; (d) between a stipulated Allowance and the amount entered, the Allowance must be used; (e) any mobilization pay item exceeding the maximum specified must be ignored and the Bid must remain unchanged; (f) if any Bidder fails or neglects to bid a Unit Price for an item of Unit Price Work but shows an "Bid Price" for that item, the missing unit price must be computed from the respective quantity and the Item Bid Price shown; (g) if any Bidder fails or neglects to show a "Bid Price" for an item of Unit Price Work but bids a unit price, the missing Bid Price must remain as “zero”; and (h) if any Bidder fails or neglects to enter a Bid Price in both words and figures, the Bid Price printed or typed, whether in words or figures, must be used.

15. BID GUARANTEE: Each proposal must be accompanied by either a bank certified or cashier's check on an open, solvent bank or a bid bond with an authorized surety company (the surety must be listed on the current U.S. Department of the Treasury Circular 570) in the amount of five percent of the base bid payable to the State of Michigan, as a guarantee of good faith. If the successful Bidder fails to furnish satisfactory bonds and insurance within fifteen Calendar Days after Notice of Award, such guarantee must be forfeited to the State as liquidated damages. The bid security, exclusive of bid bonds, of all unsuccessful Bidders will be returned when an award is made or upon substitution of a bid bond. The bid security of the successful Bidder will be returned when the performance bond and labor and material bond are approved.

16. REJECTION OF BID: The Bidder acknowledges the right of the Owner to reject any Bids and to waive any informality, defects or irregularity in any Bid received. In addition, the Bidder recognizes the right of the Owner to reject a Bid if:

00-7 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

(a) the Bid is in any way incomplete or irregular; (b) the Bidder, Subcontractor or Supplier is not responsible as determined by the Owner; (c) the Bidder’s performance as a Contractor was unsatisfactory under a prior Contract with the Owner for the construction, repair, modification or demolition of a facility with the Owner, or under any other Contract, which was funded, directly or indirectly, by the Owner; (d) there are reasonable grounds for believing that collusion or unlawful agreements exists between any Bidders, that a Bidder is interested in more than one Bid, or that the Bid is not genuine; (e) the Bid exceeds the funds available; or (f) the Bidder does not have a valid Certificate of Awardability or does not qualify for consideration given to bids received while final certification is still pending.

17. FEDERAL IDENTIFICATION NUMBER: If you are bidding a State job for the first time, you should verify that your federal identification number or social security number is in the State's master system. Failure to verify that this information exists will delay any payments to you. This number is required before any payments can be processed. You can verify your number or be put into the system by contacting the following:

State of Michigan Office of Financial Management Payee Registration P.O. Box 30026 Lansing, Michigan 48909 Telephone (888) 734-9749 Local (517) 373-4111 Fax (517) 373-6458 www.michigan.gov/doingbusiness (Selling to the State) & (How to Register as a Vendor)

18. MATERIALS AND EQUIPMENT: Any Bidder wishing to use manufacturers or materials other than those specified must submit a written request to the Professional not later than seven days before due date for Bids. Request must be accompanied by product data to permit evaluation and comparison with specified products or materials. The Person submitting the request will be responsible for its prompt delivery. The Professional and the Owner will examine and evaluate the product data and if found acceptable, an Addendum will be issued and mailed or delivered to each Person who has received a set of Drawings and Specifications. All Addenda issued must be made a part of the Contract requirements. Contractor will be responsible for any extra work and expense incurred to satisfactorily and completely incorporating each substitute product into the Project.

19. MICHIGAN PRODUCTS AND RECYCLED PRODUCTS: All Contractors and Suppliers are encouraged to provide Michigan-made products and/or recycled products and/or green products and/or environmentally-friendly products whenever possible where price, quality, and performance are equal to, or superior to, non-Michigan products and the requirements of the Contract Documents. The Contractor will be required to use alternatives to landfills for waste disposal such as reuse or recycle of asphalt, bricks, concrete, masonry, plastics, paint, glass, carpet, metals, wood, drywall, insulation and any other waste materials to the extent practical.

20. PRE-AWARD SUBMITTALS: If requested, the Apparent Low Bidder must submit a summary of preliminary technical data on each product listed in Section 23 15 71 “Stair Pressurization System, (1.5 E)”. The Apparent Low Bidder will furnish this summary data to the Professional within forty-eight hours of the Bid Opening. These submittals will be used to evaluate the Bid before the award. Failure to provide the submittals may disqualify the Bid.

21. CONTRACT AND CONTRACT AWARD: The Owner intends to award a Contract to the responsive and responsible best value bidder, except as provided below relative to veteran’s preference. The Apparent Low Bidders will be evaluated for responsiveness and responsibility based on the following:

 Compliance with the bid specifications and requirements.  The Bidder’s financial resources.  The Bidder’s technical capabilities.  The Bidder’s technical experience.  The Bidder’s past performance.  The Bidder’s insurance and bonding capacity.  The Bidder’s business integrity.

If a qualified disabled veteran meets the requirements of the contract solicitation and with the veteran’s preference is the lowest Bidder, the Owner will award the contract to the qualified disabled veteran bidder. A determination as to whether the requirements of the bid solicitation have been met will be based solely on the Owner’s and Professional’s evaluation of the Bid Summary, Bid Attachments, Bidder-provided documents, and interview.

00-8 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Each bid requesting the Qualified Disabled Veterans (QDV) preference, in accordance with Public Act 22 of 2010, MCL 18.1241.3 shall include a DD214 Proof of Service and Discharge, a Veterans Administration rating decision letter, proof of disability (if the disability is not indicated on the DD214), and appropriate legal documents setting forth the 51% natural persons QDV ownership.

The bids will be evaluated for best value based on price and qualitative components by comparing the qualitative components of the three lowest responsive and responsible Bidders. The comparison may also include other Bidders whose bids are within 10% of the lowest responsive and responsible Bidder. Determination of the lowest three Bidders shall be on the basis of the sum of the Base Bid and any additive and deductive Alternates the Owner accepts, in the order in which they are listed only. The Owner will accept an Alternate only if all other previously listed Alternates are also accepted, unless acceptance by the Owner of Alternates in a different order does not affect determination of the lowest three bidders in any way.

Some qualitative components that may be evaluated are:

 Technical approach.  Quality of proposed personnel.  Management plans.  ADD ANY OTHER PROJECT SPECIFIC

For contracts under $250,000, best value will primarily be based on the lowest responsive and responsible bid.

Determination of the lowest three Bidders shall be on the basis of the sum of the Base Bid and any additive and deductive Alternates the Owner accepts as listed in the Bid Summary Form. Alternates shall be accepted in the order listed. The Owner will accept an Alternate only if all other previously listed Alternates are also accepted, unless acceptance by the Owner of Alternates in a different order does not affect determination of the lowest three bidders in any way.

The Contractor will be required to submit applicable bonds and insurance. Upon acceptance by the State, this document will constitute the Contract and the executed duplicate will be returned to the Contractor. The Contract, however, is not in force until the Contractor has complied with all of the requirements of insurance and bonds.

22. CONTRACT TIME; LIQUIDATED DAMAGES: Work of all trades as specified in the Contract Documents must be completed (in 150 calendar days from the date of Notice-to-Proceed except for minor replacement, correction, or adjustment items which do not interfere with the complete operation and utilization of all parts of the Contract Work. This Contract Time is of the essence and liquidated damages for each Calendar Day that expires after this Substantial Completion of the entire Work must be in the amount of $ 500. Liquidated damages are not a penalty, are cumulative and represent a reasonable estimate of the Owner’s extra costs and damages, which are difficult to estimate with accuracy in advance.

23. MOBILIZATION: If used in the Specifications/Bid schedule, all the up-front costs incurred by the Contractor must be covered by the mobilization. The costs to establish temporary site offices, to obtain required permits for commencing the Work and for bonds and insurance premiums are examples of costs to the Contractor that are covered by mobilization pay item. This cost must not exceed four percent (4%) of the Base Bid, unless otherwise expressly provided in the Bidding Documents.

24. SOIL EROSION AND SEDIMENTATION CONTROL: All Work under this Contractmust meet the storm water management requirements of the Project and comply with the applicable Soil Erosion and Sedimentation Control (SESC) rules and regulations and specific provisions for same within the Contract Documents. SESC measures will be monitored and enforced by the Facilities and Business Services Administration, or another authorized enforcing agency if so delegated, through the review of the Contractor’s implementation plans and site inspections. Facilities and Business Services Administration or the Professional will notify the Contractor in writing of any violation(s) of the applicable SESC statutes and/or the corrective action(s) undertaken by the Owner and may issue stop work orders. Facilities and Business Services Administration has the right to assess a fine to the Contractor for noncompliance with the provisions of the Contract Documents and/or SESC regulations applicable to this Work and fines must be in addition to any other remediation costs or liquidated damages applicable to the Project and may exceed the value of the Contract.

END OF SECTION 00100

00-9 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 00120 SUPPLEMENTARY INSTRUCTIONS

The provisions of this Section amend or supplement Section 00100 Instructions to Bidders and those other provisions of the Bidding Requirements that are indicated below. All other Bidding Requirements that are not so amended or supplemented remain in full force and effect. **** END OF SECTION 00120

SECTION 00200 INFORMATION TO BIDDERS

Your proposal must be received on or before the Bid opening date and the time stated in the Bidding Documents. NOTE: Some express mail services guarantee delivery by 3:00 p.m. However, your Bid WILL NOT BE ACCEPTED IF NOT received at Facilities and Business Services Administration by the 2:00 p.m. time required. Before sealing the envelope, check to be sure that:

1. The Bid Summary and the proposal forms are signed. 2. The Base Bid, Alternates and unit prices are filled in. 3. If required, bid security is signed by the Bidder and the surety company and included. 4. All Addenda received are acknowledged. 5. Signature authorization is included. 6. Certificate of Awardability is enclosed (if required).

The purpose of the pre-bid conference and inspection is to answer questions and provide an inspection tour of the Project site at the scheduled time on the day of the meeting. A representative will be available to assist the Contractors. Other inspection visits may be allowed if needed. Individuals needing special services to fully participate in the meeting due to a disability may contact Bob Bierwagen, Facility Supervisor at (517) 373-2177.

1. UNDERGROUND UTILITIES

Information or data about physical conditions of existing Underground Utilities, which have been used by the Professional in preparing the Bidding Documents, is shown or indicated in the Drawings and technical Specifications and those Underground Utility drawings itemized immediately below.

2. PERMITS, APPROVALS, LICENSES AND FEES

2.1 If the Owner has secured or will secure any permits, approvals and licenses and has paid or will pay any associated charges and fees, any such permits, approvals and licenses are itemized in this paragraph:

Plan Review Fees Only

2.2 If any permits, approvals and licenses itemized above have been obtained by the Owner and the fees have been paid, copies of those permits, approvals, licenses and corresponding fee receipts, are attached to this Section 00200 Information for Bidders.

Except for any permits, approvals, licenses and fees identified above, the Contractor shall be responsible for all permits, approvals, licenses and fees applicable to Work.

3. SEQUENCING REQUIREMENTS

Refer to the technical Specifications, including, but not limited to the General Requirements, for information, data and criteria on sequences of Work restraints, construction and maintenance of service to existing facilities, which, if provided, must govern the selection of Work sequences. Each Bidder must be responsible for any conclusions or interpretations the Bidder makes related to the selection of sequences and Means and Methods, based on the technical data made available, and/or those additional investigations or studies made or obtained by that Bidder.

END OF SECTION 00200

00-10 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 00700 GENERAL CONDITIONS

1. Interpretations: Any requests for clarifications or interpretations of the Contract Documents must be in writing to the Professional, who will issue written clarifications or interpretations as appropriate. If the Contractor believes that such clarification or interpretation justifies an adjustment to the Contract Price/Time, the Contractor must promptly notify the Professional in writing before proceeding with the Work Involved.

1.1 Standards: The Contract Documents describe the entire Work. The provisions of the Contract Documents must govern over any standard specifications, manual or code of any technical society, organization or association but, if lower than the standards set by any Law applicable to the Work or the Project, the higher standards must govern. The Contractor’s responsibilities extend to cover Subcontractors and Suppliers if liable as a result of their actions or obligations.

1.2 Contract Time Computation: The time to complete the Work must be made in Calendar Days and must include both the first and last day. The first day is established by the Notice-to-Proceed.

1.3 Technical Specifications and Priority: The following applies whenever priority is called for in Contract Documents: specifications must govern Drawings; figured dimensions must govern scaled dimensions; detail drawings must govern general drawings; Drawings must govern Submittals.

1.4 Indemnification: The Contractor is required to defend, indemnify and hold harmless the Owner and the Professional, their employees, agents, servants, and representatives from and against all claims, suits, demands, actions of whatever type and nature and all judgments, costs, losses and damages, whether direct, indirect or consequential including, but not limited to, charges of architects, engineers, attorneys and others and all court, hearing and any other dispute resolution costs arising from: (a) any patent or copyright infringement by the Contractor; (b) any damage to the premises or adjacent lands, areas, properties, facilities, rights-of-way and easements, including loss of use to the business and property of others as a result of Contractor’s operations; (c) any bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use due to or related to the Work and caused in whole or in part by the Contractor or Subcontractor or Supplier’s negligence, omissions or failure to maintain the required insurance and coverage and; (d) a failure by the Contractor to appropriately handle Hazardous Materials for the Work or the Contractor’s operations in compliance with the Owner requirements and/or applicable Laws and regulations.

The indemnification obligations are not affected by the limitation on the amount and types of damages, compensation or benefits payable by or for the Contractor or Subcontractor or Supplier under worker’s or workman’s compensation acts, disability benefit acts or other employee benefit acts.

1.5 Contract Documents Ownership: The State is the owner of the Contract Documents. The Contractor, Subcontractor or Supplier must not reuse any of the documents on any other Project without prior consent of the State and Professional. The Professional will furnish on behalf of the Owner at no cost to the Contractor, up to ten copies of Drawings and Project Manual.

2. General Provisions

2.1 Owner: the Project Director and/or Owner Field Representative will represent the Owner. Neither the Project Director nor the Owner Field Representative has the authority to interpret the requirements of the Contract Documents or to authorize any changes in the Work or any adjustment in Contract Price/Time. The State will provide the necessary easements for permanent structure and permanent changes in existing lands, areas, properties and facilities. However, the Contractor must obtain, at no increase in Contract Price/Time, permits for any other lands, areas, properties, facilities, rights-of-way and easements required by the Contractor for temporary facilities, storage, disposal of soil or waste material or any other purpose. The Contractor must submit copies of the permits and written agreements to the Owner. The Contractor must engage a registered land surveyor to establish the necessary reference points and/or base lines for construction and must be responsible for protecting them including benchmarks and Project elevations.

2.2 Professional: Acting as the Owner’s representative during the Contract Time period, the Professional will endeavor to guard the Owner from Defective work and to keep the Owner informed of the progress of the Work. Unless delegated by specific written notice from the Owner, the Professional and the Professional’s representatives do not have the authority to authorize any changes in the Work or any adjustment in Contract Price/Time. The On-site Inspections by the Owner Field Representative and/or the Professional do not relieve the Contractor from its obligation to provide the Work in accordance with the Contract Documents or represent acceptance of Defective Work.

2.3 Contractor: The Contractor must manage, supervise, and direct the Work competently, applying the management, supervision, skills, expertise, scheduling, coordination and attention necessary to provide the Work in accordance with the Contract Documents with a minimum disturbance to or interference to the business operations on site or adjacent properties. The Contractor must assign and maintain a competent full-time superintendent on the Work, as its representative, at all times while Work is being done on site and must not be replaced without the Owner’s consent. The Contractor shall enforce good order among its employees and shall not employ on the work any disorderly, intemperate, or unfit persons, or not skilled in the work assigned to them. The Contractor is solely responsible for his Means and Methods, safety precautions and programs related to safety, the Contractor’s

00-11 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

failure to execute the Work in accordance with the Contract Documents and any act of omissions by the Contractor, Subcontractor or Supplier. The Contractor must compare Contract Documents for conflicts, unworkable or unsafe specified Means and Methods and verify against manufacturer’s recommendations for installations and handling and must notify the Professional in writing of the discovery of any such conflicts or errors. The Contractor is required to furnish certifications that lines and grades for all concrete work were checked before and after placing concrete, and that final grades are as required by the Contractor Documents. Wherever required, the Contractor must be responsible for all cutting, fitting, drilling, fixing-up, and patching of concrete, masonry, gypsum board, piping and other materials that may be necessary to make in-place Work and dependent Work fit together properly. The Contractor must restore to pre-existing conditions all walks, roadways, paved or landscaped areas and other real and personal property not designated for alteration by the Contract Documents. The Contractor must maintain at the site one copy of material safety data sheets (MSDS) and one copy of all as-built/Record Documents in good order and annotated in a neat and legible manner to show: (a) all revisions made, (b) dimensions noted during the furnishing and performance of the Work, and (c) all deviations between the as-built installation and the Contract Documents, all approved Submittals and all clarifications and interpretations. The Contractor must maintain and furnish promptly to the Owner and the Professional upon their request daily field reports recording the on-site labor force and equipment (Contractor and Subcontractors); materials/equipment received; visits by Suppliers; significant in-progress and completed trade Work within major areas; and other pertinent information. The Contractor is obligated to act to prevent threatened damage, death, injury or loss without any special instruction in emergencies and must give the Owner prompt written notice of any changes in Work resulting from the action taken for review and approval.

2.4 Subcontractors and Suppliers: The Owner assumes no contractual obligations to anyone other than the Contractor. All trade construction Drawings must be field coordinated before fabrication and/or installation. The Owner reserves the right to reject or revoke, for its convenience, any approved Subcontractor/Supplier. Work performed by any Subcontractor or Supplier must be through an appropriate written agreement that: (a) expressly binds the Subcontractor/Supplier to the requirements of the Contract Documents, (b) requires such Subcontractor or Supplier to assume toward the Contractor all the obligations that the Contractor assumes toward the Owner and the Professional, and (c) contains the waiver of rights and dispute resolution provisions.

3. Bonds and Insurance:

3.1 Both the Performance Bond and Payment Bond must remain in effect from the date of Contract Award until final completion of the Work or the end of Correction Period, whichever comes later. Insurance must be provided by insurers authorized to do business as insurer in the State. The surety bonds required for a Construction Contract will not be accepted by Facilities and Business Services Administration unless the surety bonding company is listed in the current United States Government, Department of Treasury’s, Listing of approved sureties (bonding/insurance companies), Department Circular 570. This circular is published annually every July 1, in the Federal Register solely for providing a listing of companies holding certificates of authority as acceptable sureties on Federal bonds and as acceptable reinsuring companies required to provide bonds to the United States Government. Copies of the current Circular listing may be obtained through the internet web site at http://www.fms.treas.gov/c570/c570.html. Also, insurers must have an “A-“ A.M. Best Company Rating and a Class VII or better financial size category as shown in the most current A.M. Best Company ratings. The insurance company must attach evidence that it is authorized by the Department of Energy, Labor and Economic Growth, Office of Financial and Insurance Services (OFIS) to do business as an insurer in Michigan. The State must be named as an additional insured on the General Liability Insurance policy. These certificates must specify the Project Index No., Project Title, and a description of the Project scope of work. The Contractor agrees that insurance coverage afforded under the policies as such coverage relate to the State under this Contract as determined by the Contractor will not be modified or canceled without at least thirty calendar days prior written notice to the State. To view the latest A.M. Best’s Key Ratings Guide and the A.M. Best’s Company Reports (which include the A.M. Best’s Ratings) visit the A.M. Best internet web site at http://www.ambest.com. The Contractor must not perform any part of the Work unless the Contractor has in full force and effect all the required insurance.

3.2 The Apparent Low Bidder is required to provide proof of the minimum levels of insurance coverage as indicated below. The purpose of this coverage must be to protect the State from claims which may arise out of or result from the Contractor’s performance of services under the terms of this Contract, whether such services are performed by the Contractor, or by any subcontractor, or by anyone directly or indirectly employed by any of them, or by anyone for whose acts they may be liable.

The Contractor waives all rights against the State for recovery of damages to the extent these damages are covered by the insurance policies the Contractor is required to maintain pursuant to this Contract. The Contractor also agrees to provide evidence that all applicable insurance policies contain a waiver of subrogation by the insurance company.

All insurance coverages provided relative to this Contract/Purchase Order is PRIMARY and NON-CONTRIBUTING to any comparable liability insurance (including self-insurances) carried by the State.

The Insurance must be written for not less than any minimum coverage herein specified or required by law, whichever is greater. All deductible amounts for any of the required policies are subject to approval by the State.

The State reserves the right to reject insurance written by an insurer the State deems unacceptable.

00-12 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

BEFORE THE CONTRACT IS SIGNED BY BOTH PARTIES OR BEFORE THE PURCHASE ORDER IS ISSUED BY THE STATE, THE CONTRACTOR MUST FURNISH TO THE DIRECTOR OF THE FACILITIES AND BUSINESS SERVICES ADMINISTRATION, DESIGN AND CONSTRUCTION DIVISION CERTIFICATE(S) OF INSURANCE VERIFYING INSURANCE COVERAGE. THE CERTIFICATE MUST BE ON THE STANDARD “ACCORD” FORM. THE CONTRACT OR PURCHASE ORDER NUMBER MUST BE SHOWN ON THE CERTIFICATE OF INSURANCE TO ASSURE CORRECT FILING. All such Certificate(s) are to be prepared by the Insurance Provider and not by the Contractor. All such Certificate(s) must contain a provision indicating that coverages afforded under the policies WILL NOT BE CANCELLED, MATERIALLY CHANGED, OR NOT RENEWED without SIXTY days prior written notice, except for 10 days for non-payment of premium, having been given to the Director of Design and Construction Division, DTMB-FA. Such NOTICE must include the CONTRACT NUMBER affected and be mailed to the Project Director.

The Contractor is required to provide the type and amount of insurance below:

A. Commercial General Liability Insurance with a limit of not less than $1,000,000 each occurrence. If such CGL insurance contains a general aggregate limit, it must apply separately to this project.

The Contractor must list the State, its departments, divisions, agencies, offices, commissions, officers, employees and agents as ADDITIONAL INSUREDS on the Commercial General Liability policy.

B. Contractor must have vehicle liability insurance for bodily injury and property damage as required by law on any auto including owned, hired and non-owed vehicles used in the Contractor’s business.

The Contractor must list the State, its departments, divisions, agencies, offices, commissions, officers, employers and agents as ADDITIONAL INSUREDS on the vehicle liability policy.

C. Worker’s disability compensation, disability benefit or other similar employee benefit act with minimum statutory limits. NOTE: (1) If coverage is provided by a State fund or if Contractor has qualified as a self-insurer, separate certification must be furnished that coverage is in the state fund or that Contractor has approval to be a self-insurer; (2) Any citing of a policy of insurance must include a listing of the States where that policy’s coverage is applicable; and (3) This provision must not be applicable where prohibited or limited by Michigan law.

D. Employer’s Liability Insurance with the following minimum limits:

$1,000,000 each accident $1,000,000 each employee by disease $1,000,000 aggregate disease

Liability Insurance must be endorsed to list as additional insureds the Professional’s consultants and agents. Worker’s Compensation, Employer’s Liability Insurance and all other liability insurance policies must be endorsed to include a waiver of rights to recover from the Owner, Professional and the other additional insureds. The Contractor’s liability insurance must remain in effect through the Correction Period and through any special correction periods. For any employee of the Contractor who is resident of and hired in Michigan, the Contractor must have insurance for benefits payable under Michigan’s Worker’s Compensation Law. For any other employee protected by Worker’s Compensation Laws of any other state, the Contractor must have insurance or participate in a mandatory state fund, where applicable, to cover the benefits payable to any such employee. These requirements must not be construed to limit the liability of the Contractor or its insurers. The Owner does not represent that the specified coverage or limits of insurance are sufficient to protect the Contractor’s interests or liabilities.

3.3 Builder’s Risk Insurance: If indicated on the Bid Summary, the Owner will purchase and maintain property insurance for 100% of actual cash replacement value of the insurable Work while in the course of construction, including foundations, additions, attachments, and all fixtures, machinery and equipment belonging to and constituting a permanent part of the building structures. The property insurance also will cover temporary structures, materials and supplies to be used in completing the Work, only while on the building site premises or within five hundred feet of the site. The property insurance insures the interests of the Owner, Contractor and all Subcontractors and Suppliers at any tier as their interest may appear. The property insurance insures against “all risk” of physical loss or damage to the extent usually provided in policy forms of insurers authorized to transact this insurance in Michigan, but will be subject to a deductible of $10,000 for each loss occurrence. A copy of the master insurance policy will be kept at Facilities and Business Services Administration, for review by the Contractor and Subcontractors. The Contractor must cooperate with the Owner in determining the actual cash replacement value of any insured loss. Any deductible amount must be paid by the Contractor. The Owner may purchase and maintain for its benefit boiler and machinery insurance.

3.4 The Owner and Contractor intend that the required policies of property insurance must protect all the parties insured and provide primary coverage for all losses and damages caused by the perils covered. Accordingly, to the extent that the insurance company pays claims, the Owner and the Contractor and its Subcontractors/Suppliers waive all rights against each other for any such losses and damages and also waive all such rights against the Professional and all other persons named as insureds or additional insureds.

00-13 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

4. Prosecutions; Substantial Completion:

4.1 The Contractor must not start the Work at the site before the first day established by the Notice to Proceed. A pre-construction conference will be held with the Contractor to review its Progress Schedule, qualifications of its key personnel, its proposed access to the site, traffic and parking, procedures for submittal, change orders, etc., and to exchange emergency telephone numbers. The Contractor must use its accepted Progress Schedule when making proposals or claims for adjustment in Contract Time/Price.

4.2 Except in an Emergency, all Work at the site must take place during normal working hours; 6:00 AM to 6:00 PM, during Business Days and in accordance with the special working conditions for the Agency. If the Contract Documents allow work outside the normal hours, the Contractor must provide a written notice to the Owner twenty-four hours before performing such Work and must reimburse the Owner any related increase in the costs incurred by the Owner such as overtime charges of the Professional and payments for custodial and security personnel.

4.3 If, upon inspection and completing all pre-requisite testing of the Work, the Contractor considers that a portion of the work or all of the Work is substantially completed, it must provide a list of items to be corrected or completed to the Owner and the Professional for joint inspection. Within ten Calendar Days of this joint inspection, the Professional will deliver to the Owner and Contractor a list of incomplete/Defective work or a Certificate of Substantial Completion with a Punch List. The certificate must: (a) fix a reasonable date of Substantial Completion, (b) fix a date for completion of the Punch List, and (c) recommend the division of responsibilities between the Owner and Contractor for utilities, security, safety, insurance, maintenance, etc. Upon issuing the certificate, the Owner will pay for the completed Work subject to (a) withholding of two hundred percent of the value of any uncompleted Work, as determined by the Professional, and (b) any other deductions as the Professional may recommend or may withhold to cover Defective work, liquidated damages and the fair value of any other items entitling the Owner to a withholding. Prerequisites for Substantial Completion, over and above the extent of Work completion required, include (a) receipt by the Owner of operating and maintenance documentation, (b) all systems have been successfully tested and demonstrated by the Contractor for their intended use, and (c) the Owner having received all required certifications and/or occupancy approvals from the State and those Political Subdivisions having jurisdiction over the Work. Receipt of all certifications and/or occupancy approvals from those Political Subdivisions with jurisdiction in and of itself does not necessarily connote Substantial Completion. The Contractor must provide all related operating and maintenance (O&M) documentation to the Owner before training if training is required and not later than Substantial Completion otherwise. The Contractor must give the Owner the final O&M documentation (with revisions made after Substantial Completion) before the request for final payment.

4.4 The Owner may decide to use, at its sole option, any functioning portion of the Work and will inform the Contractor in writing of the decision. The portion of Work to be used must be jointly inspected to determine the extent of completion if it has not undergone the inspection for Substantial Completion. The Professional must prepare a list of items to be corrected/completed and the Owner will allow the Contractor reasonable access to correct/complete the listed items and finish other work.

5. Warranty; Tests, Inspections and Approvals; Corrections of Work:

5.1 Warranty: The Contractor must furnish the State with a written guarantee to remedy any defects due to faulty materials or labor which appear in the Work within one year from the date of final acceptance by the State. This warranty excludes defect or damage caused by (a) abuse, modification by others, insufficient or improper operation or maintenance, or (b) normal wear and tear under normal usage. Manufacturer warranties for materials and equipment received by the Contractor must be assigned and promptly delivered to the Owner at Substantial Completion. The warranties period starts from the date of the substantial completion and must be in full force and effect for the entire duration of the Correction Period.

5.1.1 Roof Warranty: For roofing systems, the following warranties are required as minimum:

(a) A two-year contractors warranty against any defects due to faulty materials or labor; (b) A fifteen-year manufacturer’s total system warranty; and (c) A twenty-year membrane/shingles/tiles warranty.

5.2 Tests, Inspections and Approvals: The Owner will perform or retain a professional/agency to perform inspections, tests or approvals for those materials required to meet quality control standards specified in the Contract Documents. However, the Contractor must assume full responsibility for any testing, inspection or approval (a) required to meet code requirements, as promulgated by code inspecting authorities; (b) required by Law; (c) indicated or required by the Contract Documents; (d) required for the Professional’s acceptance of a Supplier, materials or equipment or mix designs submitted for prior approval by the Contractor; or (e) Defective work, including an appropriate portion of the Delay and costs occasioned by discovery of Defective work. The Contractor must (a) pay all related costs; (b) schedule related activities; and (c) secure and furnish to the Professional the required certificates of inspection, testing or approval. The Contractor must provide proper and safe access to the site for inspection, testing or approval. The Contractor must provide the Professional a timely notice whenever any Work is ready for inspection, testing or approval. If the Contractor covers any Work without proper approval by the Professional as required by the

00-14 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Contract Documents, the Contractor must, at its own expense, uncover, expose or otherwise make available, when requested by the Professional or Owner, for testing, inspection or approval of the covered Work.

5.3 Correction of Work: If any testing, inspection or approval reveals Defective Work and the Work is rejected by the Professional, the Contractor, at its sole expense, must promptly, as directed, correct or remove the Defective Work from the site and replace it with non-Defective Work within the Correction Period. The Contractor must bear responsibility for its proportionate share of the Delay and costs resulting from the correction and/or removal and replacement of Defective Work. If the Contractor, within reasonable and agreed upon time after receipt of written notice, (a) fails to correct Defective Work or remove and replace rejected Work, or (b) fails to correct or complete items on any Punch List, or (c) fails to perform Work in accordance with the Contract Documents, or (d) fails to comply with any other provision of the Contract Documents, the Owner, directly or through others, after seven Calendar Days from the date of the written notice to the Contractor, may correct and remedy the Defective Work. To the extent necessary to correct and remedy such Defective Work, the Owner must be allowed to exclude the Contractor from all or part of the site; take possession of all or part of the Work and stop related operations of the Contractor; take possession of the Contractor’s tools, plant and office and construction equipment at the site; and incorporate into the Work materials and equipment for which the Owner has paid the Contractor. The Contractor must allow the Owner and the Professional easy access to the site to correct such Defective Work. The Owner must be entitled to an appropriate decrease in Contract Price for all claims, costs, losses, damages and Delay incurred or sustained by the Owner which are attributable to the Contractor. Such costs may include, but not limited to, costs of correction or removal and replacement of Defective Work, costs of repair and replacement of other work destroyed or damaged by the action and related charges of the Professional. If the discovery of the Defective Work takes place after final payment and the Contractor fails to correct and pay the Owner any of these costs, the Owner must demand due performance under the Performance Bond. Until the period of limitation provided by Michigan Law, the Contractor must promptly, and upon receipt of written notice from the Owner, correct Defective Work. In the event of an Emergency or unacceptable risk of loss or damage or if appropriate under the circumstances, the Owner, directly or through others under contract with the Owner, may correct or remove and replace the Defective Work. The specified correction of Work requirements have no limitation on the rights of the Owner to have Defective Work corrected or removed and replaced, if rejected, except as otherwise provided by the Michigan Law.

5.4 Special Correction Period Requirements: Whenever the Owner undertakes any portion of the Work because the Contractor’s act or omission Delays completion of the Work or it is eligible for Partial Use, the warranties for all materials and equipment incorporated into that portion of the Work must remain in full force and effect between the start of such Partial Use and the date when the Correction Period starts. The Correction Period for any Defective Work that is corrected or rejected and replaced within the last three months of the Correction Period must be extended by an additional six months, starting on the date such Work was made non-Defective.

5.5 Special Maintenance Requirements: If the Contract Documents specify that the entire Work, or a portion of the Work, upon reaching Substantial Completion, must not be placed in use by the Owner, the Contractor must maintain the Work, or specified part of the Work, in good order and proper working condition and must take all other actions necessary for its protection between the certified date of Substantial Completion and the date when the Work, or designated part of the Work, is placed in use. If no separate price for such special maintenance period was requested and made part of the Contract Documents, the Owner will amend the Contract Documents to appropriately increase the Contract Price.

6. Changes:

6.1 Changes in the Work: The Owner may, at any time, without notice to sureties, make any changes bilaterally or unilaterally, by a written Change Order, in the Work within the general scope of the Contract, including but not limited to changes in the Specifications, materials, or Contract Time. In a bilateral change order, the Owner may direct the Professional to prepare a Bulletin describing the change being considered. Upon receiving the Bulletin, the Contractor establishes the cost and returns it to the Professional for review within 15 calendar days. The Contractor’s proposal must be irrevocable for 60 Calendar Days after it is submitted to the Professional. If the Professional recommends acceptance of the Bulletin and the Owner agrees with the changes, the Owner issues a written bilateral Contract Change Order to amend the Contract Documents. However, the Owner may issue a unilateral Change Order if the Owner and Contractor are unable to agree on the adjustment in Contract Price or Time. If the Contractor disagrees with such unilateral Contract Change Order, the Contractor must complete the Work and may deliver notice of a claim in accordance with the claim submittal process.

6.2 Differing Site Condition: The Owner does not warrant that any technical data, including the Project reference points, provided by the Owner is necessarily sufficient and complete for the purpose of selecting Means and Methods, initiating, maintaining and supervising safety precautions and programs or discharging any other obligation assumed by the Contractor under the Contract Documents. If different or unknown site conditions are discovered, the Contractor must notify the Owner in writing before the conditions are disturbed or before proceeding with the affected Work. Upon review, if the Owner decides to agree with the differing site conditions, with the Professional’s advice, the Owner may issue a written Contract Change Order to amend the Contract Price or Time through the Bulletin authorization process. If the Owner decides to disagree with the Contractor and the Contractor disagrees with the Owner’s decision, the Contractor must complete the Work and may deliver notice of a claim in accordance with the claim submittal process. No proposal or claim by the Contractor due to differing site conditions will be allowed (a) if the Contractor knew of their existence before submitting its Bid or if those conditions could have been discovered by any reasonable examinations for which the Contractor, as Bidder, was made responsible under the Bidding Requirements and/or (b) unless the Contractor’s notice is provided on a timely basis and gives the Owner adequate opportunity to investigate the asserted differing site conditions.

00-15 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

6.3 Responsibilities for Underground Utilities: The Contractor must comply with the 1974 PA 53, as amended, MCL 460.701 et seg., and all other Laws concerning Underground Utilities. Before performing site Work, all Underground Utilities, lines and cables (public and private) must be located and marked. The Contractor must notify MISS DIG to locate and mark utilities on properties that are not State properties. In addition, the Contractor must be responsible for immediately notifying the Owner of any contact with or damage to Underground Utilities, and for the safety, protection of and repairing any damage done to any Work, surface and subsurface facilities. If the Contractor encounters Underground Utilities that inaccurately located by the Contract Documents or not previously located/marked, which could not be reasonably have been seen, the Owner may issue a written Contract Change Order to amend the Contract Price or Time through the Bulletin authorization process.

6.4 Hazardous Material Conditions: If the Contractor encounters material reasonably believed to be Hazardous Material, which was not described in the Drawings and/or Specifications and was not generated or brought to the site by the Contractor, the Contractor shall immediately stop all affected work, give written notice to the Owner of the conditions encountered, and take appropriate health and safety precautions in accordance with all federal, State and local laws. Upon receipt of the notice, the Owner will investigate the conditions and (a) may stop the Work and terminate the affected Work or the Contract for convenience; (b) may contract others to have the Hazardous Material removed or rendered harmless or; (c) issue a written Contract Change Order to amend the Contract Price/Time through the Bulletin authorization process. If the Hazardous Material is brought to site by the Contractor or as a result in whole or in part from any of its violation of any Law covering the use, handling, storage, disposal of, processing, transport and transfer or from any other act or omission within its control, the Contractor is responsible for the Delay and costs to cleanup the site, remove and render harmless the Hazardous Material to the satisfaction of the Owner, State and all Political Subdivisions with jurisdiction.

6.5 Incidents with Archaeological Features: The Contractor must immediately notify the Owner in writing of any Archeological Feature deposits encountered at the site and must protect the deposits in a satisfactory manner. If the Contractor encounters such features, which result in an anticipated change to the Contract Price/Time, the Owner may issue a written Contract Change Order through the Bulletin authorization process.

6.6 Unit Price Work: Quantities as listed have been carefully estimated but are not guaranteed. The State reserves the right to increase or decrease the quantities of the Work to be performed at the Unit Price by amounts up to 20 percent of the listed estimated quantities. For Unit Price Work, the Contractor must promptly inform the Professional in writing if actual quantities differ from the estimated quantities for any item. For quantities over 120% or below 80% of the estimated quantity, the Owner may negotiate a Unit Price with the Contractor, or direct a unilateral change, or bid that Work under separate contract. Any adjusted Unit Price agreed upon by the Owner will only apply to the actual quantities above 120% or below 80% of the estimated quantity. No adjustment due to quantity variations must be allowed (a) unless the Contractor met the notice requirements, or (b) if any Unit Price increase results in whole or in part from any act or omission within the control of the Contractor (errors in the Contractor's Bid, unbalanced Unit Prices, etc.). If a dispute arise between the Owner and the Contractor on the adjusted Unit Price, the Contractor must carry on the Work with due diligence during the disputes/disagreements.

6.7 Cash Allowances; Provisionary Allowances: The Contractor must obtain the Professional’s written acceptance before providing materials, equipment, or other items covered by Cash Allowance. Payments under a Cash Allowance must be on actual cost and exclude cost for supervision, handling, unloading, storage, installation, testing, fee, premiums for bond and insurance, etc. Work authorized under any Provisionary Allowance may consist of (a) changes required by actual conditions, as determined by the Professional, and (b) any other Work authorized and completed under the pertinent provisions of the Contract Documents. Unlike a Cash Allowance, payments under a Provisionary Allowance will include not only the purchase/furnished cost of the materials and equipment involved, but also all related labor costs, subcontract costs, construction equipment costs, general conditions costs and Fee, provided they are calculated in accordance with the requirements of the contract documents.

6.8 Changes in Contract Price:

6.8.1 The Contractor’s proposals or claims for Work Involved must detail all affected items of Work, whether increased, revised, added or deleted, and must be fully documented and itemized as to (a) individual adds and deducts in Work quantities and labor man-hours; (b) corresponding itemized cost of Work Involved; (c) materials and equipment cost including transportation, storage and suppliers’ field services; and (d) Fee.

6.8.2 For Contractor’s proposals or claims for adjustments in Contract Price arising from Delays, the Contractor’s estimates must be as comprehensive and detailed as may be appropriate to support the proposal or claim. Examples of related information include labor manpower levels, production data and Progress Schedule revision.

6.8.3 If the Contract Documents use lump sum or Unit Prices for the Work Involved, those prices must be used in estimating the price change. Otherwise, the Owner may direct the Contractor to proceed (a) on a negotiated lump sum; or (b) on an actual cost basis with or without a guaranteed maximum; or (c) through a unilateral Change Order on a lump sump basis or a not-to-exceed basis, based on the Professional’s estimate of the anticipated Cost of the Work Involved and a fee. Items making-up the Cost of the Work Involved must be allowable to the extent (a) consistent with those prevailing in the Project locality, (b) necessary, reasonable and clearly allocable to the Work Involved, and (c) limited to labor costs, subcontract costs, material and equipment costs, construction equipment costs and general conditions costs.

00-16 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

6.8.4 In estimating any additional cost by the Contractor or its Subcontractor, the rates for the craft labor man-hour used in estimating changes in Contract Price must not exceed the rates in Means Cost Data (Means) or other cost guide acceptable to the Owner. If the rates exceed the acceptable cost guides, the Contractor must provide proper justifications acceptable to the Professional and the Owner. The payroll costs may be used to quote a Bulletin. However, the payroll costs must include wages, labor burdens and a factor for field supplies and purchase costs (less market values if not consumed) of tools not owned by the workers. Labor burdens must be certified by an authorized financial representative of the Contractor and may include social security, unemployment, taxes, workers’ compensation, health and retirement benefits, vacation and holiday pay. The factor for field supplies and tools (individually valued at less than $1,000.00) must not exceed 4% of the wages without burdens, unless detailed data, which supports higher costs, is provided. Rates for owned, rented or leased construction equipment must be in accordance with the contract price rates. Otherwise, the appropriate hourly, daily, weekly or monthly rates listed in Means must be used. However, if the total rental or lease cost of an item to the Project exceeds the reasonable purchase price of the rented or leased item, the Owner reserves the right to pay only the purchase price of the item and take title to the item. Operating cost must not exceed the hourly operating rate in Means and for multiple shifts, rates must not exceed the shift work adjustments recommended in the cost guide.

6.8.5 The cost of any Work Involved may include necessary general conditions costs to the extent those costs increase or decrease on account of, or are directly attributable to, the performance of the furnishing and/or performance of the additional Work Involved, or are required due to an extension in Contract Times or Delays. Such costs may include payroll costs of personnel, temporary facilities at the site, liability insurance and bond premiums, Subcontractors, royalty payments and fees for permits and licenses and taxes on the Work Involved.

6.8.6 A contractor or subcontractor who performs the Work may charge a fee of up to 15% of the cost of Work involved for overhead and profit. Contractor may charge a mark-up fee of up to 5% of its Subcontractor’s cost excluding fees if the Work is performed by the Subcontractor. If Work is to be performed by lower tier subcontractor(s), intermediate subcontractors must share a fee of up to 5% of the lowest tier subcontractor’s cost excluding fees. The total mark-up fees for the Work must not exceed 25% of the lowest tier subcontractor’s cost excluding fees. If the adjustment to the Contract Price incorporates a contractor reservation of rights to claim additional adjustments, the fees must be reduced by one-third. Contractor’s administrative costs and home office overhead must be non-reimbursable expenses covered by the Fee for the Work.

6.9 Changes in Contract Time:

6.9.1 If a justified extension beyond the Contract Time is not reasonably anticipatable under the circumstances, the Owner may approve an extension to the Contract Time through the Bulletin authorization process at no additional cost to the Owner. Examples of events that may justify an extension in the Contract Time include acts of God; acts of the public enemy; fires; floods; and strikes.

6.9.2 If, at any time during the life of this Contract, the Contractor finds that for reasons beyond its control, it will be impossible to complete the Work on or before the Contract completion date, a written request for a change to the Contract extending the time of completion must be submitted. Such a request must set forth in precise detail the reasons believed to justify an extension and must be in such format as the State may require.

6.9.3 When submitting a quotation for a Contract change authorization for extra work or change in plans, the Contractor must include as part of the quotation, a statement requesting any extra time necessary to complete the related Work. Lack of such a statement will serve as notification that the extra time will not be required to complete the Contract work and will waive the right to a later claim. The Owner will not pay additional compensation to the Contractor for performing Contract Work during any extension period granted.

6.9.4 If the Progress Schedule and the funding allow for an early completion date, the Contractor may submit to the Owner for approval, a request to shorten the Contract Time. If approved by the Owner, the new Contract Time applies to the Project and liquidated damages, if any, will be assessed for any delays after the new completion date.

6.10 Access to Records: The Contractor and its Subcontractors must comply with the Prevailing Wage Rates for the county where the Project is located, and must maintain and keep, in accordance with generally accepted accounting principles, records pertaining to the bidding, award and performance of the Work, including, but not limited to certified payroll, employment records and all data used in estimating the Contractor’s prices for the Bid, Change Order, proposal or claim. The Owner or its representative must have access to those records, must have the right to interview the Contractor’s employees and must be provided with appropriate facilities for the purpose of inspection, audit/review and copying for five years after final payment, termination or date of final resolution of any dispute, litigation, audit exception or appeal. The payroll and other employment records of workers assigned to the site must contain the name and address of each worker, correct wage classification, rate of pay, daily and weekly number of hours worked, deduction made and actual wages paid. The Contractor must maintain records that show: (a) the anticipated costs or actual costs incurred in providing such benefits, (b) that commitment to provide such benefits is enforceable, and (c) that the plan or program is financially responsible and has been communicated in writing to the workers affected.

6.11 Price Reduction for Defective Cost or Pricing Data: Whenever the Contractor signs a proposal for a change in the Contract or claim settlement, the Contractor will be deemed to have certified on behalf of itself, Subcontractors and Suppliers, to its best knowledge and belief that the proposal and its contents (a) were made in good faith and are consistent with the facts and the

00-17 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

provisions of the Contract; and (b) are current, complete and accurate. If the Contract Price/Time is increased by any Change Order, claim or dispute settlement because the Contractor, Subcontractor or Supplier, at any tier, represented or furnished cost or pricing data of any kind that were false, contained math errors or were incomplete, the Contract Price must be correspondingly reduced by Change Order. If there is a good cause to doubt the Contractor’s compliance with the Defective cost and pricing data requirements, the Owner must be entitled to make an appropriate withholding from any payment otherwise owed to the Contractor.

7. Payments

7.1 Schedule of Values: The Schedule of Values must be approved by the Professional and accepted by the Owner and must divide the Work into pay items for significant Sections and areas, facilities or structures, with subtotals for first tier Subcontractors. If required in Division 1, the accepted Schedule of Values must be supported by a more detailed breakdown allocating the pay items to the Progress Schedule Activities. It must tabulate labor costs, Subcontract costs and material and equipment costs. Labor costs must include appropriate sums for construction equipment costs, general conditions costs, administrative costs and profit, unless separate pay items are itemized for those costs. The Schedule of Values must include two percent of the Contract Price for each of the following close-out pay items: (a) fire safety inspection, certificate of occupancy and other code approvals, as specified in the Contract Documents, (b) manufacturer warranties, finalized operating and maintenance documentation, Owner training documentation, and test and balance reports, and (c) finalized as-built/Record Documents.

7.2 Requests for Payment: Not more than once every thirty Calendar Days, the Contractor may submit to the Professional a Request for Payment on the Owner’s form signed by the Contractor certifying Work completed and enclosing all supporting documentation. A draft copy of the payment request may be submitted to the Owner Field Representative for review and comments. For projects under $50,000, the Contractor may not submit more than two requests in addition to the final payment request. Each Request for Payment must certify that all monies owed by the Contractor to Subcontractors and Suppliers for which payment previously has been sought has been paid from payments received. No Request for Payment must include amounts for a Subcontractor or Supplier if the Contractor does not intend to use the payments requested, when received, to reduce the Contractor’s outstanding obligations on the Work. The Owner will pay the Contractor within thirty Calendar Days after the Owner receives and approves a certified Request for Payment from the Professional. The Contractor will provide a certification in writing that the payment request submittal is true and accurate. If payment is requested based on materials and equipment stored at the site or at another location agreed to in writing, the Request for Payment also must be accompanied by (a) consent of surety, (b) a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, and (c) evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect them and the Owner's interests. The Contractor warrants and guarantees that title to all Work, materials and equipment covered by any Request for Payment, whether incorporated in the Work or not, will pass to the Owner free and clear of all liens no later than at the time of payment by the Owner to the Contractor.

7.3 Review of Request for Payment; Intent of Review: Within ten Calendar Days after receipt of a Request for Payment, the Professional must certify to the Owner the amount the Professional determines to be due, or must return the Request for Payment to the Contractor indicating the reasons for withholding certification. The Professional's certification of any Request for Payment constitutes a representation to the Owner that the Work has progressed to the point indicated; that to the best of the Professional's knowledge, information and belief, the quality of the Work is in accordance with the Contract Documents; and that the Contractor is entitled to payment in the amount certified. In the case of final payment, the Professional's certification of final payment and recommendation that the Work is acceptable must be a further representation that conditions governing final payment to the Contractor have been met.

7.4 Refusal to Make or to Recommend Payment: The Owner may withhold from any payment an amount based on the (a) Professional's refusal to recommend payment or (b) Owner's estimate of the fair value of items included in the payment request. The Owner will give the Contractor reasonably prompt written notice supporting such action. The Professional may refuse to recommend any part of any payment, or because of subsequently discovered evidence, inspections or tests or the value of the Punch List, nullify all or any portion of any payment previously recommended, as the Professional may consider necessary to protect the Owner from loss because: (a) the Work is Defective or completed Work has been damaged requiring correction or replacement, (b) the Contract Price has been reduced by Change Order, (c) it has been necessary that the Owner correct Defective Work or complete Work, (d) reasonable evidence exists that all or a part of the Work will not be completed within the corresponding Contract Time, (e) the Contractor failed to comply with any material requirements of the Contract, including, but not limited to the failure to submit Progress Schedule Submittals or as-built/Record Documents when due, (f) stored materials for which payment has been made or is sought has been determined by the Professional or the Owner Field Representative to be damaged or missing, or (g) the Professional reasonably believes or knows of the occurrence of an event justifying termination for cause.

7.5 Request for Final Inspection: The Contractor must complete the Substantial Completion Punch List within the Contract Time and date. The Contractor must assemble all required documentation before requesting final inspection in writing. The Contractor may request final inspection of the entire Work, or the part of the Work for which final payment is specified in the Contract Documents. Upon this written notice, and if deemed appropriate by the professional, the Professional will make a final completion inspection with the Owner and Contractor and notify the Contractor of all incomplete or Defective Work revealed by the Final Inspection. The Contractor must immediately correct and complete the Work.

00-18 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

7.6 Close-out Documents: The Contractor must prepare and submit the following documentation before requesting final inspection or final payment: final operating and maintenance documentation (with revisions made after Substantial Completion), warranties, inspection certificates, as-built/Record Documents, release of payment claim forms, and all other required documents.

7.7 Request for Final Payment: The Contractor may request final payment after correcting or completing the Work to the satisfaction of the Professional and delivering close-out documentation (7.6). The Contractor’s request for final payment must also enclose:

(a) evidence of completed operations insurance and an affidavit certifying that the insurance coverage will not be canceled, materially changed, or renewal refused, (b) an affidavit certifying that the surety agrees that final payment does not relieve the surety of any of its obligations under the Performance Bond and Payment Bond, (c) a completed DMB-460 Form close out checklist, (d) a list of all pending insurance claims rising out of or resulting from the Work being handled by the Contractor and/or its insurer (e) Contractor’s ‘Guarantee and Statement’ (DMB-437) containing a statement of guaranteed indebtedness acceptable to the Owner in the full amount of the Contract Price, or a release of payment claims in the form of a release of liens, or a Bond or other security acceptable to the Owner to indemnify the Owner against any payment claim.

7.8 Final Payment and Acceptance: If the Professional is satisfied that the entire Work, or the part of the Work for which final payment is specified in the Contract Documents, is complete and the Contractor’s other obligations under the Contract Documents has been fulfilled, the Professional will furnish to the Owner and Contractor the Professional’s certification of final payment and acceptance within thirty Calendar Days after receipt of the final payment request. If the Professional is not satisfied, the Professional will return the request to the Contractor indicating in writing the reasons for not certifying final payment. If the final payment request is returned, the Contractor must correct the deficiencies and re-request final payment. If the Owner concurs with the Professional’s certification of final payment the Owner will, within thirty Calendar Days after receipt of the Professional’s certification of final payment, pay the balance of the Contract Price subject to those provisions governing final payment specified in the Contract Documents. If the Owner does not concur with the Professional’s determination, the Owner will return the request for final payment to the Contractor with written reasons for refusing final payment and acceptance.

7.9 Contractor's Continuing Obligation: The following does not constitute acceptance of the Work in the event the Work or any Work is not in accordance with the Contract Documents, and therefore does not release the Contractor from its obligation to perform and furnish the Work in accordance with the Contract Documents: (a) a certification by the Professional of any Request for Payment or final payment; (b) the issuance of a Substantial Completion certificate; (c) any payment by the Owner to the Contractor; (d) any Partial Use; (e) any act of acceptance by the Owner or any failure to do so; (f) any review and approval of a Shop Drawing, sample, test procedure or other Submittal; (g) any review of a Progress Schedule; (h) any On-Site Inspection; (i) any inspection, test or approval; (j) any issuance of a notice of acceptability by the Professional; or (k) any correction of Defective Work or any completion of Work by the Owner.

7.10 Waiver of Claims: The making of final payment does not constitute a waiver by the Owner of any rights as to the Contractor's continuing obligations under the Contract Documents, nor will it constitute a waiver of any claims by the Owner against the Contractor still unsettled, or arising from unsettled payment claims, Defective Work appearing after final inspection or failure by the Contractor to comply with the Contract Documents or the terms of any special warranties provided by the Contract Documents or by Law. The acceptance of final payment will constitute a waiver of all claims by the Contractor against the Owner, other than those claims previously made in writing, on a timely basis.

8. Other Work: During the Contract Time, the Owner may self perform or Contract for other work at the site. By doing so, the Owner or its representative will coordinate the operations of the Contractor and the other work. Whenever the other work interfaces with the Contractor’s Work on site, the Contractor must coordinate its activities with the interfacing work, inspect the other work and promptly report to the Professional in writing if the other work is unavailable or unsuitable. The Contractor’s failure to do so will constitute an acceptance of such other work as fit and proper for integration with the Work except for latent or non-apparent defects and deficiencies in the other work. The Contractor must provide proper and safe access to the site for handling, unloading and storage of their materials and equipment and for the execution of the other work. The Contractor must do all cutting, fitting, patching and interfacing of the Work that may be required to make any part of the Work come together properly and integrate with other work. If the Contractor becomes party to a dispute or claim due to damages caused to its Work/property or other work/their property, the Contractor must promptly attempt, without involving the Owner or the Professional or their agents, to settle with the other party by agreement or otherwise resolve the claim. If the Owner determines that the other work resulted in a delay to the Work to be performed by the Contractor and such delay justifies a Change Order, the Owner will authorize the necessary adjustment in Contract Price and/or Time.

00-19 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

9. Stop Work Orders and Suspension of Work: The Owner may order the Contractor in writing to defer, stop, suspend or interrupt all or part of the Work, in the event any of the following situations: (a) any Work is Defective, (b) any Work, when completed, will not conform to the Contract Documents, (c) any materials or equipment are unsuitable, (d) any workers are insufficiently skilled, (e) failure of the Contractor to implement appropriate measures for the SESC, or (f) as the Owner may determine appropriate for its convenience. The Contractor is responsible for the Delays and any additional costs if at fault. Any justified increase in Contract Price/Time due to suspension of Work must be submitted within thirty Calendar Days of knowing the extent of Delays and before submitting the final payment.

10. Termination:

10.1 Termination for Breach: The Owner may elect to terminate all or any part of the Work if: (a) the Contractor fails to complete the Work, or a specified part of the Work, within the corresponding Contract Time; fails or refuses to supply sufficient management, supervision, workers, materials or equipment; or otherwise fails to prosecute the Work, or any specified part of the Work, with the diligence required to comply with the Contract Time(s); (b) the Contractor persistently disregards the authority of the Professional or violates or disregards a provision of the Contract Documents or the Laws of any Political Subdivision with jurisdiction; (c) the Contractor admits in writing, or the Owner otherwise establishes, the Contractor's inability or refusal to pay the Contractor's debts generally as they become due; (d) in response to the Owner's demand, the Contractor fails to provide adequate, written assurance that the Contractor has the financial resources necessary to complete the Work within the Contract Time; (e) the Contractor fails to comply with the Michigan Residency requirements (1984 PA 431, as amended, MCL 18.1241a); or is found to be in violation of Section 4 of 1980 PA 278 concerning unfair labor practices, or any nondiscrimination requirements imposed by Law; (f) at any time, the Contractor, Subcontractor or Supplier is in violation of unfair labor practices prohibited by Section 8 of Chapter 327 of the National Labor Relations Act, 29 U.S.C. 158; or (g) the Contractor violates or breaches any material provision of the Contract Documents, which provides contractually for cause termination or rescission of the Contract or of the Contractor’s right to complete the Work.

Within seven Calendar Days after the Contractor receives a notice requiring assurance of due performance for any of the above occurring non-conformances, the Contractor must meet with the Owner and present the Contractor’s plan to correct the problems. If the Owner determines that the Contractor’s plan provides adequate assurance of correction, that determination does not waive the Owner's right to subsequently default the Contractor or affect any rights or remedies of the Owner against the Contractor and/or surety then existing or that may accrue in the future. The Owner, after giving the Contractor and surety seven Calendar Days’ written notice of intent to default, may declare the Contractor in default and terminate the services of the Contractor for cause. Unless otherwise agreed between the Owner and Contractor, at the expiration of the Seven-Calendar Day (intent to default) period, the Contractor must immediately stop all Work and proceed in accordance with the Owner’s instructions. Following the expiration of the Seven-Calendar Day (intent to default) notice, the Contractor will be sent a default letter – notice of termination for cause. The Owner will issue a Contract Change Order to revise the name of the contract party to the name of the surety company. The surety company must undertake to perform and complete the Work, in accordance with the Contract Documents, in place of the Contractor, either through the surety's agents or by executing agreements with qualified contractors (excluding the Contractor and any of the Contractor's affiliates), or both.

The Owner may issue a fifteen-Calendar Day notice of intent to default the surety company if they fail to execute in a timely manner the completion of the Contract Work. Without an adequate plan of correction, the Owner may issue a notice of termination for cause letter to the surety. If a termination of the contract with the surety occurs, the Owner reserves the right to complete the Work.

If the Owner has terminated the Contractor, any such termination will not affect any rights or remedies of the Owner against the Contractor or surety, or both, then existing or that may accrue after termination. All provisions of the Contract Documents that, by their nature, survive final acceptance of the Work must remain in full force and effect after a termination for cause of the Contractor or default of the surety, or both. The Owner may, in its sole discretion, permit the Contractor to continue to perform Work when the Contractor is in default or has been defaulted. Such decision by the Owner in no way operates as a waiver of any of the Owner's rights under the Contract Documents or Performance Bond, nor in the event of a subsequent default, entitle the Contractor or surety to continue to perform or prosecute the Work to completion.

10.2 For none bonded projects, the Owner will follow the termination protocol in Paragraph 10.1 without involving a surety.

10.3 Termination for Convenience of the Owner: Upon fifteen Calendar Days' written notice to the Contractor and surety, or sooner if reasonable under the circumstances, the Owner may, without cause and without prejudice to any other right or remedy it may have, elect to terminate any part of the Work, or the Contract in whole or in part, as the Owner may deem appropriate for its convenience. Upon receipt of any such termination notice, the Contractor must immediately proceed in accordance with any specific instructions, protect and maintain the Work, and make reasonable and diligent efforts to mitigate costs associated with the termination. In such termination, the Contractor must be paid in accordance with the terms of this Contract for only services rendered before the effective date of termination. Upon termination for convenience, the Contractor must be released from any obligation to provide further services and the Owner must have full power and authority to take possession of the Work, assume any agreements with Subcontractors and Suppliers that the Owner selects, and prosecute the Work to completion by Contract or as the Owner may deem expedient.

00-20 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

10.4 Termination for Lack of Funding: If expected or actual funding is withdrawn, reduced or limited in any way before the completion date set forth in this Contract or in any amendment, the State may, upon written notice to the Contractor, terminate this Contract in whole or in part in accordance with Paragraph 10.3.

11. Disputes: All claims, counterclaims, disputes and other matters in question between the Owner and Contractor arising out of or relating to the Contract Documents must be submitted in writing to the Professional and otherwise processed and resolved as provided in this Article. The Contractor must carry on the Work with due diligence during all disputes or disagreements. Work must not be delayed or postponed pending resolution of any disputes or disagreements. The Contractor must exercise reasonable precautions, efforts and measures to avoid situations that would cause delay.

11.1 Notice of Claim: Except for Owner claims for liquidated damages, no claim is valid unless it is based upon written notice delivered by the claimant to the other party promptly, but in no event later than thirty Calendar Days after the Professional's or Project Director’s determination giving rise to the claim. The notice must state the nature of the dispute, the amount involved, if any, and the remedy sought. The claim submittal with all supporting data must be delivered within sixty Calendar Days after the determination giving rise to the claim (unless the Professional allows an extension). The responsibility to substantiate claims rests with the claimant. A claim by the Contractor must be submitted to the Professional and Project Director for a recommendation or decision from the Professional. A claim by the Owner must be submitted to the Contractor and the Professional for a written recommendation or decision by the Professional. The Owner reserves the right to audit any Contractor claim (or claim package) that the Contractor values at more than $50,000.00. Pending final resolution of any claim under this Article, the Contractor must proceed diligently with the Work and comply with any decision of the Owner and/or Professional. For all Contractor claims seeking an increase in Contract Price or Contract Time, the Contractor must submit an affidavit, certifying that the amount claimed accurately reflects any Delay and all costs that the Contractor is entitled from the occurrence of the claimed event and that supporting cost and pricing data are current, accurate, complete and represent the Contractor's best knowledge and belief. The affidavit must be signed in the same manner as required in Item 6 of Section 00100.

11.2 Recommendations or Decisions from the Professional: For claims under $100,000.00, if requested in writing by the Contractor, the Professional will render a recommendation or decision within thirty Calendar Days after the request and the Owner will issue, if necessary, a determination within thirty Calendar Days after the Professional's recommendation or decision. For claims exceeding $100,000.00, the Professional will issue its recommendation or decision and the Owner, if necessary, will issue its determination, within sixty Calendar Days.

If the Professional denies a Contractor claim or agrees with an Owner claim, that decision must be final and binding on the Contractor, without any determination by the Owner, unless the Contractor files a request for a presentation with the Director-FA within thirty Calendar Days. To the extent that any recommendation from the Professional is partly or wholly adverse to a claim from the Owner, that determination must be final and binding on both the Owner and Contractor unless either party files a request for a presentation with the Director-FA within thirty Calendar Days. If the Professional recommends payment of any Contractor claim which increases the Contract Price, that recommendation is subject to the Owner’s written approval. In the event any such determination from the Owner is partly or wholly adverse to the preceding recommendation from the Professional, that determination must be final and binding on the Contractor unless the Contractor files suit in the Michigan Court of Claims within thirty Calendar Days after receipt of such determination. The claim is waived if not made in accordance with these requirements.

If either the Contractor or Owner is not satisfied with any decision of the Professional on a claim, that party must, within thirty Calendar Days of receiving that decision, file a written appeal with complete supporting documentation with the Director-FA.. The Director-FA has discretion concerning the allowability of evidence submitted, and is not bound to any rules of evidence. If the right to a presentation is waived or if a presentation is conducted and the dispute remains unresolved, the Director-FA, at the Director-FA’s sole option, must specify in which forum the dispute must be conducted by issuing a written determination to the Contractor that the dispute if the Contractor so elects, be submitted in writing to the Michigan Court of Claims. The Director-FA’s determination on the dispute is final and binding on the Contractor unless the Contractor files a lawful action in the Michigan Court of Claims within thirty Calendar Days after receiving the Director-FA’s determination. After settlement or final adjudication of any claim, if payment by the Contractor is not made to the Owner, the Owner may offset the appropriate amounts against (a) payments due to the Contractor under any other Contract between the Owner and the Contractor, or (b) any amounts for which the Owner may be obligated to the Contractor in any capacity. The Director-FA may designate someone to fulfill the Director- FA’s duties under these terms and conditions.

END OF SECTION 00700

00-21 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 00750 SPECIAL WORKING CONDITIONS

The Work is for the Department of Technology, Management and Budget and their special working conditions are included in Appendix II. Contractor must comply with all security regulations. Access to and egress from the buildings and State Agency grounds must be via routes specifically designated by the State Agency. Whenever the Contractor has caused an operating security system to go out of service, or left unsecured openings in existing facilities or security fences, the Contractor must furnish a security guard acceptable to the Owner to maintain security of the facility outside of normal working hours and will be held responsible for any losses from the facility. The Contractor must maintain at all times dust control measures to the satisfaction of the Owner.

Note:

1. The project shall be performed in phased construction as follows:

Phase I North Stairway “A” Phase II Central Stairway “B” Phase III South Stairway “C”

2. Certain portions of the work shall be performed “After Normal Working Hours”, and include work with excessive noise, odors, etc.

Normal Working Hours: 7:00 am to 5:00 pm After Normal Working Hours: 5:00 pm to 5:00 am

END OF SECTION 00750

SECTION 00800 SUPPLEMENTARY CONDITIONS

The following conditions must supplement the general conditions:

END OF SECTION 00800

00-22 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 00850 WAGE DETERMINATION SCHEDULE

The Contractor and all Subcontractors must comply with all Laws pertaining to occupational classifications and to the following requirements:

1. The rates of wages and fringe benefits to be paid to each class of construction mechanics must not be less than the wage and fringe benefit rates issued by the Michigan Department of Energy, Labor and Economic Growth (DELEG), Wage and Hour Division in its schedule of occupational classification and wage and fringe benefit for the locality in which the Work is to be performed. These prevailing wage rates are included in Appendix IV.

2. The Contractor must keep posted on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates as prescribed in the Contract and the address and telephone number of the DELEG’s, Wage and Hour Division office responsible for enforcing these provisions, and must keep an accurate record showing the name and classification of each Person performing Work on the site, the dates on which Work was performed, the hours each Person worked on the site and the actual hourly wage and benefits paid to each Person. This record must be notarized by a Notary Public and must be available to DTMB-FA and DELEG for an audit or inspection, at any time, upon their request. In addition, as per section 6.10 of this Document, the Contractor must have available to DTMB and DELEG, certified payroll of those working on the project.

3. If any trade is omitted from the schedule of wages and fringe benefit rates included in Appendix IV, the trades omitted must also be paid not less than the wage and fringe benefit rates prevailing in the locality in which the Work is to be performed.

4. The Contractor must keep posted on the construction site, in a conspicuous place, notice that construction mechanics, as the intended beneficiaries of 1965 PA 166, as amended, who have not been paid in accordance with the Act may file a claim with the DELEG.

A finding by the DELEG that the Contractor or any Subcontractor is in violation of these requirements is final.

END OF SECTION 00850

SECTION 00900 ADDENDA

Each Bid submittal must include acknowledgement of receipt and review of all Addenda issued during the Bidding period.

END OF SECTION 00900

00-23 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DIVISION 01

GENERAL REQUIREMENTS

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 01010 SUMMARY OF WORK

I. GENERAL:

A. General information covering the "Scope of Work" is specified on the Invitation to Bid. Additional information is as follows:

1. Project provides for labor and materials for: a. New stairwell pressurization system in three (3) existing egress stairs, including related mechanical and electrical work. b. Minor demolition and removals of existing masonry, concrete, finishes for construction of new work. c. New fire rated shaft walls including metal framing and gypsum drywall, modifications to existing interior floor, wall, and ceiling finishes. d. New aluminum exterior louver. e. New exterior metal railing systems including guard and handrails. f. New exterior doors and finish hardware. g. New finish painting of existing stairwell walls, doors & frames, ceilings, floors, railings, etc. h. New abrasive metal nosings for all existing stair treads in Stairs “A” and “C” i. New interior and exterior general, exit and emergency lighting

B. The Agency will provide the following Work:

1. State Salvage: The State reserves the right to salvage certain items and equipment and those salvaged items will be identified to the Bidder at the time of their inspection of the proposed Work. The State will remove salvaged items before commencement of the Work.

2. Moving Furnishings and Equipment: The Contractor must give timely notice to the State Agency representative identified in the pre-construction meeting of all furnishings, window covering and movable equipment that will interfere with the Work or which the Contractor cannot protect with coverings of paper, plastic, drop cloths or clean tarpaulin. The Contractor must furnish, install, maintain and remove all coverings used to protect furnishings, window coverings and movable equipment.

END OF SECTION 01010

SECTION 01020 ALLOWANCES

I. GENERAL:

A. Cash Allowances:

1. Not Applicable

B. Provisional/Contingency Allowances:

1. Bidders must include in their Base Proposal Sum a contingency allowance of $ 20,000 . 2. Monies will be used in the contingency allowance only if directed in writing by the project director. 3. This allowance includes contractor’s markups. 4. Unused allowances will be deducted from the contract amount through contract change order.

END OF SECTION 01020

SECTION 01025 MEASUREMENT AND PAYMENT

I. GENERAL:

A. Schedule of Values: Before the: Construction Start Date the Contractor must submit a Schedule of Values to the Professional for review and approval, of the various tasks that must be performed to complete all the Work. The schedule must show each task and the corresponding value of the task, including separate monies allocated for General Condition items and Project close- out. The aggregate total value for all tasks must be equal to the total Contract sum.

END OF SECTION 01025

SECTION 01030 ALTERNATES

I. GENERAL:

A. The Contract will be awarded on the basis of the Base Proposal Sum stated on the Proposal and Contract and any additive or deductive Alternates in the order the Owner accepts them.

01-1 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

II. EXECUTION:

A. Coordinate pertinent related Work and modify surrounding work as required to complete the Project for each alternate. B. Description of Alternates:

1. Alternate No. 1: Not Applicable

END OF SECTION 01030

SECTION 01040 COORDINATION

I. GENERAL:

A. Project Coordination:

1. Before beginning Work the Contractor must coordinate with the State Agency representative to implement the schedule for the Project. Once the Project is started, it must be carried to completion without delay. 2. Any building utility service interruptions or outages including security required by the Contractor in performing the Work must be prearranged with the staff of the State Agency and must occur only during those scheduled times. 3. The Contractor is not responsible for removing room furnishings unless is required by the Contract Documents.

B. Cutting and Patching:

1. The Contractor must do all cutting, fitting or patching of the Work that may be required to make its several parts fit together properly or make new Work join with the existing structure. The Contractor must take proper precautions so as not to endanger any existing Work. The Contractor must not cut or alter existing structural members or foundations unless specifically required by the Contract Documents. 2. Holes or openings cut in exterior walls and roofs for installation of materials or equipment must be waterproofed by appropriate, approved materials and methods. 3. All adjacent finished surfaces that are damaged by the new Work must be patched with materials matching existing surfaces. Joints between patched and existing material must be straight, smooth and flush. Workers skilled in its installation must apply all patching material.

END OF SECTION 01040

SECTION 01050 FIELD ENGINEERING

I. GENERAL:

A. When applicable, the Contractor must employ a surveyor who must establish and maintain all lines and levels required for laying out and constructing the Work. The Contractor agrees to assume all responsibility due to inaccuracy of any Work of the surveyor, and including incorrect bench marks, their loss or disturbance. Upon completion of the Project, the Contractor must submit two copies of site layout Drawings prepared for the Project and certified by the surveyor.

END OF SECTION 01050

SECTION 01060 REGULATORY REQUIREMENTS

I. GENERAL:

A. Regulations:

1. Laws: The Contractor and its Subcontractors/Suppliers must comply with all Federal, State and local Laws applicable to the Work and site.

2. Codes: All Works must be provided in accordance with the State Construction Code Act, 1972 PA 230, as amended, MCL 125.1501 et seg,, International Building and Residential Codes and all applicable Michigan construction codes and fire safety including but not limited to: Code, Michigan Residential Code, Michigan Uniform Energy Code, Michigan Electrical Code, Michigan Rehabilitation Code for Existing Buildings, Michigan Mechanical Code, Michigan Elevator Code and Michigan Plumbing Code. If the Contractor observes that any Contract Document conflicts with any Laws or the State Construction Code or any permits in any respect, the Contractor must promptly notify the Professional in writing. If the Contractor provides any Work knowing or having to reason to know of such conflict, the Contractor must be responsible for that performance.

01-2 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

2. Permits: All required construction permits must be secured and their fees including inspection costs must be paid by the Contractor. The time incurred by the Contractor in obtaining construction permits must constitute time required to complete the Work and does not justify any increases to the Contract Time or Price, except when revisions to the Drawings and/or Specifications required by the permitting authority cause the Delays. The Contractor must pay all charges of Public Utilities for connections to the Work, unless otherwise provided by Cash Allowances specific to those connections.

Owner will submit documents for Plan Review and will pay for Plan Review Fees.

4. Taxes: The Contractor must pay all Michigan sales and use taxes and any other similar taxes covering the Work that are currently imposed by legislative enactment and as administered by the Michigan Department of Treasury, Revenue Division. If the Contractor is not required to pay or bear the burden or obtains a refund of any taxes deemed to have been included in the Bid and Contract Price, the Contract Price must be reduced by a like amount and that amount, whether as a refund or otherwise, must ensure solely to the benefit of the State of Michigan.

5. Safety and Protection: The Contractor and its Subcontractors/Suppliers must comply with all applicable Federal, State and local Laws governing the safety and protection of persons or property, including, but not limited to the Michigan Occupational Safety and Health Act (MIOSHA), 1974 PA 154, as amended, MCL 408.1001 et seg., and all rules promulgated under the Act. The Contractor is responsible for all damages, injury or loss to the Work, materials, equipment, fines, penalties as a result of any violation of such Laws, except when it’s due to the fault of the Drawings or Specifications or to the Act, error or omission of the Owner or Professional. The Contractor is solely responsible for initiating, maintaining and supervising all safety precautions and programs and such responsibility must continue until such time as the Professional is satisfied that the Work, or Work inspected, is completed and ready for final payment. In doing the Work and/or in the event of using explosives, the Contractor must take all necessary precautions for the safety of, and must erect and maintain all necessary safeguards and provide the necessary protection to prevent damage, injury or loss to: (a) all employees on the Work and other persons who may be affected by the Work, (b) all the Work and materials and equipment to be incorporated into the Work, whether stored on or off the site, and (c) other property at or adjacent to the site, including trees, shrubs, lawns, walks, pavements, roadways, structures, utilities and Underground Utilities not designated for removal, relocation or replacement. In the event of severe weather, the Contractor must inspect the Work and the site and take all reasonably necessary actions and precautions to protect the Work and ensure that public access and safety are maintained.

6. Fire Hazard Conditions:

1. The fire hazard classification of finish materials where used in the specification must be in accordance with the current Michigan Building Code.

2. Classification must be determined by tunnel test in accordance with National Fire Protection Association (NFPA-255), American Society for Testing Materials (ASTM E-84) or Underwriters' Laboratories, Inc. (UL-723).

7. Flame/Smoke Resistance Standards: If new carpet materials are required, the Contractor must provide carpeting complying with "Class B" requirements as set forth in Michigan Department of State Police State Fire Safety Board "Health Care Facilities Fire Safety Rules' R29.1243, Rule 243, when tested in accordance with the following procedures:

1. Tunnel Test: Test for surface burning characteristics, with ratings for flame spread, fuel contribution, and/or smoke density; ASTM E 84, UL 723, or NFPA No. 255. 2. Pill Test: Test for flammability; ASTM D 2859, or DOC FF-1-70. 3. Floor Radiant Panel Test: Test for burning under varying radiant energy levels; ASTM E 648, with minimum average radiant flux ratings not less than 0.45 watts/sq. cm. 4. Smoke Density Test: Test in radiant heat chamber, with and without flame, for density of smoke generated; ASTM E 662, or NFPA No. 258, also known as NBS Smoke Density Chamber Test.

8. Michigan Right-To-Know Law: The Contractor and its Subcontractors/Suppliers must comply with MIOSHA, Michigan Right-to-Know Law, Public Act 80 of 1986 (Act) and the rules promulgated under it. The Act places certain requirements on employers to develop a communication program designed to safeguard the handling of hazardous chemicals through labeling of chemical containers and development and availability of Material Safety Data Sheets (MSDS), and to provide training for employees who work with these chemicals and develop a written hazard communications program. The Act also provides for specific employee rights, including the right to be notified of the location of MSDS and to be notified at the site of new or revised MSDS within five Business Days after receipt and to request MSDS copies from their employers. The Contractor, employer or Subcontractor must post and update these notices at the site.

9. Environmental Requirements: The Contractor and its Subcontractors/Suppliers must comply with all applicable Federal, State and local environmental Laws, standards, orders or requirements including but not limited to the National Environmental Policy Act of 1969, as amended, Michigan Natural Resources and Environmental Protection Act, P.A. 451 of 1994, as amended, the Clean Air Act, as amended, the Clean Water Act, as amended, the Safe Drinking Water Act, as amended, Pollution Prevention Act, as amended, Resource Conservation and Recovery Act, as amended, National

01-3 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Historic Preservation Act, as amended and Energy Policy and Conservation Act and Energy Standards for Buildings Except Low-Rise Residential Buildings, ANSI/ASHRAE/IESNA Standard 90.1-1999.

10. Nondiscrimination: For all State Contracts for goods or services in amount of $5,000 or more, or for Contracts entered into with parties employing three or more employees; in connection with the performance of Work under this Contract, the Contractor and its Subcontractors and Suppliers must comply with the following requirements:

10.1 Not to discriminate against any employee or applicant for employment because of race, color, religion, national origin, age, sex, height, weight or marital status and take affirmative action to ensure that applicants are employed and the employees are not subject to such discrimination. Such action must include, but is not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training.

10.2 To state in all solicitations or advertisements for employees that all qualified applicants will receive consideration for employment without regard to race, color, religion, national origin, age, sex, height, weight or marital status.

10.3 To send, or have its collective bargaining representative send, each labor union or representative of workers with which there is a collective bargaining agreement or other contract or understanding, a notice advising the labor unions or workers' representative of the commitments under this provision.

10.4 To comply with the Elliot-Larsen Civil Rights Act, 1976 PA 453, as amended , MCL 37.2201 et seq.; the Michigan Persons With Disability Civil Rights Act, 1976 PA 220, as amended, MCL 37.1101 et Seq.; and all published rules, regulations, directives, and orders of the Michigan Civil Rights Commission (MCRC) which may be in effect on or before the date of Bid opening.

10.5 The Contractor must furnish and file compliance reports within the times, and using the forms prescribed by the MCRC. Compliance report forms may also elicit information as to the practices, policies, programs, and employment statistics of the Contractor and Subcontractors. The Contractor must permit access to Records by the MCRC and its agent for purposes of ascertaining compliance with the Contract and with rules, regulations, and orders of the MCRC.

10.6 If, after a hearing held under its rules, the MCRC finds that the Contractor has not complied with the nondiscrimination requirements of the Contract Documents, MCRC may, as part of its order, certify its findings to the Administrative Board of the State of Michigan, which may order the cancellation of the Contract and/or declare the Contractor ineligible for future contracts with the State until the Contractor complies with the MCRC’s order.

11. Michigan Residency for Employees: Fifty percent of the persons employed on the Work by the Contractor must have been residents of the State of Michigan for not less than one year before beginning employment on the Work. This residency requirement may be reduced or waived to the extent that Michigan residents are not available or to the extent necessary to comply with the federal funds used for the Project. This requirement does not apply to employers who are signatories to collective bargaining agreements that allow for the portability of employees on an interstate basis.

END OF SECTION 01060

SECTION 01090 REFERENCES

I. GENERAL:

A. References will be made in an abbreviated alpha numeric form to specific standard specifications, reference publications and building codes of federal or state agencies, manufacturers, associations or trade organizations. Such references will be identified by the alphabetic abbreviation which identifies the government agency, the association or organization followed by the rule, section or detail number that are to form a part of these specifications, the same as if fully set forth herein, and must be of latest issued date in effect three months before the Bid opening date shown on the Proposal and Contract. The abbreviations used are referred to as follows:

Abbreviation Agency, Association or Organization ACI American Concrete Institute AISC American Institute of Steel Construction, Inc. AMCA Air Moving and Conditioning Association ANSI American National Standards Institute, Inc. ASHRAE American Society of Heating, Refrigerating and Air Conditioning Engineers ASME American Society of Mechanical Engineers ASSE American Society of Sanitary Engineering ASTM American Society of Testing and Materials AWS American Welding Society AWWA American Water Works Association BOCA Building Officials and Code CDA Copper Development Assn., Inc.

01-4 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

CISPI Cast Iron Soil Pipe Institute CRSI Concrete Reinforcing Steel Institute CS Commercial Standard F/M Factory Mutual Research Corporation FS Federal Specifications HEW United States Department of Health Education and Welfare MDOT Michigan Department of Transportation MBC Michigan Building Code 2009 MMC Michigan Mechanical Code 2009 NEC National Electrical Code (NFPA 70) 2011 NFPA National Fire Protection Association NSF National Sanitation Foundation Testing Laboratory, Inc NSWMA National Solid Waste Management Association PCA Portland Cement Association PDI Plumbing and Drainage Institute SMACNA Sheet Metal & Air Conditioning Contractors UL Underwriters Laboratories, Inc. USDC United States Department of Commerce

END OF SECTION 01090

SECTION 01100 SPECIAL PROJECT PROCEDURES

I. GENERAL:

A. The Contractor must post appropriate construction signs to advise the occupants and visitors of occupied facilities of the limits of construction work areas, hardhat areas, excavations, construction parking and staging areas, etc. The Contractor must maintain safe and adequate pedestrian and vehicular access to fire hydrants, commercial and industrial establishments, churches, schools, parking lots, hospitals, fire and police stations and like establishments. The Contractor must obtain written approval from the Owner ten Calendar Days before connecting to existing facilities or interrupting the services on site.

B. Barrier and Enclosures:

1. The Contractor must furnish, install and maintain as long as necessary and remove when no longer required adequate barriers, warning signs or lights at all dangerous points throughout the Work for protection of property, workers and the public. The Contractor must hold the State of Michigan harmless from damage or claims arising out of any injury or damage that may be sustained by any person or persons as a result of the Work under the Contract.

3. Temporary Fence: The Contractor must entirely enclose the Contract area(s) by means of woven wire or snow fence or other approved fencing having minimum height of four feet. Gates must be provided at all points of access. Gates must be closed and secured in place at all times when Work under the Contract is not in progress. The fence must be removed and grounds restored to original condition upon completion of the Work.

4. Street Barricades: The Contractor must erect and maintain all street barricades, signal lights and lane change markers during the periods that a traffic lane is closed for their operations. There must be full compliance with rules and ordinances respecting such street barricading and devices must be removed when hazard is no longer present.

5. Dust proof barriers: The Contractor must furnish, install and maintain as long as necessary and remove when no longer required, adequate dust proof barriers around the Work areas.

C. Construction Aid:

1. The Contractor must furnish, install, and maintain as long as necessary and remove when no longer required, safe and adequate scaffolding, ladders, staging, platforms, chutes, railings, hoisting equipment, etc., as required for proper execution of the Work. All construction aids must conform to Federal, State, and local codes or Laws for protection of workers and the public.

2. Debris Chute: The Contractor must use a chute to lower debris resulting from their Work. The chute must be the enclosed type with its discharge directly into the truck or approved container.

3. Pumping and Drainage: The Contractor must provide all pumping necessary to keep excavations and trenches free from water the entire period of Work on the Contract. The Contractor must construct and maintain any necessary surface drainage systems on the Work site so as to prevent water entering existing structures or to flow onto public or private property adjacent to the Agency's land, except for existing drainage courses or into existing drainage systems. The Contractor must prevent erosion of soils and blockage of any existing drainage system.

END OF SECTION 01100 01-5 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 01200 PROJECT MEETINGS

I. GENERAL:

A. Pre-Construction Conferences: The Project Director will schedule a pre-construction conference to be attended by the Professional, State Agency staff, and the Contractors. A project procedure as outlined in DMB-460 Form, will be established for the Work during the pre-construction meeting. When no organizational meeting is called, the Contractor, before beginning any Work, must meet with the staff of the Agency and arrange a Work schedule for the Project. Once the Project has been started, the Contractor must carry it to completion without delay.

B. Progress Meetings: The Professional will schedule progress meetings to be held on the job site whenever needed to supply information necessary to prevent job interruptions, to observe the Work or to inspect completed Work. The Contractor must be represented at each progress meeting by persons with full authority to act for the Contractor in regard to all portions of the Work.

END OF SECTION 01200

SECTION 01300 SUBMITTALS

I. GENERAL:

A. Samples: The Contractor must deliver all samples of material or equipment to the job site for examination by the State Agency and the Professional. Samples will be examined by the Professional for conformance with the design concept of the Project and for compliance with the information given in the Contract Documents. The Contractor must furnish all Work in accordance with approved samples. The following general classifications of material and equipment require submission of samples. Samples of other items may be requested by the Professional at any time.

Item of Work Type of Sample Section Number

B. Shop Drawings, Sample and Technical: Contractor must submit to the Professional (a) an electronic file of all Shop Drawings; (b) A 3-inch wide by 2-inch high clear space for PSC approval stamp must be provided on the Title Sheet of the shop drawings; (c) all required samples; and (d) all other technical submittals (test, results, test and safety procedures, O&M manuals, etc.) that are required by the Contract Documents. Each submittal must be stamped/certified to indicate that the Contractor has satisfied the requirement of the Contract Documents and all trade construction Submittals must be coordinated, reviewed and stamped/approved by the Contractor before submission to the Professional. Before each submission, the Contractor must (a) determine and verify all field measurements, quantities, dimensions, instructions for installation and handling of equipment and systems, installation requirements (including location, dimensions, access, fit, completeness, etc.), materials, color, catalog numbers and other similar data as to correctness and completeness, and (b) have reviewed and coordinated that technical Submittal with other technical submittals and the requirements of the Contract Documents. The Contractor must give the Professional specific written notice of any variation from the requirements of the Contract Documents. Neither the Owner’s authority to review any of the Submittals by the Contractor, nor the Owner’s decision to raise or not to raise any objections about the Submittals, creates or imposes any duty or responsibility on the Owner to exercise any such authority or decision for the benefit of the Contractor/Subcontractor/Supplier, any surety to any of them or any other third party. The Contractor is not relieved of responsibility for errors or omissions in shop drawings, product data, samples, or similar submittals just because the Professional approved them. The finalized As-Built/Record Documents and approved Submittals must be required for processing final payment to the Contractor.

C. Progress Schedule: Upon request, the Contractor must submit three (3) copies of the Progress Schedule for the Professional and Owner review. The Progress Schedule Submittals are intended to show: (a) the priority and sequencing by which the Contractor intends to execute the Work (or Work remaining) to comply with Contract Times, those sequences of Work indicated in or required by the Contract Documents; (b) how the Contractor anticipates foreseeable events, site conditions and all other general, local and prevailing conditions that may in any manner affect cost, progress, schedule, performance and furnishing of the Work; and (c) how the Means and Methods chosen by the Contractor translate into activities and sequencing; and (d) the actual timing and sequencing of completed Work. Submittals will be returned to the Contractor within fifteen Calendar Days. Contractor must resolve the issues arising from the review by the Professional and/or the Owner and submit Progress Schedule Revision. The review of the Progress Schedule by the Professional or the Owner does not create or impose on the Owner or the Professional any responsibility for the timing, planning, scheduling or execution of the Work or the correctness of any such Progress Schedule detail. The Contractor must update the schedule monthly. The correctness of Progress Schedule remains the sole responsibility of the Contractor. The Contractor is responsible for any time Delay and any cost incurred by the Professional, Contractor or Subcontractors/Suppliers as a result of resubmissions and re- reviews of a particular Submittal.

END OF SECTION 01300

01-6 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 01400 QUALITY CONTROL

I. GENERAL:

A. Testing Laboratory Services: All tests required by the Owner must fulfill ASTM, ANSI, Commercial and other Standards for testing. The Contractor must submit a minimum of three copies of each test report to the Professional for evaluation and subsequent distribution. The following general classifications of Work require submission of test reports and/or certificates of inspection. Additional submissions may be requested by the Professional at any time.

Item of Work Test Type Section Number

B. Tests:

1. Paid by Owner:

2 Paid by Contractor: Commissioning, Air Test and Balance (TAB), Fire Alarm testing, Air pressurization fans and controls Start up and testing

END OF SECTION 01400

SECTION 01500 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

I. GENERAL:

A. The Contractor must furnish and install all temporary facilities and controls required by the Work, must remove them from State property upon completion of the Work, and the grounds and existing facilities must be restored to their original condition.

B. If water or electricity is available in the area where Work will be performed, the Contractor will not be charged for reasonable use of these services for construction operation. The Contractor must pay costs for installation and removal of any temporary connections including necessary safety devices and controls. Use of services must not disrupt or interfere with operations of the State Agency.

C. Temporary Sanitary Facilities:

1. State Toilets: If available, the State Agency will designate a permanent toilet facility on the premises for use by personnel employed in the Work. The Contractor must repair any damage to the toilet facility caused by their employees and maintain it in a clean and sanitary condition.

END OF SECTION 01500

SECTION 01600 MATERIAL AND EQUIPMENT

I. GENERAL:

A. The Contractor must furnish and be responsible for all materials, equipment, facilities, tools, supplies and utilities necessary for completing the Work. All materials and equipment must be provided as described in the Contract Documents and of good quality, free of defect and new and must be applied, installed, connected, erected, used, cleaned and conditioned following the manufacturer’s and Suppliers’ instructions.

B. Delivery, Storage, and Handling: All materials and equipment delivered to and used in the Work must be suitably stored and protected from the elements. The areas used for storage must only be those approved by the State Agency. The Owner assumes no responsibility for stored material. The ownership and title to materials will not be vested in the Owner before materials are incorporated in the Work, unless payment is made by the Owner for stored materials and equipment. After delivery, before and after installation, the Contractor must protect materials and equipment against theft, injury or damage from all causes. For all materials and equipment, the Contractor must provide complete information on installation, operation and preventive maintenance.

01-7 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

1. The Contractor must cover and protect bulk materials while in storage which are subject to deterioration because of dampness, the weather or contamination. The Contractor must keep materials in their original sealed containers, unopened, with labels plainly indicating manufacturer's name, brand, type and grade of material and must immediately remove from the Work site containers which are broken, opened, watermarked and/or contain caked, lumpy or otherwise damaged materials.

2. The Contractor must keep equipment stored outdoors from contact with the ground, away from areas subject to flooding and covered with weatherproof plastic sheeting or tarpaulins.

3. The Contractor must certify that any materials stored off-site are: a) Stored on property owned or leased by the Contractor or owned by the agency. b) Insured against loss by fire, theft, flood or other hazards. c) Properly stored and protected against loss or damage. d) In compliance with the plans and specifications. e) Specifically allotted, identified, and reserved for the project. f) Itemized for tracking and payment. g) Subject to these conditions until the items are delivered to the project site.

END OF SECTION 01600

SECTION 01650 FACILITY START-UP

I. GENERAL:

A. Tests: The complete installation consisting of the several parts of equipment and systems installed according to the requirements of the Contract Documents must be ready in all respects for use by the State Agency and must be subjected to a test at full operating conditions and pressures for normal conditions of use.

B. Adjustments: Contractor must adjust and replace the Work which is necessary to fulfill the requirements of the Contract Documents and to comply with the directions and recommendations of the manufacturer of the several parts of equipment, and to comply with all provisions of architectural and/or engineering drawings/specifications and all codes and regulations which may apply to the entire installation.

C. Demonstration: Contractor must provide an on-site demonstration and training of all systems operations to the Owner when it is substantially completed.

END OF SECTION 01650

SECTION 01700 CONTRACT CLOSE-OUT

I. GENERAL:

A. Substantial Completion: The Contractor must notify the Professional, the Project Director and the Agency when the Work will be substantially complete. If the Professional, Owner, and Agency agree that the project is Substantially Complete, the Professional and Project Director will inspect the Work. The Professional, upon determining that the Work, or a portion of the Work inspected, is substantially complete, will prepare a Punch List and will attach it to the respective Certificate of Substantial Completion. The Contractor must be represented on the job site at the time this inspection is made and thereafter must complete all Work by the date set for final acceptance by the Owner.

B. Cleaning:

1. Regular Cleaning: The Contractor must remove all scrap or removed material, debris or rubbish from the Project work site at the end of each working day and more frequently whenever the Owner Field Representative deems such material to be a hazard. The Contractor cannot discard materials on the grounds of the State Agency without the express permission of the Project Director. No salvage or surplus material may be sold on the premises of the State Agency. No burning of debris or rubbish is allowed. Any recycled materials must be recycled and the Contractor will be required to provide recycling plan.

2. Final Cleaning: Before final acceptance by the State, the Contractor must clean all of the Work and existing surfaces, building elements and contents that were soiled by their operations and make repairs for any damage or blemish that was caused by the Work.

END OF SECTION 01700

01-8 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SECTION 01710 PROJECT RECORD DOCUMENTS

I. PROJECT MANUALS

A. Provide six (6) complete sets of project manuals, in a minimum of two separate volumes each, in three ring binders which include the following information:

1. Volume 1: Operation and Maintenance Manuals

2. Volume 2: Record Drawings, Tests, and Certifications

B. The manuals shall be assembled as follows:

1. Manuals shall be bound in durable 8 1/2 x 11 three D size ring plastic cover binders.

2. Each manual shall have durable permanent internal page dividers, logically organized as described in this section with tab titles clearly printed under reinforced laminated plastic tabs.

3. Each binder shall have the following inserted into both the binder front cover and the binder spine:

Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.rmp Index No. 44101

Volume 1: Operation and Maintenance Manuals (or Volume 2: Record Drawings, Tests, and Certifications as appropriate)

Date

4. Individual binders shall be no more than three inches thick. If additional binders are therefore required, list them as Volume 1A, Volume 1 B, etc. or Volume 2A, Volume 2B, etc. as appropriate.

5. Each binder shall have a complete table of contents, for all binder volumes. Provide revised Volume 1 table of contents as required when Volume 2 is submitted.

6. Provide a tab in Volume 2 for record drawings (As built drawings will be inserted by the engineer).

II. VOLUME 1: OPERATION AND MAINTENANCE MANUALS

A. A directory of names, addresses, and telephone numbers of the following:

1. Engineer

2. Contractor

3. All subcontractors

4. Major equipment suppliers

B. Shop Drawings

1. Provide copies of all shop drawings previously submitted in the project including architectural trades.

01-9 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

2. See Section 01300 for a list of shop drawings that are also to _be included in the Volume 1 Operation and Maintenance Manual submittal.

C. For each item of equipment and each system

1. Description of unit or system, and component‐parts

2. Identify function, normal operating characteristics, and limiting conditions.

3. Include performance curves, with engineering data and tests.

4. Complete nomenclature and model number of replaceable parts.

5. Shop drawings and product data

D. Installation Instructions: Include complete installation instructions including all requirements per listing agencies

E. Operating Procedures: Include start‐up, break‐in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut‐down, and emergency instructions, Include summer, winter, and any special operating instruction.

F. Maintenance Requirements: Included routine procedures and guide for preventative maintenance and trouble shooting, disassembly, repair, and reassembly instructions, and alignment adjusting, balancing, and checking instructions.

G. Provide servicing and lubrication schedule, and list of lubricants required.

H. Include manufacturers' printed operating and maintenance instructions.

I. Include control diagrams and sequence of operation of all equipment.

J. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance.

K. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage.

Ill. VOLUME 2: RECORD DRAWINGS, TESTS, AND. CERTIFICATIONS

A. Record Drawings

1. The Contractor shall furnish to the Design and Construction Division, Project Manager with his/her request for final payment, reproducible Drawings of plans, and any sections or details necessary, clearly showing the actual path and location of material and equipment installed in this project. Plans shall be drawn at the scale as the design documents

2. Record drawings consist of either marked up construction documents, with markups neatly printed in red ink, or shall be CAD drawings, altering the AutoCAD drawings which will be furnished by the Engineer.

B. Test and Balance Reports: Include Test and Balance Reports per Section 23 0590.

C. Warrantees and Bonds: Include Warrantees and Bonds including required OMS forms.

01-10 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

D. Certificates and permits: Include all certificates. permits. etc.

END OF SECTION 01700

SECTION 01800 MAINTENANCE

I. GENERAL:

A. The Contractor is responsible for maintaining the following parts of Work in good order and proper working conditions and must take all necessary actions for their protection until they are placed for use by the Owner:

END OF SECTION 01800

01-11 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.RMP Index No. 44101

Architectural Specifications Divisions 02 through 14

2013 LehnerFindlan Associates 00 15 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 02 41 19 - SELECTIVE DEMOLITION

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.2 SUMMARY

A. Section Includes:

1. Demolition and removal of selected portions of building or interior finishes. 2. Salvage of existing items to be reused or recycled.

1.3 DEFINITIONS

A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled.

B. Remove and Salvage: Carefully detach from existing construction, in a manner to prevent damage, and deliver to Owner ready for reuse.

C. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated.

1.4 MATERIALS OWNERSHIP

A. Unless otherwise indicated, demolition waste becomes property of Contractor.

1.5 PREINSTALLATION MEETINGS

A. Pre-demolition Conference: Conduct conference at Project site.

1. Inspect and discuss condition of construction to be selectively demolished.

2. Review structural load limitations of existing structure.

3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays.

4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations.

5. Review areas where existing construction is to remain and requires protection.

1.6 INFORMATIONAL SUBMITTALS

A. Proposed Protection Measures: Submit report, within 10 days after the start of the contract, including drawings, that indicates the measures proposed for protecting individuals and property, for environmental protection, for dust control and, for noise control. Indicate proposed locations and construction of barriers. SELECTIVE DEMOLITION 02 41 19 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Schedule of Selective Demolition Activities: Indicate the following:

1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity, and each phase.

2. Interruption of utility services. Indicate how long utility services will be interrupted.

3. Coordination for shutoff, capping, and continuation of utility services.

C. Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition.

D. Pre-demolition Photographs or Video: Submit before Work begins.

E. Warranties: Documentation indicated that existing warranties are still in effect after completion of selective demolition.

1.7 CLOSEOUT SUBMITTALS

A. Inventory: Submit a list of items that have been removed and salvaged.

B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes.

1.8 FIELD CONDITIONS

A. Owner will occupy portions of building immediately adjacent to selective demolition areas. Conduct selective demolition so Owner's operations will not be disrupted.

B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical.

C. Notify PSC of discrepancies between existing conditions and Drawings before proceeding with selective demolition.

D. Hazardous Materials: Hazardous materials may be present in buildings and structures to be selectively demolished. A report on the presence of hazardous materials will be on file for review and use. Examine report to become aware of locations where hazardous materials are present.

1. Hazardous material remediation will be removed by others.

2. Do not disturb hazardous materials or items suspected of containing hazardous materials except under procedures specified elsewhere in the Contract Documents.

3. Owner will provide material safety data sheets for suspected hazardous materials that are known to be present in buildings and structures to be selectively demolished because of building operations or processes performed there.

E. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations.

SELECTIVE DEMOLITION 02 41 19 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 1. Maintain fire-protection facilities in service during selective demolition operations.

2. Maintain existing heating and air conditioning systems not affected by scope of work in service during selective demolition operations.

PART 2 - PRODUCTS

2.1 PEFORMANCE REQUIREMENTS

A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.

B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Verify that utilities affected by the work have been disconnected and capped before starting selective demolition operations.

B. Contractor, upon request may to PSC and Owner, review record documents of existing construction. Owner and PSC do not guarantee that existing conditions are same as those indicated in record documents.

C. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required.

D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to PSC.

E. Promptly notify PSC and Owener’s Representative if removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations.

1. Perform surveys as the Work progresses to detect hazards resulting from selective demolition activities.

F. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs.

3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS

A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain unless otherwise indicated and protect them against damage.

1. Comply with requirements for existing services/systems interruptions specified in Division 01 Section "General Conditions."

B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect,

SELECTIVE DEMOLITION 02 41 19 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished.

1. Owner will arrange to shut off indicated services/systems when requested by Contractor.

2. If services/systems are required to be removed, relocated, or abandoned, provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building.

3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems, equipment, and components indicated to be removed.

a. Equipment modified or relocated and to remain in Use: Clean existing ducts, ceiling slot diffusers and return air light troffers, and ensure proper operation.

b. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational.

c. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material.

d. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material.

3.3 PREPARATION

A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities.

1. Comply with requirements for access and protection specified in Division 01 Section "General Conditions “Construction Facilities and Temporary Controls."

B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain.

1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building.

2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to prevent water leakage and damage to structure and interior areas.

3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations.

4. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 01 Section "General Conditions and Appendix III: Special Project Procedures".

C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. SELECTIVE DEMOLITION 02 41 19 -4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Strengthen or add new supports when required during progress of selective demolition.

3.4 SELECTIVE DEMOLITION, GENERAL

A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows:

1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level.

2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain.

3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces.

4. Do not use cutting torches without written approval from both PSC and Owner’s Representative.

a. If approved, clear work area of flammable materials.

b. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations.

c. Maintain fire watch and portable fire-suppression devices during flame- cutting operations.

d. Maintain adequate ventilation when using cutting torches.

5. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials and promptly dispose of off-site.

6. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation.

7. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing.

8. Dispose of demolished items and materials promptly.

B. Reuse of Building Elements: Do not demolish building elements beyond what is indicated on Drawings without PSC's approval.

C. Removed and Salvaged Items:

1. Clean salvaged items.

2. Pack or crate items after cleaning. Identify contents of containers.

SELECTIVE DEMOLITION 02 41 19 -5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3. Store items in a secure area until delivery to Owner.

4. Transport items to Owner's storage area designated by Owner.

5. Protect items from damage during transport and storage.

D. Removed and Reinstalled Items:

1. Clean and repair items to functional condition adequate for intended reuse.

2. Pack or crate items after cleaning and repairing. Identify contents of containers.

3. Protect items from damage during transport and storage.

4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated.

E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by PSC, items may be removed to a suitable, protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete.

3.5 DISPOSAL OF DEMOLISHED MATERIALS

A. General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an approved landfill.

1. Do not allow demolished materials to accumulate on-site.

2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas.

3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent.

4. Comply with requirements specified in Division 01 Section "Materials & Equipment."

B. Burning: Do not burn demolished materials.

C. Disposal: Transport demolished materials off of Owner's property and legally dispose of them.

3.6 CLEANING

A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began.

END OF SECTION 02 41 19

SELECTIVE DEMOLITION 02 41 19 -6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 SECTION 04 10 00- MORTAR

PART 1 GENERAL

1.1 WORK

A. Provide all labor and materials required to complete unit masonry as shown on the Drawings and specified herein.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 QUALITY STANDARDS

A. Provide experienced, well-trained workers competent to complete the work as specified.

B. Unless approved by the PSC, provide all related products and accessories from one manufacturer.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Submit list of materials to be provided for this work.

2. Submit manufacturer's data required to prove compliance with these specifications.

1.5 MATERIALS HANDLING

A. Provide all materials required to complete the work as shown on drawings and specified herein.

1. Deliver, store, and transport materials to avoid damage to the product or to any other work.

2. Return any products or materials delivered in a damaged or unsatisfactory condition.

3. Materials and products delivered will be certified by the manufacturer to be as specified.

B. Store mortar off the ground, protected from dirt, ground moisture, contaminants, and weather.

1.6 PRECONSTRUCTION PROJECT PREPARATION

A. Examine and verify that job conditions are satisfactory for speedy and acceptable work.

1. Maintain and use all up-to-date construction documents on site.

2. Maintain and use up-to-date trade standards.

3. Schedule a preconstruction meeting with all concerned parties.

4. Confirm there are no conflicts between this work and masons' local customs and building codes.

PART 2 MATERIALS

2.1 MORTAR MORTAR 04 10 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

A. Mortar materials:

1. Portland cement: ASTM C150, Type I, non-staining .

2. Masonry cement: ASTM C91, Type II, non-staining.

3. Aggregate: Clean, sharp sand, ASTM C144.

4. Lime:

a. Quick lime: ASTM C5. b. Hydrated lime: Type S.

5. Water: Clean and potable.

B. Waterproofing admixture:

1. Euclid Chemical "Integral Waterpeller."

2. Master Builders "Omicron."

3. Sonneborn-Contech "Hydrocide."

2.2 MIXES

A. Do not change source or brands of mortar during the course of the work.

B. Type N Mortar:

1. ASTM C270 proportions by volume, 1 part portland cement, 1 to 1-1/2 parts hydrated lime and not more than 6 parts sand, measured in a damp, loose condition with minimum average compressive strength at 28 days of 750 psi.

Type N mortar may be 1 part masonry cement and not more than 3 parts sand.

C. Type S Mortar:

1. ASTM C270 proportions by volume, 1 part portland cement, 1/2 part hydrated lime and not more than 4-1/2 parts sand, measured in a damp, loose condition with a minimum average compressive strength at 28 days of 1800 psi.

Type S mortar may be 1/2 part portland cement, 1 part masonry cement and not more then 4- 1/2 parts sand.

D. Type M Mortar:

1. ASTM C270 proportions by volume, 1 part portland cement, 1/4 part hydrated lime and not more than three parts sand, measured in a damp, loose condition, with a minimum average compressive strength at 28 days of 2500 psi.

Type M mortar may be 1 part portland cement, 1 part masonry cement and not more than 6 arts sand.

MORTAR 04 10 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 PART 3 EXECUTION

3.1 PREPARATION

A. Mortar mix may be varied with PSC’s permission depending on atmospheric and ambient conditions. Use only accurate measuring devices.

B. Mix all cementitious materials and sand in a mechanical batch mixer for a minimum of 5 minutes. Adjust the consistence of the mortar to the satisfaction of the mason but add only as much water as is compatible with convenience in using the mortar. If the mortar begins to stiffen from evaporation or from absorption of a part of the mixing water, re-temper the mortar immediately by adding water and re-mix the mortar. Use all mortar within 2-1/2 hours of the initial mixing. Do not use mortar after it has begun to set.

C. Do not use frozen materials or materials mixed or coated with ice or frost.

D. Add admixtures to mortar in strict accordance with manufacturer's recommendations.

3.2 INSTALLATION

A. Use waterproofing admixture for all exterior masonry work.

B. Use Type S mortar (1800 psi) for all structural clay masonry work, and all bearing and non-bearing walls.

C. Use Type M mortar (2500 psi) for all masonry work in contact with earth and below grade, all unbraced walls exceeding 20 feet in height, at all bearing locations requiring more than one course of solid masonry, and elsewhere as detailed.

D. Do not use Type N mortar for any work without PSC's written approval.

E. Where two types of mortar apply to a cavity or composite wall, the higher strength mortar shall be used exclusively.

F. Mortar color:

1. Provide natural color mortar for brick masonry and concrete unit masonry.

END OF SECTION 04 10 00

MORTAR 04 10 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 04 15 00- MASONRY REINFORCEMENT AND ACCESSORIES

PART 1 GENERAL

1.1 WORK

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

B. Provide all masonry reinforcement, accessories, and materials as shown on the Drawings and specified herein.

1.3 QUALITY STANDARDS

A. Provide experienced, well-trained workers competent to complete the work as specified.

B. Unless approved by the PSC, provide all related products and accessories from one manufacturer.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Submit list of materials to be provided for this work.

2. Submit manufacturer's data required to prove compliance with these specifications.

3. Submit manufacturer's installation instructions.

1.5 MATERIALS HANDLING

A. Provide all materials required to complete the work as shown on drawings and specified herein.

1. Deliver, store, and transport materials to avoid damage to the product or to any other work.

2. Return any products or materials delivered in a damaged or unsatisfactory condition.

3. Materials and products delivered will be certified by the manufacturer to be as specified.

4. Store materials off the ground, protected from dirt, ground moisture, contaminants, and weather.

1.6 PRECONSTRUCTION PROJECT PREPARATION

A. Examine and verify that job conditions are satisfactory for speedy and acceptable work.

1. Maintain and use all up-to-date construction documents on site.

2. Maintain and use up-to-date trade standards.

3. Schedule a preconstruction meeting with all concerned parties.

MASONRY REINFORCEMENT AND ACCESSORIES 04 15 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 4. Confirm there are no conflicts between this work and masons' local customs and building codes.

1.7 QUALITY ASSURANCE

A. Reinforcement and accessories based on products as manufactured by:

1. Dur-O-Wall.

2. Comparable materials by AA Wire Products, Hohmann & Bernard Inc., and Masonry Reinforcing Corp. of America are also acceptable.

PART 2 MATERIALS

2.1 MASONRY ACCESSORIES AND OTHER RELATED MATERIALS

A. Provide all accessories and materials as required for complete, proper installation.

B. Install masonry reinforcing and anchorage as shown on the Drawings and or specifications herein:

1. Reinforcing bars: Grade 60, unless otherwise shown on the Drawings.

2. Deformed bars for No. 3 and larger.

3. Single wythe joint reinforcement: Truss type (ladder type for walls with vertical reinforcing).

4. Multiple wythe joint reinforcement: Truss type and/or ladder type with moisture drip.

5. Joint reinforcement: Unprotected cold-drawn steel.

6. Strap anchors: Bent steel, 1/4" thick, galvanized.

7. Sheet metal wall ties: Corrugated galvanized steel.

8. Steel wire wall ties: Galvanized steel-formed wire.

9. Dovetail anchors: Bent strap, 1/4" thick galvanized steel.

C. Miscellaneous accessories and materials:

1. Flashing: non-corrosive sheet metal.

2.2 REINFORCING

A. Horizontal joint reinforcement for concrete unit masonry:

1. In single wythe walls and in backing wythe of cavity walls, use 9 Ga. deformed wire type reinforcing.

2. Provide ladder type in walls with vertical rod reinforcing.

3. Provide truss type in all other walls.

4. In composite walls, use continuous rectangular tab tie type with 9 Ga. deformed side roads and 3/16" steel wire tab ties. MASONRY REINFORCEMENT AND ACCESSORIES 04 15 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Adjustable Wall Ties:

1. 3/16" steel wire; rectangular, 4" width x 8" overall length or as required for wall construction and cavity width.

C. Combined horizontal joint reinforcement and adjustable wall ties:

1. Dur-O-Eye adjustable assembly, ladder or truss type, 9 Ga. deformed wire reinforcement and 3/16" steel wire ties; rectangular, 4" width x 8" overall length or as required for wall construction and cavity width.

D. Finish:

1. All reinforcement and ties in exterior walls shall have Class B-2 hot-dipped galvanized after fabrication.

2. Regular mill galvanized finish for remaining areas of building is permissible.

E. Provide reinforcement 2" less in width than wythe thickness; use either pre-fabricated or job- fabricated corners and ties.

F. Corrugated metal wall ties for veneered construction.

PART 3 EXECUTION

3.1 INSTALLATION

A. Do not install reinforcing with loose rust or other coatings, including ice, which will reduce or destroy bond.

B. Horizontal metal joint reinforcement shall be installed according to the following:

1. In every second block course of all masonry walls, full height of wall and every block course where shown on drawings.

2. In first bed joint immediately above and below all openings so that it extends a minimum of 24 inches beyond opening each way.

3. In bed joints of the first and second courses below bearing line in bearing walls when wall receives uniformly distributed floor or roof loads.

4. Lap reinforcement a full width at corners and at intersections or use special fabricated sections.

5. In no case shall joint reinforcement be laid across vertical control or expansion joints.

C. Provide corrugated metal wall ties at all veneered wall construction. Install ties16" o/c. vertically and16" horizontally.

D. Provide continuous through-wall concealed masonry flashing for:

1. All masonry openings in exterior walls with masonry above head.

2. Over all horizontal steel members built into masonry. MASONRY REINFORCEMENT AND ACCESSORIES 04 15 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. At the bottom of cavities in cavity wall construction, and elsewhere as shown.

E. Provide vertical control joints in masonry where shown and…

1. Provide control joints at intersection of bearing walls to non-bearing walls.

2. Wherever differential settlement or motion might reasonably occur.

3. Joint width shall conform to masonry joint width.

END OF SECTION 04 15 00

MASONRY REINFORCEMENT AND ACCESSORIES 04 15 00 -4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 04 22 00- CONCRETE UNIT MASONRY

PART 1 -- GENERAL

1.1 WORK

A. Provide all labor and materials required to complete concrete unit masonry as shown on the Drawings and specified herein.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 QUALITY STANDARDS

A. Provide experienced, well-trained workers competent to complete the work as specified.

B. Unless approved by the PSC, provide all related products and accessories from one manufacturer.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Submit list of materials to be provided for this work.

2. Submit manufacturer's data required to prove compliance with these specifications.

3. Submit manufacturer's installation instructions.

4. Submit shop drawings as required with complete details and assembly instructions.

1.5 MATERIALS HANDLING

A. Provide all materials required to complete the work as shown on drawings and specified herein.

1. Deliver, store, and transport materials to avoid damage to the product or to any other work.

2. Return any products or materials delivered in a damaged or unsatisfactory condition.

3. Materials and products delivered will be certified by the manufacturer to be as specified.

B. Store masonry off the ground, protected from dirt, ground moisture, contaminants, and weather.

1.6 REFERENCED STANDARDS

A. Publications listed below form a part of this specification.

1. American Society for Testing and Materials (ASTM):

C55-09 Concrete Building Brick C90-11 Load-Bearing Concrete Masonry Units C476-10 Standard Specification for Grout for Masonry CONCRETE UNIT MASONRY 04 22 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2. Masonry Industry Council:

3. Hot and Cold Weather Masonry Construction Manual-98 (R2000).

4. Brick Industry Association - Technical Notes on Brick Construction (BIA):

5. Masonry Standards Joint Committee; Specifications for Masonry Structures

1.7 PRECONSTRUCTION PROJECT PREPARATION

A. Examine and verify that job conditions are satisfactory for speedy and acceptable work.

1. Maintain and use all up-to-date construction documents on site.

2. Maintain and use up-to-date trade standards.

3. Confirm there are no conflicts between this work and masons' local customs and building codes.

B. Planning and coordination:

1. Schedule a preconstruction meeting with all concerned parties.

2. Use agreed schedule for installation and for field observation by PSC.

PART 2 -- MATERIALS

2.1 CONCRETE UNIT MASONRY

A. Provide concrete unit masonry where shown on the Drawings and specified herein.

B. Concrete unit masonry will be manufactured by:

C. Concrete unit masonry units shall comply with ASTM standards: 1. Any major manufacturer complying with the standards and specifications herein.

1. Concrete bricks, ASTM C55.

2. Hollow load-bearing units, ASTM C90.

3. Hollow non-load-bearing units, ASTM C129.

4. Solid load-bearing units, ASTM C145. 1. Hollow, load-bearing units Grade N, Type I, Medium Weight for exterior and interior.

D. Grades and types:

E. Pattern and sizes shown on the Drawings.

1. Nominal size: 8" x 16" units or as required.

2 Provide other sizes and shapes as applicable for job conditions. CONCRETE UNIT MASONRY 04 22 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

PART 3 -- CONSTRUCTION AND INSTALLATION

3.1 WORK PREPARATION AND CONDITIONS

A. Complete this work in a timely fashion, without interfering with, or delaying the work of other trades.

B. Prepare all work according to applicable codes and regulations.

C. Prepare all work according to the standards and specifications of the Masonry Institute of America and per 1.5 “Referenced Standards”.

D. Moisture and climate control:

1. Do not work in freezing or inclement weather that might interfere with work quality.

2. Provide heat as necessary for proper, prior to installation and as necessary to prevent freezing.

3. Protect concrete masonry units from moisture, and keep them dry during installation.

E. Work layout and preparation:

1. Prepare a work layout to establish and assure correct:

_ Coursing _ Patterns _ Elevation of base course _ Opening sill and header heights.

2. Use mortar mix components according to trade standards, lab or site testing, and as detailed.

3. Check and correct as necessary any structural members that support masonry so they are:

_ Correctly located _ Plumb _ Aligned _ Braced

4. Install attachments that support masonry as per details.

5. Provide level shelf angles.

6. Provide bond breaks to allow differential movements between building frame and masonry wall.

7. Put in place, anchor, plumb, and level metal work that will be embedded in masonry:

_ Angles _ Bucks and frames _ Lintels

8. Provide flashing and openings for materials and fixtures to be installed.

9. Put appurtenances in place, anchoring, insulating, and protecting them from:

_ Impact damage _ Abrasion _ Chemical corrosion.

10. Appurtenances include but are not limited to:

_ Piping and conduit _ Ductwork _ Sleeves

11. Install bond-break felts, flashing, or other movement separators. CONCRETE UNIT MASONRY 04 22 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.2 UNIT MASONRY INSTALLATION AND MORTAR APPLICATION

A. Complete this work in a timely fashion, without interfering with, or delaying the work of other trades.

B. Complete all work according to applicable codes and regulations.

C. Complete all work according to the standards and specifications of the Masonry Institute of America.

D. Mortar joints:

1. Do mortar applications promptly.

2. Tooled or weathered joints:

3. Construct mortar joint sizes to match existing conditions.

4. Provide full head and bed joints.

5. Properly butter masonry unit edges.

6. Completely fill all joints: bed, cross, end, and head.

7. Do not tool joints prematurely before initial mortar set.

8. Tool joints without damaging mortar.

9. Promptly point holes, such as for line nails, as work proceeds.

10. Fully bed copings, blocks, and caps, and completely point joints.

11. Remove wedges as work progresses.

12. Repair defective units as work progresses.

13. Completely fill and level bed joints on lintels.

14. Lay block courses in reference to a level line.

15. Align and plumb vertical joint lines in alternate courses

16. Keep wall face plumb and aligned story by story.

E. Install caulking, control joints, lintels, and flashing as detailed and…

1. Keep caulking spaces at louver frames uniform and of detailed size.

2. Keep spaces for expansion/contraction control joints uniform.

F. Control consistency and quality of materials and installation

3.3 MASONRY ACCESSORIES AND REINFORCING -- INSTALLATION

A. Install metal ties for bonding as per referenced trade standards. CONCRETE UNIT MASONRY 04 22 00 -4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Assure compliance in types, sizes, spacing, depth of anchoring and corrosion resistance.

B. Install reinforcing as per referenced trade standards:

1. Stagger laps in bond beams.

2. Install door and window jamb hooks.

3. Provide lintel reinforcing for poured headers.

4. Provide pier and column ties.

5. Provide ties at top and bottom of vertical bars.

6. Provide all necessary bracing to guarantee safety during construction.

7. Provide extra reinforcement at corners of openings and intersections.

8. Do not deform reinforcing bars to force fit.

3.4 WORK PROTECTION AND CLEANING

A. Clean all surfaces prior to work, during work shifts, and immediately upon completion:

1. Don't allow any mortar to enter expansion/contraction joints.

2. Don't allow mortar droppings on sills, copings, and projecting courses.

3. Clean wythes and other wall spaces so mortar does not provide water bridges across space.

4. Scrape mortar extrusions off inside wall.

5. Clean mortar droppings from brick or other masonry anchors and straps, to avoid water bridges.

6. Clean beyond detection or replace any finish brick damaged by spilled concrete or mortar.

7. Clean out masonry refuse that accumulates within the building at each work shift.

8. Clean and wet down tops of uncompleted wall sections at start of each new work shift.

3.5 REPAIR AND TOUCH-UP

A. After installation, inspect all work for improper installation or damage.

B. Repairs:

1. Repair or replace any work damaged during installation.

2. Repair work will be undetectable.

END OF SECTION 04 22 00 CONCRETE UNIT MASONRY 04 22 00 -5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 05 12 00 - STRUCTURAL STEEL

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.2 SUMMARY

A. Section Includes:

1. Structural steel fabrications, connections and appurtenances,.

1.3 REFERENCES

AISC 303 (2010) Code of Standard Practice for Steel Buildings and Bridges

AISC 325 (2011) Steel Construction Manual

AISC 326 (2009) Detailing for Steel Construction

AISC 360 (2010) Specification for Structural Steel Buildings

AWS D1.1/D1.1M (2010; Errata 2010) Structural Welding Code - Steel

ASME B46.1 (2009) Surface Texture, Surface Roughness, Waviness and Lay

ASTM A108 (2007) Standard Specifications for Steel Bar, Carbon and Alloy, Cold finished

ASTM A36/A36M (2008) Structural Specification for Carbon Structural Steel

ASTM A563 (2007a) Standard Specification for Carbon and Alloy Steel nuts.

ASTM A^/A6M (2011) Standard specification for General Requirements for Rolled Structural Steel

1.4 SYSTEM DESCRIPTION

Provide the structural steel system, including shop primer, complete and ready for use. Structural steel systems including design, materials, installation, workmanship, fabrication, assembly, erection, inspection, quality control, and testing shall be provided in accordance with AISC 360 except as modified in this contract.

1.5 SUBMITTALS

Submit the following:

SD-02 Shop Drawings

Fabrication drawings, including description of connections

STRUCTURAL STEEL 05 12 00 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.6 QUALITY ASSURANCE

1.6.1 Drawing Requirements

Submit fabrication drawings for approval prior to fabrication. Prepare in accordance with AISC 326 and AISC 325. Fabrication drawings shall not be reproductions of contract drawings. Include complete information for the fabrication and erection of the structure's components, including the location, type, and size of bolts, welds, member sizes and lengths, connection details, blocks, copes, and cuts. Use AWS A2.4 standard welding symbols..

1.6.2 Welding Procedures and Qualifications

Conform to all requirements specified in AWS D1.1/D1.1M.

PART 2 PRODUCTS

2.1 STEEL

2.1.1 Structural Steel

ASTM A36/A36M.2.1.2

2.2 BOLTS, NUTS, AND WASHERS Provide the following unless indicated otherwise.

2.2.1.1 Bolts

ASTM A307, Grade A.The bolt heads and the nuts of the supplied fasteners must be marked with the manufacturer's identification mark, the strength grade and type specified by ASTM specifications.

2.2.1.2 Nuts

ASTM A563, Grade and Style for applicable ASTM bolt standard recommended.

2.2.1.3 Washers

ASTM F844 washers for ASTM A307 bolts.

2.3 STRUCTURAL STEEL ACCESSORIES

2.3.1 Welding Electrodes and Rods

AWS D1.1/D1.1M.

2.3.2 Non-Shrink Grout

ASTM C1107/C1107M, with no ASTM C827/C827M shrinkage.

2.4 SHOP PRIMER

SSPC Paint 25, (alkyd primer) or SSPC PS 13.01 epoxy-polyamide, green primer (Form 150) type 1, except provide a Class B coating in accordance with AISC 325 for slip critical joints. Primer shall conform to Federal, State, and local VOC regulations. If flash rusting occurs, re-clean the surface prior to application of STRUCTURAL STEEL 05 12 00 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 primer.

2.5 FABRICATION

2.5.1 Markings

Prior to erection, members shall be identified by a painted erection mark. Connecting parts assembled in the shop for reaming holes in field connections shall be match marked with scratch and notch marks. Do not locate erection markings on areas to be welded. Do not locate match markings in areas that will decrease member strength or cause stress concentrations.

2.5.2 Shop Primer

Shop prime structural steel, except as modified herein, in accordance with SSPC PA 1. Do not prime steel surfaces embedded in concrete, or surfaces within 0.5 inch of the toe of the welds prior to welding (except surfaces on which metal decking is to be welded). Slip critical surfaces shall be primed with a Class B coating. Prior to assembly, prime surfaces which will be concealed or inaccessible after assembly. Do not apply primer in foggy or rainy weather; when the ambient temperature is below 45 degrees F or over 95 degrees F; or when the primer may be exposed to temperatures below 40 degrees F within 48 hours after application.

2.5.2.1 Cleaning

SSPC SP 6/NACE No.3, except steel exposed in spaces above ceilings, attic spaces, furred spaces, and chases that will be hidden to view in finished construction may be cleaned to SSPC SP 3 when recommended by the shop primer manufacturer. Maintain steel surfaces free from rust, dirt, oil, grease, and other contaminants through final assembly.

2.5.2.2 Primer

Apply primer to a minimum dry film thickness of 2.0 mil except provide the Class B coating for slip critical joints in accordance with the coating manufacturer's recommendations. Repair damaged primed surfaces with an additional coat of primer.

PART 3 EXECUTION

3.1 FABRICATION

Fabrication shall be in accordance with the applicable provisions of AISC 325. Fabrication and assembly shall be done in the shop to the greatest extent possible.

Compression joints depending on contact bearing shall have a surface roughness not in excess of 500 micro inch as determined by ASME B46.1, and ends shall be square within the tolerances for milled ends specified in ASTM A6/A6M.

Structural steelwork, except surfaces to be field welded, surfaces to be fireproofed, and contact surfaces of friction-type high-strength bolted connections shall be prepared for painting and primed with the specified paint.

3.2 STORAGE

Material shall be stored out of contact with the ground in such manner and location as will minimize STRUCTURAL STEEL 05 12 00 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 deterioration.

3.3 CONNECTIONS

Except as modified in this section, connections not detailed shall be designed in accordance with AISC 360.Build connections into existing work. Punch, subpunch and ream, or drill bolt holes perpendicular to the surface of the member. Holes shall not be cut or enlarged by burning. Bolts, nuts, and washers shall be clean of dirt and rust, and lubricated immediately prior to installation.

3.4 Common Grade Bolts

ASTM A307 bolts shall be tightened to a "snug tight" fit. "Snug tight" is the tightness that exists when plies in a joint are in firm contact.

3.5 GAS CUTTING

Use of gas-cutting torch in the field for correcting fabrication errors will not be.

3.6 SHOP WELDING

AWS D1.1/D1.1M Grind exposed welds smooth. Provide experieinced qualified welders, welding operators, and tackers.

3.7 SHOP PRIMER REPAIR

Repair shop primer in accordance with the paint manufacturer's recommendation for surfaces damaged by handling, transporting, cutting, welding, or bolting.

3.8 Field Priming

Field priming of steel exposed to the weather, or located in building areas without HVAC for control of relative humidity. After erection, the field bolt heads and nuts, field welds, and any abrasions in the shop coat shall be cleaned and primed with paint of the same quality as that used for the shop coat.

END OF SECTION 05 12 00

STRUCTURAL STEEL 05 12 00 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 05 52 13 - PIPE AND TUBE RAILINGS

PART 1 – GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Steel pipe Guardrails and Handrails.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 PERFORMANCE REQUIREMENTS

A. Control of Corrosion: Prevent galvanic action and other forms of corrosion by insulating metals and other materials from direct contact with incompatible materials.

1.4 SUBMITTALS

A. Product Data: For the following:

1. For all materials including pipe, plates and anchorage systems..

B. Shop Drawings: Include plans, elevations, sections, details, and attachments to other work.

1.5 QUALITY ASSURANCE

A. Source Limitations: Obtain each type of railing through one source from a single fabricator.

B. Welding: Qualify procedures and personnel according to the following:

1. AWS D1.1, "Structural Welding Code--Steel." 2. AWS D1.2, "Structural Welding Code--Aluminum." 3. AWS D1.6, "Structural Welding Code--Stainless Steel."

PART 2 – PRODUCTS

2.1 METALS, GENERAL

A. Metal Surfaces, General: Provide materials with smooth surfaces, without seam marks, roller marks, rolled trade names, stains, discolorations, or blemishes.

B. Brackets, Flanges, and Anchors: Cast or formed metal of same type of material and finish as supported rails, unless otherwise indicated.

2.2 STEEL AND IRON

A. Pipe: ASTM A 53/A 53M, Type F or Type S, Grade A, Standard Weight (Schedule 40), unless another grade and weight are required by structural loads.

1. Provide galvanized finish for exterior installations and where indicated. PIPE AND TUBE RAILINGS 05 52 13 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Plates, Shapes, and Bars: ASTM A 36/A 36M.

2.3 FASTENERS

A. General: Provide the following:

1. Steel Railings: All fasteners-Stainless Steel fasteners complying with ASTM.

B. Fasteners for Interconnecting Railing Components:

1. Provide concealed fasteners for interconnecting railing components and for attaching them to other work, unless otherwise indicated.

2.4 MISCELLANEOUS MATERIALS

A. Shop Primer for Galvanized Steel: Zinc-dust, zinc-oxide primer formulated for priming zinc-coated steel and for compatibility with finish paint systems indicated, and complying with SSPC-Paint 5.

B. Galvanizing Repair Paint: High-zinc-dust-content paint for regalvanizing welds in steel, complying with SSPC-Paint 20.

2.5 FABRICATION

A. General: Fabricate railings to comply with requirements indicated for design, dimensions, member sizes and spacing, details, finish, and anchorage.

B. Assemble railings in the shop to greatest extent possible to minimize field splicing and assembly. Disassemble units only as necessary for shipping and handling limitations. Clearly mark units for reassembly and coordinated installation. Use connections that maintain structural value of joined pieces.

C. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch, unless otherwise indicated. Remove sharp or rough areas on exposed surfaces.

D. Form work true to line and level with accurate angles and surfaces.

E. Fabricate connections that will be exposed to weather in a manner to exclude water. Provide weep holes where water may accumulate.

F. Cut, reinforce, drill, and tap as indicated to receive finish hardware, screws, and similar items.

G. Connections: Fabricate railings with either welded or connections ground smooth, unless otherwise indicated.

H. Welded Connections: Cope components at connections to provide close fit, or use fittings designed for this purpose. Weld all around at connections, including at fittings.

1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove flux immediately. 4. At exposed connections, finish exposed surfaces smooth and blended so no roughness shows after finishing and welded surface matches contours of adjoining surfaces. PIPE AND TUBE RAILINGS 05 52 13 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

I. Nonwelded Connections: Connect members with concealed mechanical fasteners and fittings. Fabricate members and fittings to produce flush, smooth, rigid, hairline joints.

J. Fabricate splice joints for field connection using an epoxy structural adhesive if this is manufacturer's standard splicing method.

K. Form changes in direction as follows:

L. By bending or by inserting prefabricated elbow fittings.

M. Form simple and compound curves by bending members in jigs to produce uniform curvature for each repetitive configuration required; maintain cross section of member throughout entire bend without buckling, twisting, cracking, or otherwise deforming exposed surfaces of components.

N. Close exposed ends of railing members with prefabricated end fittings.

2.6 STEEL AND IRON FINISHES

A. Galvanized Railings:

1. Hot-dip galvanize steel railings, including hardware, after fabrication

2. Comply with ASTM A 123/A 123M for hot-dip galvanized railings.

3. Comply with ASTM A 153/A 153M for hot-dip galvanized hardware.

B. Fill vent and drain holes that will be exposed in the finished Work, unless indicated to remain as weep holes, by plugging with zinc solder and filing off smooth.

C. For galvanized railings, provide hot-dip galvanized fittings, brackets, fasteners, sleeves, and other ferrous components.

D. Preparation for Shop Priming: After galvanizing, thoroughly clean railings of grease, dirt, oil, flux, and other foreign matter, and treat with metallic-phosphate process.

PART 3 – EXECUTION

3.1 INSTALLATION, GENERAL

A. Fit exposed connections together to form tight, hairline joints.

B. Perform cutting, drilling, and fitting required for installing railings. Set railings accurately in location, alignment, and elevation; measured from established lines and levels and free of rack.

1. Do not weld, cut, or abrade surfaces of railing components that have been coated or finished after fabrication and that are intended for field connection by mechanical or other means without further cutting or fitting.

2. Set posts plumb within a tolerance of 1/16 inch in 3 feet.

3. Align rails so variations from level for horizontal members and variations from parallel with rake of steps and ramps for sloping members do not exceed 1/4 inch in 12 feet. PIPE AND TUBE RAILINGS 05 52 13 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. Adjust railings before anchoring to ensure matching alignment at abutting joints.

3.2 RAILING CONNECTIONS

A. Nonwelded Connections: Use mechanical or adhesive joints for permanently connecting railing components. Use wood blocks and padding to prevent damage to railing members and fittings. Seal recessed holes of exposed locking screws using plastic cement filler colored to match finish of railings.

B. Welded Connections: Use fully welded joints for permanently connecting railing components. Comply with requirements for welded connections in Part 2 "Fabrication" Article whether welding is performed in the shop or in the field.

3.3 ADJUSTING AND CLEANING

A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair galvanizing to comply with ASTM A 780.

3.4 PROTECTION

A. Restore finishes damaged during installation and construction period so no evidence remains of correction work. Return items that cannot be refinished in the field to the shop; make required alterations and refinish entire unit, or provide new units.

END OF SECTION 05 52 13

PIPE AND TUBE RAILINGS 05 52 13 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 05 55 00 - STAIR TREADS AND NOSINGS

PART 1 GENERAL

1.1 SUMMARY

A. Provide the following products for stairs:

1. Renovation treads.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 RELATED WORK

A. Examine Contract Documents for requirements that affect work of this Section.

1.4 SUBMITTALS

A. Product Data: Submit manufacturer's product data, installation instructions, and recommendations for each product specified.

B. Shop Drawings: Provide shop drawings indicating details of construction and installation.

1.5 QUALITY ASSURANCE

A. Slip Resistance: Provide units which comply with ADA, OSHA and local building codes and insurance requirements.

1.6 DELIVERY, STORAGE AND HANDLING

A. Deliver, store and handle materials and products in strict compliance with manufacturer's instructions and recommendations and industry standards. Protect from damage.

1.7 SEQUENCING AND SCHEDULING

A. Conference: Convene a pre-installation conference to establish procedures to maintain optimum working conditions and to coordinate this work with related and adjacent work.

B. Construction will be phased to allow two stairways to be fully functional at all times for emergency egress.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Renovation Treads: Equal products, in compliance with these specifications are acceptable as manufactured by:

STAIR TREADS AND NOSINGS 05 55 00 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Amstep Products, Series 300 or equal

2. American Safety Tread Co.

3. Roppe Corporation

B. Renovation Treads: Provide treads consisting of abrasive material bonded to a heavy-duty 6063

C. T3 extruded aluminum base. Coefficient of friction to meet or exceed ADA recommendations for flat surfaces. Provide the following:

1. For existing concrete filled metal pan and/or concrete treads: ¼ inch thick with lip ¼ inch from underside, no-trip bevels at back edge; each secured by a minimum of 3 stainless steel flat head anchors and construction adhesive.

a. Depth of tread: 4 inches minimum x full length of existing stair tread.

b. Color: As selected from manufacturer’s standard colors.

c. Coordinate location of new anchors to avoid existing anchors, prior to fabrication.

PART 3 - EXECUTION

3.1 INSPECTION

A. Installer shall examine substrates, supports, and conditions under which this work is to be performed and notify Contractor and PSC, in writing, of conditions detrimental to the proper completion of the work. Do not proceed with work until unsatisfactory conditions are corrected. The contractor is not to disturb the existing 12”x12” VCT tiles on the steel metal pan stairs. The tiles are to remain as is. Beginning work means Installer accepts substrates and conditions.

3.2 INSTALLATION

A. Strictly comply with manufacturer's instructions and recommendations and approved details. Securely anchor work to substrate.

B. Repair minor damage to eliminate all evidence of repair. Remove and replace work which cannot be satisfactorily repaired.

END OF SECTION 05 55 00

STAIR TREADS AND NOSINGS 05 55 00 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 06 10 00 - ROUGH CARPENTRY

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 SUMMARY

A. Section Includes:

1. Wood blocking and nailers.

1.4 DEFINITIONS

A. Dimension Lumber: Lumber of 2 inches nominal (38 mm actual) or greater but less than 5 inches nominal (114 mm actual) in least dimension.

B. Lumber grading agencies, and the abbreviations used to reference them, include the following:

1. NeLMA: Northeastern Lumber Manufacturers' Association.

2. NLGA: National Lumber Grades Authority.

3. SPIB: The Southern Pine Inspection Bureau.

4. WCLIB: West Coast Lumber Inspection Bureau.

5. WWPA: Western Wood Products Association.

1.5 SUBMITTALS

A. Product Data: For each type of process and factory-fabricated product. Indicate component materials and dimensions and include construction and application details.

1. Include data for wood-preservative treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Indicate type of preservative used and net amount of preservative retained. 2. Include data for fire-retardant treatment from chemical treatment manufacturer and certification by treating plant that treated materials comply with requirements. Include physical properties of treated materials based on testing by a qualified independent testing agency. 3. For fire-retardant treatments, include physical properties of treated lumber both before and after exposure to elevated temperatures, based on testing by a qualified independent testing agency according to ASTM D 5664. 4. For products receiving a waterborne treatment, include statement that moisture content of treated materials was reduced to levels specified before shipment to Project site. ROUGH CARPENTRY 06 10 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

5. Include copies of warranties from chemical treatment manufacturers for each type of treatment.

1.6 INFORMATIONAL SUBMITTALS

A. Material Certificates: For dimension lumber specified to comply with minimum allowable unit stresses.

Indicate species & grade selected for each use & design values approved by the ALSC Board of Review.

B. Evaluation Reports: For the following, from ICC-ES:

1. Wood-preservative-treated wood. 2. Fire-retardant-treated wood. 3. Power-driven fasteners. 4. Powder-actuated fasteners. 5. Expansion anchors. 6. Metal framing anchors.

1.7 QUALITY ASSURANCE

A. Testing Agency Qualifications: For testing agency providing classification marking for fire-retardant treated material, an inspection agency acceptable to authorities having jurisdiction that periodically performs inspections to verify that the material bearing the classification marking is representative of the material tested.

1.8 DELIVERY, STORAGE, AND HANDLING

A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings.

PART 2 - PRODUCTS

2.1 WOOD PRODUCTS, GENERAL

A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated.

1. Factory mark each piece of lumber with grade stamp of grading agency.

2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber.

3. Provide dressed lumber, S4S, unless otherwise indicated.

B. Maximum Moisture Content of Lumber: 19 percent unless otherwise indicated.

ROUGH CARPENTRY 06 10 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.2 WOOD TREATMENT

A. Provide wood preservatives as follows:

1. Pressure treatment: AWPA Treatment C.

a. WOLMAN CCA, Type “C” oxide preservative, or approved equal,

b. Treatment shall meet Requirements of AWPA standard P-5.

c. Treated wood shall meet requirements of applicable AWPA standards

Application Retention (pcf) Drying after treatment Above ground 0.60 optional Ground contact 0.60 optional

2. AWPA Treatment C wood: Provide for all wood in contact with masonry or concrete, roofing materials, or exposed to elements.

2.3 Fire-Retardant-Treated Lumber and Plywood

A. General: Where fire-retardant-treated materials are indicated or required, use materials complying with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire- test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency.

B. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame spread index of 25 or less when tested according to ASTM E 84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet (3.2 m) beyond the centerline of the burners at any time during the test.

1. Use treatment that does not promote corrosion of metal fasteners.

2. Exterior Type: Treated materials shall comply with requirements specified above for fire- retardant-treated lumber and plywood by pressure process after being subjected to accelerated weathering according to ASTM D 2898. Use for exterior locations and where indicated.

3. Interior Type A: Treated materials shall have a moisture content of 28 percent or less when tested according to ASTM D 3201 at 92 percent relative humidity. Use where exterior type is not indicated.

C. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Kiln-dry plywood after treatment to maximum moisture content of 15 percent.

D. Identify fire-retardant-treated wood with appropriate classification marking of qualified testing agency.

1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece or omit marking and provide certificates of treatment compliance issued by testing agency. ROUGH CARPENTRY 06 10 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

E. Application: Treat all rough carpentry unless otherwise indicated.

1. Concealed blocking.

2.4 MISCELLANEOUS LUMBER

A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following:

1. Blocking. 2. Nailers.

B. For items of dimension lumber size, provide Construction or No. 2 grade lumber of any species.

C. For concealed boards, provide lumber with 19 percent maximum moisture content and any of the following species and grades:

1. Mixed southern pine; No. 2 grade; SPIB. 2. Hem-fir or hem-fir (north); Construction or No. 2 Common grade; NLGA, WCLIB, or WWPA. 3. Spruce-pine-fir (south) or spruce-pine-fir; Construction or No. 2 Common; NeLMA, NLGA, WCLIB, or WWPA. 4. Eastern softwoods; No. 2 Common grade; NeLMA. 5. Northern species; No. 2 Common grade; NLGA. 6. Western woods; Construction or No. 2 Common grade; WCLIB or WWPA.

D. For blocking not used for attachment of other construction, Utility, Stud, or No. 3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose.

E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work.

2.5 FASTENERS

A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture.

1. Where rough carpentry is exposed to weather, in ground contact, pressure-preservative treated, or in area of high relative humidity, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M.

B. Power-Driven Fasteners: NES NER-272. C. Wood Screws: ASME B18.6.1.

C. Lag Bolts: ASME B18.2.1 (ASME B18.2.3.8M).

D. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568M, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers.

E. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with capability to sustain, without failure, a load equal to six times the load imposed when installed in unit masonry assemblies and equal to four times the load imposed when installed in concrete as determined by testing per ASTM E 488 conducted by a qualified independent testing and inspecting agency.

ROUGH CARPENTRY 06 10 00 -4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Material: Carbon-steel components, zinc plated to comply with ASTM B 633, Class Fe/Zn 5.

2. Material: Stainless steel with bolts and nuts complying with ASTM F 593 and ASTM F 594, Alloy Group 1 or 2 (ASTM F 738M and ASTM F 836M, Grade A1 or A4).

PART 3 - EXECUTION

3.1 INSTALLATION, GENERAL

A. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction," unless otherwise indicated.

B. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim.

C. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated lumber.

1. Use inorganic boron for items that are continuously protected from liquid water.

2. Use copper naphthenate for items not continuously protected from liquid water.

D. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following:

1. NES NER-272 for power-driven fasteners.

2. Table 2304.9.1, "Fastening Schedule," in ICC's International Building Code.

3. Table R602.3 (1), "Fastener Schedule for Structural Members," and Table R602.3(2), "Alternate Attachments," in ICC's International Residential Code for One- and Two-Family Dwellings.

3.2 PROTECTION

A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA-registered label.

END OF SECTION 06 10 00

ROUGH CARPENTRY 06 10 00 -5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 07 20 00- INSULATION

PART 1 GENERAL

1.1 WORK

A. Provide all labor and material required to complete the work as shown on the Drawings and specified herein.

1.2 REALTED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 QUALITY STANDARDS

A. Provide experienced, well-trained workers competent to complete the work as specified.

B. Provide products produced by manufacturer(s) with not less than ten (10) years successful production.

C. Install by applicator specializing in installation of specified products with five (5) years experience.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Submit list of materials to be provided for this work

2. Submit manufacturer's data required to prove compliance with these Specifications.

3. Submit manufacturer's installation instructions

1.5 MATERIALS HANDLING

A. Provide all materials required to complete the work as shown on drawings and specified herein.

1. Deliver, store, and transport materials to avoid damage to the product or to any other work.

2. Return any products or materials delivered in a damaged or unsatisfactory condition.

3. Materials and products delivered will be certified by the manufacturer to be as specified.

4. Keep all materials to be installed completely dry.

5. Keep insulation dry after installation.

B. Store materials off the ground, protected from dirt, ground moisture, contaminants, and weather.

1.6 PRECONSTRUCTION AND PREPARATION

A. Examine and verify that job conditions are satisfactory for speedy and acceptable work.

INSULATION 07 20 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Maintain and use all up-to-date construction documents on site.

2. Maintain and use up-to-date trade standards

3. Confirm there are no conflicts between this work and prevailing building codes.

PART 2 – MATERIALS

2.1 INSULATION

A. Thermal / Sound Attenuation Insulation

Thermal / Sound Attenuation Insulation shall be fiberglass wool batts and/or blankets complying with the following:

_ Unfaced fiberglass wool batts and/or blankets _ Complying with ASTM C665, Type I, Class A _ Insulation Thickness: _ 3.0 inch thick, R = 11 minimum at metal framed interior walls _ Properties: Thermal Resistance at 75 degrees F mean temperature, per ASTM C518 3.70 minimum per inch Water Absorption, per ASTM C1104 5 % or less by weight Water Vapor Permeance, per ASTM E96 <1.0 perm, or less (Kraft faced) Flexural Strength, per ASTM C203 55 psi, minimum Surface Burning Characteristics per ASTM E84 _ Flame spread 25 unfaced _ Smoke developed 50 unfaced Microbial Growth ASTM C 1338 Does not support microbial growth Noncombustible (ASTM E136 Unfaced insulation is non-combustible

2.2 ADHESIVES AND MECHANICAL FASTENERS

A. All adhesives and mechanical fasteners shall be as recommended by insulation manufacturer for bonding insulation to substrates shown. Adhesives shall be compatible with insulation materials. Mechanical fasteners shall be non-corrosive materials.

B. Provide tapes, fastenings, and other related materials as instructed by insulation manufacturer.

PART 3 CONSTRUCTION AND INSTALLATION

3.1 PREPARATION AND MATERIALS HANDLING

A. Delivery:

1. Obtain manufacturer affidavit that materials delivered are as specified.

B. Storage:

2. Keep insulation materials totally dry at all times in storage and during installation

3.2 APPLICATION INSULATION 07 20 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

A. Preparation:

1. Keep areas to be insulated clean and dry.

2. Do not install insulation where it might be exposed to water.

B. Install as per manufacturer's instructions and building code requirements:

1. Install batts and blankets with tight contact of insulation with framing.

2. Install kraft batts and blankets with tight contact of insulation with framing, and with insulation that is installed behind and in substantial contact with the unexposed surface of the ceiling, wall or floor finish

3. Use fastenings and fastening spacing as required by manufacturer

4. Allow air spaces as required by manufacturer.

5. Keep rips and surface damage minimal; repair damage wherever it occurs

6. Cleanly cut and tightly fit batts and blankets around electrical and plumbing components

C. Sound attenuation insulation:

1. Install in walls as noted on drawings.

2. Insulate full height between stud framing members.

3.3 CLEANUP

A. Cleaning, inspection, and repairs:

1. Clean the work area and remove all scrap and excess materials from the site.

2. Allow convenient access for inspection of work.

3. Repair or replace defective work as directed by the PSC.

END OF SECTION 07 20 00

INSULATION 07 20 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 07 60 00 - FLASHING AND SHEET METAL

PART 1 - GENERAL

1.1 DESCRIPTION

A. The work includes: Metal counter flashing. Metal wall flashing and gutters and Downspouts Miscellaneous roof accessories.

1.2 REALTED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 QUALITY ASSURANCE

A. Comply with the recommendations of S.M.A.C.N.A. ‘Sheet Metal Manual’. (Latest Edition).

B. Sheet metal details, including copings, related to the membrane roofing installation specified in section 07 53 00 shall be installed by the membrane roofing installer.

C. Unfinished sheet metal is not acceptable for use on any roofing component. Only non- corrosive or pre-finished metals, as specified below, shall be allowed.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Submit list of materials to be provided for this work.

2. Submit manufacturer's installation instructions.

3. Submit manufacturer's data & shop drawings with complete details and assembly instructions.

4. Submit color charts and samples as required for approval by the Architect.

1.5 WARRANTY

A. All work specified in this section shall be guaranteed for a period of Five (5) years, after date of substantial completion.

PART 2 - PRODUCTS

2.1 FLASHING AND SHEET METAL MATERIALS

A. Zinc-coated Steel: Commercial quality, ASTM A 525, G90 hot-dip galvanized, (24 gauge) except as otherwise indicated, pre-finished with Kynar 500 coating.

1. Gutters up to 15” girth; use 26 gauge.

FLASHINGAND SHEET METAL 07 60 00 -1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 2. Gutters 16” to 20” girth; use 22 gauge.

3. Downspouts use 24 gauge.

4. Copings up to 18” girth; use 24 gauge.

5. Copings over 18: girth; use 22 gauge.

6. All counterflashings shall be 24 gauge.

B. Aluminum: ASTM B 209, alloy 3003, temper H14, 0.032" thick except as otherwise indicated. Provide pre-finished KYNAR 500 colors as noted or anodized aluminum.

1. Copings over 14” wide or gutters over 16” girth, use 0.040” min. thickness.

2. Gutters up to 15” girth; use 0.032” min. thickness.

3. Gutters 16” to 20” girth; use 0.040” min. thickness.

4. Downspouts use 0.040” min. thickness.

5. Counter flashing use 0.040” min. thickness.

C. Colors: Pre-finish all exposed copings, flashing, counter flashing, trim, KYNAR colors or anodized aluminum.

D. Concealed flashings:

1. Laminated copper/fabric flashing for masonry flashing:

2. 3 oz. per square foot copper sheet laminated between 2 sheets of bituminous saturated fiberglass fabric.

2.2 MISCELLANEOUS FLASHING AND SHEET METAL ACCESSORIES

A. Solder: For use with steel or copper, provide 50 - 50 tin/lead solder (ASTM B 32), with rosin flux.

B. Fasteners: Same metal as flashing/sheet metal. Match finish of exposed heads with material being fastened.

C. Mastic Sealant: Polyisobutylene; non-hardening, non-skinning, non-drying, non-migrating sealant.

D. Adhesives: Type recommended by flashing sheet manufacturer for waterproof/weather- resistant seaming and adhesive application of flashing sheet.

E. Reglets: Metal or plastic units, compatible with flashing indicated, non-corrosive or anodized aluminum.

F. Metal accessories: Provide sheet metal clips, straps, anchoring devices and all accessory units as required for installation of work, matching or compatible with material being installed, noncorrosive.

G. Roofing cement ASTM D-2822 asphaltic. FLASHINGAND SHEET METAL 07 60 00 -2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.3 FABRICATED UNITS

A. General Metal Fabrication: Shop-fabricate work to greatest extent possible. Comply with details shown, and with applicable details and requirements of SMACNA "Architectural Sheet Metal Manual". Fabricate for waterproof and weather-resistant performance; with expansion provisions for running work, sufficient to permanently prevent leakage, damage or deterioration of the work. Form exposed sheet metal work without buckling with exposed edges folded back to form hems.

B. Expansion Provisions: Where lapped or bayonet-type expansion provisions in work cannot be used, or would not be water/weatherproof, form expansion joints of intermeshing hooked flanges, not less than 1" deep, filled with mastic sealant.

C. Sealant Joints: Where movable, non-expansion type joints are indicated or required for proper performance of work, form metal to provide for proper installation of elastomeric sealant, in compliance with SMACNA standards.

D. Separations: Provide for separation of metal from non-compatible metal or corrosive substrates, with bituminous coating or other permanent separation.

E. Trim: Provide manufacturers standard KYNAR shop finish, color as per Article 2.01.C or anodized aluminum.

F. Thru-wall concealed flashing: Provide

1. At all masonry openings in exterior walls.

2. Over all horizontal steel members built into exterior masonry.

3. At the bottom of cavities in cavity wall construction.

4. At other areas as shown.

PART 3 - EXECUTION

3.1 INSTALLATION REQUIREMENTS:

A. Comply with manufacturer's installation instructions and recommendations, and with SMACNA "Architectural Sheet Metal Manual". Anchor units as required to be secure and permanently watertight/weathertight.

END OF SECTION 07 60 00

FLASHINGAND SHEET METAL 07 60 00 -3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 07 71 00 - PREFABRICATED ROOFING ACCESSORIES

PART 1 GENERAL

1.1 REFERENCES

The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only.

AMERICAN SOCIETY OF CIVIL ENGINEERS (ASCE)

ASCE/SEI 7-05 (2005; R 2006) Minimum Design Loads for Buildings and Other Structures

1.3 RELATED DOCUMENTS

Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 DESCRIPTION

Provide pre-fabricated equipment support rails as specified herein and shown on drawing.

1.4 SUBMITTALS Submit the following to show compliance with these specifications:

SUBMITTAL PROCEDURES:

SD-03 Product Data

Pre-Manufactured Equipment Support Rails,.

SD-08 Manufacturer's Instructions

Pre-fabricated Equipment Support Rail Installation Instructions

Include detailed installation instructions and standard manufacturer drawings for Pre-Manufactured Equipment Supports.

Additional drawings to show layout of support rails, and compensation for roof pitch.

1.5 QUALITY ASSURANCE

1.5.1 Existing Roof System

Note: the existing roof is under warranty.

All new roofing and modifications to the existing roof system including pre-manufactured equipment supports shall be compatible with and approved by the manufacturer of the existing roof system.

1.6 DELIVERY, STORAGE, AND HANDLING

1.6.1 Delivery PREFABRICATED ROOFING ACCESSORIES 07 71 00 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

Deliver materials in manufacturers' original unopened containers. Deliver materials in sufficient quantity to allow work to proceed without interruption.

1.6.2 Storage

Protect materials against moisture absorption, contamination, or other damage. Place only those materials to be used during one day's work on the roof at one time. Remove unused materials from the roof at the end of each day's work. Immediately remove wet, contaminated or otherwise damaged or unsuitable materials from the site.

1.6.3 Handling

Do not install damaged materials in the work. Select and operate material handling equipment so as not to damage materials or applied roofing.

1.7 ENVIRONMENTAL CONDITIONS

Do not install equipment support rails during precipitation, or fog, or when air temperature is below 40 degrees F, or when there is ice, frost, moisture or visible dampness on roof deck.

1.8 SEQUENCING

Coordinate the work with roofing trades to ensure that components which are to be secured to or stripped into the existing roofing system are available and that permanent flashing and counterflashing are installed as the work progresses. Ensure temporary protection measures are in place to preclude moisture intrusion or damage to installed materials.

1.9 WARRANTY

Provide roof system material and workmanship meeting specified requirements. All modifications to the Existing Roof System shall maintain the Existing Roof Warranty. .

PART 2 PRODUCTS

2.1 GENERAL

Materials provided must be compatible with and approved by the manufacturer of the existing roof membrane and suitable for the service and climatic conditions of the installation.

2.2 FASTENERS AND PLATES

Coated, corrosion resistant fasteners compatible with components being attached and contact surfaces. Conform to FM 4470 for fasteners for attachment to deck substrate of Class I roof deck construction and FM APP GUIDEfor the wind resistance specified. Use hard copper fasteners in contact with copper; aluminum or stainless steel fasteners in contact with aluminum; and stainless steel fasteners in contact with stainless steel. For fastening only roofing felts, use fasteners driven through metal discs, or one-piece composite fasteners with heads not less than 1 inch in diameter or 1 inch square with rounded or 45-degree tapered corners.

PREFABRICATED ROOFING ACCESSORIES 07 71 00 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.3 Wood Substrates and Nailers

Wood Substrates and Nailers are provided under Section 06 10 00 Rough Carpentry Provide 11 gage annular threaded shank nails with 7/16 to 5/8 inch diameter heads; or one-piece composite nails with annular threaded shanks not less than 11 gage for securing felts and metal items. Provide fasteners long enough to penetrate minimum 1 inch into or minimum 1/4 inch through wood substrate materials. Do not penetrate wood decking exposed to view on the underside.

2.4 PRE-MANUFACTURED ACCESSORIES

Pre-manufactured equipment support rails must be manufacturer's standard for intended purpose, compatible with the membrane roof system and approved for use by the roof membrane manufacturer. Pre-manufactured equipment support rails shall be 18 gauge galvanized steel, unitized construction with integral base plate, continuous welded corner seams, pressure treated wood nailer, counter flashing with screws and internally reinforced to conform with manufacturer's load bearing factors:

Model: # es-2 Gauge: 18 gauge Size: 14" High Minimum Above Finished Roof Surface Manufacturer: Pate or approved equal Maximum Uniform load 600 lbs/ft Maximum Concentrated Load 2600 lbs Maximum Allowable End Reaction 3200 lbs. Compensate for Roof Pitch/Slope

2.5 Pre-fabricated Curbs

Prefabricated equipment curbs for mechanical equipment are furnished under separate mechanical section.

PART 3 EXECUTION

3.1 VERIFICATION OF CONDITIONS

Before applying equipment support rails ensure that the following exist:

a. Surfaces are rigid, clean, dry, smooth, and free of cracks, holes, and sharp changes in elevation. Inspect surfaces and approve immediately before application of support rails, and flashings. Apply the support rails and flashings to a smooth and firm surface free from ice, frost, visible moisture, dirt, projections, and foreign materials.

b. Treated wood nailers are fastened in place at openings, and intersections with vertical surfaces for securing of felts, edging strips, attachment flanges of sheet metal, and roof fixtures. Ensure that surface-applied nailers are same thickness as roof insulation.

c. Exposed nail heads in wood substrates are properly set. Warped and split boardshave been replaced. There are no cracks or end joints 1/4 inch in width or greater. Knot holes are covered with sheet metal and nailed in place.

PREFABRICATED ROOFING ACCESSORIES 07 71 00 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.2 PREPARATION

Examine deck surfaces for inadequate anchorage, foreign material, moisture, and unevenness which would prevent the execution and quality of application.

Proceed with the installation of equipment rails only after defects have been corrected.

Starting work designates acceptance of the surfaces by the Contractor.

3.3 APPLICATION

Install equipment support rails per manufacturer's written installation instructions.

3.3.1 Pre-fabricated Support Rails

Anchor prefabricated equipment support rails securely to nailer or other base substrate as indicated and flash with modified bitumen flashing membrane.

3.3.2 Clean Up

Remove debris, scraps, containers and other rubbish and trash resulting from installation of the roofing system from job site each day.

3.3.3 Construction Monitoring

During progress of the work, Contractor is responsible for making visual inspections to ensure compliance with specified parameters. Additionally, verify the following:

a. Materials are not installed in adverse weather conditions.

b. Substrates are in acceptable condition, in compliance with specification, prior to application of subsequent materials.

Nailers and blocking are provided where and as needed.

The proper number, type, and spacing of fasteners are installed.

Materials comply with the specified requirements.

All materials are properly stored, handled and protected from moisture or other damages.

END OF SECTION 07 71 00

PREFABRICATED ROOFING ACCESSORIES 07 71 00 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 07 84 13 - PENETRATION FIRESTOPPING

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.2 SUMMARY

A. This Section includes through-penetration fire stop systems for penetrations through fire-resistance-rated constructions, including both empty openings and openings containing penetrating items.

B. Related Sections include the following:

1. Division 21 Sections specifying fire-suppression piping penetrations. 2. Division 22 and 23 Sections specifying duct and piping penetrations. 3. Division 26, 27, and 28 Sections specifying cable and conduit penetrations.

1.3 PERFORMANCE REQUIREMENTS

A. General: For penetrations through the following fire-resistance-rated constructions, including both empty openings and openings containing penetrating items, provide through-penetration fire stop systems that are produced and installed to resist spread of fire according to requirements indicated, resist passage of smoke and other gases, and maintain original fire-resistance rating of construction penetrated.

1. Fire-resistance-rated construction including floors, fire walls and smoke barriers.

B. Rated Systems: Provide through-penetration fire stop systems with the following ratings determined per ASTM E 814 or UL 1479:

1. F-Rated Systems: Provide through-penetration fire stop systems with F-ratings indicated, but not less than that equaling or exceeding fire-resistance rating of constructions penetrated. 2. T-Rated Systems: For the following conditions, provide through-penetration fire stop systems with T-ratings indicated, as well as F-ratings, where systems protect penetrating items exposed to potential contact with adjacent materials in occupiable floor areas:

a. Penetrations located outside wall cavities. b. Penetrations located outside fire-resistance-rated shaft enclosures.

3. L-Rated Systems: Where through-penetration fire stop systems are indicated in smoke barriers, provide through-penetration fire stop systems with L-ratings of not more than 3.0 cam/sq. ft (0.01524cu. m/s x sq. m) at both ambient temperatures and 400 deg F (204 deg C).

PENETRATION FIRESTOPPING 07 84 13-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. For through-penetration fire stop systems exposed to view, traffic, moisture, and physical damage, provide products that, after curing, do not deteriorate when exposed to these conditions both during and after construction.

1. For piping penetrations for plumbing and wet-pipe sprinkler systems, provide moisture-resistant through-penetration fire stop systems. 2. For floor penetrations with annular spaces exceeding 4 inches (100 mm) in width and exposed to possible loading and traffic, provide fire stop systems capable of supporting floor loads involved, either by installing floor plates or by other means. 3. For penetrations involving insulated piping, provide through-penetration fire stop systems not requiring removal of insulation.

D. For through-penetration firestop systems exposed to view, provide products with flame-spread and smoke- developed indexes of less than 25 and 450, respectively, as determined per ASTM E 84.

1.4 SUBMITTALS

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

B. Shop Drawings: For each through-penetration fire stop system, show each type of construction condition penetrated, relationships to adjoining construction, and type of penetrating item. Include fire stop design designation of qualified testing and inspecting agency that evidences compliance with requirements for each condition indicated.

1. Submit documentation, including illustrations, from a qualified testing and inspecting agency that is applicable to each through-penetration fire stop system configuration for construction and penetrating items. 2. Where Project conditions require modification to a qualified testing and inspecting agency's illustration for a particular through-penetration fire stop condition, submit illustration, with modifications marked, approved by through-penetration fire stop system manufacturer's fire- protection engineer as an engineering judgment or equivalent fire-resistance-rated assembly.

C. Through-Penetration Fire Stop System Schedule: Indicate locations of each through-penetration fire stop system, along with the following information:

1. Types of penetrating items. 2. Types of constructions penetrated, including fire-resistance ratings and, where applicable, thicknesses of construction penetrated. 3. Through-penetration fire stop systems for each location identified by fire stop design designation of qualified testing and inspecting agency.

D. Qualification Data: For Installer. E. Product Certificates: For through-penetration fire stop system products, signed by product manufacturer. F. Product Test Reports: From a qualified testing agency indicating through-penetration fire stop system complies with requirements, based on comprehensive testing of current products.

PENETRATION FIRESTOPPING 07 84 13-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.5 QUALITY ASSURANCE

A. Installer Qualifications: A firm that has been approved by FMG according to FMG 4991, "Approval of Fire Stop Contractors."

B. Installer Qualifications: A firm experienced in installing through-penetration fire stop systems similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful performance. Qualifications include having the necessary experience, staff, and training to install manufacturer's products per specified requirements. Manufacturer's willingness to sell its through-penetration fire stop system products to Contractor or to Installer engaged by Contractor does not in itself confer qualification on buyer.

C. Installation Responsibility: Assign installation of through-penetration fire stop systems and fire-resistive joint systems in Project to a single qualified installer.

D. Source Limitations: Obtain through-penetration fire stop systems, for each kind of penetration and construction condition indicated, through one source from a single manufacturer.

E. Fire-Test-Response Characteristics: Provide through-penetration fire stop systems that comply with the following requirements and those specified in Part 1 "Performance Requirements" Article:

1. Fire stopping tests are performed by a qualified testing and inspecting agency. A qualified testing and inspecting agency is UL, OPL, ITS or another agency performing testing and follow-up inspection services for fire stop systems acceptable to authorities having jurisdiction. 2. Through-penetration fire stop systems are identical to those tested per testing standard referenced in "Part 1 Performance Requirements" Article. Provide rated systems complying with the following requirements:

a. Through-penetration fire stop system products bear classification marking of qualified testing and inspecting agency. b. Through-penetration fire stop systems correspond to those indicated by reference to through- penetration fire stop system designations listed by the following:

1) UL in its "Fire Resistance Directory." 2) OPL in its "Directory of Listed Building Products, Materials, & Assemblies." 3) ITS in its "Directory of Listed Products."

F. Preinstallation Conference: Conduct conference at Project site to comply with requirements in Division 01 "Project Coordination."

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver through-penetration fire stop system products to Project site in original, unopened containers or packages with intact and legible manufacturers' labels identifying product and manufacturer, date of manufacture, lot number, shelf life if applicable, qualified testing and inspecting agency's classification marking applicable to Project, curing time, and mixing instructions for multi-component materials.

B. Store and handle materials for through-penetration fire stop systems to prevent their deterioration or damage due to moisture, temperature changes, contaminants, or other causes.

PENETRATION FIRESTOPPING 07 84 13-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.7 PROJECT CONDITIONS

A. Environmental Limitations: Do not install through-penetration fire stop systems when ambient or substrate temperatures are outside limits permitted by through-penetration fire stop system manufacturers or when substrates are wet due to rain, frost, condensation, or other causes.

B. Ventilate through-penetration fire stop systems per manufacturer's written instructions by natural means or, where this is inadequate, forced-air circulation.

1.8 COORDINATION

A. Coordinate construction of openings and penetrating items to ensure that through-penetration fire stop systems are installed according to specified requirements.

B. Do not cover up through-penetration fire stop system installations that will become concealed behind other construction until each installation has been examined by building inspector, if required by authorities having jurisdiction.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Products: Subject to compliance with requirements, provide one of the through-penetration fire stop systems indicated for each application in the Through-Penetration Fire Stop System Schedule at the end of Part 3.

1. Grace, W. R. & Co. - Conn. 2. Hilti, Inc. 3. 3M; Fire Protection Products Division. 4. Tremco; Sealant/Weatherproofing Division. 5. USG Corporation.

2.2 FIRESTOPPING, GENERAL

A. Compatibility: Provide through-penetration fire stop systems that are compatible with one another; with the substrates forming openings; and with the items, if any, penetrating through-penetration fire stop systems, under conditions of service and application, as demonstrated by through-penetration fire stop system manufacturer based on testing and field experience.

B. Accessories: Provide components for each through-penetration fire stop system that are needed to install fill materials and to comply with Part 1 "Performance Requirements" Article. Use only components specified by through-penetration fire stop system manufacturer and approved by qualified testing and inspecting agency for fire stop systems indicated. Accessories include, but are not limited to, the following items:

PENETRATION FIRESTOPPING 07 84 13-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stair Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Permanent forming/damming/backing materials, including the following:

a. Slag-/rock-wool-fiber insulation. b. Sealants used in combination with other forming/damming/backing materials to prevent leakage of fill materials in liquid state. c. Fire-rated form board. d. Fillers for sealants.

2. Temporary forming materials. 3. Substrate primers. 4. Collars. 5. Steel sleeves.

2.3 FILL MATERIALS

A. General: Provide through-penetration fire stop systems containing the types of fill materials indicated in the Through-Penetration Fire Stop System Schedule at the end of Part 3 by referencing the types of materials described in this Article. Fill materials are those referred to in directories of referenced testing and inspecting agencies as "fill," "void," or "cavity" materials.

B. Latex Sealants: Single-component latex formulations that after cure do not re-emulsify during exposure to moisture.

C. Intumescent Putties: Nonhardening dielectric, water-resistant putties containing no solvents, inorganic fibers, or silicone compounds.

D. Silicone Sealants: Single-component, silicone-based, neutral-curing elastomeric sealants of grade indicated below:

1. Grade: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces, and nonsag formulation for openings in vertical and other surfaces requiring a nonslumping, gunnable sealant, unless indicated fire stop system limits use to nonsag grade for both opening conditions. 2. Grade for Horizontal Surfaces: Pourable (self-leveling) formulation for openings in floors and other horizontal surfaces. 3. Grade for Vertical Surfaces: Nonsag formulation for openings in vertical and other surfaces.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and conditions, with Installer present, for compliance with requirements for opening configurations, penetrating items, substrates, and other conditions affecting performance of work.

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

PENETRATION FIRESTOPPING 07 84 13-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.2 PREPARATION

A. Surface Cleaning: Clean out openings immediately before installing through-penetration fire stop systems to comply with fire stop system manufacturer's written instructions and with the following requirements:

1. Remove from surfaces of opening substrates and from penetrating items foreign materials that could interfere with adhesion of through-penetration fire stop systems. 2. Clean opening substrates and penetrating items to produce clean, sound surfaces capable of developing optimum bond with through-penetration fire stop systems. Remove loose particles remaining from cleaning operation. 3. Remove laitance and form-release agents from concrete.

B. Priming: Prime substrates where recommended in writing by through-penetration fire stop system manufacturer using that manufacturer's recommended products and methods. Confine primers to areas of bond; do not allow spillage and migration onto exposed surfaces.

C. Masking Tape: Use masking tape to prevent through-penetration fire stop systems from contacting adjoining surfaces that will remain exposed on completion of Work and that would otherwise be permanently stained or damaged by such contact or by cleaning methods used to remove smears from fire stop system materials. Remove tape as soon as possible without disturbing fire stop system's seal with substrates.

3.3 THROUGH-PENETRATION FIRESTOP SYSTEM INSTALLATION

A. General: Install through-penetration fire stop systems to comply with Part 1 "Performance Requirements" Article and with fire stop system manufacturer's written installation instructions and published drawings for products and applications indicated.

B. Install forming/damming/backing materials and other accessories of types required to support fill materials during their application and in the position needed to produce cross-sectional shapes and depths required to achieve fire ratings indicated.

1. After installing fill materials and allowing them to fully cure, remove combustible forming materials and other accessories not indicated as permanent components of fire stop systems.

C. Install fill materials for fire stop systems by proven techniques to produce the following results:

1. Fill voids and cavities formed by openings, forming materials, accessories, and penetrating items as required to achieve fire-resistance ratings indicated. 2. Apply materials so they contact and adhere to substrates formed by openings and penetrating items. 3. For fill materials that will remain exposed after completing Work, finish to produce smooth, uniform surfaces that are flush with adjoining finishes.

3.4 CLEANING AND PROTECTING

A. Clean off excess fill materials adjacent to openings as Work progresses by methods and with cleaning materials that are approved in writing by through-penetration fire stop system manufacturers and that do not damage materials in which openings occur.

PENETRATION FIRESTOPPING 07 84 13-6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 B. Provide final protection and maintain conditions during and after installation that ensure that through- penetration fire stop systems are without damage or deterioration at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated through-penetration fire stop systems immediately and install new materials to produce systems complying with specified requirements.

3.5 THROUGH-PENETRATION FIRESTOP SYSTEM SCHEDULE

A. Fire Stop Systems with No Penetrating Items:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Silicone sealant.

2. Locations:

a. At the Steel roof deck and the top of the wall.

B. Fire Stop Systems for Metallic Pipes, Conduit, or Tubing:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Silicone sealant.

C. Fire Stop Systems for Nonmetallic Pipe, Conduit, or Tubing:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Silicone sealant.

D. Fire Stop Systems for Electrical Cables:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Silicone sealant. E. Fire Stop Systems for Cable Trays:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Intumescent putty.

F. Fire Stop Systems for Insulated Pipes:

1. Type of Fill Materials: One or more of the following:

PENETRATION FIRESTOPPING 07 84 13-7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

a. Latex sealant. b. Intumescent putty.

G. Fire Stop Systems for Miscellaneous Electrical Penetrants:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. b. Intumescent putty.

H. Fire Stop Systems for Miscellaneous Mechanical Penetrants:

1. Type of Fill Materials: One or both of the following:

a. Latex sealant.

I. Fire Stop Systems for Groupings of Penetrants:

1. Type of Fill Materials: One or more of the following:

a. Latex sealant. END OF SECTION 07 84 13

PENETRATION FIRESTOPPING 07 84 13-8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 07 92 00 - JOINT SEALANTS

Part 1 - GENERAL

1.1 Summary

A. Section Includes:

1. Exterior polyurethane sealants. 2. Interior polyurethane sealants. 3. Interior latex sealants.

B. Related Sections (includes but not limited to): 1. Division 07 – Penetration Fire stopping 2. Division 23 - Mechanical Louvers

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 Submittals

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

1. Materials list of items proposed to be provided under this Section; 2. Manufacturer's specifications and other data needed to prove compliance with the specified requirements.

B. Samples:

1. Submit color charts for each sealant type for initial selection. 2. Submit standard cured color samples for each sealant type illustrating selected colors.

C. Manufacturer's Installation Instructions:

1. Submit manufacturer’s published installation procedures. 2. Include instructions for removing existing sealants and preparing joints for new sealant.

1.4 Quality Assurance

A. Perform work in accordance with the following:

1. Building Joints: ASTM C 1193.

B. Field Pre-Construction:

1. Remove existing sealant, clean joint, and install new sealant using manufacturer's recommended joint preparation methods.

JOINT SEALANTS 07 92 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.5 Qualifications

A. Manufacturer: Company specializing in manufacturing products specified in this section with minimum ten years documented experience.

B. Applicator Qualifications:

1. Company specializing in performing work of this section with minimum three years documented experience, minimum three successfully completed projects of similar scope and complexity, and approved by manufacturer.

1.6 Delivery, Storage and Handling

A. Accept materials on site in manufacturers unopened original packaging. Inspect for damage.

B. Store primers and sealants in cool dry location with ambient temperature range of 60-80°F (15-27°C).

1.7 Environmental Requirements

A. Do not install primers or sealants when atmospheric temperatures or joint surface temperatures are less than 40°F (4°C).

1.8 Scheduling

A. Schedule work so waterproofing, water repellents and preservative finishes are installed after sealants, unless sealant manufacturer approves otherwise in writing.

B. Ensure sealants are cured before covering with other materials.

1.9 Warranty

A. Submit signed copies of the following warranties against adhesive and cohesive failure of sealant and against infiltration of water and air through sealed joint for period of 3 years from date of completion.

1) Manufacturer's standard warranty covering sealant materials. 2) Applicator's standard warranty covering workmanship.

Part 2 - PRODUCTS

2.1 Acceptable Manufacturers

A. Tremco Sealant/Weatherproofing Division of RPM International, Inc. or equal by: B. Precora C. Sonneborn

2.2 Urethane Sealants

A. Single Component Urethane: ASTM C 920, Type S, Grade NS, Class 25/35, Uses NT, M, A, O; single component, moisture curing, nonstaining, non-bleeding, color as selected.

1. Dymonic FC 2. Dymonic 3. Vulkem 116 JOINT SEALANTS 07 92 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.3 Silicone Sealants

A. Single Component Silicone: ASTM C 920, Type S, Grade NS, Class 50 & Class 100/50; Uses NT, M, G, A and O: single component, moisture/neutral curing, nonstaining, nonbleeding, color as selected.

1. Spectrum 1 2. Spectrum 2

B. Single Component Silicone: ASTM C 920, Type S, Grade NS, Class 25; Uses NT, G, A and O: single component, moisture neutral curing, nonstaining, nonbleeding, color as selected.

2.4 Other Sealants

A. Latex Sealant: ASTM C 834; single component, solvent curing, nonstaining, nonbleeding, nonsagging; color as selected.

1. Tremflex 834

2.5 Accessories

A. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials.

B. Primer: Non-staining type, recommended by sealant manufacturer to suit application.

C. Joint Backing: Round foam rod compatible with sealant; oversized 25 to 50% larger than joint width; recommended by sealant manufacturer to suit application.

D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application.

E. Masking tape: Non-staining, non-absorbent tape product compatible with joint sealants and adjacent joint surfaces.

Part 3 - EXECUTION

3.1 Examination

A. Verify substrate surfaces and joint openings are ready to receive work.

1. Verify joint surfaces are clean and dry. 2. Ensure concrete surfaces are fully cured.

B. Report unsatisfactory conditions in writing to the PSC.

C. Do not proceed until unsatisfactory conditions are corrected.

JOINT SEALANTS 07 92 00-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3.2 Preparation

A. Prepare joints in accordance with ASTM C 1193 and manufacturer's instructions.

B. Clean joint surfaces to remove dirt, dust, oils, wax, paints, and other contamination capable of affecting primer and sealant bond.

1. Clean concrete joint surfaces to remove curing agents and form release agents.

C. Protect elements surrounding the Work of this section from damage or disfiguration. Apply masking tape to adjacent surfaces when required to prevent damage to finishes from sealant installation.

3.3 Existing Work

A. Mechanically remove existing sealant.

B. Clean joint surfaces of residual sealant and other contaminates capable of affecting sealant bond to joint surface.

C. Allow joint surfaces to dry before installing new sealants.

3.4 Sealant Installation

A. Install primer and sealants in accordance with ASTM C 1193 and manufacturer's instructions.

B. Install joint backing to maintain the following joint ratios:

1. Joints up to 1/2 inch (13 mm) Wide: 1:1 width to depth ratio. 2. Joints Greater than 1/2 inch (13 mm) Wide: 2:1 width to depth ratio; maximum 1/2 inch joint depth.

C. Install bond breaker where joint backing is not used.

D. Apply primer where required for sealant adhesion.

E. Install sealants immediately after joint preparation.

F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags.

G. Joining Silicone and Polyurethane Sealants:

1. Install polyurethane sealants first. 2. Join silicone sealant to polyurethane in accordance with manufacturer's instructions.

H. Tool exposed joint surface concave.

3.6 Cleaning

A. Remove masking tape.

B. Clean adjacent surfaces soiled by sealant installation.

3.7 Schedule – Sealant Joints: Use specified products or equal by Precora or Sonneborn.

A. Exterior Sealant Joint Type A: JOINT SEALANTS 07 92 00-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Applications: a. Control and expansion joints in cast-in-place concrete. b. Control and expansion joints in unit masonry. c. Butt joints between siding panels. d. Joints between different materials listed above. e. Perimeter joints between materials listed above and frames of doors, windows, storefronts, louvers and similar openings. f. Control and expansion joints in soffits and overhead surfaces. g. Other exterior joints in vertical surfaces and non-traffic horizontal surfaces for which no other sealant is specified.

2. Single Component Urethane Sealants: suitable for applications.

3. Single Component Silicone Sealants: suitable for applications.

B. Interior Sealant Joint Type B:

1. Applications:

a. Control and expansion joints on exposed interior surfaces of exterior walls. b. Perimeter joints on exposed interior surfaces of exterior openings. c. Joints on precast beams and planks. d. Perimeter joints between interior wall surfaces and frames of interior doors, windows, storefronts, louvers, elevator entrances and similar openings. e. Other interior joints in vertical surfaces and non-traffic horizontal surfaces subject to movement for which no other sealant is specified.

2. Single Component Urethane Sealants: suitable for applications.

3. Single Component Silicone Sealants: suitable for applications.

4. Other Sealants:

a. Tremflex 834

C. Concealed Metal Lap Sealant Joint Type D:

1. Applications:

a. Concealed lap and hook joints in sheet metal flashing and trim.

2. Single Component Non-Curing Sealants:

D Concealed Bedding Sealant Joint Type E:

1. Applications: a. Bedding joints under metal thresholds and saddles. b. Bedding joints between sheet metal flashing and other materials.

2. Single Component Urethane or Silicone Sealants suitable for applications.

3. Single Component Non-Curing Sealants suitable for applications.

SECTION 07 92 00 END OF SECTION JOINT SEALANTS 07 92 00-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 08 11 13- HOLLOW METAL DOORS AND FRAMES

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 SUMMARY

A. Section Includes:

1. Hollow metal doors and frames.

2. Factory finishing hollow metal doors and frames and factory machining for hardware.

B. Related Sections:

1. Division 08 Sections "Door Hardware" for door hardware for hollow metal doors and frames.

2. Division 09 Sections "Painting" for field painting hollow metal doors and frames.

3. Division 26 "Electrical" Sections for electrical connections including conduit and wiring for door hardware.

C. Codes and References: Comply with the version year adopted by the Authority Having Jurisdiction.

1. ANSI/SDI A250.8 - Recommended Specifications for Standard Steel Doors and Frames.

2. ANSI/SDI A250.4 - Test Procedure and Acceptance Criteria for Physical Endurance for Steel Doors, Frames, Frames Anchors and Hardware Reinforcing.

3. ANSI/SDI A250.6 - Recommended Practice for Hardware Reinforcing on Standard Steel Doors and Frames.

4. ANSI/SDI A250.10 - Test Procedure and Acceptance Criteria for Prime Painted Steel Surfaces for Steel Doors and Frames.

5. ANSI/SDI A250.11 - Recommended Erection Instructions for Steel Frames.

6. ASTM A1008 - Standard Specification for Steel Sheet, Cold-Rolled, Carbon, Structural, High- Strength Low-Alloy and High-Strength Low-Alloy with Improved Formability.

7. ASTM A653 - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy- Coated (Galvannealed) by the Hot-Dip Process.

8. ASTM A924 - Standard Specification for General Requirements for Steel Sheet, Metallic-Coated by the Hot-Dip Process. HOLLOW METAL DOORS AND FRAMES 08 11 13-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

9. ASTM C 1363 - Standard Test Method for Thermal Performance of Building Assemblies by Means of a Hot Box Apparatus.

10. ASTM E283 - Standard Test Method for Determining Rate of Air Leakage Through Exterior Doors Under Specified Pressure Differences Across the Specimens.

11. ANSI/NAMM/HMMA 867-06 - Guide Specifications for Commercial Laminated Core Hollow Metal Doors and Frames.

12. ANSI/BHMA A156.15 - Hardware Preparation in Steel Doors and Frames.

13. ANSI/SDI 122 - Installation and Troubleshooting Guide for Standard Steel Doors and Frames.

14. ANSI/NFPA 80 - Standard for Fire Doors and Fire Windows; National Fire Protection Association.

15. ANSI/NFPA 105: Standard for the Installation of Smoke Door Assemblies.

16. NFPA 252 - Standard Methods of Fire Tests of Door Assemblies; National Fire Protection Association.

17. UL 10C - Positive Pressure Fire Tests of Door Assemblies; UL 10B - Fire Test of Door Assemblies; UL 1784 - Standard for Air Leakage Tests of Door Assemblies.

1.4 SUBMITTALS

A. Submit sufficient manufacturer’s data to indicate compliance with these specifications.

B. Product Data: For each type of product indicated. Include construction details, material descriptions, core descriptions, hardware reinforcements, profiles, anchors, fire-resistance rating, and finishes.

C. Door hardware supplier is to furnish templates, template reference number and/or physical hardware to the steel door and frame supplier in order to prepare the doors and frames to receive the finish hardware items.

D. Shop Drawings: Include the following:

1. Elevations of each door design.

2. Details of doors, including vertical and horizontal edge details, core construction, and metal thicknesses.

3. Frame details for each frame type, including dimensioned profiles and metal thicknesses.

4. Locations of reinforcement and preparations for hardware.

5. Details of anchorages, joints, field splices, and connections.

6. Details of accessories.

7. Details of moldings, removable stops, and glazing.

8. Details of conduit and preparations for power, signal, and control systems.

E. Samples for Verification: HOLLOW METAL DOORS AND FRAMES 08 11 13-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Samples are only required by request of the PSC and for manufacturer’s that are not current members of the Steel Door Institute.

1.5 QUALITY ASSURANCE

A. Source Limitations: Obtain hollow metal doors and frames through one source from a single manufacturer wherever possible.

B. Quality Standard: In addition to requirements specified, comply with ANSI/SDI A250.8, latest edition, "Recommended Specifications for Standard Steel Doors and Frames".

C. Energy Efficient Exterior Openings: Comply with minimum thermal ratings, based on ASTM C1363. Openings to be fabricated and tested as fully operable, thermal insulating door and frame assemblies.

1. Thermal Performance (Exterior Openings): Independent testing laboratory certification for exterior door assemblies being tested in accordance with ASTM C1363 and meet or exceed the following requirements:

a. Door Assembly Operable U-Factor and R-Value Ratings: U-Factor 0.29, R-Value 3.4, including insulated door, thermal-break frame and threshold.

2. Air Infiltration (Exterior Openings): Independent testing laboratory certification for exterior door assemblies being tested in accordance with ASTM E283 to meet or exceed the following requirements:

b. Rate of leakage of the door assembly shall not exceed 0.25 cfm per square foot of static differential air pressure of 1.567 psf (equivalent to 25 mph wind velocity).

D. Pre-Submittal Conference: Conduct conference in compliance with requirements in Division 01 Section "Project Meetings" with attendance by representatives of Supplier, Installer, and Contractor to review proper methods and procedures for installing hollow metal doors and frames and to verify installation of electrical knockout boxes and conduit at frames with electrified or access control hardware.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver hollow metal work palletized, wrapped, or crated to provide protection during transit and Project site storage. Do not use non-vented plastic.

B. Deliver welded frames with two removable spreader bars across bottom of frames, tack welded to jambs and mullions.

C. Store hollow metal work under cover at Project site. Place in stacks of five units maximum in a vertical position with heads up, spaced by blocking, on minimum 4-inch high wood blocking. Do not store in a manner that traps excess humidity.

1. Provide minimum 1/4-inch space between each stacked door to permit air circulation. Door and frames to be stacked in a vertical upright position.

1.7 PROJECT CONDITIONS

A. Field Measurements: Verify actual dimensions of openings by field measurements before fabrication.

1.8 COORDINATION

HOLLOW METAL DOORS AND FRAMES 08 11 13-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 A. Coordinate installation of anchorages for hollow metal frames. Furnish setting drawings, templates, and directions for installing anchorages, including sleeves, concrete inserts, anchor bolts, and items with integral anchors. Deliver such items to Project site in time for installation.

1.9 WARRANTY

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

B. Warranty includes installation and finishing that may be required due to repair or replacement of defective doors.

PART 2 – PRODUCTS

2.1 MANUFACTURERS

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

1. CECO Door Products. 2. Curries Company 3. Steelcraft.

2.2 MATERIALS

A. Cold-Rolled Steel Sheet: ASTM A 1008/A 1008M, Commercial Steel (CS), Type B; suitable for exposed applications.

B. Metallic-Coated Steel Sheet: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60 metallic coating.

C. Frame Anchors: ASTM A 653/A 653M, Commercial Steel (CS), Type B; with minimum G60 metallic coating.

1. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" or minimum 14 gauge continuous channel with pierced holes, drilled and tapped.

2. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with reinforcing plates from same material as door face sheets.

2.3 EXTRA-HEAVY DUTY HOLLOW METAL DOORS

A. General: Provide 1-3/4 inch doors of design specified, not less than thickness indicated; fabricated with smooth surfaces, without visible joints or seams on exposed faces or vertical edges unless otherwise indicated. Comply with ANSI/SDI A250.8 and ANSI/NAAMM HMMA 867.

B. Exterior Doors: Face sheets fabricated of commercial quality hot-dipped zinc coated steel that complies with ASTM A924 A60. Provide doors complying with requirements indicated below by referencing ANSI/SDI A250.8 for level and model, ANSI/SDI A250.4 for physical performance level, and HMMA 867 for door construction.

1. Design: Flush panel, seamless style.

2. Core Construction: Foamed in place polyurethane and steel stiffened laminated core with no stiffener face welds, in compliance with HMMA 867 “Laminated Core”.

HOLLOW METAL DOORS AND FRAMES 08 11 13-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 a. Provide 22 gauge galvanized steel stiffeners at 6 inches on-center internally welded at 5" on- center to integral core assembly, foamed in place polyurethane core chemically bonded to all interior surfaces. No stiffener face welding is permitted.

b. Thermal properties to rate at a fully operable minimum U-Factor 0.4 and R-Value 2.4, including insulated door, thermal-break frame and threshold.

1) Polyurethane core, Calculated: U=0.09, R=11.11.

3. Level/Model: Level 3 and Physical Performance Level A (Extra Heavy Duty), Minimum 16 gauge (0.042 inch - 1.1-mm) thick steel, Model 2.

4. Vertical Edges: Vertical edges to be mechanically interlocked, hemmed no visible seams. Beveled Lock Edge, 1/8 inch in 2 inches (3 mm in 50 mm).

5. Top and Bottom Edges: Reinforce tops and bottoms of doors with a continuous steel channel not less than 16 gauge, extending the full width of the door and welded to the face sheet. Provide doors with an inverted top channel to include a steel closure channel, screw attached, with the web of the channel flush with the face sheets of the door. Plastic or composite channel fillers are not acceptable.

6. Hinge Reinforcement: Minimum 7 gauge (3/16") plate 1-1/4" x 9" for heavy weight hinges.

7. Closer Requirement: Minimum 14 gauge steel channel.

8. Hardware Reinforcements: Fabricate according to ANSI/SDI A250.6 with reinforcing plates from same material as door face sheets.

C. Manufacturers Basis of Design:

1. CECO Door Products (C) - Trio-E/Trio Series. 2. Curries Company (CU) - 777 Trio-E/Trio Series. 3. Mesker (M) -“ST” Series. 4. Pioneer (P) – “C” Series

2.4 STANDARD HOLLOW METAL FRAMES

A. General: Comply with ANSI/SDI A250.8 and with details indicated for type and profile.

B. Exterior Frames: Fabricated from Hot dipped zinc coated steel comply with ASTM A924, A60.

1. Fabricate frames with die mitered corners, set-up and welded.

2. Fabricate frames, with "closed and tight" die miter seams continuously welded on face, finished smooth with no visible seam unless otherwise indicated.

3. Frames for Level 3 Steel Doors up to 48 inches in width: Minimum 14 gauge (0.067-inch -1.7-mm) thick steel sheet.

4. Manufacturers Basis of Design:

a. CECO Door Products (C) - SQ SR, or SC Series (Masonry).

b. Curries Company (CU) - M Series (Masonry).

c. Mesker (M) – “F” Series (Masonry). HOLLOW METAL DOORS AND FRAMES 08 11 13-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

d. Pioneer (P) – F Series (Masonry).

C. Hardware Reinforcement: Fabricate according to ANSI/SDI A250.6 Table 4 with 7 gauge hinge reinforcement and 14 gauge lock strike reinforcement.

2.5 FRAME ANCHORS

A. Jamb Anchors:

1. Existing Wall: Masonry Type: Manufacturers: Standard existing masonry wall anchors to suit frame size, formed from A60 metallic coated material, not less than 14 gauge.

B. Floor Anchors: Floor anchors to be provided at each jamb, formed from A60 metallic coated material, not less than 14 gauge.

C. Mortar Guards: Formed from same material as frames, not less than 0.016 inches thick.

2.6 ACCESSORIES

A. Grout Guards: Formed from same material as frames, not less than 0.016 inches thick.

2.7 FABRICATION

A. Fabricate hollow metal work to be rigid and free of defects, warp, or buckle. Accurately form metal to required sizes and profiles, with minimum radius for thickness of metal. Where practical, fit and assemble units in manufacturer's plant. When shipping limitations so dictate, frames for large openings are to be fabricated in sections for splicing or splining in the field by others.

B. Tolerances: Fabricate hollow metal work to tolerances indicated in ANSI/SDI A250.8.

C. Hollow Metal Doors:

1. Exterior Doors: Provide optional weep-hole openings in bottom of exterior doors to permit moisture to escape where specified.

2. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge strap for continuous hinges specified in hardware sets in Division 08 Section "Door Hardware".

3. Coordinate Electrified Hardware Requirements with Hollow Metal Doors & Frames and hardware sets in Division 08 Sections "Door Hardware".

D. Hollow Metal Frames:

1. Shipping Limitations: Where frames are fabricated in sections due to shipping or handling limitations, provide alignment plates or angles at each joint, fabricated of same thickness metal as frames.

2. Welded Frames: Weld flush face joints continuously; grind, fill, dress, and make smooth, flush, and invisible.

a. Welded frames are to be provided with two steel spreaders temporarily attached to the bottom of both jambs to serve as a brace during shipping and handling. Spreader bars are for bracing only and are not to be used to size the frame opening.

HOLLOW METAL DOORS AND FRAMES 08 11 13-6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3. Continuous Hinge Reinforcement: Provide welded continuous 12 gauge straps for continuous hinges specified in hardware sets in Division 08 Section "Door Hardware".

4. Provide countersunk, flat- or oval-head exposed screws and bolts for exposed fasteners unless otherwise indicated for removable stops, provide security screws at exterior locations.

5. Mortar Guards: Provide guard boxes at back of hardware mortises in frames at all hinges and strike preps regardless of grouting requirements.

6. Coordinate Electrified Hardware Requirements with Hollow Metal Doors & Frames and hardware sets in Division 08 Sections "Door Hardware".

7. Floor Anchors: Weld anchors to bottom of jambs and mullions with at least four spot welds per anchor.

8. Jamb Anchors: Provide number and spacing of anchors spot welded to frame as follows:

a. Existing Opening Masonry Type: Locate anchors not more than 18 inches from top and bottom of frame. Space anchors not more than 32 inches o.c. and as follows:

1) Three anchors per jamb up to 60 inches high.

2) Four anchors per jamb from 60 to 90 inches high.

3) Five anchors per jamb from 90 to 120 inches high.

4) Five anchors per jamb plus 1 additional anchor per jamb for each 24 inches or fraction thereof above 120 inches high.

E. Hardware Preparation: Factory prepare hollow metal work to receive template mortised hardware; include cutouts, reinforcement, mortising, drilling, and tapping according to the Door Hardware Schedule and templates furnished as specified in Division 08 Section "Door Hardware."

1. Locate hardware as indicated, or if not indicated, according to ANSI/SDI A250.8.

2. Reinforce doors and frames to receive non-template, mortised and surface mounted door hardware.

3. Comply with applicable requirements in ANSI/SDI A250.6 and ANSI/DHI A115 Series specifications for preparation of hollow metal work for hardware.

4. Coordinate locations of conduit and wiring boxes for electrical connections with Division 26 Sections.

2.8 STEEL FINISHES

A. Prime Finishes: Doors and frames to be cleaned, and chemically treated to insure maximum finish paint adhesion. Surfaces of the door and frame exposed to view to receive a factory applied coat of rust inhibiting shop primer.

1. Shop Primer: Manufacturer's standard, fast-curing, lead and chromate free primer complying with ANSI/SDI A250.10 acceptance criteria; recommended by primer manufacturer for substrate; and compatible with substrate and field-applied coatings.

PART 3 – EXECUTION

HOLLOW METAL DOORS AND FRAMES 08 11 13-7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting performance of the Work.

B. General Contractor to verify the accuracy of dimensions given to the steel door and frame manufacturer for existing openings or existing frames (strike height, hinge spacing, hinge back set, etc.).

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

3.2 PREPARATION

A. Remove welded in shipping spreaders installed at factory. Restore exposed finish by grinding, filling, and dressing, as required to make repaired area smooth, flush, and invisible on exposed faces.

B. Prior to installation, adjust and securely brace welded hollow metal frames for squareness, alignment, twist, and plumbness.

C. Tolerances shall comply with SDI-117 "Manufacturing Tolerances Standard Steel Doors and Frames."

D. Drill and tap doors and frames to receive non-template, mortised, and surface-mounted door hardware.

3.3 INSTALLATION

A. General: Install hollow metal work plumb, rigid, properly aligned, and securely fastened in place; comply with Drawings and manufacturer's written instructions.

B. Hollow Metal Frames: Install hollow metal frames of size and profile indicated. Comply with ANSI/SDI A250.11 and NFPA 80 at fire rated openings.

1. Set frames accurately in position, plumbed, aligned, and braced securely until permanent anchors are set. After wall construction is complete and frames properly set and secured, remove temporary braces, leaving surfaces smooth and undamaged. Shim as necessary to comply with installation tolerances.

2. Floor Anchors: Provide floor anchors for each jamb and mullion that extends to floor, and secure with post-installed expansion anchors

3. Masonry Walls: Coordinate installation of frames and securely anchor to existing construction.

4. Grout Requirements: Do not grout head of frames unless reinforcing has been installed in head of frame. Do not grout vertical or horizontal closed mullion members.

C. Hollow Metal Doors: Fit hollow metal doors accurately in frames, within clearances specified below. Shim as necessary.

1. Non-Fire-Rated Standard Steel Doors:

a. Jambs and Head: 1/8 inch plus or minus 1/16 inch.

b. Between Edges of Pairs of Doors: 1/8 inch plus or minus 1/16 inch.

c. Between Bottom of Door and Top of Threshold: Maximum 3/8 inch.

HOLLOW METAL DOORS AND FRAMES 08 11 13-8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 d. Between Bottom of Door and Top of Finish Floor (No Threshold): Maximum 3/4 inch.

2. Fire-Rated Doors: Install doors with clearances according to NFPA 80.

3.4 ADJUSTING AND CLEANING

A. Final Adjustments: Check and readjust operating hardware items immediately before final inspection. Leave work in complete and proper operating condition. Remove and replace defective work, including hollow metal work that is warped, bowed, or otherwise unacceptable.

B. Remove grout and other bonding material from hollow metal work immediately after installation.

C. Prime-Coat and Painted Finish Touchup: Immediately after erection, sand smooth rusted or damaged areas of prime coat, or painted finishes, and apply touchup of compatible air drying, rust-inhibitive primer, zinc rich primer (exterior and galvanized openings) or finish paint.

END OF SECTION 08 11 13

HOLLOW METAL DOORS AND FRAMES 08 11 13-9 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 08 71 00- DOOR HARDWARE

1.1 GENERAL

Refer to "General and Special Conditions", and "Instructions to Bidders", Division 1 of Specifications. Requirements of these Sections and the project drawings shall govern work in this section.

1.2 Related Documents

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 Work Included:

A. Furnish all items of Finish Hardware specified, scheduled, shown or required herein except those items specifically excluded from this section of the specification.

B. Related work: 1. Division 00 00 00 – Procurement and Contracting Requirements 2. Division 01 00 00 – General Requirements 3. Division 06 00 00 – Wood, Plastics, and Composites 4. Division 08 00 00 – Openings 5. Division 26 00 00 – Electrical

1.4 Quality Assurance

A. Requirements of Regulatory Agencies: 1. Furnish finish hardware to comply with the requirements of laws, codes, ordinances, and regulations of the governmental authorities having jurisdiction where such requirements exceed the requirements of the Specifications. 2. Furnish finish hardware to comply with the requirements of the regulations for public building accommodations for physically handicapped persons of the governmental authority having jurisdiction and to comply with Americans with Disabilities Act. 3. Provide hardware for fire-rated openings in compliance with NFPA 80 and state and local building code requirements. Provide only hardware that has been tested and listed by UL for types and sizes of doors required and complies with requirements of door and door frame labels. B. Hardware Supplier: 1. Shall be an established firm dealing in contract builders’ hardware. He must have adequate inventory, qualified personnel on staff and be located within 100 miles of the project. The distributor must be a factory-authorized dealer for all materials required. The supplier shall be or have in employment an Architectural Hardware Consultant (AHC). C. Electrified Door Hardware Supplier: 1. Shall be an experienced door hardware supplier who has completed projects with electrified door hardware similar in material, design, and extent to that indicated for this project, whose work has resulted in construction with a record of successful in-service performance, and who is acceptable to manufacturer of primary materials. 2. Shall prepare data for electrified door hardware, including shop drawings, based on testing and engineering analysis of manufacturer’s standard units in assemblies similar to those indicated for this project. 3. Shall have experience in providing consulting services for electrified door hardware installations.

DOOR HARDWARE 08 71 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 D. Pre-installation Meeting:

1. Before hardware installation, General Contractor will request a hardware installation meeting be conducted on the installation of hardware; specifically that of locksets, closers, exit devices, overhead stops and coordinators. Manufacturer's representatives of the above products, in conjunction with the hardware supplier for the project, shall conduct the meeting. Meeting to be held at job site and attended by installers of hardware for hollow metal doors. Meeting to address proper coordination and installation of hardware, per finish hardware schedule for this specific project, by using installation manuals, hardware schedule, templates, physical product samples and installation videos. 2. When any electrical or pneumatic hardware is specified this meeting shall also include the following trades/installers: Electrical, Security, Alarm systems and PSC. 3. Convene one week or more prior to commencing work of this Section. 4. The Hardware Supplier shall include the cost of this meeting in his proposal.

E. Manufacturer:

1. Obtain each type of hardware (latch and locksets, hinges, closers, etc.) from a single manufacturer, although several may be indicated as offering products complying with requirements. 2. Provide electrified door hardware from same manufacturer as mechanical door hardware, unless otherwise indicated.

1.5 Submittals:

A. Hardware Schedule

1. Submit number of Hardware Schedules as directed in Division 1. 2. Follow guidelines established in Door & Hardware Institute Handbook (DHI) Sequence and Format for the Hardware Schedule unless noted otherwise. 3. Schedule will include the following: a. Door Index including opening numbers and the assigned Finish Hardware set. b. Preface sheet listing category only and manufacturer's names of items being furnished as follows:

CATEGORY SPECIFIED SCHEDULED Hinges Manufacturer A Manufacturer B Lock sets Manufacturer X Manufacturer X Kick Plates Open Manufacturer Z

c. Hardware Locations: Refer to Article 3.1 B.2 Locations. d. Opening Description: Single or pair, number, room locations, hand, active leaf, degree of swing, size, door material, frame material, and UL listing. e. Hardware Description: Quantity, category, product number, fasteners, and finish. f. Headings that refer to the specified Hardware Set Numbers. g. Scheduling Sequence shown in Hardware Sets. h. Product data of each hardware item, and shop drawings where required, for special conditions and specialty hardware. i. Electrified Hardware system operation description. j. "Vertical" scheduling format only. "Horizontal" schedules will be returned "Not Approved." k. Typed Copy. l. Double-Spacing. m. 8-1/2 x 11 inch sheets n. U.S. Standard Finish symbols or BHMA Finish symbols. B. Product Data:

DOOR HARDWARE 08 71 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 1. Submit, in booklet form Manufacturers Catalog cut sheets of scheduled hardware. 2. Submit product data with hardware schedule. C. Samples: 1. Prior to submittal of the final hardware schedule and prior to final ordering of finish hardware, submit one sample, if required, of each type of exposed hardware unit, finished as required and tagged with full description for coordination with schedule. 2. Samples will be returned to the supplier. Units, which are acceptable and remain undamaged through submittal, review and field comparison procedures may, after final check of operation, be used in the work, within limitations of keying coordination requirements. D. Key Schedule: 1. Submit detailed schedule indicating clearly how the Owner's final keying instructions have been followed. 2. Submit as a separate schedule. E. Electrified Hardware Drawings: 1. Submit elevation drawings showing relationship of all electrical hardware components to door and frame. a. Include wiring drawing showing point to point wire hook up for all components. b. Include system operations descriptions for each type of opening; describe each possible condition. F. Submit to General Contractor the factory order acknowledgement numbers for the various hardware items to be used on the project. The factory order acknowledgement numbers shall help to facilitate and expedite any service that may be required on a particular hardware item. General Contractor shall keep these order acknowledgement numbers on file in the construction trailer.

1.6 Product Delivery, Storage, and Handling:

A. Label each item of hardware with the appropriate door number and Hardware Schedule heading number, and deliver to the installer so designated by the contractor.

1.7 Warranties:

A. Refer to Division 1 for warranty requirements. B. During the warranty period, replace defective work, including labor, materials and other costs incidental to the work. Replace work found to be defective as defined in the General Conditions.

PART 2 - PRODUCT

2.1 Furnish each category with the products of only one manufacturer unless specified otherwise; this requirement is mandatory whether various manufacturers are listed or not.

2.2 Provide the products of manufacturer designated or if more than one manufacturer is listed, the comparable product of one of the other manufacturers listed. Where only one manufacturer or product is listed, it is understood that this is the owner’s Building Standard and "no substitution" is allowed.

A. Hinges: 1. Furnish hinges of class and size as follows. 2. Furnish Ives 5BB1 4.5” x 4.5”. 3. Equal products by Stanley, McKinney and Hager are acceptable.

1.2 DOOR HARDWARE 08 71 00-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

A. Continuous Gear Hinge: 1. 6063-T6 aluminum alloy, anodized finish (cap on entire hinge painted if specified). Manufacture to template, uncut hinges non-handed, pinless assembly, three interlocking extrusions, full height of door and frame, lubricated polyacetal thrust bearing, fasteners 410 stainless steel plated and hardened. All hinge profiles to be manufactured to template bearing locations, with standard duty bearing configurations at 5-1/8” spacing with a minimum of 16 bearings: and heavy duty at 2-9/16” spacing with a minimum of 32 bearings. Anodizing of material shall be done after fabrication of components so that all bearing slots are anodized. 2. Length: 1" less than door opening height. Fastener 12-24 x 1/2" #3 Phillips keen form stainless steel self-tapping at aluminum and hollow metal doors, 12- 1/2" #3 Philips, flathead full thread at wood doors. 3. Furnish fire rated hinges "FR" at labeled openings. a. For Wood and Hollow Metal frames; 1) Ives 224HD 2) Equal products by Hager & Select will also be accepted. b. For Aluminum frames; 1) Ives 112HD 2) Equal products by Hager & Select will also be accepted. B. Flush Bolts: 1. Automatic - metal doors: a. IR-Ives FB30 Series b. Equal product of any B.H.M.A. member. 2. Automatic - wood doors: a. IR-Ives FB40 Series b. Equal product of any B.H.M.A. member. 3. Constant Latching: metal doors: a. IR-Ives FB50 Series b. Equal product of any B.H.M.A. member. 4. Constant Latching: wood doors: a. IR-Ives FB60 Series b. Equal product of any B.H.M.A. member. 5. Manual – wood and metal doors: a. IR-Ives FB458 Series b. Equal product of any B.H.M.A. member. 6. Dust Proof Strikes - furnish with all flush bolts, except at openings having thresholds: a. IR-Ives DP2 b. Equal product of any B.H.M.A. member. C. Locksets and Latchsets - Mortise Type: 1. Locksets shall be manufactured from heavy gauge steel, minimum lockcase thickness 1/8”, containing components of steel with a zinc dichromate plating for corrosion resistance. 2. Locks are to have a standard 2 ¾” backset with a full ¾” throw two-piece stainless steel mechanical anti-friction latchbolt. Deadbolt shall be a full 1” throw, constructed of stainless steel. 3. Lockcase shall be easily handed without chassis disassembly by removing handing screw on lockcase and installing in opposite location on reverse side. Changing of door hand bevel from standard to reverse hand shall be done by removing the lockcase scalp plate, and pulling and rotating the latchbolt 180 degrees. 4. Lock trim shall be through-bolted to the door to assure correct alignment and proper operation. Lever trim shall have external spring cage mechanism to assist in support of the lever weight. Thumb turns shall have “EZ” thumbturn equal to IR-Schlage L583-363. 5. Function numbers are IR-Schlage. a. IR-Schlage L9000 6. Lockset Trim: a. IR-Schlage 06N 7. Provide strikes with extended lips where required to protect trim from being marred by latch bolt. DOOR HARDWARE 08 71 00-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 Provide strike lips that do not project more than 1/8" beyond door frame trim at single doors and have 7/8" lip to center at pairs of 1-3/4" doors. D. Locksets and Latchsets – Heavy Duty Cylindrical Type: 1. Function numbers listed are IR-Schlage. 2. Provide 2-3/4 inch backset. 3. Provide strikes with extended lips where required to protect trim from being marred by latch bolt. Provide strike lips that do not project more than 1/8" beyond doorframe trim at single doors and have 7/8" lip to center at pairs of 1-3/4" doors. 4. Locksets and Latchsets: a. IR-Schlage ND 5. Lockset Trim: a. IR-Schlage Rhodes E. Roller Latches: a. IR-Ives RL30 b. Equal Product of Any B.H.M.A. manufacturer. F. Exit Devices: 1. Exit devices shall be touchpad style, fabricated of brass, bronze, stainless steel, or aluminum, plated to the standard architectural finishes to match the balance of the door hardware. 2. All exit devices shall incorporate a fluid damper, which decelerates the touchpad on its return stroke and eliminates noise associated with exit device operation. Touchpad shall extend a minimum of one half of the door width. All latchbolts to be deadlatching type, with a self-lubricating coating to reduce wear. 3. End-cap will be sloped to deflect any impact from carts and they shall be flush with the external mechanism case. End caps that overlap and project above the mechanism case are unacceptable. End cap shall utilize a two-point attachment to the mounting bracket. 4. Touchpad shall match exit device finish, and shall be stainless steel for US26, US26D, US28, US32, and US32D finishes. Only compression springs will be used in devices, latches, and outside trims or controls. 5. Plastic templates shall be included with each exit device to facilitate a quick, easy and accurate installation. 6. Strikes shall be roller type and come complete with a locking plate to prevent movement. 7. All rim and vertical rod exit devices shall have passed a 5 million(5,000,000) cycle test based on ANSI A156.3, 1994, Grade 1 test standards and certified by an independent testing lab. 8. All mortise exit devices shall have passed a 10 million(10,000,000)cycle test based on ANSI A156.3, 1994, Grade 1 test standards and certified by an independent testing lab. 9. Exit devices shall be UL listed panic exit hardware. All exit devices for fire rated openings shall be UL labeled fire exit hardware. 10. Lever trim for exit devices shall be vandal-resistant type, which will travel to a 90-degree down position when more than 35 pounds of torque are applied, and which can easily be re-set. 11. IR-Von Duprin 98/99 and 33A/35A Series. Series and function numbers as listed in sets. 12. Trim: a. Levers to match lockset design. G. Recessed Exit Devices: 1. Recessed exit devices shall be of the pushpad design with straight or horizontal motion to eliminate pinch points. The pushpad shall project a maximum of 1-3/4"”from the face of the door in the closed position. The pushpad shall project a maximum of 1-1/4” from the face of the door in the open position. 2. Latchbolts shall have a self-lubricating coating to reduce friction and wear. 3. Endcaps shall be die cast aluminum and be of a sloping design to deflect impact from carts. 4. Exit devices shall have compression springs, and all internal parts shall be zinc dichromate coated to prevent corrosion. 5. Outside trim shall be heavy-duty type and fasten by means of concealed studs and through-bolt from the inside. Lever trim shall be cast brass with a minimum average thickness of .130”. 6. Exit devices shall be tested in accordance to ANSI/BHMA A156.3 Grade 1 by a BHMA certified testing laboratory. DOOR HARDWARE 08 71 00-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 7. A written certification showing successful completion of a minimum of one million cycles must be also provided. 8. Recessed exit devices shall be as manufactured by Von Duprin. Exit device series shall be 94/95 series. 9. Trim: a. Levers to match lockset design. H. Removable Mullion: a. Interior/Exterior doors, mullion is removable only through the use of building keys. 1) IR-Von Duprin KR4954 b. Interior Doors - UL listed, Mullion is removable only through the use of building keys. 1) IR-Von Duprin KR9954 I. Push and Pull Hardware: 1. Push Plates: Ives 8200 Series 6 x 16 x .050 inches. If stile widths will not accept 6 inches, provide stile width less two inches. 2. Push Bars: IR-Von Duprin 330/350 3. Push-Pull Units: One inch round rod. Push: Straight push bar, Pull: 90 degree offset, 12 inch centers. Attach top post of pull back to back with latch stile end of push bar, bottom post of pull and hinge stile end of push bar with end caps. 4. Pull, Offset: One inch round rod, 90 degree offset, 12 inch centers. 5. Pulls: One inch round rod, straight 12 inch centers. 6. Pull Plates: IR-Ives 8303-8 4 x 16 x .050 inches. 8” center. 7. Pull, Bi-Fold: Dummy Lever Trims. Levers to match lockset lever design. 8. Pull, Wire: 3/4 inch diameter, 6 inch centers. 9. Vandal Resistant Pulls: IR-Ives VR900 Series. Stainless steel construction 0.120 inches thick. 10. Manufacturer: Provide push and pull hardware from any member of B.H.M.A. J. Coordinator – Frame Stop Mounted: 1. Door coordinator shall prevent the active door from closing before inactive door. Stop mounted channel 1-5/8" x 5/8" steel tubing x length to suit door opening. Coordinator shall be UL listed. Furnish filler bars to fill gap between end of coordinator and inactive door frame. Furnish mounting brackets for all stop mounted hardware such as exit device strikes, door closer PA shoes, etc. Coordinators shall be prepared (cutout) at the factory for surface applied or concealed vertical rod panic devices if required. 2. Furnish with carry bar CB1 when required for proper operation. a. IR-Ives COR x length to suit. K. Electric Strike: 1. Electric strikes shall provide remote release of latchbolts. They shall be designed for use with the type locks shown at each opening where required. Strikes will be UL Listed for Burglary-Resistant Electric Door Strike, and where required, shall be UL listed as electric strikes for Fire Doors or Frames. Faceplates shall be stainless steel with finish as specified for each opening. The locking components shall be stainless steel to resist damage and abuse. 2. Solenoids shall be of the continuous duty type for the voltage specified. Plug connectors will be furnished. Strikes shall have an adjustable backbox to compensate for misalignment of door and frame. 3. Furnish strikes manufactured by Von Duprin. a. IR-Von Duprin 6000 series b. IR-Von Duprin 5100 series L. Electric Power Transfer: 1. Transfer power from door frame to edge of door, UL listed R4504. 2. IR-Von Duprin EPT M. Closers: 1. Door closers shall have fully hydraulic, full rack and pinion action with a high strength cast iron cylinder. Cylinder body shall be 1 ½” in diameter, and double heat treated pinion shall be 11/16” in diameter with double D slab drive arm connection. 2. Hydraulic fluid shall be of a type requiring no seasonal closer adjustment for temperatures ranging from 120 degrees F to –30 degrees F. DOOR HARDWARE 08 71 00-6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3. Spring power shall be continuously adjustable over the full range of closer sizes, and allow for reduced opening force for the physically handicapped. Hydraulic regulation shall be by tamper- proof, non-critical valves. Closers shall have separate adjustment for latch speed, general speed, and backcheck. 4. All closers shall have solid forged steel main arms (and forged forearms for parallel arm closers). 5. All surface mounted mechanical closers shall be certified to exceed ten million (10,000,000) full load cycles by a recognized independent testing laboratory. 6. Closers will have Powder coating finish certified to exceed 100 hours salt spray testing by ETL, an independent testing laboratory used by BHMA for ANSI certification. 7. Refer to door and frame details and furnish accessories such as drop plates, panel adapters, spacers and supports as required to correctly install door closers. State degree of door swing in the hardware schedule. 8. Furnish closetrs manufactured by LCN a. IR-LCN Series 4000. N. ADA Special Closers 1. Where “Low Energy Power Operated Door” as defined by ANSI Standard A156.19 is indicated for doors required to be accessible to the disabled, provide electrically powered operators complying with the ADA requirements for opening force and time to close standards. 2. Full closing force shall be provided when the power or assist cycle ends. 3. Modular design, adjustments easily accessible from the front, UL listed for use on labeled doors. 4. Shall have “Second Chance” function to accommodate momentary resistance, “Breakaway” function in the electronically controlled clutch, “Soft Start” motor control function and “Maintain Hold-Open Switch” to hold the door open at 90 degree. 5. Shall have built in 12V and 24V power supply for actuators, card readers, electric strikes and magnetic door locks, inputs for both swing and stop side sensors and available to accept either 120VAC or 220VAC input power. All wiring connections between operator modules made by easy- to-handle electrical connectors. Shall comply with both UL and NEC requirements for Class 1 and Class 2 wiring by providing separate conduits for each. 6. Shall have seven independent electronic adjustments to tailor the operator for specific site conditions. Opening speed, holding force at 90 deg., sequential trigger and time delay, hold-open time at 90 deg., opening force, clutch “breakaway” force setting, electric strike trigger and time delay. 7. Shall have separate and independent adjustments for back check, main speed and latch speed. 8. Furnish actuators and other controls as shown in Hardware Sets. 9. Furnish operators manufactured by Stanley a. Magic-Force Operator. O. Overhead Holders and Stops: 1. Type, function and fasteners must be same as Glynn-Johnson specified. Size per manufacturer's selector chart. Plastic end caps, hold open mechanisms and shock blocks are not allowed. End caps must be finished same as balance of unit. 2. Manufacture products using base material of Brass/Bronze for US3, US4, & US10B finished products and 300 Stainless Steel for US32 & US32D finished products. 3. Type, function, and fasteners must be the same as Glynn-Johnson specified. Size per manufacturer's selector chart. a. IR-Glynn-Johnson P. Kick Plates: 1. Furnish .050 inches thick, beveled three sides, 10" high x door width less 2" at single doors and less 1" at pairs. Where glass or louvers prevent this height, supply with height equal to height of bottom rail less 2”. 2. Any BHMA manufacturing product meeting above is acceptable. Q. Bumpers: 1. Wrought, forged, or cast, approximately 2-1/2 inch diameter, convex or concave rubber center, concealed fasteners. a. IR-Ives WS407CCV b. BHMA L02101. R. Wall Stops: DOOR HARDWARE 08 71 00-7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 1. Length to exceed projection of all other hardware. Provide with threaded studs and expansion shields for masonry wall construction. Install with slope at top. a. IR-Ives WS33 b. BHMA L12011 or L12021 S. Floor Stops: 1. Half dome. Furnish height to suit undercut. a. IR-Ives FB430 series b. BHMA L12141 T. Wall Holders: 1. Products specified by series only; furnish strike length to exceed projection of all other hardware. a. IR-Ives WS40 b. Equal products of any BHMA manufacturer U. Door Holding Magnets: 1. Electrically controlled, fail-safe, holds door open until current is interrupted. 2. Units will have 35 lbs of holding force. 3. Units will be “tri-voltage”, 12VDC, 24VAC/DC & 120VAC. 4. Furnish model to hold door away from wall to allow for any trim or levers on pull side of door. a. IR-LCN SEM 7800 series V. Thresholds: 1. 1/2" high - 5" wide. Cope at jambs. 2. Furnish full wall opening width when frames are recessed. 3. Cope in front of mullions if thresholds project beyond door faces. 4. Furnish with non-ferrous Stainless Steel Screws and Lead Anchors. a. National Guard as listed in sets b. Equal of Zero or Reese W. Door Sweeps: 1. Surface Sweeps: a. National Guard as listed in sets b. Equal by Zero or Reese X. Weather-stripping: 1. Apply to head and jamb stops. 2. Solid Bar stock all sides a. National Guard as listed in sets b. Equal by Zero or Reese Y. Meeting Stile Weather-stripping: 1. 2 Pc. Nylon brush type to seal gap between pairs of doors. a. National Guard as listed in sets b. Equal by Zero or Reese Z. Astragal: 1. Stainless steel, type 304, Finish 2B. 12 gauge 1-5/8 inch wide. #10 x 3/4" st. sheet metal screws. a. National Guard as listed in sets b. Equal by Zero or Reese AA. Astragal, Sound: 1. Overlapping type. a. National Guard as listed in sets b. Equal by Zero or Reese 2. Meeting stile type. a. National Guard as listed in sets b. Equal by Zero or Reese BB. Sound Seal: 1. Adjustable type perimeter seal. a. National Guard as listed in sets b. Equal by Zero by Reese CC. Smoke and Draft Control Seals: (Use this section for hollow-metal ‘S’ labeled doors.) 1. Gaskets must comply with UBC7.2 (1997) Part 2, UL1784 (1995), and NFPA 105 (1999) for use on DOOR HARDWARE 08 71 00-8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 all ‘S’ labeled wood and hollow-metal Positive Pressure door assemblies. 2. Perimeter Seals: a. National Guard 2525 b. Zero c. Reese 3. Meeting Stile Astragal Seals: a. National Guard 2525 b. Zero c. Reese 4. Smoke Seals for doors with overlapping astragals: a. National Guard 2525 b. Zero c. Reese DD. Fire and Smoke Seals: (Use this section for 20, 45, & 60 minute rated wood door with ‘S’ label) 1. Gaskets must comply with UBC7.2 (1997) Part 1 & 2, UL1784 (1995) NFPA 105 (1999) for use on (Category ‘B’) 20, 45, & 60 minute wood door assemblies: 2. Perimeter Seals: a. National Guard 9800 x 2525 b. Zero c. Reese 3. Meeting Stile Astragal Seals: a. National Guard 9500 x 9605 b. Zero c. Reese 4. Fire and Smoke Seals for doors with overlapping astragals: a. National Guard 9800 x 2525 b. Zero c. Reese EE. Fire and Smoke Seals: (Use this section for 90 minute rated wood doors with ‘S’ label) 1. Gaskets must comply with UBC7.2 (1997) Part 1 & 2, UL1784 (1995) NFPA 105 (1999) for use on (Category ‘B’) 90 – minute wood door assemblies: 2. Perimeter Seals: a. National Guard 9890 x 2525 b. Zero c. Reese 3. Meeting Stile Astragal Seals: a. National Guard 9500 x 9605 b. Zero c. Reese 4. Fire and Smoke Seals for doors with overlapping astragals: a. National Guard 9890 x 2525 b. Zero c. Reese FF. Lock Protector: 1. Lock protector shall eliminate gap between door and frame. No exposed fasteners on face of unit. a. IR-Ives LG series GG. Door Position Switches: 1. Coordinate voltage requirements with Electrical Drawings and Specifications. 2. Numbers used are IR-Schlage Electronics a. Surface 7766 b. Concealed 7764 HH. Fasteners: 1. Furnish fasteners of the proper type, size, quantity and finish. Use machine screws and expansion shields for attaching hardware to concrete or masonry, and wall grip inserts at hollow wall construction. Furnish machine screws for attachment to reinforced hollow metal doors and frames and DOOR HARDWARE 08 71 00-9 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 reinforced aluminum doors and frames. Furnish full thread wood screws for attachment to solid wood doors and frames. "TEK" type screws are not acceptable. 2. Sex bolts will not be permitted on reinforced metal doors or wood doors where blocking is specified. 2.3 Finishes:

A. Generally, Dull Chrome, US26D / BHMA 626. Provide finish for each item as indicated in sets.

2.4 Templates and Hardware Location:

A. Furnish hardware made to template. Supply required templates and hardware locations to the door and frame manufacturers. B. Furnish metal template to frame/door supplier for continuous hinge. C. Refer to Article 3.1 B.2, Locations, and coordinate with templates.

2.5 Cylinders and Keying:

A. Locks Cylinders and keys will be furnished with Schlage Everest B SFIC. Coordinate keying requirements with State of Michigan Department of Technology, Management and Budget, Office of Infrastructure Protection. B. Provide cylinders with construction cores or keying for use during the construction period. When so directed, and in the presence of the Owner's security department or representative, convert construction cores or keying to the final system.

PART 3 - EXECUTION

3.1 Installation

A. General: 1. Install hardware according to manufacturers installations and template dimensions. Attach all items of finish hardware to doors, frames, walls, etc. with fasteners furnished and required by the manufacture of the item. 2. Provide blocking/reinforcement for all wall mounted Hardware. 3. Reinforced hollow metal doors and frames and reinforced aluminum door and frames will be drilled and tapped for machine screws. 4. Solid wood doors and frames: full thread wood screws. Drill pilot holes before inserting screws. 5. Continuous gear hinges attached to hollow metal doors and frames and aluminum doors and frames: 12-24 x 1/2" #3 Phillips Keenform self-tapping. Use #13 or 3/16 drill for pilot. 6. Continuous Gear Hinges require continuous mortar guards of foam or cardboard 1/2" thick x frame height, applied with construction adhesive. 7. Install weather-strip gasket prior to parallel arm closer bracket, rim exit device or any stop mounted hardware. Gasket to provide a continuous seal around perimeter of door opening. Allow for gasket when installing finish hardware. Door closers will require special templating. Exit devices will require adjustment in backset. B. Locations: 1. Dimensions are from finish floor to center line of items. 2. Include this list in Hardware Schedule.

CATEGORY DIMENSION

Hinges Door Manufacturer's Standard Flush Bolt Levers 72" and 12" DOOR HARDWARE 08 71 00-10 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 Levers Door Manufacturer's Standard Exit Device Touchbar Per Template Deadlatch Cylinder 43" unless conflicting with push-pull. Deadlock MS Cylinder 43" unless conflicting with push-pull. Hospital Push-Pull Manufacturer's Template Roller Latch At Head Push-Pull Units 42" to centerline of Pull Offset Pulls Suitable for Exit Devices Pulls - Flush Cup 46" Pulls (BTB) 46" Push-Pulls 46" Push Plates 52" Pull Plates 42" Wire Pulls 42" Wall Stops/Holders At Head Astragals Pull side of active leaf Trim Protector Bars Push side of door below lever handle Lock Protectors Pull side of door

C. Field Quality Inspection: 1. Provide the services of a representative to inspect material furnished and its installation and is adjustment, and to instruct the Owner's personnel in adjustment, care and maintenance of hardware. 2. Locksets and exit devices shall be inspected by the factory representative after installation and after the HVAC system is in operation and balanced, to insure correct installation and proper operation. 3. New and existing closers shall be inspected by the factory representative (and adjusted when required after a Pre-Installation meeting has been conducted) after installation and after the HVAC system is in operation and balanced, to insure correct installation and proper operation. 4. The manufacturer's representative shall prepare a written report stating compliance, and also recording locations and kinds of noncompliance. The original report shall be forwarded to the PSC with copies to the Contractor, hardware distributor, hardware installer and building owner.

D. Technical and Warranty Information: 1. At the completion of the project, the technical and warranty information coalesced and kept on file by the General Contractor shall be given to the Owner or Owner’s Agent. In addition to both the technical and warranty information, all factory order acknowledgement numbers supplied to the General Contractor during the construction period shall be given to the Owner or Owner’s Agent. The warranty information and factory order acknowledgement numbers shall serve to both expedite and properly execute any warranty work that may be required on the various hardware items supplied on the project. 2. Submit to General Contractor, two copies each of parts and service manuals and two each of any special installation or adjustment tools. Include for locksets, exit devices, door closers and any electrical products.

DOOR HARDWARE 08 71 00-11 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3.2 Hardware Sets:

Hardware Schedule Quantity and Description Manufacturer’s Model Number Finish Mfg Section

Hardware Set: 1.0 Doors: A-1, C-1 Description: Exterior from Stairwell

1 Continuous Hinge CFM83HD1 PT PE 087100 1 Exit Device (exit only) 16 43 55 56 8810 US32D SA 087100 1 Automatic Operator 6020-D 689 NO 087100 1 Kickplate K1050 10" high 4BE CSK US32D RO 087100 1 Threshold 252x3AFG Pemkote PE 087100 1 Weatherstrip 2891APK TKSP8 PE 087100 1 Door Bottom 216BDCFG TKSP8 PE 087100 1 Electric Power Transfer EL-CEPT SU 087100 QC-C1500P (power transfer to junction 1 ElectroLynx Harness MK 087100 box above) QC-C012 (power transfer to exit device 1 ElectroLynx Harness MK 087100 rail) 1 Motion Sensor XMS SU 087100 1 Power Supply BPS-24-2 SU 087100

Notes: Operation Description: Door normally closed and locked. No operation outside - exit only. Approaching door on egress side will activate motion sensor. Latch bolt of exit device shall retract electronically and then cycle of automatic operator shall be initiated. Door is latched and locked upon closing. Free egress always permitted.

Hardware Set: 2.0 Doors: See Door & Frame Schedule on Drawings Description: Interior Doors in Stairs “A”, “B”, and “C”

1 Smoke Seal Gasketing PK 33 BL PE 087100 1 Door Sweep 18061-NB C PE 087100

END OF SECTION 08 71 00

DOOR HARDWARE 08 71 00-12 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 09 26 00- GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS

PART 1 - GENERAL

1.1 SUMMARY

A. Description of Work: Work of this section includes, but is not limited to, the following:

1. Gypsum board and accessories 2. Metal studs and furring 3. Metal shaftwall systems 4. Gypsum board finishing 5. Trim and accessories

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 RELATED WORK SPECIFIED ELSEWHERE

A. Section 07 20 00, INSULATION.

B. Section 09 90 00, PAINTING AND FINISHING.

1.4 SUBMITTALS

A. Product Data: Submit manufacturer's specifications and installation instructions with project conditions and materials clearly identified or detailed for each required system, as specified. Submit product data for:

a. Metal framing and shaft wall assembly b. Gypsum drywall c. U.L. assembly certification for fire-rated construction

1.5 SYSTEM REQUIREMENTS

A. Performance Requirements: Fabricate and install systems as indicated but not less than that required to comply with ASTM C754 under the following conditions:

1. Gypsum board partitions:

a. Standard systems: Maximum deflection of l/240 of partition height.

b. Systems to receive water resistant gypsum board or backer board: Maximum deflection of l/360 of partition height.

2. Cavity shaftwall systems: Withstand minimum positive and negative pressure of 5 psf.

3. Fire Resistance Ratings: Where fire resistance classifications are indicated, provide materials and application procedures identical to those listed by UL or tested according to ASTM E119 for type of construction shown.

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 1.6 QUALITY ASSURANCE

A. Reference Standards:

1. Applicable requirements of ASTM C754 for installation of steel framing.

2. Install gypsum board in accordance with applicable requirements and recommendations of Gypsum Association GA 216, "Recommended Specifications for the Application and Finishing of Gypsum Board" except for more stringent requirements of manufacturer.

1.7 DELIVERY, STORAGE AND HANDLING

A. Delivery:

1. Deliver material to site promptly without undue exposure to weather.

2. Deliver in manufacturer's unopened containers or bundles, fully identified with name, brand, type and grade.

B. Storage:

1. Store above ground in dry, ventilated space.

2. Protect materials from soiling, rusting and damage.

3. Store board to be directly applied to masonry walls at 70°F for 24 hours prior to installation.

1.7 PROJECT CONDITIONS

A. Environmental Requirements:

1. Do not install gypsum board when ambient temperature is below 40°F.

2. For adhesive attachment of gypsum board, and for finishing of gypsum board, maintain ambient temperature above 55°F from one week prior to attachment or joint treatment, and until joint treatment is complete and dry.

PART 2 - PRODUCTS

2.1 PRODUCTS AND MANUFACTURERS

A. Gypsum Board: Listed products establish standard of quality and are manufactured by United States Gypsum Company (USG.

B. Equal products, in compliance with these specifications, are acceptable as manufactured by:

1. CertainTeed Gypsum 2. Georgia-Pacific 3. National Gypsum 4. United States gypsum (USG)

B. Steel Framing and Furring: 1. USG or approved equal

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 2.2 BOARD MATERIALS

A. Gypsum Board:

1. ASTM C1396 (Section 5), regular type except where Type X fire resistant type is indicated or required to meet UL assembly types.

2. Edges: Tapered.

3. Thickness: As indicated.

4. Acceptable products: a. Typical partitions and ceilings: Equivalent to SHEETROCK® brand SW, FIRECODE® or FIRECODE® "C" Core gypsum panels by USG, or equal. b. Use gypsum board and joint compound with little or no VOCs and formaldehyde emissions.

B. Shaftwall:

1. Liner boards: a. ASTM C442, Type SLX. b. Edges: Beveled. c. Thickness: 1 inch. d. Acceptable product: Equivalent to SHEETROCK® gypsum liner panels by USG.

2. Face boards: a. ASTM C1396 (Section 5), Type X. b. Thickness: 3/4 inch, unless otherwise indicated. c. Acceptable product: Equivalent to SHEETROCK® FIRECODE® C Core and FIRECODE® Core gypsum panels by USG.

2.3 METAL FRAMING AND FURRING MATERIALS

A. Metal Studs and Runners:

1. ASTM C645, "C" shaped, gauge: a. Provide 20 gauge minimum studs, except as otherwise indicated or specified. b. Provide heavier gauge if required. c. Provide runner gauge as recommended by stud manufacturer.

2. Depth of sections: As indicated.

3. Corrosion protection: G40 hot-dipped galvanized coating per ASTM A525.

B. Shaft Wall Supports:

1. Conform to ASTM A446, Grade A, with G40 hot-dipped galvanized coating per ASTM A525. 2. Studs: a. Shape: "CH", “J” or “E” or as standard with manufacturer. b. Gauge: As required to fulfill performance criteria, minimum 20 gauge. c. Size: As indicated. d. J runners: 24 gauge, size as required for coordination with studs.

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 C. Metal Furring Channels:

1. Hat shaped:

a. ASTM C645, 7/8 inch high, 25 gauge, with G40 hot-dipped galvanized coating per ASTM A525. b. Acceptable products: DWC-25 for ½" and 5/8" gypsum board.

2. Z shaped: ASTM C645, depths as indicated, 24 gauge minimum, with G40 hot-dipped galvanized coating per ASTM A525.

3. Resilient: Manufacturer's standard type designed to reduce sound transmission; ½ inch deep, 25 gauge steel with G40 hot-dipped galvanized coating per ASTM A525.

2.4 ACCESSORIES

A. Metal Trim for Gypsum Board:

1. Conform to profile and dimensions indicated. 2. Material for interior work: Galvanized steel, 26 gauge minimum. 3. Corner beads: Equivalent to Dur A Bead No. 103 by USG. 4. Casing beads (edge beads): Equivalent to 200A by USG. 5. Control joints: a. Roll formed zinc with perforated flanges. b. Size: 1-3/4 inch wide, with ¼ inch wide center channel. c. Provide with removable tape strip over channel. d. Acceptable product: Equivalent to No. 093 by USG.

B. Paper-Faced Metal Trim for Gypsum Board:

1. Conform to profile and dimensions indicated. 2. Material for interior work: Comply with ASTM C1047. 3. Outsde corners: Paper Faced Metal Bead and Trim B1W series by USG. 4. Inside corners: Paper Faced Metal Bead and Trim by USG.

5. Trims: L shape - B4 SERIES by USG; J shape: B9 SERIES by USG.

C. Backer Plates:

1. Steel, galvanized; 6 inches wide x 16 gauge minimum x lengths to suit size of items to be attached; fastened to studs for attachment of surface mounted fittings and accessories.

2. Elimination of backer plates or direct attachment of accessories or equipment to studs will not be allowed.

D. Adhesives and Joint Treatment Materials:

1. Conform to requirements of ASTM C475. 2. Joint compounds:

a. Drying-type (ready-mixed): Equivalent to SHEETROCK® brand taping joint compound and topping joint compound, or SHEETROCK® all purpose joint compound [or ready-mixed lightweight all purpose joint compound by USG.

b. SHEETROCK® brand TUFF-HIDE primer-surfacer: Finish Level 4 (GA-214/ASTM C-840) drywall surface with vinyl acrylic latex-based coating to achieve Level 5 gypsum board finish. GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 c. Reinforcing joint tape: 1. ASTM C475, 2 inch nominal width. 2. For backer board, provide fiberglass tape as recommended by board manufacturer.

3. Gypsum Board Screws: Self-drilling, self-tapping steel screws.

1. For Steel Framing: Provide Type “S” or Type “S-12” screws: 2. Less than 0.03 inch thick: Comply with ASTM C1002. 3. from 0.033 inch thick to 0.112 inch thick: Comply with ASTM C954.

E. Sound Attenuation Blankets (Provide under Section 07 20 00, Insulation)

1. Mineral fiber, conforming to ASTM C665, Type I. 2. Surface burning characteristics per ASTM E84: a. Flame spread: 25 or less. b. Smoke developed: 50. 3. Thicknesses: As indicated.

F. Miscellaneous Accessories: Provide as required for complete installations.

PART 3 - EXECUTION

3.1 EXAMINATION

A. Examine substrates and adjoining construction and conditions under which work is to be installed. Do not proceed with work until unsatisfactory conditions are corrected.

3.2 GENERAL INSTALLATION REQUIREMENTS

A. Install in accordance with reference standards and manufacturer's instructions.

B. Tolerances:

1. Do not exceed 1/8 inch in 8' 0" variation from plumb or level in exposed lines of surface, except at joints between gypsum board units.

2. Do not exceed 1/16 inch variation between planes of abutting edges or ends.

3. Shim as required to comply with specified tolerances.

C. Install framing to comply with ASTM C754 and with ASTM C840 requirements that apply to framing installation.

D. Install supplementary framing, blocking and bracing at terminations in gypsum board assemblies to support fixtures, equipment, heavy trim, grab bars, toilet accessories, furnishings or similar construction.

3.3 METAL SUPPORT INSTALLATION

A. Metal Runners:

1. Align and secure runner tracks accurately to partition layout at both floor and ceiling. 2. Provide fasteners appropriate to substrate construction as recommended by manufacturer.

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 B. Metal Studs: 1. Position metal studs vertically in the runners, spaced as indicated. 2. Place studs so that flanges face in same direction. 3. Cut studs ½ inch short of full height to provide perimeter relief. 4. Align and plumb partition framing accurately. 5. Where partitions abut ceiling or deck construction or vertical structural elements, provide slip or cushion type joint between partition and structure as recommended by stud manufacturer to prevent transfer of structural loads or movements to partitions, and to provide lateral support. 6. Provide horizontal bracing where necessary for lateral support. 7. Chase walls: a. Position steel studs on opposite sides of chase directly across from each other. b. Cut cross bracing from gypsum board 12 inches high by chase wall width. 8. Backer plates and blocking: a. Where handrails, grab bars, cabinets, wall-mounted door stops, or other wall-hung items are attached to partitions, install backer plates or wood blocking accurately positioned and firmly secured to metal studs, whether or not such backer plates or blocking are indicated on Drawings. b. Use only fire retardant treated wood blocking in fire-rated construction.

C. Hat Channel Furring: 1. Attach hat shaped furring channels either vertically or horizontally with fasteners through alternate wing flanges (staggered). 2. Space furring channels at 24 inches on center, unless otherwise indicated. Where furring is indicated to receive backer board, water resistant gypsum board with ceramic tile, or veneer plaster, space at 16 inches on center. 3. Install furring channels within 4 inches of floor line and ceiling line.

D. Shaftwall: 1. Provide slip or cushioned joints to isolate shaftwall system. Comply with manufacturer's instructions. 2. Seal joints and penetrations on both sides of shaftwall system.

3.4 BOARD INSTALLATION

A. Single Layer Gypsum Board on Metal Studs: 1. Loosely butt gypsum board joints together and neatly fit. 2. Do not place butt ends against tapered edges. 3. Maximum allowable gap at end joints: 1/8 inch. 4. Stagger joints on opposite sides of partitions. 5. Apply ceiling boards first where gypsum board ceilings and wall occur. 6. Cut openings in gypsum board to fit electrical outlets, plumbing, light fixtures and piping snugly and small enough to be covered by plates and escutcheons. Cut both face and back paper. 7. Screw board in place securely with screws spaced according to manufacturer's recommendations.

B. Single Layer Gypsum Board on Furring: 1. Apply gypsum board with long dimension at right angles to furring channel. 2. Center end joints over channel web; stagger end joints from those in adjacent rows of board. 3. Fasten boards to furring channels with screws spaced according to manufacturer's recommendations.

D. Gypsum Shaftwall:

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 1. Erect gypsum board shaft liner. 2. Screw attach base and face layers according to manufacturer's instructions, for both vertical (shaft enclosure) applications. 3. Seal perimeters and openings to provide airtight installation.

3.5 ACCESSORY INSTALLATION

A. Trim: 1. Use same fasteners to anchor trim accessory flanges as required to fasten gypsum board to supports, unless otherwise recommended by trim manufacturer. 2. Install metal corner beads at external corners. 3. Install metal casing bead trim whenever edge of gypsum board would otherwise be exposed or semi exposed.

B. Control Joints:

1. Install control joints at junction of gypsum board partitions with walls or partitions of other finish material. 2. Install control joints within long runs of partitions, ceilings or soffits at approximately 30' 0" on center or as indicated. 3. Where gypsum board is vertically continuous, as at stairwells, provide horizontal control joints at each floor level.

3.6 FINISHING

A. Provide levels of gypsum board finish for locations as follows, in accordance with Gypsum Association GA 214, "Recommended Specification: Levels of Gypsum Board Finish".

1. Level 1: Ceiling plenum areas and concealed areas, except provide higher level of finish as required to comply with fire resistance ratings and acoustical ratings.

2. Level 2: Gypsum board substrate at tile, except remove tool marks and ridges.

3. Level 3: Gypsum board surfaces, where textured finishes or heavy vinyl wall papering will be used High-build Primer required as specified in Section 09 90 00 or USG First Coat primer.

4. Level 4: Gypsum board surfaces, except where another finish level is indicated High-build Primer required as specified in Section 09 90 00 or USG First Coat primer.

5. Level 5: Not Applicable

B. Interior Gypsum Board:

1. Prefill: a. Use setting-type joint compound. Mix joint compound according to manufacturer's directions. b. Fill joints between boards flush to top of eased or beveled edge. c. Fill joints of gypsum board above suspended ceilings in fire rated partitions. d. Wipe off excess compound and allow compound to harden.

2. Taping (Level 1): a. Use taping or all purpose conventional weight, lightweight or midweight compound. b. Butter taping compound into inside corners and joints. c. Center tape over joints and press down into fresh compound. GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 d. Remove excess compound. e. Tape joints of gypsum board above suspended ceilings.

3. First coat (Level 2): a. Use taping or all-purpose conventional weight, lightweight or midweight drying- type compound, or setting-type joint compound. b. Immediately after bedding tape, apply skim coat of compound over body of tape and allow to dry completely in accordance with manufacturer's instructions. c. Apply first coat of compound over flanges of trim and accessories, and over exposed fastener heads and finish level with board surface.

4. Second coat (Level 3): Use all purpose or topping (conventional weight, lightweight or midweight) drying type joint compound. After first coat treatment is dried, apply second coat of compound over tape and trim, feathering compound 2 inches beyond edge of first coat.

5. Third coat (Level 4): a. Use all purpose or topping[conventional weight, lightweight or midweight] drying type joint compound. b. After second coat has dried, sand surface lightly and apply thin finish coat to joints, fasteners and trim, feathering compound 2 inches beyond edge of second coat. c. Allow third coat to dry. Apply additional compound, and touch-up and sand, to provide surface free of visual defects, tool marks, and ridges, and ready for application of finish.

3.7 ADJUSTING

A. Correct damage and defects which may telegraph through finish work.

B. Leave work smooth and uniform.

END OF SECTION 09 26 0

GYPSUM BOARD ASSEMBLIES AND METAL FRAMING SYSTEMS 09 26 00-8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 SECTION 09 51 13- ACOUSTIC PANEL CEILINGS

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions (including General and Supplementary Conditions and Division 01 Sections) apply to the work of the section.

1.2 SUMMARY

A. Section includes Removal, Modification and re-installation of existing acoustic panels and suspension systems for ceilings.

B. Related Sections 1. Section 09 26 00 - Gypsum Board, Framing & Accessories

1.3 SUBMITTALS

Not Applicable

1.4 QUALITY ASSURANCE

A. Installer Qualifications

1. Must be experienced in the installation of systems similar to those specified herein

1.5 DELIVERY, STORAGE AND HANDLING

A. Individual panels and grid suspension system should be handled carefully to avoid damage

1.6 PROJECT CONDITIONS

A. Environmental Limitations

1. Install acoustic panels only in conditions that are within the manufacturer’s published limits for temperature and humidity 2. Areas receiving ceiling panels should be free of construction debris and dust 3. Environmental requirements for interior installation: Building shall be enclosed with windows and exterior doors in place and glazed, and roof watertight before installation of ceiling system and related ceiling components. Climatic condition range of 60-85°F (16-29°C) with max 70%RH (Acoustical panels, and 60-85°F with max 90% R.H. suspension system). 4. Mechanical, sprinkler and electrical trades shall have completed their work above the ceiling structure prior to commencement of ceiling panel installation. 5. Protection: Protect completed work above ceiling system from damage during installation of ceiling components

1.7 COORDINATION

A. Coordinate the installation of the acoustic ceiling system with any and all trades whose work is impacted by that installation

ACOUSTICAL PANEL CEILINGS 09 51 13-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 PART 2 - PRODUCTS

2.1 MATERIALS AND ACCESSORIES

A. Listed products establish standard of quality and are manufactured by United States Gypsum.

2.2 ACCESSORIES

A. Accessories

1. Hanger Wire:

2. Attachment Devices: Anchors sufficient for five-times design load indicated in ASTM C635 (Table 1)

PART 3 – EXECUTION

3.1 Removal and Salvage

A. Carefully remove existing acoustic tile and grid system to allow for work of other trades. Remove in manner to cause little or no damage to existing surfaces. Salvage for re-use and store as directed.

3.2 EXAMINATION

A. Examine substrates and building conditions under which the ceiling system is to be installed. Do not proceed with the installation until unacceptable conditions have been rectified.

3.3 PREPARATION

A. Unless otherwise directed by the reflected ceiling plan, measure the space in which the ceiling system is to be installed and establish a layout that balances border widths at opposite ends of the ceiling.

B. When possible, coordinate the ceiling system layout to avoid the use of less than half width panels at the perimeter.

3.4 INSTALLATION

A. Install the ceiling system in accordance with the following: a. Manufacturer’s standard printed instructions b. ASTM C636 c. Ceilings & Interior Systems Construction Association (CISCA) recommendations d. UL fire-rating classifications, and any other applicable national or local code requirements e. Allowable tolerances: Per ASTM C636.

B. Hanger wires: a. Spacing: Space hanger wires on main tees a maximum of 48” o.c. attaching hangers directly to structure above. b. Limitations: Do not support wires from mechanical and/or electrical equipment, piping, or other equipment occurring above ceiling. c. Fixtures at ceiling: Provide additional hanger wires where lighting fixtures and/or air supply and return units occur in ceiling.

3.5 MAINTENANCE

A. Replace any and all damaged ceiling system components with new matching components. ACOUSTICAL PANEL CEILINGS 09 51 13-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Clean any and all exposed surfaces in accordance with the manufacturer’s recommendations.

END OF SECTION 09 51 13

ACOUSTICAL PANEL CEILINGS 09 51 13-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 09 65 13.13- RESILIENT WALL BASE

PART 1 GENERAL

1.1 THIS SECTION INCLUDES

A. Removal and Reinstallation of resilient wall base and accessories as shown on the drawings and schedules and as indicated by the requirements of this section.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 RELATED SECTIONS

A. Other Division 9 sections for floor finishes related to this section but not the work of this section.

B. Division 6 Wood and Plastics and Composites; not the work of this section.

1.4 QUALITY ASSURANCE AND REGULATORY REQUIREMENTS

A. Select an installer who is competent in the installation of Resilient Wall Base.

1.5 SUBMITTALS

Not Applicable

1.6 ENVIRONMENTAL CONDITIONS

A. Deliver materials in good condition to the jobsite in the manufacturer's original unopened containers that bear the name and brand of the manufacturer, project identification, and shipping and handling instructions.

B. Store materials in a clean, dry, enclosed space off the ground, and protected from the weather and from extremes of heat and cold. Protect adhesives from freezing. Store adhesives and accessories in the spaces where they will be installed for at least 48 hours before beginning installation.

C. Maintain a minimum temperature in the spaces to receive the wall base and accessories of 65ºF (18ºC) and a maximum temperature of 85ºF (29ºC) for at least 48 hours before, during, and for not less than 48 hours after installation. Thereafter, maintain a minimum temperature of 55ºF (13ºC) in areas where work is completed. Protect all materials from the direct flow of heat from hot-air registers, radiators, or other heating fixtures and appliances.

D. Install wall base and accessories after the other finishing operations, including painting, have been completed. Close spaces to traffic during the installation of the wall base.

PART 2 PRODUCTS

2.1 ADHESIVES

RESILIENT WALL BASE 09 65 13.13-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 A. Waterproof, non-flammable adhesive and approved by wall base manufacturer. Have low VOC’s and meet the criteria of SCAQMD Rule 1168. MSDS required on product used.

B. Miscellaneous Materials: As recommended and approved by manufacturer and selected by Flooring Contractor to meet project circumstance and requirements.

PART 3 EXECUTION

3.1 REMOVE AND SALVAGE:

A. Carefully remove existing wall base and salvage for re-use. Remove in manner to cause little or no damage to existing surfaces. Store as directed.

3.2 Install in strict accordance with manufacturer’s installation instructions.

3.3 INSPECTION

A. Examine walls prior to installation to determine that surfaces are smooth and free from cracks, holes, ridges, and other defects that might prevent adhesive bond or impair durability or appearance of the flooring material.

B. Inspect walls prior to installation to determine that surfaces are free from curing, sealing, parting and hardening compounds; residual adhesives; adhesive removers; and other foreign materials that might prevent adhesive bond. Visually inspect for evidence of moisture, alkaline salts, carbonation, dusting, mold, or mildew.

C. Report conditions contrary to contract requirements that would prevent a proper installation. Do not proceed with the installation until unsatisfactory conditions have been corrected.

D. Failure to call attention to defects or imperfections will be construed as acceptance and approval of the wall. Installation indicates acceptance of substrates with regard to conditions existing at the time of installation.

3.2 PREPARATION

A. Smooth wall surfaces, removing rough areas, projections, ridges, and bumps, and filling low spots, control or construction joints, and other defects with Patch and Leveling Compound as recommended by the manufacturer.

B. Remove paint, varnish, oils, release agents, sealers, and waxes. Remove residual adhesives as recommended by the flooring manufacturer. Remove curing and hardening compounds not compatible with the adhesives used, as indicated by a bond test or by the compound manufacturer's recommendations. Avoid organic solvents.

3.3 INSTALLATION OF WALL BASE

A. Apply wall base to walls and columns, and other permanent fixtures in rooms and areas where base is required.

B. Install wall base in lengths as long as practicable without gaps at seams and with tops of adjacent pieces aligned.

C. Tightly adhere wall base to substrate throughout length of each piece, with base in continuous contact with horizontal and vertical substrates. RESILIENT WALL BASE 09 65 13.13-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Do not scratch wall base during installation.

E. Corners: Install corners before installing straight pieces.

3.4 CLEANING AND PROTECTION

A. Clean surfaces of wall base after installation.

END OF SECTION 09 65 13.13

RESILIENT WALL BASE 09 65 13.13-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 09 69 00- CARPET

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes: Removal and re-installation of existing carpet and accessories for direct glue down installation.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 QUALITY ASSURANCE

A. Flooring Contractor's Qualifications: Firm with not less than 5 consecutive years of experience in installation of commercial carpeting of type, quantity and installation methods similar to work of this section.

B. Field Conditions: Dimensions shown on drawings are approximate. It is the Flooring Contractor's responsibility to verify all dimensions and job site conditions.

1.4 JOB CONDITIONS

A. Environmental Conditions: Maintain temperatures in space in accordance with carpet or adhesive manufacturer's recommendations, but in no case less than 65 degrees F for 24 hours prior to, during and after installation. Subfloor temperature should be a minimum 65 degrees F for 24 hours prior to and after installation.

PART 2 - PRODUCTS

2.1 ACCESSORIES

A. Adhesives: Waterproof, non-flammable carpet adhesive recommended and approved by carpet manufacturer in writing for compatibility with carpet backing. Have low VOC's, be non-flammable, and meet the criteria of SCAQMD Rule 1168. MSDS are required on product used. Adhesive must have Lifetime Bond Warranty from manufacturer

B. Miscellaneous Materials: As recommended and approved in writing by manufacturer of carpet, and selected by Flooring Contractor to meet project circumstance and requirements.

PART 3 - EXECUTION

3.1 REMOVAL AND SALVAGE

A. Carefully remove existing carpet and salvage for re-use. Remove in manner to cause little or no damage to exisitng surfaces. Store as directed.

3.2 INSPECTION CARPET 09 69 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

A. General: Do not start work until works of other trades are substantially completed. Inspect surfaces to receive carpet and verify that all such work is complete to the point where this installation may properly commence. In the event of discrepancy, notify PSC. Do not proceed with installation in areas of discrepancy until all such discrepancies have been fully resolved.

3.3 INSTALLATION, GENERAL

A. General: Comply with manufacturer's instructions and recommendations for installation of this type of carpet by the full glue down method.

B. Prepare the subfloor to insure a successful installation.

C. Carpeting shall be installed with pile lying in the same direction as previously installed, unless an other specified method is recommended by the manufacture or at owner’s approval. Cut carpet evenly and accurately to fit neatly at walls, columns, and projections. Extend carpet under open-bottomed and raised- bottom obstructions, and under removable flanges of obstructions.

D. Installed carpet shall be free from ripples, ravels, frays, and pucker.

3.4 CLEANING AND PROTECTION

A. Remove and dispose of debris and unusable scraps.

B. Vacuum carpet using an upright commercial machine with brush-only element, utilizing a high filtration dust bag. Remove any protruding face yarn using sharp scissors, and trim any loose yarns or fibers at all seams.

C. Following cleaning and vacuum carefully protect the carpeting from soiling and damage until final acceptance. Covering shall be kept in repair and damaged portions replaced during the construction and move-in period.

END SECTION 09 69 00

CARPET 09 69 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 09 91 00 – PAINTING

PART 1 – GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes surface preparation and field painting of exposed exterior and interior items and surfaces.

1. Surface preparation, priming, and finish coats specified in this Section are in addition to shop priming and surface treatment specified in other Sections.

B. Paint exposed surfaces, except where these Specifications indicate that the surface or material is not to be painted or is to remain natural. If an item or a surface is not specifically mentioned, paint the item or surface the same as similar adjacent materials or surfaces. If a color of finish is not indicated, PSC will select from standard colors and finishes available.

1. Painting includes field painting of exposed bare and covered pipes and ducts (including color coding), hangers, exposed steel and iron supports, the inside face of ribbed metal panels, copings and exposed metal flashing, surfaces of mechanical and electrical equipment that do not have a factory-applied final finish.

C. Do not paint prefinished items, concealed surfaces, finished metal surfaces, operating parts, and labels.

1. Prefinished items include the following factory-finished components:

a. Architectural woodwork. b. Acoustical wall and ceiling panels. c. Finished mechanical and electrical equipment d. Light fixtures.

2. Concealed surfaces include walls or ceilings in the following generally inaccessible spaces: a. Furred areas. b. Ceiling plenums. c. Duct shafts.

3. Finished metal surfaces include the following:

a. Anodized, aluminum, or factory painted aluminum, or factory painted sheet metal. b. Stainless steel. c. Chromium plate. d. Copper and copper alloys. e. Bronze and brass.

4. Operating parts include moving parts of operating equipment and the following:

a. Valve and damper operators. b. Linkages. c. Sensing devices. PAINTING 09 91 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 d. Motor and fan shafts.

5. Labels: Do not paint over UL, FMG, or other code-required labels or equipment name, identification, performance rating, or nomenclature plates.

D. Related Sections include the following:

1. Division 5, Section “Pipe & Tube Railings”. 2. Division 5, Section “Structural Steel”. 3. Division 8, Section " Hollow Metal Doors and Frames". 4. Division 9 Section "Gypsum Board Assemblies”.

1.3 DEFINITIONS

A. General: Standard coating terms defined in ASTM D 16 apply to this Section.

1. Flat refers to a lusterless or matte finish with a gloss range below 15 when measured at an 85- degree meter. 2. Eggshell refers to low-sheen finish with a gloss range between 20 and 35 when measured at a 60- degree meter. 3. Semigloss refers to medium-sheen finish with a gloss range between 35 and 70 when measured at a 60-degree meter. 4. Full gloss refers to high-sheen finish with a gloss range more than 70 when measured at a 60- degree meter.

1.4 SUBMITTALS

A. Product Data: For each paint system indicated. Include block fillers and primers.

1. Material List: An inclusive list of required coating materials. Indicate each material and cross- reference specific coating, finish system, and application. Identify each material by manufacturer's catalog number and general classification. 2. Manufacturer's Information: Manufacturer's technical information, including label analysis and instructions for handling, storing, and applying each coating material.

B. Paint Samples: For each finish product specified, submit three (3) each, samples that represent actual product, color and sheen.

1.5 QUALITY ASSURANCE

A. Applicator Qualifications: A firm or individual experienced in applying paints and coatings similar in material, design, and extent to those indicated for this Project, whose work has resulted in applications with a record of successful in- service performance.

B. Source Limitations: Obtain primers for each coating system from the same manufacturer as the finish coats.

C. Benchmark Samples (Mockups): Provide a full-coat benchmark finish sample for each type of coating and substrate required. Comply with procedures specified in PDCA P5. Duplicate finish of approved sample Submittals.

1. PSC will select one room or surface to represent surfaces and conditions for application of each type of coating and substrate.

a. Wall Surfaces: Provide samples on at least 100 sq. ft. (9 sq. m). b. Small Areas and Items: PSC will designate items or areas required.

2. Apply benchmark samples, according to requirements for the completed Work, after permanent lighting and other environmental services have been activated. Provide required sheen, color, and texture on each surface.

a. After finishes are accepted, PSC will use the room or surface to evaluate coating systems of a similar PAINTING 09 91 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 nature.

3. Final approval of colors will be from benchmark samples.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver materials to Project site in manufacturer's original, unopened packages and containers bearing manufacturer's name and label and the following information:

1. Product name or title of material. 2. Product description (generic classification or binder type). 3. Manufacturer's stock number and date of manufacture. 4. Contents by volume, for pigment and vehicle constituents. 5. Thinning instructions. 6. Application instructions. 7. Color name and number. 8. VOC content.

B. Store materials not in use in tightly covered containers in a well-ventilated area at a minimum ambient temperature of 45 deg F (7 deg C). Maintain storage containers in a clean condition, free of foreign materials and residue.

1. Protect from freezing. 2. Keep storage area neat and orderly. 3. Remove oily rags and waste daily.

1.7 PROJECT CONDITIONS

A. Apply waterborne paints only when temperatures of surfaces to be painted and surrounding air are between 50 and 90 deg F (10 and 32 deg C).

B. Apply solvent-thinned paints only when temperatures of surfaces to be painted and surrounding air are between 45 and 95 deg F (7 and 35 deg C).

C. Do not apply paint in snow, rain, fog, or mist; or when relative humidity exceeds 85 percent; or at temperatures less than 5 deg F (3 deg C) above the dew point; or to damp or wet surfaces.

1. Painting may continue during inclement weather if surfaces and areas to be painted are enclosed and heated within temperature limits specified by manufacturer during application and drying periods.

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Products: Subject to compliance with requirements, provide one of the products listed in other Part 2 articles.

B. Manufacturers' Names: Shortened versions (shown in parentheses) of the following manufacturers' names are used in other Part 2 articles:

1. Benjamin Moore & Co. (Benjamin Moore). 2. Sherwin-Williams Co. (Sherwin-Williams). 3. Glidden Paint Co. (Glidden Paint).

2.2 PAINT MATERIALS, GENERAL

A. Material Compatibility: Provide block fillers, primers, and finish-coat materials that are compatible with one another PAINTING 09 91 00-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 and with the substrates indicated under conditions of service and application, as demonstrated by manufacturer based on testing and field experience.

B. Material Quality: Provide manufacturer's best-quality paint material of the various coating types specified that are factory formulated and recommended by manufacturer for application indicated. Paint- material containers not displaying manufacturer's product identification will not be acceptable.

1. Proprietary Names: Use of manufacturer's proprietary product names to designate colors or materials is not intended to imply that products named are required to be used to the exclusion of equivalent products of other manufacturers. Furnish manufacturer's material data and certificates of performance for proposed substitutions.

C. Chemical Components of Interior Paints and Coatings: Provide products that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24) and the following chemical restrictions:

1. Flat Paints and Coatings: VOC content of not more than 55 g/L. 2. Non-Flat Paints and Coatings: VOC content of not more than 150 g/L. 3. Anticorrosive Coatings: VOC content of not more than 250 g/L. 4. Varnishes and Sanding Sealers: VOC content of not more than 350 g/L. 5. Stains: VOC content of not more than 250 g/L. 6. Aromatic Compounds: Paints and coatings shall not contain more than 1.0 percent by weight of total aromatic compounds (hydrocarbon compounds containing one or more benzene rings).

D. Colors: As indicated in PSCs Master Color Schedule, at the end of these specifications.

2.2 INTERIOR PRIMERS

A. Interior Gypsum Board Primer:

1. Benjamin Moore; NATURA Interior Waterborne Paint EGGSHELL K513. Applied at a dry film thickness of not less than 1.8 mils.

2. Sherwin-Williams; PREPRITE PROBLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

3. Or equal products by the Glidden Paint Company, or Benjamin Moore.

B. Interior Ferrous-Metal Primer: Factory-formulated quick-drying rust-inhibitive alkyd-based metal primer.

1. Sherwin-Williams; PREP RITE PRO BLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

2. Or equal products by the Glidden Paint Company, or Benjamin Moore.

C. Interior Zinc-Coated Metal Primer: Factory-formulated galvanized metal primer.

1. Sherwin-Williams; PREPRITE PRO BLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

2. Or equal products by the Glidden Paint Company, or Benjamin Moore.

D. Plaster: Factory-formulated latex-based primer for interior application.

1. Benjamin Moore: NATURA Interior Waterborne Paint EGGSHELL K513. Applied at a dry film thickness of not less than 1.4 mils. PAINTING 09 91 00-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2. Sherwin Williams: PREPRITE PRO BLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

3. Or equal products by the Glidden Paint Company.

E. Concrete Lintels:

1. Benjamin Moore: NATURA Interior Waterborne Paint PRIMER K511. Applied at a dry film thickness of not less than 1.2 mils.

2. Sherwin-Williams; PREPRITE PRO BLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

3. Or equal products by the Glidden Paint Company.

F. Masonry:

1. Benjamin Moore; NATURA Interior Waterborne Paint EGGSHELL K513. Applied at a dry film thickness of not less than 1.4 mils.

2. Sherwin-Williams; PREPRITE PRO BLOCK Interior/Exterior Latex Primer/Sealer B51-600 Series: Applied at a dry film thickness of not less than 1.4 mils.

3. Or equal products by the Glidden Paint Company.

G. Concrete Floors:

1. Sherwin-Williams: SHER-CRETE Flexible Concrete Waterproofer-Textured A5 Series. Coverage 10-12 mils wet per coat.

2. Or equal products by the Glidden Paint Company, or Benjamin Moore.

2.3 INTERIOR FINISH COATS

A. Interior Gypsum Board :

1. Interior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint FLAT 512: Applied at a dry film thickness of not less than 1.8 mils.

b. Sherwin-Williams; ProMar 200 Interior Latex Flat Wall Paint B30W2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

2. Interior Low-Luster Acrylic Enamel: Factory-formulated egg-shellacrylic-latex interior enamel.

a. Benjamin Moore; NATURA Interior Waterborne Paint EGGSHELL 513: Applied at a dry film thickness of not less than 1.8 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Egg-Shell Enamel B20-2600 Series: Applied at a dry film thickness of not less than 1.7 mils.

PAINTING 09 91 00-5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 c. Or equal products by the Glidden Paint Company.

3. Interior Semigloss Acrylic Enamel: Factory-formulated semi-gloss acrylic-latex enamel for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint SEMI-GLOSS 514: Applied at a dry film thickness of not less than 1.5 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Semi-Gloss Enamel B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

B. Interior Non Ferrous Metal (Galvanized and Aluminum):

1. Interior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for interior application.

a. Sherwin-Williams; ProMar 200 Interior Latex Flat Wall Paint B30W2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

2. Interior Low-Luster Acrylic Enamel: Factory-formulated egg-shellacrylic-latex interior enamel.

a. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Egg-Shell Enamel B20-2600 Series: Applied at a dry film thickness of not less than 1.7 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

3. Interior Semigloss Acrylic Enamel: Factory-formulated semi-gloss acrylic-latex enamel for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint SEMI-GLOSS 514: Applied at a dry film thickness of not less than 1.5 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Semi-Gloss Enamel B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company, or Benjamin Moore.

C. Interior Zinc Coated Metal: (Structural Steel Beams, Angles, Miscellaneous and Ornamental Iron, Structural Iron, Ferrous Metal)

1. Interior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for interior application.

a. Sherwin-Williams; ProMar 200 Interior Latex Flat Wall Paint B30W2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

2. Interior Low-Luster Acrylic Enamel: Factory-formulated egg-shell acrylic-latex interior enamel.

a. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Egg-Shell Enamel B20-2600 Series: Applied at a dry film thickness of not less than 1.7 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

PAINTING 09 91 00-6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 3. Interior Semigloss Acrylic Enamel: Factory-formulated semi-gloss acrylic-latex enamel for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint SEMI-GLOSS 514: Applied at a dry film thickness of not less than 1.5 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Semi-Gloss Enamel B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company, or Benjamin Moore.

D. Plaster: Latex System:

1. Interior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for interior application.

a. Benjamin Moore: NATURA Interior Waterborne Paint FLAT 512: Applied at a dry film thickness of not less than 1.8 mils.

b. Sherwin Williams: ProMar 200 Interior Latex Flat Wall Paint B30W2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

2. Interior Low-Luster Acrylic Enamel: Factory-formulated egg-shellacrylic-latex interior enamel.

a. Benjamin Moore; NATURA Interior Waterborne Paint EGGSHELL 513: Applied at a dry film hickness of not less than 1.8 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Egg-Shell Enamel B20-2600 Series: Applied at a dry film thickness of not less than 1.7 mils.

c. Or equal products by the Glidden Paint Company.

3. Interior Semigloss Acrylic Enamel: Factory-formulated semi-gloss acrylic-latex enamel for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint SEMI-GLOSS 514: Applied at a dry film thickness of not less than 1.5 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Semi-Gloss Enamel B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

E. Concrete Lintels:

1. Gloss Finish:

a. Sherwin Williams: PRO INDUSTRIAL High Perfornance Acrylic B66-600 Series Gloss. Applied at a dry film thickness of not less than 2.5 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

2. Semi-Gloss Finish:

a. Sherwin Williams: PRO INDUSTRIAL High Perfornance Acrylic B66-650 Series Semi-Gloss. Applied at a dry film thickness of not less than 2.5 mils. PAINTING 09 91 00-7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

3. Egg-Shell Finish:

a Sherwin Williams: PRO INDUSTRIAL High Performance Acrylic B66-660 Series Eg-Shel. Applied at a dry film thickness of not less than 2.5 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

F. Masonry:

1. Interior Flat Acrylic Paint: Factory-formulated flat acrylic-emulsion latex paint for interior application.

a. Benjamin Moore: NATURA Interior Waterborne Paint FLAT 512: Applied at a dry film thickness of not less than 1.8 mils.

b. Sherwin Williams: ProMar 200 Interior Latex Flat Wall Paint B30W2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

2. Interior Low-Luster Acrylic Enamel: Factory-formulated egg-shell acrylic-latex interior enamel.

a. Benjamin Moore; NATURA Interior Waterborne Paint EGGSHELL 513: Applied at a dry film thickness of not less than 1.8 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Egg-Shell Enamel B20-2600 Series: Applied at a dry film thickness of not less than 1.7 mils.

c. Or equal products by the Glidden Paint Company.

3. Interior Semigloss Acrylic Enamel: Factory-formulated semi-gloss acrylic-latex enamel for interior application.

a. Benjamin Moore; NATURA Interior Waterborne Paint SEMI-GLOSS 514: Applied at a dry film thickness of not less than 1.5 mils.

b. Sherwin-Williams; ProMar 200 Zero VOC Interior Latex Semi-Gloss Enamel B31-2600 Series: Applied at a dry film thickness of not less than 1.6 mils.

c. Or equal products by the Glidden Paint Company.

G. Concrete Floors:

a. Sherwin-Williams: Sher-Crete Flexible Concrete Waterproofer-Textured A5 Series: Coverage 10-12 mils wet per coat. b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

2.4 EXTERIOR PRIMER

A. Metal: Misc. Iron, Ornamental Iron, Structural Iron and Steel, Ferrous Metal

a. Benjamin Moore; SUPER SPEC HP Acrylic Metal Primer P04: Applied at a dry film thickness of not less than 1.7 mils.

b. Sherwin-Williams; DTM Acrylic Primer/Finish: Applied at a dry film thickness of not less than 3.0 mils.

PAINTING 09 91 00-8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 c. Or equal products by the Glidden Paint Company.

B. Metal: Non-Ferrous- (Galvanized and Aluminum,)

a. Benjamin Moore; SUPER SPEC HP Acrylic Metal Primer P04: Applied at a dry film thickness of not less than 1.7 mils.

b. Sherwin-Williams; DTM Wash Primer: Applied at a dry film thickness of not less than 1.5mils.

c. Or equal products by the Glidden Paint Company.

2.5 EXTERIOR FINISH COATS

A. Metal: Misc. Iron, Ornamental Iron, Structural Iron and Steel, Ferrous Metal

a. Sherwin-Williams; METALATEX Semi-Gloss Coating B42 Series: Applied at a dry film thickness of not less than 2.0 mils.

b. Or equal products by the Glidden Paint Company, or Benjamin Moore.

B. Metal: Non-Ferrous- (Galvanized and Aluminum,)

a. Benjamin Moore; Applied at a dry film thickness of not less than mils.

b. Sherwin-Williams; METALATEX Semi-Gloss Coating B42 Series: Applied at a dry film thickness of not less than 2.0 mils.

c. Or equal products by the Glidden Paint Company, or Benjamin Moore.

PART 3 – EXECUTION

3.1 EXAMINATION

A. Examine substrates, areas, and conditions, with Applicator present, for compliance with requirements for paint application.

1. Proceed with paint application only after unsatisfactory conditions have been corrected and surfaces receiving paint are thoroughly dry. 2. Start of painting will be construed as Applicator's acceptance of surfaces and conditions within a particular area.

B. Coordination of Work: Review other Sections in which primers are provided to ensure compatibility of the total system for various substrates. On request, furnish information on characteristics of finish materials to ensure use of compatible primers.

1. Notify PSC about anticipated problems when using the materials specified over substrates primed by others.

3.2 PREPARATION

A. General: Remove hardware and hardware accessories, plates, machined surfaces, lighting fixtures, and similar items already installed that are not to be painted. If removal is impractical or impossible because of size or weight of the item, provide surface-applied protection before surface preparation and painting.

1. After completing painting operations in each space or area, reinstall items removed using workers skilled in the trades involved.

PAINTING 09 91 00-9 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 B. Cleaning: Before applying paint or other surface treatments, clean substrates of substances that could impair bond of the various coatings. Remove oil and grease before cleaning.

1. Schedule cleaning and painting so dust and other contaminants from the cleaning process will not fall on wet, newly painted surfaces.

C. Surface Preparation: Clean and prepare surfaces to be painted according to manufacturer's written instructions for each particular substrate condition and as specified.

1. Provide barrier coats over incompatible primers or remove and reprime. 2. Wood: Clean surfaces of dirt, oil, and other foreign substances with scrapers, mineral spirits, and sandpaper, as required. Sand surfaces exposed to view smooth and dust off.

a. Scrape and clean small, dry, seasoned knots, and apply a thin coat of white shellac or other recommended knot sealer before applying primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dried. b. Prime, stain, or seal wood to be painted immediately on delivery. Prime edges, ends, faces, undersides, and back sides of wood, including cabinets, counters, cases, and paneling. c. If transparent finish is required, back prime with spar varnish. d. Back prime paneling on interior partitions where masonry, plaster, or other wet wall construction occurs on backside. e. Seal tops, bottoms, and cutouts of unprimed wood doors with a heavy coat of varnish or sealer immediately on delivery.

3. Ferrous Metals: Clean ungalvanized ferrous-metal surfaces that have not been shop coated; remove oil, grease, dirt, loose mill scale, and other foreign substances. Use solvent or mechanical cleaning methods that comply with SSPC's recommendations.

a. Blast steel surfaces clean as recommended by paint system manufacturer and according to SSPC-SP 6/NACE No. 3, SSPC-SP 10/NACE No. 2. b. Treat bare and sandblasted or pickled clean metal with a metal treatment wash coat before priming.

4. Galvanized Surfaces: Clean galvanized surfaces with nonpetroleum-based solvents so surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods.

D. Material Preparation: Mix and prepare paint materials according to manufacturers written instructions.

1.. Maintain containers used in mixing and applying paint in a clean condition, free of foreign materials and residue. 2. Stir material before application to produce a mixture of uniform density. Stir as required during application. Do not stir surface film into material. If necessary, remove surface film and strain material before using. 3. Use only thinners approved by paint manufacturer and only within recommended limits.

E. Tinting: Tint each undercoats a lighter shade to simplify identification of each coat when multiple coats of same material are applied. Tint undercoats to match the color of the finish coat, but provide sufficient differences in shade of undercoats to distinguish each separate coat.

3.3 APPLICATION

A. General: Apply paint according to manufacturer's written instructions. Use applicators and techniques best suited for substrate and type of material being applied.

1. Paint colors and finishes are indicated in Master Color Schedule, at the end of these specifications. 2. Paint factory primed inside face of ribbed metal panels and before installation to avoid concealed spaces to be unpainted. 3. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions detrimental to formation of a PAINTING 09 91 00-10 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 durable paint film. 4. Provide finish coats that are compatible with primers used. 5. The term "exposed surfaces" includes areas visible when permanent or built-in fixtures, grilles, convector covers, covers for finned-tube radiation, and similar components are in place. Extend coatings in these areas, as required, to maintain system integrity and provide desired protection. 6. Paint surfaces behind movable equipment and furniture the same as similar exposed surfaces. Before final installation of equipment, paint surfaces behind permanently fixed equipment or furniture with prime coat only. 7. Paint interior surfaces of ducts with a flat, nonspecular black paint where visible through registers or grilles. 8. Paint backsides of access panels and removable or hinged covers to match exposed surfaces. 9. Finish exterior doors on tops, bottoms, and side edges the same as exterior faces. 10. Sand lightly between each succeeding enamel or varnish coat.

B. Scheduling Painting: Apply first coat to surfaces that have been cleaned, pretreated, or otherwise prepared for painting as soon as practicable after preparation and before subsequent surface deterioration.

1. The number of coats and film thickness required are the same regardless of application method. Do not apply succeeding coats until previous coat has cured as recommended by manufacturer. If sanding is required to produce a smooth, even surface according to manufacturer's written instructions sand between applications. 2. Omit primer over metal surfaces that have been shop primed and touchup painted. 3. If undercoats, stains, or other conditions show through final coat of paint, apply additional coats until paint film is of uniform finish, color, and appearance. Give special attention to ensure that edges, corners, crevices, welds, and exposed fasteners receive a dry film thickness equivalent to that of flat surfaces. 4. Allow sufficient time between successive coats to permit proper drying. Do not recoat surfaces until paint has dried to where it feels firm, and does not deform or feel sticky under moderate thumb pressure, and until application of another coat of paint does not cause undercoat to lift or lose adhesion.

C. Application Procedures: Apply paints and coatings by brush, roller, spray, or other applicators according to manufacturer's written instructions.

1. Brushes: Use brushes best suited for type of material applied. Use brush of appropriate size for surface or item being painted. 2. Rollers: Use rollers of carpet, velvet-back, or high-pile sheep's wool as recommended by manufacturer for material and texture required. 3. Spray Equipment: Use airless spray equipment with orifice size as recommended by manufacturer for material and texture required.

D. Minimum Coating Thickness: Apply paint materials no thinner than manufacturer's recommended spreading rate to achieve dry film thickness indicated. Provide total dry film thickness of the entire system as recommended by manufacturer.

E. Mechanical and Electrical Work: Painting of mechanical and electrical work is limited to items exposed in equipment rooms and occupied spaces.

F. Mechanical items to be painted include, but are not limited to, the following:

1. Uninsulated metal piping. 2. Uninsulated plastic piping. 3. Pipe hangers and supports. 4. Visible portions of internal surfaces of metal ducts, without liner, behind air inlets and outlets. 5. Duct, equipment, and pipe insulation having "all-service jacket" or other paintable jacket material. 6. Mechanical equipment that is indicated to have a factory-primed finish for field painting.

PAINTING 09 91 00-11 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 G. Electrical items to be painted include, but are not limited to, the following:

1. Electrical equipment that is indicated to have a factory-primed finish for field painting.

H. Prime Coats: Before applying finish coats, apply a prime coat, as recommended by manufacturer, to material that is required to be painted or finished and that has not been prime coated by others. Recoat primed and sealed surfaces where evidence of suction spots or unsealed areas in first coat appears, to ensure a finish coat with no burn-through or other defects due to insufficient sealing.

I. Pigmented (Opaque) Finishes: Completely cover surfaces as necessary to provide a smooth, opaque surface of uniform finish, color, appearance, and coverage. Cloudiness, spotting, holidays, laps, brush marks, runs, sags, ropiness, or other surface imperfections will not be acceptable.

J. Transparent (Clear) Finishes: Use multiple coats to produce a glass-smooth surface film of even luster. Provide a finish free of laps, runs, cloudiness, color irregularity, brush marks, orange peel, nail holes, or other surface imperfections.

1. Provide satin finish for final coats.

K. Stipple Enamel Finish: Roll and redistribute paint to an even and fine texture. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks, or other surface imperfections.

L. Completed Work: Match approved samples for color, texture, and coverage. Remove, refinish, or repaint work not complying with requirements.

3.4 FIELD QUALITY CONTROL

A. Owner reserves the right to invoke the following test procedure at any time and as often as Owner deems necessary during the period when paint is being applied:

1. Owner will engage a qualified independent testing agency to sample paint material being used. Samples of material delivered to Project will be taken, identified, sealed, and certified in the presence of Contractor.

2. Owner may direct Contractor to stop painting if test results show material being used does not comply with specified requirements. Contractor shall remove noncomplying paint from Project site, pay for testing, and repaint surfaces previously coated with the noncomplying paint. If necessary, Contractor may be required to remove noncomplying paint from previously painted surfaces if, on repainting with specified paint, the two coatings are incompatible.

3.5 CLEANING

A. Cleanup: At the end of each workday, remove empty cans, rags, rubbish, and other discarded paint materials from Project site.

1. After completing painting, clean glass and paint-spattered surfaces. Remove spattered paint by washing and scraping without scratching or damaging adjacent finished surfaces.

3.6 PROTECTION

A. Protect work of other trades, whether being painted or not, against damage from painting. Correct damage by cleaning, repairing or replacing, and repainting, as approved by PSC.

B. Provide "Wet Paint" signs to protect newly painted finishes. After completing painting operations, remove temporary protective wrappings provided by others to protect their work.

PAINTING 09 91 00-12 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. After work of other trades is complete, touch up and restore damaged or defaced painted surfaces. Comply with procedures specified in PDCA P1.

3.7 INTERIOR PAINT SCHEDULE

A. Gypsum Board and Plaster: Provide the following finish systems over interior gypsum board & plaster surfaces:

1. Flat Acrylic Finish: Two finish coats over a primer. a. Primer: Interior gypsum board or plaster primer. b. Finish Coats: Interior flat acrylic paint.

2. Low-Luster Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior gypsum board or plaster primer. b. Finish Coats: Interior low-luster acrylic enamel.

B. Hollow Metal Doors, Frames, Metal Railings, Etc: Provide the following finish systems over interior metal surfaces: 1. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior metal primer. b. Finish Coats: Interior semi-gloss acrylic enamel.

C. Interior Masonry, and Concrete: 1. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior masonry primer. b. Finish Coats: Interior semi-gloss acrylic enamel.

D. Interior Concrete Floors: 1. Textured finish over primer a. Primer: Interior Textured Primer b. Finish Coat: Interior Textured Finish Coat

E. Zinc-Coated Metal: Provide the following finish systems over interior zinc-coated metal surfaces: 1. Semigloss Acrylic-Enamel Finish: Two finish coats over a primer. a. Primer: Interior zinc-coated metal primer. b. Finish Coats: Interior semi-gloss acrylic enamel.

E. Natural Wood Surfaces: Provide the following finish systems over interior natural wood surfaces: 1. Clear Polyurethane Finish: Two finish coats. a. Finish Coats: Interior polyurethane.

3.8 EXTERIOR PAINT SCHEDULE

A. METAL: Non-Ferrous- (Galvanized and Aluminum).

1. Semi-Gloss Latex Acrylic Systems: Two finish coats over a primer.

a. Primer: Exterior metal primer b. Finish Coats: Exterior semi-gloss acrylic enamel.

END OF SECTION 09 91 00

PAINTING 09 91 00-13 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 10 20 00- ARCHITECTURAL METAL LOUVERS

PART 1 -- GENERAL

1.1 WORK

A. Provide metal louvers, trim, and related items necessary to complete the work shown and specified.

B. Provide all labor and material as required to complete the work as shown on the Drawings and specified herein.

1.2 RELATED DOCUMENTS

A. Drawings and General Provisions of the Contract (including General and Supplementary Conditions and Division 1 sections) apply to the work of this section.

1.3 RELATED WORK

A. Related work specified in other sections:

Division 07 - Hollow Metal Doors And Frames. Division 23 - Mechanical

1.4 QUALITY STANDARDS

A. Provide experienced, well-trained workers competent to complete the work as specified.

B. Unless approved by the PSC, provide all related products and accessories from one manufacturer.

C. Use products and accessories:

1. From a manufacturer specified or approved by the PSC.

D. All work shall comply with manufacturer's instructions and governing building and safety codes.

1.5 SUBMITTALS

A. Submit the following within _30_ calendar days after receiving the Notice to Proceed.

1. Submit list of materials to be provided for this work.

2. Submit manufacturer's specifications required to prove compliance with these specifications.

3. Submit manufacturer's installation instructions.

4. Submit Shop Drawings as required with complete details and assembly instructions.

5. Submit Shop Drawings showing relationship and interface with adjacent or related work, and anchorage methods..

ARCHITECTURAL METAL LOUVERS

10 20 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101 6. Submit samples of proposed exposed finishes and hardware for approval by the PSC.

7. Submit manufacturer’s standard color chart for selection and approval by PSC.

1.6 MATERIALS HANDLING

A. Provide all materials required to complete the work as shown on Drawings and specified herein.

1. Deliver, store, and transport materials to avoid damage to the product or to any other work.

2. Return any products or materials delivered in a damaged or unsatisfactory condition.

3. Materials and products delivered will be certified by the manufacturer to be as specified.

B. Store materials in a safe, secure location, protected from dirt, moisture, contaminants, and weather.

1.7 PRECONSTRUCTION AND PREPARATION

A. Examine and verify that job conditions are satisfactory for speedy and acceptable work.

1. Maintain and use all up-to-date construction documents on site.

2. Maintain and use up-to-date trade standards and manufacturer's instructions.

3. Confirm there are no conflicts between this work and work of other trades.

4. Confirm that work of other trades that must precede this work has been completed.

5. Meet all requirements to secure warranty.

B. Planning and coordination:

1. Provide preconstruction meeting with all concerned parties.

PART 2 -- MATERIALS

2.1 GENERAL

A. Provide metal louvers, trims, and related components as manufactured by:

1. Greenheck

2. Construction Specialties, Inc.,

3. Airolite.

B. Wall Louvers:

1. Manufacturer’s standard aluminum louvers, equal to Greenheck Model # ESD-403.

2. Drainable design, heavy gauge extruded 6063T5 aluminum alloy.

ARCHITECTURAL METAL LOUVERS

10 20 00-2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. 4” deep x 0.081” thick frames and blades, welded assembly.

4. Channel type frame.

5. Corrosion resistant hardware and fasteners.

6. 3/4” mesh x 0.051” expanded flattened aluminum bird screen in removable frame.

7. Finish: Kynar “500”.

8. Color: Selected from manufacturer’s standard colors.

9. Free area of louver: 55% minimum of louver size

PART 3 -- CONSTRUCTION AND INSTALLATION

3.1 WORK CONDITIONS

A. Correct any conditions not in compliance with Section 1.5.A. noted above.

B. Correct any conditions that might interfere with speedy, well-coordinated execution of the work.

C. All work conditions shall be as per:

1. Manufacturer's instructions.

2. Trade association standards.

3. Governing building and safety codes.

3.2 INSTALLATION

A. Installation shall be according to manufacturer's recommendations, details on Drawings and these specifications.

B. Unless otherwise specified, masonry wall attachments shall be with toggle bolts or suitable expansion shields. Where toggle bolts are used, fit toggle shims of proper size into drilled holes. Wood or fiber plugs are not acceptable.

C. Where necessary for secure installation, furnish additional anchorage or blocking without additional cost to Owner.

D. Install work and equipment plumb and level, neatly and securely anchored in place, in perfect condition ready for use.

E. Upon completion:

1. Make all required adjustments and corrections at no added cost to the Owner.

3.3 REPAIR AND CLEANUP

A. After installation, inspect all work for improper installation or damage.

1. Operating hardware must perform smoothly.

2. Repair or replace any defective work.

ARCHITECTURAL METAL LOUVERS

10 20 00-3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. Repair work will be undetectable.

4. Redo repairs if work is still defective, as directed by the PSC.

B. Clean the work area and remove all scrap and excess materials from the site.

END OF SECTION 10 20 00

ARCHITECTURAL METAL LOUVERS

10 20 00-4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.RMP Index No. 44101

Mechanical Specifications Division 23

2013 LehnerFindlan Associates 00 23 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 05 00 - COMMON WORK RESULTS FOR HVAC

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes the following:

1. Piping materials and installation instructions common to most piping systems. 2. Dielectric fittings. 3. Mechanical sleeve seals. 4. Sleeves. 5. Escutcheons. 6. Grout. 7. HVAC demolition. 8. Equipment installation requirements common to equipment sections. 9. Concrete bases. 10. Supports and anchorages.

1.2 DEFINITIONS

A. Finished Spaces: Spaces other than mechanical and electrical equipment rooms, furred spaces, pipe and duct chases, unheated spaces immediately below roof, spaces above ceilings, unexcavated spaces, crawlspaces, and tunnels.

B. Exposed, Interior Installations: Exposed to view indoors. Examples include finished occupied spaces and mechanical equipment rooms.

C. Exposed, Exterior Installations: Exposed to view outdoors or subject to outdoor ambient temperatures and weather conditions. Examples include rooftop locations.

D. Concealed, Interior Installations: Concealed from view and protected from physical contact by building occupants. Examples include above ceilings and chases.

E. Concealed, Exterior Installations: Concealed from view and protected from weather conditions and physical contact by building occupants but subject to outdoor ambient temperatures. Examples include installations within unheated shelters.

1.3 SUBMITTALS

A. Welding certificates.

COMMON WORK RESULTS FOR HVAC 230500 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.4 QUALITY ASSURANCE

A. Steel Support Welding: Qualify processes and operators according to AWS D1.1, "Structural Welding Code--Steel."

B. Steel Pipe Welding: Qualify processes and operators according to ASME Boiler and Pressure Vessel Code: Section IX, "Welding and Brazing Qualifications."

1. Comply with provisions in ASME B31 Series, "Code for Pressure Piping." 2. Certify that each welder has passed AWS qualification tests for welding processes involved and that certification is current.

C. Electrical Characteristics for HVAC Equipment: Equipment of higher electrical characteristics may be furnished provided such proposed equipment is approved in writing and connecting electrical services, circuit breakers, and conduit sizes are appropriately modified. If minimum energy ratings or efficiencies are specified, equipment shall comply with requirements.

PART 2 - PRODUCTS

2.1 PIPE, TUBE, AND FITTINGS

A. Refer to individual Division 23 piping Sections for pipe, tube, and fitting materials and joining methods.

B. Pipe Threads: ASME B1.20.1 for factory-threaded pipe and pipe fittings.

2.2 JOINING MATERIALS

A. Refer to individual Division 23 piping Sections for special joining materials not listed below.

B. Pipe-Flange Gasket Materials: ASME B16.21, nonmetallic, flat, asbestos-free, 1/8-inch (3.2-mm) maximum thickness unless thickness or specific material is indicated.

C. Plastic, Pipe-Flange Gasket, Bolts, and Nuts: Type and material recommended by piping system manufacturer, unless otherwise indicated.

D. Solder Filler Metals: ASTM B 32, lead-free alloys. Include water-flushable flux according to ASTM B 813.

E. Brazing Filler Metals: AWS A5.8, BCuP Series or BAg1, unless otherwise indicated.

F. Welding Filler Metals: Comply with AWS D10.12.

G. Solvent Cements for Joining Plastic Piping:

1. CPVC Piping: ASTM F 493. 2. PVC Piping: ASTM D 2564. Include primer according to ASTM F 656.

COMMON WORK RESULTS FOR HVAC 230500 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.3 DIELECTRIC FITTINGS

A. Description: Combination fitting of copper alloy and ferrous materials with threaded, solder-joint, plain, or weld-neck end connections that match piping system materials.

B. Insulating Material: Suitable for system fluid, pressure, and temperature.

C. Dielectric Unions: Factory-fabricated, union assembly, for 250-psig (1725-kPa) minimum working pressure at 180 deg F (82 deg C).

D. Dielectric Flanges: Factory-fabricated, companion-flange assembly, for 150- or 300-psig (1035- or 2070- kPa) minimum working pressure as required to suit system pressures.

E. Dielectric Couplings: Galvanized-steel coupling with inert and noncorrosive, thermoplastic lining; threaded ends; and 300-psig (2070-kPa) minimum working pressure at 225 deg F (107 deg C).

F. Dielectric Nipples: Electroplated steel nipple with inert and noncorrosive, thermoplastic lining; plain, threaded, or grooved ends; and 300-psig (2070-kPa) minimum working pressure at 225 deg F (107 deg C).

2.4 MECHANICAL SLEEVE SEALS

A. Description: Modular sealing element unit, designed for field assembly, to fill annular space between pipe and sleeve.

B. Sealing Elements: EPDM interlocking links shaped to fit surface of pipe. Include type and number required for pipe material and size of pipe.

C. Pressure Plates: Carbon steel or Stainless steel. Include two for each sealing element.

D. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating or Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element.

2.5 SLEEVES

A. Galvanized-Steel Sheet: 0.0239-inch (0.6-mm) minimum thickness; round tube closed with welded longitudinal joint.

B. Steel Pipe: ASTM A 53, Type E, Grade B, Schedule 40, galvanized, plain ends.

C. Cast Iron: Cast or fabricated "wall pipe" equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

D. Stack Sleeve Fittings: Manufactured, cast-iron sleeve with integral clamping flange. Include clamping ring and bolts and nuts for membrane flashing.

1. Underdeck Clamp: Clamping ring with set screws.

E. Molded PVC: Permanent, with nailing flange for attaching to wooden forms.

COMMON WORK RESULTS FOR HVAC 230500 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

F. PVC Pipe: ASTM D 1785, Schedule 40.

G. Molded PE: Reusable, PE, tapered-cup shaped, and smooth-outer surface with nailing flange for attaching to wooden forms.

2.6 ESCUTCHEONS

A. Description: Manufactured wall and ceiling escutcheons and floor plates, with an ID to closely fit around pipe, tube, and insulation of insulated piping and an OD that completely covers opening.

B. One-Piece, Deep-Pattern Type: Deep-drawn, box-shaped brass with polished chrome-plated finish.

C. One-Piece, Cast-Brass Type: With set screw.

1. Finish: Polished chrome-plated, or Polished chrome-plated and rough brass.

D. Split-Casting, Cast-Brass Type: With concealed hinge and set screw.

1. Finish: Polished chrome-plated or Polished chrome-plated and rough brass.

2.7 GROUT

A. Description: ASTM C 1107, Grade B, nonshrink and nonmetallic, dry hydraulic-cement grout.

1. Characteristics: Post-hardening, volume-adjusting, nonstaining, noncorrosive, nongaseous, and recommended for interior and exterior applications. 2. Design Mix: 5000-psi (34.5-MPa), 28-day compressive strength. 3. Packaging: Premixed and factory packaged.

PART 3 - EXECUTION

3.1 HVAC DEMOLITION

A. Refer to Division 01 Section "Cutting and Patching" and Division 02 Section "Selective Structure Demolition" for general demolition requirements and procedures.

B. Disconnect, demolish, and remove HVAC systems, equipment, and components indicated to be removed.

1. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. 2. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. 3. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. 4. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. 5. Equipment to Be Removed: Disconnect and cap services and remove equipment.

COMMON WORK RESULTS FOR HVAC 230500 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

6. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. 7. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner.

C. If pipe, insulation, or equipment to remain is damaged in appearance or is unserviceable, remove damaged or unserviceable portions and replace with new products of equal capacity and quality.

3.2 PIPING SYSTEMS - COMMON REQUIREMENTS

A. Install piping according to the following requirements and Division 23 Sections specifying piping systems.

B. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations to layout are approved on Coordination Drawings.

C. Install piping in concealed locations, unless otherwise indicated and except in equipment rooms and service areas.

D. 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.

E. Install piping above accessible ceilings to allow sufficient space for ceiling panel removal.

F. Install piping to permit valve servicing.

G. Install piping at indicated slopes.

H. Install piping free of sags and bends.

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

J. Install piping to allow application of insulation.

K. Select system components with pressure rating equal to or greater than system operating pressure.

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

M. Install sleeves for pipes passing through concrete and masonry walls, gypsum-board partitions, and concrete floor and roof slabs.

N. Aboveground, Exterior-Wall Pipe Penetrations: Seal penetrations using sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals.

1. Install steel pipe for sleeves smaller than 6 inches (150 mm) in diameter. 2. Install cast-iron "wall pipes" for sleeves 6 inches (150 mm) and larger in diameter.

COMMON WORK RESULTS FOR HVAC 230500 - 5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

O. Underground, Exterior-Wall Pipe Penetrations: Install cast-iron "wall pipes" for sleeves. Seal pipe penetrations using mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals.

1. Mechanical Sleeve Seal Installation: Select type and number of sealing elements required for pipe material and size. Position pipe in center of sleeve. Assemble mechanical sleeve seals and install in annular space between pipe and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

P. Fire-Barrier Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at pipe penetrations. Seal pipe penetrations with firestop materials. Refer to Division 07 Section "Penetration Firestopping" for materials.

Q. Verify final equipment locations for roughing-in.

R. Refer to equipment specifications in other Sections of these Specifications for roughing-in requirements.

3.3 PIPING JOINT CONSTRUCTION

A. Join pipe and fittings according to the following requirements and Division 23 Sections specifying piping systems.

B. Ream ends of pipes and tubes and remove burrs. Bevel plain ends of steel pipe.

C. Remove scale, slag, dirt, and debris from inside and outside of pipe and fittings before assembly.

D. Soldered Joints: Apply ASTM B 813, water-flushable flux, unless otherwise indicated, to tube end. Construct joints according to ASTM B 828 or CDA's "Copper Tube Handbook," using lead-free solder alloy complying with ASTM B 32.

E. Brazed Joints: Construct joints according to AWS's "Brazing Handbook," "Pipe and Tube" Chapter, using copper-phosphorus brazing filler metal complying with AWS A5.8.

F. Threaded Joints: Thread pipe with tapered pipe threads according to ASME B1.20.1. Cut threads full and clean using sharp dies. Ream threaded pipe ends to remove burrs and restore full ID. Join pipe fittings and valves as follows:

1. Apply appropriate tape or thread compound to external pipe threads unless dry seal threading is specified. 2. Damaged Threads: Do not use pipe or pipe fittings with threads that are corroded or damaged. Do not use pipe sections that have cracked or open welds.

G. Welded Joints: Construct joints according to AWS D10.12, using qualified processes and welding operators according to Part 1 "Quality Assurance" Article.

COMMON WORK RESULTS FOR HVAC 230500 - 6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

H. Flanged Joints: Select appropriate gasket material, size, type, and thickness for service application. Install gasket concentrically positioned. Use suitable lubricants on bolt threads.

I. Plastic Piping Solvent-Cement Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following:

1. Comply with ASTM F 402, for safe-handling practice of cleaners, primers, and solvent cements. 2. CPVC Piping: Join according to ASTM D 2846/D 2846M Appendix. 3. PVC Pressure Piping: Join schedule number ASTM D 1785, PVC pipe and PVC socket fittings according to ASTM D 2672. Join other-than-schedule-number PVC pipe and socket fittings according to ASTM D 2855. 4. PVC Nonpressure Piping: Join according to ASTM D 2855.

J. Plastic Pressure Piping Gasketed Joints: Join according to ASTM D 3139.

K. Plastic Nonpressure Piping Gasketed Joints: Join according to ASTM D 3212.

L. PE Piping Heat-Fusion Joints: Clean and dry joining surfaces by wiping with clean cloth or paper towels. Join according to ASTM D 2657.

1. Plain-End Pipe and Fittings: Use butt fusion. 2. Plain-End Pipe and Socket Fittings: Use socket fusion.

M. Fiberglass Bonded Joints: Prepare pipe ends and fittings, apply adhesive, and join according to pipe manufacturer's written instructions.

3.4 PIPING CONNECTIONS

A. Make connections according to the following, unless otherwise indicated:

1. Install unions, in piping NPS 2 (DN 50) and smaller, adjacent to each valve and at final connection to each piece of equipment. 2. Install flanges, in piping NPS 2-1/2 (DN 65) and larger, adjacent to flanged valves and at final connection to each piece of equipment. 3. Dry Piping Systems: Install dielectric unions and flanges to connect piping materials of dissimilar metals. 4. Wet Piping Systems: Install dielectric coupling and nipple fittings to connect piping materials of dissimilar metals.

3.5 EQUIPMENT INSTALLATION - COMMON REQUIREMENTS

A. Install equipment to allow maximum possible headroom unless specific mounting heights are not indicated.

B. Install equipment level and plumb, parallel and perpendicular to other building systems and components in exposed interior spaces, unless otherwise indicated.

COMMON WORK RESULTS FOR HVAC 230500 - 7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. Install HVAC equipment to facilitate service, maintenance, and repair or replacement of components. Connect equipment for ease of disconnecting, with minimum interference to other installations. Extend grease fittings to accessible locations.

D. Install equipment to allow right of way for piping installed at required slope.

3.6 CONCRETE BASES

A. Concrete Bases: Anchor equipment to concrete base according to equipment manufacturer's written instructions and according to seismic codes at Project.

1. Construct concrete bases of dimensions indicated, but not less than 4 inches (100 mm) larger in both directions than supported unit. 2. Install dowel rods to connect concrete base to concrete floor. Unless otherwise indicated, install dowel rods on 18-inch (450-mm) centers around the full perimeter of the base. 3. Install epoxy-coated anchor bolts for supported equipment that extend through concrete base, and anchor into structural concrete floor. 4. Place and secure anchorage devices. Use supported equipment manufacturer's setting drawings, templates, diagrams, instructions, and directions furnished with items to be embedded. 5. Install anchor bolts to elevations required for proper attachment to supported equipment. 6. Install anchor bolts according to anchor-bolt manufacturer's written instructions. 7. Use 3000-psi (20.7-MPa), 28-day compressive-strength concrete and reinforcement as specified in Division 03 Section "Cast-in-Place Concrete, or Miscellaneous Cast-in-Place Concrete."

3.7 ERECTION OF METAL SUPPORTS AND ANCHORAGES

A. Refer to Division 05 Section "Metal Fabrications" for structural steel.

B. Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor HVAC materials and equipment.

C. Field Welding: Comply with AWS D1.1.

3.8 ERECTION OF WOOD SUPPORTS AND ANCHORAGES

A. Cut, fit, and place wood grounds, nailers, blocking, and anchorages to support, and anchor HVAC materials and equipment.

B. Select fastener sizes that will not penetrate members if opposite side will be exposed to view or will receive finish materials. Tighten connections between members. Install fasteners without splitting wood members.

C. Attach to substrates as required to support applied loads.

COMMON WORK RESULTS FOR HVAC 230500 - 8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.9 GROUTING

A. Mix and install grout for HVAC equipment base bearing surfaces, pump and other equipment base plates, and anchors.

B. Clean surfaces that will come into contact with grout.

C. Provide forms as required for placement of grout.

D. Avoid air entrapment during placement of grout.

E. Place grout, completely filling equipment bases.

F. Place grout on concrete bases and provide smooth bearing surface for equipment.

G. Place grout around anchors.

H. Cure placed grout.

END OF SECTION 23 05 00

COMMON WORK RESULTS FOR HVAC 230500 - 9 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 05 93 - TESTING, ADJUSTING AND BALANCING

PART 1 - GENERAL

1.1 SECTION INCLUDES

A. Testing, adjustment, and balancing of air systems.

B. Measurement of final operating condition of HVAC systems.

1.2 REFERENCE STANDARDS

A. AABC MN-1 - AABC National Standards for Total System Balance; Associated Air Balance Council; 2002.

B. ASHRAE Std 111 - Practices for Measurement, Testing, Adjusting and Balancing of Building Heating, Ventilation, Air-Conditioning, and Refrigeration Systems; American Society of Heating, Refrigerating and Air- Conditioning Engineers, Inc.; 1988, with 1997 Errata.

C. NEBB (TAB) - Procedural Standards for Testing Adjusting Balancing of Environmental Systems; National Environmental Balancing Bureau; 2005, Seventh Edition.

D. SMACNA (TAB) - HVAC Systems Testing, Adjusting, and Balancing; Sheet Metal and Air Conditioning Contractors' National Association; 2002.

1.3 SUBMITTALS

A. See Section 013300 - Submittal Procedures.

B. Final Report: Indicate deficiencies in systems that would prevent proper testing, adjusting, and balancing of systems and equipment to achieve specified performance. 1. Revise TAB plan to reflect actual procedures and submit as part of final report. 2. Submit draft copies of report to Design Professional (PSC) for review prior to final acceptance of Project. Provide final approved copies to DTMB for inclusion in operating and maintenance man- uals. 3. Include actual instrument list, with manufacturer name, serial number, and date of calibration. 4. Form of Test Reports: Where the TAB standard being followed recommends a report format use that; otherwise, follow ASHRAE Std 111. 5. Units of Measure: Report data in I-P (inch-pound) units only.

PART 2 - PRODUCTS - NOT USED

PART 3 - EXECUTION

3.1 GENERAL REQUIREMENTS

A. Perform total system balance in accordance with one of the following: 1. AABC MN-1, AABC National Standards for Total System Balance. 2. NEBB Procedural Standards for Testing Adjusting Balancing of Environmental Systems.

TESTING, ADJSTING AND BALANCING 230593 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. SMACNA HVAC Systems Testing, Adjusting, and Balancing.

B. Begin work after completion of systems to be tested, adjusted, or balanced and complete work prior to Sub- stantial Completion of the project.

C. TAB Agency Qualifications: 1. Company specializing in the testing, adjusting, and balancing of systems specified in this section. 2. Having minimum of three years documented experience. 3. Certified by one of the following: a. AABC, Associated Air Balance Council: www.aabchq.com; upon completion submit AABC Na- tional Performance Guaranty. b. NEBB, National Environmental Balancing Bureau: www.nebb.org. c. TABB, The Testing, Adjusting, and Balancing Bureau of National Energy Management Insti- tute:www.tabbcertified.org.

D. TAB Supervisor Qualifications: Certified by same organization as TAB agency.

3.2 EXAMINATION

A. Verify that systems are complete and operable before commencing work. Ensure the following conditions: 1. Systems are started and operating in a safe and normal condition. 2. Temperature control systems are installed complete and operable. 3. Duct systems are clean of debris. 4. Volume dampers are in place and open. 5. Access doors are closed and duct end caps are in place. 6. Air outlets are installed and connected. 7. Duct system leakage is minimized.

B. Submit field reports. Report defects and deficiencies that will or could prevent proper system balance.

C. Beginning of work means acceptance of existing conditions.

3.3 PREPARATION

A. Hold a pre-balancing meeting at least one week prior to starting TAB work. 1. Require attendance by all installers whose work will be tested, adjusted, or balanced.

3.4 ADJUSTMENT TOLERANCES

A. Air Outlets and Inlets: Adjust total to within plus 10 percent and minus 5 percent of design to space. Adjust outlets and inlets in space to within plus or minus 10 percent of design.

3.5 RECORDING AND ADJUSTING

A. Ensure recorded data represents actual measured or observed conditions.

B. Permanently mark settings of valves, dampers, and other adjustment devices allowing settings to be restored. Set and lock memory stops.

C. After adjustment, take measurements to verify balance has not been disrupted or that such disruption has been rectified.

TESTING, ADJSTING AND BALANCING 230593 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Leave systems in proper working order, replacing belt guards, closing access doors, closing doors to electri- cal switch boxes, and restoring thermostats to specified settings.

E. Check and adjust systems approximately six months after final acceptance and submit report.

3.6 AIR SYSTEM PROCEDURE

A. Adjust air handling and distribution systems to provide required or design supply, return, and exhaust air quantities.

B. Make air quantity measurements in ducts by Pitot tube traverse of entire cross sectional area of duct.

C. Measure air quantities at air inlets and outlets.

D. Adjust distribution system to obtain uniform space temperatures free from objectionable drafts and noise.

E. Use volume control devices to regulate air quantities only to extent that adjustments do not create objection- able air motion or sound levels. Effect volume control by duct internal devices such as dampers and splitters.

F. Vary total system air quantities by adjustment of fan speeds. Provide one drive change if required. Vary branch air quantities by damper regulation.

G. Provide system schematic with required and actual air quantities recorded at each outlet or inlet.

H. Measure static air pressure conditions on air supply units, including filter and coil pressure drops, and total pressure across the fan. Make allowances for 50 percent loading of filters.

I. Adjust outside air automatic dampers, outside air, return air, and exhaust dampers for design conditions.

J. Where modulating dampers are provided, take measurements and balance at extreme conditions.

K. Measure building static pressure and adjust supply, return, and exhaust air systems to provide required rela- tionship between each to maintain approximately 0.05 inches positive static pressure near the building entries.

3.7 SCOPE

A. Test, adjust and balance the following:

1. Supply fans 2. Air Inlets and Outlets

END OF SECTION

TESTING, ADJSTING AND BALANCING 230593 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 09 00 - INSTRUMENTATION AND CONTROL FOR STAIRWELL PRESSURIZATION

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes control equipment for the stairwell pressurization system and its associated components.

B. See Division 23 15 71 "Stairwell Pressurization” requirements that relate to this Section for requirements in connecting to the existing Honeywell Tridium system including the fire alarm system.

1.2 SUBMITTALS

A. Product Data: For each control device indicated.

B. Shop Drawings:

1. Schematic flow diagrams. 2. Power, signal, and control wiring diagrams. 3. Details of control panel faces. 4. Damper schedule. 5. Control System Software: Schematic diagrams, written descriptions, and points list.

C. Software and firmware operational documentation.

D. Field quality-control test reports.

E. Operation and maintenance data.

1.3 QUALITY ASSURANCE

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

PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. In other Part 2 articles where titles below introduce lists, the following requirements apply to product selection:

INSTRUMENTATION AND CONTROL FOR STAIRWELL PRESSURIZATION 230900 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

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

2.2 CONTROL SYSTEM

A. The existing control system is Honeywell Tridium based. The control system for this stairwell pressurization application shall be Tridium based; the contractor work shall be compatible with existing BMS system. New stairwell pressurization systems shall be activated and controlled by the existing Building Tridium BMS when signal is initiated from the building Fire Alarm Honeywell System. Graphical representation of the new stairwell fans with status and alarming shall be added to BMS Tridium work station.

B. Manufacturers

1. Alerton Inc. 2. American Auto-Matrix. 3. Andover Controls Corporation. 4. Automated Logic Corporation. 5. Carel. 6. Delta Controls Inc. 7. EDA Controls Corp. 8. Electronic Systems USA, Inc. 9. Functional Devices Inc. 10. Heat-Timer Corporation. 11. Honeywell International Inc.; Home & Building Control. 12. Impact Energy Controls Corp. 13. Invensys Building Systems. 14. Johnson Controls, Inc.; Controls Group. 15. KMC Controls/Kreuter Manufacturing Company. 16. Luwa USA, Inc.; Textile Air Engineering. 17. McQuay International. 18. Siemens Building Technologies, Inc. 19. Solidyne Corp. 20. Staefa Control System Inc.; Siemens Building Technologies, Inc. 21. TAC Americas, INC. 22. TCS/Basys Controls. 23. Tekmar Control Systems, Inc. 24. Teletrol Systems Incorporated. 25. Temco Controls Ltd. USA. 26. Tour & Andersson Control, Inc. 27. Trane; Worldwide Applied Systems Group. 28. Triangle MicroSystems, Inc. 29. Or Tridium compatible.

C. Control system shall consist of stair space pressure sensors, indicators, actuators, final control elements, interface equipment, other apparatus, and accessories to control mechanical systems.

INSTRUMENTATION AND CONTROL FOR STAIRWELL PRESSURIZATION 230900 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.3 UNITARY CONTROLLERS

A. Unitized, capable of stand-alone operation with sufficient memory to support its operating system, database, and programming requirements, and with sufficient I/O capacity for the application.

1. Configuration: Local keypad and display; diagnostic LEDs for power, communication, and processor; wiring termination to terminal strip or card connected with ribbon cable; memory with bios; and 72-hour battery backup. 2. Operating System: Manage I/O communication to allow distributed controllers to share real and virtual object information and allow central monitoring and alarms. 3. Enclosure: Dustproof rated for operation at 32 to 120 deg F. Lockable, keyed or password protected.

2.4 ANALOG CONTROLLERS

A. Step Controllers: 6- or 10-stage type, with heavy-duty switching rated to handle loads and operated by electric motor.

B. Fan-Speed Controllers: Solid-state model providing field-adjustable proportional control of motor speed from maximum to minimum of 55 percent and on-off action below minimum fan speed. Controller shall briefly apply full voltage, when motor is started, to rapidly bring motor up to minimum speed. Equip with filtered circuit to eliminate radio interference.

2.5 STATUS SENSORS

A. Status Inputs for Fans: Differential-pressure switch with pilot-duty rating and with adjustable range of 0- to 5-inch wg (0 to 1240 Pa).

B. Status Inputs for Electric Motors: Comply with ISA 50.00.01, current-sensing fixed- or split-core transformers with self-powered transmitter, adjustable and suitable for 175 percent of rated motor current.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Verify location of exposed space differential pressure sensors with Drawings and actual conditions before installation. Install devices as dimensions show on design drawings. .

B. Install automatic dampers according “SECTION 23 15 71 - STAIR PRESSURIZATION SYSTEM”.

C. Install damper motors on outside of duct in warm areas, not in locations exposed to outdoor temperatures.

3.2 ELECTRICAL WIRING AND CONNECTION INSTALLATION

A. Install raceways, boxes, and cabinets according to Division 26 Section "Raceway and Boxes for Electrical Systems."

INSTRUMENTATION AND CONTROL FOR STAIRWELL PRESSURIZATION 230900 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Install building wire and cable according to Division 26 Section "Low-Voltage Electrical Power Conductors and Cables."

3.3 FIELD QUALITY CONTROL

A. Manufacturer's Field Service: Engage a factory-authorized service representative to inspect, test, and adjust field-assembled components and equipment installation, including connections. Report results in writing.

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

1. Operational Test: After electrical circuitry has been energized, start units to confirm proper unit operation. Remove and replace malfunctioning units and retest. 2. Test and adjust controls and safeties. 3. Test calibration of controllers by disconnecting input sensors and stimulating operation with compatible signal generator. 4. Test each point through its full operating range to verify that safety and operating control set points are as required. 5. Test each control loop to verify stable mode of operation and compliance with sequence of operation. Adjust PID actions. 6. Test each system for compliance with sequence of operation. 7. Test software and hardware interlocks.

C. DDC-Tridium System Verification:

1. Verify that instruments are installed before calibration, testing, and loop or leak checks. 2. Check instruments for proper location and accessibility. 3. Check instrument installation for direction of flow, elevation, orientation, insertion depth, and other applicable considerations. 4. Check instrument tubing for proper fittings, slope, material, and support. 5. Check pressure instruments, piping slope, installation of valve manifold, and self-contained pressure regulators. 6. Check temperature instruments and material and length of sensing elements. 7. Check DDC system as follows: a. Verify that DDC controller power is from emergency power supply, if applicable b. Verify that wires at control panels are tagged with their service designation and approved tagging system. c. Verify that spare I/O capacity has been provided. d. Verify that DDC controllers are protected from power supply surges.

D. Replace damaged or malfunctioning controls and equipment and repeat testing procedures.

3.4 DEMONSTRATION

A. Engage a factory-authorized service representative to train Owner's maintenance personnel to adjust, operate, and maintain HVAC instrumentation and controls. Refer to Division 01 Section "Demonstration and Training." END OF SECTION

INSTRUMENTATION AND CONTROL FOR STAIRWELL PRESSURIZATION 230900 - 4 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 15 71 - STAIR PRESSURIZATION SYSTEM

PART 1 - GENERAL

1.1 REFERENCES

A. The publications listed below form a part of this Specification to the extent referenced.

B. Air Movement and Control Association International (AMCA)

1. AMCA 300 Reverberant Room Method for Sound Testing of Fans 2. AMCA 301 Methods for Calculating Fan Sound Ratings from Laboratory Test Data

C. National Fire Protection Association (NFPA)

1. NFPA 70 National Electrical Code 2. NFPA 72 National Fire Alarm Code 3. NFPA 90A Installation of Air Conditioning and Ventilating Systems 4. NFPA 92A Recommended Practice for Smoke Control Systems 5. NFPA 101 Life Safety Code

D. Michigan Building Code 2009

E. Underwriters Laboratories (UL)

1. UL BMD Building Materials Directory 2. UL FRD Fire Resistance Directory

1.2 DESCRIPTION OF WORK

A. Provide all materials and labor for the design and installation of a complete and fully operational, new stair pressurization system and associated controls, hereafter referred to as the system, for the Lewis Cass Building’s North, South and Central Stairwells. The system shall be directly controlled and activated by the existing Tridium building BMS system when a signal is initiated from the building fire alarm system.

B. General: All work shall be performed in accordance with these specifications and good practice. Any modifications to these specifications will be coordinated and approved by the Design Professional (PSC). It is the Contractor's responsibility to document coordination and approval of any such modifications prior to the execution of work. All requirements of these specifications modified by any addenda, change orders, written approvals and written instructions issued by the PSC, if any, shall be as specifically identified by Section and Paragraph in those addenda, change orders, written approvals and written instructions.

Approvals of submittals are subject to additional limitations described elsewhere in these Specifications. System design drawings are intended for schematic representation only to show potential system arrangement. Contractor shall field verify all information contained on these drawings and is responsible for installation of the new system in accordance with the specifications and local and national codes. The bid drawings do not show all information necessary for installation of the system, but are intended to be used as a guide by the Contractor for the purpose of detailing the system layout and preparing a bid.

C. Work Included

STAIR PRESSURIZATION SYSTEM 23 15 71-1 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. It is intended that the work performed pursuant to these Specifications be complete in every respect, resulting in a fully functional system installed entirely in accordance with the applicable codes, standards, manufacturer's recommendations and Underwriters Laboratories Inc. (UL) listings. The new stair pressurization system shall be consisting of the following:

a. Provide and install new stair pressurization supply fan, controls and associated appurtenances for each stair. Fans located as indicated on the design drawings. b. Provide and install new pressure sensing devices/sensors located on each floor to control fans VFD-s speed through the DDC controller. c. Provide and install wall louver with bird/insect screen for the outside air intake for each fan. d. Provide and install all control dampers, smoke detectors, controls and wiring necessary for the proposed system. e. Provide all fire-stopping necessary to maintain the fire resistance rating of all walls, floors and ceilings penetrated as part of this work. f. Provide necessary interface fire alarm and BMS system wiring to fans, and electrical panels for start-up or shutdown of fans when smoke control mode operation is initiated. New system shall be compatible, coordinated and controlled by the building Fire Alarm and Tridium BMS Systems currently used. g. Test, adjust and commission all new fans, equipment and controls. h. Prepare and submit manufacturer data, shop drawings, contractor record drawings and other submittals required herein. i. Guarantee all new equipment and systems for 1-year after final acceptance of the system by the owner. j. Provide testing of all new devices and repair as necessary of new equipment, during the warranty. k. Provide all work in accordance with the design drawings and specifications. l. Provide complete as-built drawings describing and depicting the entire system as installed, including all information necessary for maintaining and troubleshooting the system.

2. It is further intended that upon completion of this work, the owner be provided with:

a. Complete information documenting changes to the building fire alarm system and Tridium Building Management system (BMS), including an updated address list, programming changes, etc. b. Complete documentation of new stair pressurization system testing. c. Certification that the entire system has been inspected and tested, and is installed entirely in accordance with the applicable codes, standards, manufacturer's recommendations and ULI listings, and is in proper working order.

1.3 QUALITY ASSURANCE

A. General: All work and materials shall conform to all Federal, State and local codes and regulations governing the installation of such a system, including the current editions of the local Building and Fire Prevention Codes, as modified or interpreted by the local Officials to permit use of current NFPA standards. All devices, systems, equipment and materials furnished and installed shall be new and listed by Underwriters Laboratories Inc. (UL) for their intended use. All equipment shall be installed in accordance with the manufacturer's recommendations and the UL listing limitations. New fire alarm equipment shall be UL-listed for use with the building fire alarm panel.

STAIR PRESSURIZATION SYSTEM 23 15 71-2 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Codes, Standards, Ordinances and Permits: In the NFPA publication referred to herein, the advisory provisions and the appendix sections shall be considered mandatory, as though the word "shall" had been substituted for "should" whenever it appears. If there is a conflict between the referenced NFPA standards, federal, state or local codes, and this specification, it is the Contractor's responsibility to immediately bring the conflict to the attention of the PSC for resolution. NFPA standards shall supersede unless local codes are more stringent. Contractor shall not attempt to resolve conflicts directly with the local authorities unless specifically authorized by the PSC.

C. Workmanship: Installation shall conform to requirements of design drawings or manufacturer approved modification, as supported by engineering reports, or as approved by the PSC.

D. Qualifications: Installer shall have successfully completed within the last 3 years at least 3 projects similar in type and size to this project. Names, locations, contacts and phones numbers these projects shall be provided with the submittals.

E. Job Site Supervisor: The Contractor shall provide a job site supervisor who is to be present onsite at all times that work is actively in progress. This individual shall be the same person throughout the course of the project.

F. System Technician: The Contractor shall employ a System Technician, qualified and experienced in the installation, operation and commissioning of such stair pressurization systems. The System Technician shall be responsible for the fire alarm system connection, stair pressurization controls, and other control modifications, as well as, the control connections, commissioning and acceptance testing. The System Technician shall be minimum National Institute for Certification Engineering Technology (NICET) Level III, Fire Alarm Engineering Technician manufacturer trained and experienced in the building fire alarm system. This individual shall be the same person throughout the course of the project.

1.4 WORKING CONDITIONS

A. Coordination of Work: The Contractor shall be responsible for prior coordination of all work and demolition with DTMB. Coordinate work with other trades.

B. Delivery and Storage: Deliver materials to the site in original unopened containers or bagsbearing the name of manufacturer, product name, type, grade and UL classification and/or FM approval mark, if applicable. The Contractor shall provide own outside locked storage area. This area shall be the only area authorized for storage. Storage of products shall comply with manufacturer's requirements for each product. The Contractor shall be responsible for protecting all materials in storage against damage. Storage shall be in an area protected from weather, moisture, and freezing.

C. Removal of Debris and Salvage: The Contractor is responsible for the removal of all waste and debris. All debris shall be disposed of offsite. The Contractor shall remove rubbish and debris resulting from his work on a daily basis. Rubbish not removed by the Contractor will be removed by the owner and back-charged to the Contractor. Removal of debris and rubbish from the premises shall be coordinated with DTMB.

D. Contractor Proposed Alternatives: Substitutions or alternatives proposed to the PSC after the Contract has been awarded shall be reviewed by the PSC as determined necessary by DTMB. The design professional shall recommend acceptance or rejection of such proposals.

1.5 SUBMITTALS

STAIR PRESSURIZATION SYSTEM 23 15 71-3 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

A. The PSC shall review and recommend approval/disapproval or take other appropriate action on the Contractor's submittals including shop drawings, samples, documentation and record drawings. This review is to verify conformance to project specifications and design concepts expressed in the contract documents. This action shall be taken with all reasonable promptness as to cause no delay in the work, while allowing time to permit adequate review. Review of such submittals is not conducted for the purpose of determining the accuracy and completeness of other details (i.e., dimensions) or for substantiating installation or performance of equipment or systems designed by PSC, all of which remain the Contractor's responsibility to the extent required by the contract documents. The PSC's review shall not constitute approval of safety precautions of construction, means, methods, techniques, sequences of procedures, or approval of a specific assembly of which the item is a part. The Contractor shall attach copies of all approvals and instructions to his weekly construction reports required elsewhere in these Specifications. Incomplete submittals or re-submittals will be returned to the Contractor within 7 working days without being reviewed. Contractor shall review all submittals for completeness, accuracy and consistency, prior to submission, is required. If submittals upon review by the PSC are found not to conform to the requirements of these specifications, the Contractor shall be required to resubmit with modifications. Approval of the submittals by the PSC shall, in no case, relieve the Contractor of his responsibility to meet the requirements of this specification.

B. Quality Assurance: Submit all certifications and qualifications required in the Quality Assurance Portion of this specification as the associated subparagraphs. This information shall be provided with the first submittal.

C. Subcontractors: Contractor shall submit with his bid, a list of all proposed subcontractors.

D. System Technician: Provide a system technician for fire alarm system configuration, stair pressurization controls, installation, programming and testing. This individual shall be a National Institute for Certification in Engineering Technologies (NICET) Level III (or IV) Fire Alarm Engineering Technician, trained by the manufacturer on the system installed. Proof of certification shall be submitted for approval.

E. Construction Submittals

1. Equipment Lists: The Contractor shall submit a detailed equipment list, identifying types, models and quantities of all materials, devices and equipment proposed. This submittal shall include manufacturers' data sheets showing the types and models of all equipment, devices, material and wiring proposed. Evidence of ULI listings and local approvals shall be submitted with the data sheets. Submit six (6) copies to the PSC for approval. The submittal shall include the following: a. Stair pressurization fans and VFD-s. b. Dampers and louvers. c. Pressure sensing devices. d. Controls. e. All other material necessary to the proper function of the stair pressurization fans f. Any other materials, devices, or equipment to be provided. g. Manufacturer's installation instructions for the stair pressurization fans, dampers and other appurtenances.

2. When a data sheet shows more than one product, the proposed product shall be clearly indicated by arrows or other suitable means. Submittals that do not clearly show the products to be used shall be rejected.

F. Test Record

STAIR PRESSURIZATION SYSTEM 23 15 71-4 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. System certification and documentation of system testing required by this specification shall be submitted to the PSC for review and approval at least 14 days prior to the final acceptance test.

G. Operating and Maintenance Manual

1. The Contractor shall provide the PSC and DTMB with a loose-leaf manual containing:

a. A detailed narrative description of the system installation, operation, intended sequence of operations, application considerations, and limitations. b. A detailed description of routine maintenance required or recommended or as would be provided under a maintenance contract including a testing and maintenance schedule and detailed testing and maintenance instructions for each type of device installed. Refer to NFPA 72, NFPA 90A and NFPA 92A. c. Manufacturers' data sheets and installation manuals/instructions for all equipment installed with detailed troubleshooting instructions. d. A contact list for the Contractor to be used during the warranty period providing names of three contacts and a telephone number that is monitored 24 hours a day, seven days a week. e. A list of recommended spare parts. f. Provide a full copy of the warranty. g. The Contractor shall submit to the PSC 3 copies of the draft manual for review and approval. Prior to completion of the work, 6 copies of the approved manual shall be delivered to the PSC. h. This manual shall be written, compiled and edited specifically for this project and the system installed. Unedited manufacturer's catalog data sheets and/or equipment manuals are unacceptable as content for this submittal.

1.6 WARRANTY

A. The Contractor shall warranty all materials and workmanship during the installation period and a period of ONE year, beginning with the date of final acceptance by the PSC and DTMB. The Contractor shall be responsible during the design, installation, testing and warranty periods for any damage caused by him or his subcontractors or by defects in his or his subcontractors' work, materials, or equipment. The Contractor shall provide immediate service (7 days a week, within 24 hours of receipt of a service call from owner personnel) for any non-functional system component.

1.7 TRAINING

A. Timing: Conduct 2 training sessions of 2 hours each to familiarize DTMB personnel with the features, operation, maintenance and testing of the new systems. Training sessions shall be scheduled with DTMB at a time mutually agreeable to the Contractor and DTMB.

B. Agenda: The Contractor shall submit a proposed training agenda for DTMB review. The final, approved training agenda shall be submitted prior to start. Training shall include all system operational functions needed by building and security personnel. This shall include, but will not be limited to: 1. System operation. 2. System testing procedures. 3. Maintenance and basic troubleshooting procedures. 4. Fire alarm panel manual activation. 5. Fire alarm panel and BMS interfaces and bypass.

STAIR PRESSURIZATION SYSTEM 23 15 71-5 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. Documentation of Training: The Contractor shall be responsible for videotaping a presentation of the contents of the DTMB training sessions taped outside the actual DTMB training sessions with specific instructions on the installed system features, operation, and maintenance. Provide 2 copies of the draft training video session to DTMB for review and comments within 5 days prior to the first training session. Incorporate DTMB comments. Two copies of the final video training sessions shall be provided to the DTMB within 14 calendar days of completion of the final training session.

1.8 SPARE PARTS AND SPECIAL TOOLS

A. The Contractor shall supply, as part of the contract, the spare parts in new condition, in original, unopened boxes, with installation guides. Spare parts shall be the same models as those installed in the system. Provide one of each type pressure sensing device. The Contractor shall also supply as a part of the contract, 3 complete sets of any special tools or keys, including screwdrivers for tamper resistant screws, necessary for normal operation and maintenance of the system.

1.9 FINAL APPROVAL AND ACCEPTANCE

A. Final approval and acceptance of the work will be given by the PSC following a successful Completion of work. This shall include the observation of complete system inspection, testing, and approval in writing by PSC. All required submittals shall have been provided to, reviewed and accepted in writing by the PSC (and DTMB) including: 1. System operation and maintenance manuals. 2. Warranties. 3. Contractor record drawings and CD's. 4. Test reports. 5. Spare parts. 6. Special tools and training.

PART 2 - SYSTEM DESCRIPTION

2.1 SYSTEM OVERVIEW

A. General: All equipment and system components furnished and installed shall be new and listed by ULI for their intended use. The equipment and system components shall be installed in accordance with the applicable codes and standards, the manufacturer's recommendations, and within the limitations of the ULI listings. Provide all work in accordance with this Specification.

B. System design: The stair pressurization system shall be of compensated type, as described in NFPA 92A, such that the system adjusts to various combinations of doors being opened and closed. The compensated system, through pressure sensors located inside each stair shaft, will modulate the respective fan motor’s VFD as required to maintain the stairwell at a positive pressure. The stair pressurization fan shall be sized to maintain a pressure differential within the MBC 2009 and NFPA 92A limits of between 0.05 and 0.15 inches of water between the stair and occupied building spaces in accordance with NFPA 101 and NFPA 92A. Lower maximum pressure differentials may be required to ensure doors entering into the stair start opening under a maximum force of 30 lbf, and open to the minimum required width under a maximum force of 15 lbf as measured by a spring scale. Refer to NFPA 101.

C. System Activation: The stair pressurization system shall be activated the building BMS (Tridium) system on a signal from the building fire alarm system. The stair pressurization system shall start upon activation of any automatic alarm initiating device (smoke detectors, heat detectors, duct detectors and sprinkler waterflow devices) in the building. The system shall stop

STAIR PRESSURIZATION SYSTEM 23 15 71-6 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

only when smoke is detected by the stair pressurization fan duct smoke detector or when the alarm signal is cleared and the fire alarm system reset. Proper operation of the system may also require that one or more HVAC units be shut down prior to the operation of the stair pressurization system. Electrical power provided for the new system shall be derived from the building emergency or redundant power circuit.

2.2 STAIR PRESSURIZATION FAN

A. Provide UL-listed mixed flow axial fans for North and South stairs, and backward inclined centrifugal utility type stair pressurization fan for Central stair. Fans shall be installed and located as indicated on the drawings. Total sound power level of the fan shall not exceed 90 dBA when tested per AMCA 300 and rated per AMCA 301; statically and dynamically balanced, with air capacities, brake horsepower, fan types, fan arrangement, sound power levels or loudness level, and static pressure as indicated on the drawings. Fan bearing shall have a minimum average life of 200,000 hours at design operating conditions. Provide normal 2 mesh, 0.063 inch wire diameter, stainless steel bird screens for outdoor inlets and outlets. Equip with automatic isolation dampers and 2” pleated filter box as indicated. Have thermal overload protection in the operating disconnect switches within the building. Construct impellers of aluminum or steel, except as specified otherwise. Provide non-sparking construction where indicated. For wiring terminations, provide terminal lugs to match branch circuit conductor quantities, sizes, and materials. Enclose terminal lugs in terminal box sized to NFPA 70. Provide ANSI/AMCA 210 with AMCA seal, forward-curved, single-width type, direct or V-belt drive motors. Inlet and outlet duct connections shall be flanged. Impellers shall be constructed of steel or aluminum with smooth curved rim, back plate, blades, and cast iron cast steel hub riveted to back plate and keyed to shaft with set screws.

B. Testing for Corrosion Protection: Comply with ASTM A 123, or protect equipment with a corrosion-inhibiting coating or paint system that has proved capable of satisfactorily withstanding corrosion in accordance with ASTM B 117. Test 125 hours for equipment installed indoors and 500 hours for equipment installed outdoors or subjected to a marine atmosphere. Each specimen shall have a standard scratch as defined in ASTM D 1654. Upon completion of exposure, evaluate coating or painting in accordance with ASTM D 1654. Coat or paint shall show no indication of deterioration, loss of adhesion, or indication of rust or corrosion extending further than 1/8-inch on either side of original scratch. Thickness of coating or paint system on the actual equipment shall be identical to that on the test specimens with respect to materials, conditions of application, and dry film thickness.

2.3 ISOLATION CONTROL DAMPERS

A. Provide electrical power (120 VAC) to the motorized isolation control damper operation. Dampers shall be powered in the closed position and fail in the open position. Electric actuators used to open and close these dampers shall be fast acting. Provide a control module (wired normally closed, in series) at each motorized damper to control damper position. Motorized dampers operation shall be interlocked with stair pressurization fan operation.

2.4 FIRE ALARM and BMS SYSTEM MODIFICATIONS

A. All modifications to the fire alarm system and Tridium BMS, including modifications to the control panel and the installation and wiring of new devices, shall be performed by a qualified contractor and in close coordination with DTMB and Honeywell. All software changes and control points shall be documented. Provide necessary software and hardware changes compatible with existing Honeywell system to control the stair pressurization system as required. All new devices activation and operation shall be monitored by the building BMS system.

STAIR PRESSURIZATION SYSTEM 23 15 71-7 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

B. Each stairwell fan shall be individually controlled, through the fire alarm panel, by a manual local on-off switch (by pass). The manual control of the fan will override all other control sequence through the BMS. This switch shall be capable of being operated prior to smoke control system activation by automatic means (Tridium BMS) and after the system has been stopped due to activation of any building smoke detector, heat detector, sprinkler head water flow.

C. All switches shall be properly labeled to indicate the associated function. Labels shall be approved by the fire safety staff at DTMB.

2.5 DUCT SMOKE DETECTORS

A. Provide a duct smoke detector for each stair pressurization fan as shown on the drawings. Duct type smoke detectors shall be installed in conformance with the requirements of NFPA 72 and in accordance with the detector manufacturer's installation instructions. Duct smoke detectors shall be suitable for the full range of air velocity conditions in the stair pressurization fan system. Calculations or measurements of air velocities shall be provided to ensure duct detectors are installed within their ULI listed range of air flow.

B. Type: Duct smoke detectors shall be system type, consisting of a plug-in photoelectric type detector head in a duct-mounted housing equipped with air sampling tubes providing air flow through the detector housing (Honeywell, Excel Life Safety (XLS) SIGA-DH). Duct smoke detectors shall be listed or approved for that application including temperature and humidity listings. Duct smoke detector operating voltage shall be 24 VDC supplied by the fire alarm system. The stair pressurization fan duct smoke detector shall be monitored on a separate zone by the fire alarm control panel.

C. Sampling Tubes: Sampling tubes shall extend across the full width of the duct or face of the fan. The ends of the sampling tubes shall be accessible from outside the duct and shall be sealed with removable plugs (to facilitate detector testing). Sampling tubes shall be perforated type. Slot type sampling tubes shall not be acceptable. A short pick-up tube not extending across the widest dimension of the duct or face of the fan shall not be acceptable.

PART 3 - EXECUTION

3.1 INSPECTION

A. The job site supervisor shall examine on a daily basis all areas in which the work will be performed on the day prior to beginning work. The supervisor shall immediately report unsatisfactory working conditions to the PSC for resolution. The supervisor shall not proceed with the work until all unsatisfactory working conditions have been corrected.

3.2 INSTALLATION

A. General: Provide and install the system in accordance with the plans and specifications, all applicable codes and the manufacturer's recommendations. All wiring shall be installed in conduit and comply with all the provisions of NFPA 70, NFPA 72, NFPA 90A and NFPA 92A. The following shall be included in the work:

1. Installation of equipment and devices that pertain to other work in the contract shall be closely coordinated with other contractors. 2. All holes made by the Contractor in any wall, ceiling or floor shall be patched by the Contractor, restoring the walls, ceilings and floors to their original condition, fire resistance and integrity.

STAIR PRESSURIZATION SYSTEM 23 15 71-8 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3. All piping and conduit shall be installed at a height so as not to obstruct any portion of a window, doorway, stairway or passageway, and shall not interfere with the operation of any mechanical or electrical equipment. 4. Locations of all equipment, controls and system components are subject to the approval of the PSC and in coordination with DTMB.

3.3 TESTING

A. General: All system testing shall be scheduled and coordinated with DTMB. The Contractor shall post suitable signs, which indicate the date and time of testing, at least 24 hours prior to new system (fire alarm and stair pressurization) testing is to occur. The signs shall be located in lobbies, elevator lobbies and other suitable locations deemed suitable by DTMB so as to notify occupants of the testing. All fire alarm system testing shall be conducted per the requirements of NFPA 72 and manufacturer's instructions for modifications to fire alarm systems, and NFPA 92A for the performance of the stair pressurization system. Contractor shall provide DTMB with written certification that the installation, operation and performance of all equipment has been inspected and tested, and certified by a signature of a manufacturer's certified representative. The manufacturer's certified representative shall specifically certify the system, equipment, devices, components and program software are in accordance with applicable codes, the manufacturer's recommendations and ULI Listings, and is in proper working order. The Contractor shall perform a pre-acceptance test to ensure system operation and compliance with the referenced codes and this specification.

B. Stairwell Pressurization Test: 1. Verify all component pre-functional checklists are complete. As the name implies, the intent is to prevent smoke from migrating into the stairwell during occupant egress by pressurizing the stairwell with respect to the rest of the building. Typically the pressure differentials are created by actively controlling dedicated supply fans and dampers (if applicable) to supply the stairwell with 100% outdoor air. Prior to performing any functional tests, the commissioning pre-start, start-up, and verification checklists on all fan systems and dampers should be completed, as well as applicable manufacturer's pre-start and start-up recommendations. Pre-functional checklist items include, but not limited to, the following: a. Fan systems and dampers (if applicable) are installed per contract documents and manufacturer's installation instructions. b. Control system point-to-point checkout is complete to ensure all fan and damper input/output points are wired correctly. c. Normal power, and emergency if applicable, is provided to each fan and damper assembly at proper voltage. d. All fan systems have been balanced per the contract documents. e. All safeties and interlocks, especially fan status and high pressure cut-out, are installed and function per contract documents. 2. Verify proper sequence of operation. The sequence of operations for individual stairwell pressurization systems will vary depending on the application and design (non-compensated or compensated). In virtually all systems, isolation dampers will open (if applicable) and supply fan will be commanded ON automatically upon an event signal. A non-compensated system is where supply air is provided by a single-speed fan and the pressure differential varies depending on the number of doors open. Proposed compensated system adjusts to any combination of door openings by maintaining positive pressure differential across the openings. Systems compensate for changing conditions by either modulating air flow

STAIR PRESSURIZATION SYSTEM 23 15 71-9 State of Michigan Department of Technology Management and Budget (DTMB) Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

or relieving excess pressure from the stairwell. A compensated pressurization system will have more components (sensors, relief dampers, VFDs, etc.) and control sequences that will need to be verified. In order to test proper operation of the stairwell pressurization system (both non-compensated and compensated), initiate an event signal and perform the following: a. Ensure all isolation dampers are open (if applicable) and supply fans turn ON. b. Measure and record pressure differential across each stairwell door with all doors closed. Measured pressure differential should exceed minimum value required by NFPA 92A code (0.05”-0.1” w.g). Note that stack effect; wind speed and direction; and outdoor temperature may all influence measured pressures and system balance. c. Measure and record the force needed to open one door using a spring scale. Hold door open and measure the pressure differential across each stairwell door again. Measured door opening force should not exceed code, while pressure differential across remaining doors should meet or exceed NFPA 92A code. d. Continuing from above, open the required number of doors one at a time, measuring and recording the force needed to open each door respectively, and the pressure differential across the remaining stairwell doors. Measured door opening force should not exceed code, while pressure differential across remaining doors should meet or exceed code requirements. e. With all required doors open, determine direction of air flow across each door opening. Verify that air flows from the stairwell to the occupied space. f. For our designed compensated systems, follow the same procedures as described above but with slightly different acceptance criteria. That is, the design stairwell pressure setpoint should be maintained throughout the test and the response time of the control algorithm must be checked. The response time of the pressurization control loop should not allow short-term pressure values to fall below the minimum value required by NFPA 92

End of Section 23 15 71

STAIR PRESSURIZATION SYSTEM 23 15 71-10 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 31 13 - METAL DUCTS

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Rectangular ducts and fittings. 2. Round ducts and fittings. 3. Sheet metal materials. 4. Sealants and gaskets. 5. Hangers and supports.

B. Related Sections:

1. Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing requirements for metal ducts. 2. Division 23 Section "Air Duct Accessories" for dampers, sound-control devices, duct-mounting access doors and panels, turning vanes, and flexible ducts.

1.2 PERFORMANCE REQUIREMENTS

A. Delegated Duct Design: Duct construction, including sheet metal thicknesses, seam and joint construction, reinforcements, and hangers and supports, shall comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" and performance requirements and design criteria indicated in "Duct Schedule" Article.

B. Structural Performance: Duct hangers and supports shall withstand the effects of gravity loads and stresses within limits and under conditions described in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"

C. Airstream Surfaces: Surfaces in contact with the airstream shall comply with requirements in ASHRAE 62.1-2004.

1.3 SUBMITTALS

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

B. Shop Drawings:

1. Fabrication, assembly, and installation, including plans, elevations, sections, components, and attachments to other work. 2. Factory- and shop-fabricated ducts and fittings. 3. Duct layout indicating sizes, configuration, and static-pressure classes. 4. Elevation of top of ducts.

METAL DUCTS 233113 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

5. Dimensions of main duct runs from building grid lines. 6. Fittings. 7. Reinforcement and spacing. 8. Seam and joint construction. 9. Penetrations through fire-rated and other partitions. 10. Equipment installation based on equipment being used on Project. 11. Locations for duct accessories, including dampers, turning vanes, and access doors and panels. 12. Hangers and supports, including methods for duct and building attachment.

C. Welding certificates.

1.4 QUALITY ASSURANCE

A. Welding Qualifications: Qualify procedure according to the following:

1. AWS D1.1/D1.1M, "Structural Welding Code - Steel," for hangers and supports. 2. AWS D1.2/D1.2M, "Structural Welding Code - Aluminum," for aluminum supports. 3. AWS D9.1M/D9.1, "Sheet Metal Welding Code," for duct joint and seam welding.

B. ASHRAE Compliance: Applicable requirements in ASHRAE 62.1-2004, Section 5 - "Systems and Equipment" and Section 7 - "Construction and System Start-Up."

C. ASHRAE/IESNA Compliance: Applicable requirements in ASHRAE/IESNA 90.1-2004, Section 6.4.4 - "HVAC System Construction and Insulation."

PART 2 - PRODUCTS

2.1 RECTANGULAR DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" based on indicated static-pressure class unless otherwise indicated.

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-4, "Transverse (Girth) Joints," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 1-5, "Longitudinal Seams - Rectangular Ducts," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

D. Elbows, Transitions, Offsets, Branch Connections, and Other Duct Construction: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 2, "Fittings and Other Construction," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

METAL DUCTS 233113 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2.2 ROUND DUCTS AND FITTINGS

A. General Fabrication Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 3, "Round, Oval, and Flexible Duct," based on indicated static-pressure class unless otherwise indicated.

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

a. Lindab Inc. b. McGill AirFlow LLC. c. SEMCO Incorporated. d. Sheet Metal Connectors, Inc. e. Spiral Manufacturing Co., Inc. f. Or approved equal.

B. Transverse Joints: Select joint types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-2, "Transverse Joints - Round Duct," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

1. Transverse Joints in Ducts Larger Than 60 Inches in Diameter: Flanged.

C. Longitudinal Seams: Select seam types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-1, "Seams - Round Duct and Fittings," for static- pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

1. Fabricate round ducts larger Than 90 inches in diameter with butt-welded longitudinal seams.

D. Tees and Laterals: Select types and fabricate according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "90 Degree Tees and Laterals," and Figure 3-5, "Conical Tees," for static-pressure class, applicable sealing requirements, materials involved, duct-support intervals, and other provisions in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

2.3 SHEET METAL MATERIALS

A. General Material Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections.

B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.

1. Galvanized Coating Designation: G90. 2. Finishes for Surfaces Exposed to View: Mill phosphatized.

C. Carbon-Steel Sheets: Comply with ASTM A 1008/A 1008M, with oiled, matte finish for exposed ducts.

METAL DUCTS 233113 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304 or 316, as indicated in the "Duct Schedule" Article; cold rolled, annealed, sheet. Exposed surface finish shall be No. 2B, No. 2D, No. 3, or No. 4 as indicated in the "Duct Schedule" Article.

E. Aluminum Sheets: Comply with ASTM B 209 Alloy 3003, H14 temper; with mill finish for concealed ducts, and standard, one-side bright finish for duct surfaces exposed to view.

F. Reinforcement Shapes and Plates: ASTM A 36/A 36M, steel plates, shapes, and bars; black and galvanized.

1. Where black- and galvanized-steel shapes and plates are used to reinforce aluminum ducts, isolate the different metals with butyl rubber, neoprene, or EPDM gasket materials.

G. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches.

2.4 SEALANT AND GASKETS

A. General Sealant and Gasket Requirements: Surface-burning characteristics for sealants and gaskets shall be a maximum flame-spread index of 25 and a maximum smoke-developed index of 50 when tested according to UL 723; certified by an NRTL.

B. Two-Part Tape Sealing System:

1. Tape: Woven cotton fiber impregnated with mineral gypsum and modified acrylic/silicone activator to react exothermically with tape to form hard, durable, airtight seal. 2. Tape Width: 4 inches. 3. Sealant: Modified styrene acrylic. 4. Water resistant. 5. Mold and mildew resistant. 6. Maximum Static-Pressure Class: 10-inch wg, positive and negative. 7. Service: Indoor and outdoor. 8. Service Temperature: Minus 40 to plus 200 deg F. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum. 10. For indoor applications, use sealant that has a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

C. Water-Based Joint and Seam Sealant:

1. Application Method: Brush on. 2. Solids Content: Minimum 65 percent. 3. Shore A Hardness: Minimum 20. 4. Water resistant. 5. Mold and mildew resistant. 6. VOC: Maximum 75 g/L (less water). 7. Maximum Static-Pressure Class: 10-inch wg, positive and negative. 8. Service: Indoor or outdoor. 9. Substrate: Compatible with galvanized sheet steel (both PVC coated and bare), stainless steel, or aluminum sheets.

METAL DUCTS 233113 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Flanged Joint Sealant: Comply with ASTM C 920.

1. General: Single-component, acid-curing, silicone, elastomeric. 2. Type: S. 3. Grade: NS. 4. Class: 25. 5. Use: O. 6. For indoor applications, use sealant that has a VOC content of 250 g/L or less when calculated according to 40 CFR 59, Subpart D (EPA Method 24).

E. Flange Gaskets: Butyl rubber, neoprene, or EPDM polymer with polyisobutylene plasticizer.

F. Round Duct Joint O-Ring Seals:

1. Seal shall provide maximum leakage class of 3 cfm/100 sq. ft. at 1-inch wg and shall be rated for 10-inch wg static-pressure class, positive or negative. 2. EPDM O-ring to seal in concave bead in coupling or fitting spigot. 3. Double-lipped, EPDM O-ring seal, mechanically fastened to factory-fabricated couplings and fitting spigots.

2.5 HANGERS AND SUPPORTS

A. Hanger Rods for Noncorrosive Environments: Cadmium-plated steel rods and nuts.

B. Hanger Rods for Corrosive Environments: Electrogalvanized, all-thread rods or galvanized rods with threads painted with zinc-chromate primer after installation.

C. Strap and Rod Sizes: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 4-1, "Rectangular Duct Hangers Minimum Size," and Table 4-2, "Minimum Hanger Sizes for Round Duct."

D. Steel Cables for Galvanized-Steel Ducts: Galvanized steel complying with ASTM A 603.

E. Steel Cables for Stainless-Steel Ducts: Stainless steel complying with ASTM A 492.

F. Steel Cable End Connections: Cadmium-plated steel assemblies with brackets, swivel, and bolts designed for duct hanger service; with an automatic-locking and clamping device.

G. Duct Attachments: Sheet metal screws, blind rivets, or self-tapping metal screws; compatible with duct materials.

H. Trapeze and Riser Supports:

1. Supports for Galvanized-Steel Ducts: Galvanized-steel shapes and plates. 2. Supports for Stainless-Steel Ducts: Stainless-steel shapes and plates. 3. Supports for Aluminum Ducts: Aluminum or galvanized steel coated with zinc chromate.

METAL DUCTS 233113 - 5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

PART 3 - EXECUTION

3.1 DUCT INSTALLATION

A. Drawing plans, schematics, and diagrams indicate general location and arrangement of duct system. Indicated duct locations, configurations, and arrangements were used to size ducts and calculate friction loss for air-handling equipment sizing and for other design considerations. Install duct systems as indicated unless deviations to layout are approved on Shop Drawings and Coordination Drawings.

B. Install ducts according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" unless otherwise indicated.

C. Install round ducts in maximum practical lengths.

D. Install ducts with fewest possible joints.

E. Install factory- or shop-fabricated fittings for changes in direction, size, and shape and for branch connections.

F. Unless otherwise indicated, install ducts vertically and horizontally, and parallel and perpendicular to building lines.

G. Install ducts close to walls, overhead construction, columns, and other structural and permanent enclosure elements of building.

H. Install ducts with a clearance of 1 inch, plus allowance for insulation thickness.

I. Route ducts to avoid passing through transformer vaults and electrical equipment rooms and enclosures.

J. Where ducts pass through non-fire-rated interior partitions and exterior walls and are exposed to view, cover the opening between the partition and duct or duct insulation with sheet metal flanges of same metal thickness as the duct. Overlap openings on four sides by at least 1-1/2 inches.

K. Where ducts pass through fire-rated interior partitions and exterior walls, install fire dampers. Comply with requirements in Division 23 Section "Air Duct Accessories" for fire and smoke dampers.

L. Protect duct interiors from moisture, construction debris and dust, and other foreign materials. Comply with SMACNA's "Duct Cleanliness for New Construction Guidelines."

3.2 INSTALLATION OF EXPOSED DUCTWORK

A. Protect ducts exposed in finished spaces from being dented, scratched, or damaged.

B. Trim duct sealants flush with metal. Create a smooth and uniform exposed bead. Do not use two-part tape sealing system.

C. Grind welds to provide smooth surface free of burrs, sharp edges, and weld splatter. When welding stainless steel with a No. 3 or 4 finish, grind the welds flush, polish the exposed welds, and treat the welds to remove discoloration caused by welding.

METAL DUCTS 233113 - 6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Maintain consistency, symmetry, and uniformity in the arrangement and fabrication of fittings, hangers and supports, duct accessories, and air outlets.

E. Repair or replace damaged sections and finished work that does not comply with these requirements.

3.3 DUCT SEALING

A. Seal ducts for duct static-pressure, seal classes, and leakage classes specified in "Duct Schedule" Article according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible."

B. Seal ducts to the following seal classes according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible":

1. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible." 2. Outdoor, Supply-Air Ducts: Seal Class A. 3. Outdoor, Exhaust Ducts: Seal Class C. 4. Outdoor, Return-Air Ducts: Seal Class C. 5. Unconditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal Class B. 6. Unconditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg: Seal Class A. 7. Unconditioned Space, Exhaust Ducts: Seal Class C. 8. Unconditioned Space, Return-Air Ducts: Seal Class B. 9. Conditioned Space, Supply-Air Ducts in Pressure Classes 2-Inch wg and Lower: Seal Class C. 10. Conditioned Space, Supply-Air Ducts in Pressure Classes Higher Than 2-Inch wg: Seal Class B. 11. Conditioned Space, Exhaust Ducts: Seal Class B. 12. Conditioned Space, Return-Air Ducts: Seal Class C.

3.4 HANGER AND SUPPORT INSTALLATION

A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Chapter 4, "Hangers and Supports."

B. Building Attachments: Concrete inserts, powder-actuated fasteners, or structural-steel fasteners appropriate for construction materials to which hangers are being attached.

1. Where practical, install concrete inserts before placing concrete. 2. Install powder-actuated concrete fasteners after concrete is placed and completely cured. 3. Use powder-actuated concrete fasteners for standard-weight aggregate concretes or for slabs more than 4 inches thick. 4. Do not use powder-actuated concrete fasteners for lightweight-aggregate concretes or for slabs less than 4 inches thick. 5. Do not use powder-actuated concrete fasteners for seismic restraints.

C. Hanger Spacing: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 4-1, "Rectangular Duct Hangers Minimum Size," and Table 4-2, "Minimum Hanger Sizes for Round Duct," for maximum hanger spacing; install hangers and supports within 24 inches of each elbow and within 48 inches of each branch intersection.

D. Hangers Exposed to View: Threaded rod and angle or channel supports.

METAL DUCTS 233113 - 7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

E. Support vertical ducts with steel angles or channel secured to the sides of the duct with welds, bolts, sheet metal screws, or blind rivets; support at each floor and at a maximum intervals of 16 feet.

F. Install upper attachments to structures. Select and size upper attachments with pull-out, tension, and shear capacities appropriate for supported loads and building materials where used.

3.5 CONNECTIONS

A. Make connections to equipment with flexible connectors complying with Division 23 Section "Air Duct Accessories."

B. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for branch, outlet and inlet, and terminal unit connections.

3.6 DUCT CLEANING

A. Clean new duct system before testing, adjusting, and balancing.

B. Use service openings for entry and inspection.

1. Create new openings and install access panels appropriate for duct static-pressure class if required for cleaning access. Provide insulated panels for insulated or lined duct. Patch insulation and liner as recommended by duct liner manufacturer. Comply with Division 23 Section "Air Duct Accessories" for access panels and doors. 2. Disconnect and reconnect flexible ducts as needed for cleaning and inspection. 3. Remove and reinstall ceiling to gain access during the cleaning process.

C. Particulate Collection and Odor Control:

1. When venting vacuuming system inside the building, use HEPA filtration with 99.97 percent collection efficiency for 0.3-micron-size (or larger) particles. 2. When venting vacuuming system to outdoors, use filter to collect debris removed from HVAC system, and locate exhaust downwind and away from air intakes and other points of entry into building.

D. Clean the following components by removing surface contaminants and deposits:

1. Air outlets and inlets (registers, grilles, and diffusers). 2. Supply, return, and exhaust fans including fan housings, plenums (except ceiling supply and return plenums), scrolls, blades or vanes, shafts, baffles, dampers, and drive assemblies. 3. Air-handling unit internal surfaces and components including mixing box, coil section, air wash systems, spray eliminators, condensate drain pans, humidifiers and dehumidifiers, filters and filter sections, and condensate collectors and drains. 4. Coils and related components. 5. Return-air ducts, dampers, actuators, and turning vanes except in ceiling plenums and mechanical equipment rooms. 6. Supply-air ducts, dampers, actuators, and turning vanes. 7. Dedicated exhaust and ventilation components and makeup air systems.

METAL DUCTS 233113 - 8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

E. Mechanical Cleaning Methodology:

1. Clean metal duct systems using mechanical cleaning methods that extract contaminants from within duct systems and remove contaminants from building. 2. Use vacuum-collection devices that are operated continuously during cleaning. Connect vacuum device to downstream end of duct sections so areas being cleaned are under negative pressure. 3. Use mechanical agitation to dislodge debris adhered to interior duct surfaces without damaging integrity of metal ducts, duct liner, or duct accessories. 4. Clean fibrous-glass duct liner with HEPA vacuuming equipment; do not permit duct liner to get wet. Replace fibrous-glass duct liner that is damaged, deteriorated, or delaminated or that has friable material, mold, or fungus growth. 5. Clean coils and coil drain pans according to NADCA 1992. Keep drain pan operational. Rinse coils with clean water to remove latent residues and cleaning materials; comb and straighten fins. 6. Provide drainage and cleanup for wash-down procedures. 7. Antimicrobial Agents and Coatings: Apply EPA-registered antimicrobial agents if fungus is present. Apply antimicrobial agents according to manufacturer's written instructions after removal of surface deposits and debris.

3.7 START UP

A. Air Balance: Comply with requirements in Division 23 Section "Testing, Adjusting, and Balancing for HVAC."

3.8 DUCT SCHEDULE

A. Fabricate ducts with galvanized sheet steel except as otherwise indicated and as follows:

1. Underground Ducts: Concrete-encased.

B. Supply Ducts:

1. Ducts Connected to supply fans:

a. Pressure Class: Positive 2-inch wg. b. Minimum SMACNA Seal Class: A. c. SMACNA Leakage Class for Rectangular: 12. d. SMACNA Leakage Class for Round and Flat Oval: 12.

C. Intermediate Reinforcement:

1. Galvanized-Steel Ducts: Galvanized steel.

D. Elbow Configuration:

1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Elbows."

a. Velocity 1000 fpm or Lower:

METAL DUCTS 233113 - 9 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1) Radius Type RE 1 with minimum 0.5 radius-to-diameter ratio. 2) Mitered Type RE 4 without vanes.

b. Velocity 1000 to 1500 fpm:

1) Radius Type RE 1 with minimum 1.0 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 0.5 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and Vane Runners," and Figure 2-4, "Vane Support in Elbows."

c. Velocity 1500 fpm or Higher:

1) Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. 2) Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. 3) Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and Vane Runners," and Figure 2-4, "Vane Support in Elbows."

2. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-2, "Rectangular Elbows."

a. Radius Type RE 1 with minimum 1.5 radius-to-diameter ratio. b. Radius Type RE 3 with minimum 1.0 radius-to-diameter ratio and two vanes. c. Mitered Type RE 2 with vanes complying with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-3, "Vanes and Vane Runners," and Figure 2-4, "Vane Support in Elbows."

3. Round Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-3, "Round Duct Elbows."

a. Minimum Radius-to-Diameter Ratio and Elbow Segments: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Table 3-1, "Mitered Elbows." Elbows with less than 90-degree change of direction have proportionately fewer segments.

1) Velocity 1000 fpm or Lower: 0.5 radius-to-diameter ratio and three segments for 90-degree elbow. 2) Velocity 1000 to 1500 fpm: 1.0 radius-to-diameter ratio and four segments for 90- degree elbow. 3) Velocity 1500 fpm or Higher: 1.5 radius-to-diameter ratio and five segments for 90-degree elbow. 4) Radius-to Diameter Ratio: 1.5.

b. Round Elbows, 12 Inches and Smaller in Diameter: Stamped or pleated. c. Round Elbows, 14 Inches and Larger in Diameter: Standing seam or Welded.

E. Branch Configuration:

1. Rectangular Duct: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 2-6, "Branch Connections."

METAL DUCTS 233113 - 10 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

a. Rectangular Main to Rectangular Branch: 45-degree entry. b. Rectangular Main to Round Branch: Spin in.

2. Round: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible," Figure 3-4, "90 Degree Tees and Laterals," and Figure 3-5, "Conical Tees." Saddle taps are permitted in existing duct.

a. Velocity 1000 fpm or Lower: 90-degree tap. b. Velocity 1000 to 1500 fpm: Conical tap. c. Velocity 1500 fpm or Higher: 45-degree lateral.

END OF SECTION 23 31 13

METAL DUCTS 233113 - 11 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 33 00 - AIR DUCT ACCESSORIES

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Manual volume dampers. 2. Control dampers. 3. Turning vanes. 4. Duct-mounted access doors. 5. Flexible connectors. 6. Duct accessory hardware.

1.2 SUBMITTALS

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

B. Operation and maintenance data.

1.3 QUALITY ASSURANCE

A. Comply with NFPA 90A, "Installation of Air Conditioning and Ventilating Systems," and with NFPA 90B, "Installation of Warm Air Heating and Air Conditioning Systems."

B. Comply with AMCA 500-D testing for damper rating.

PART 2 - PRODUCTS

2.1 MATERIALS

A. Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for acceptable materials, material thicknesses, and duct construction methods unless otherwise indicated. Sheet metal materials shall be free of pitting, seam marks, roller marks, stains, discolorations, and other imperfections.

B. Galvanized Sheet Steel: Comply with ASTM A 653/A 653M.

1. Galvanized Coating Designation: G90. 2. Exposed-Surface Finish: Mill phosphatized.

C. Stainless-Steel Sheets: Comply with ASTM A 480/A 480M, Type 304.

AIR DUCT ACCESSORIES 233300 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

D. Aluminum Sheets: Comply with ASTM B 209 Alloy 3003, Temper H14; with mill finish for concealed ducts and standard, 1-side bright finish for exposed ducts.

E. Extruded Aluminum: Comply with ASTM B 221 Alloy 6063, Temper T6.

F. Reinforcement Shapes and Plates: Galvanized-steel reinforcement where installed on galvanized sheet metal ducts; compatible materials for aluminum and stainless-steel ducts.

G. Tie Rods: Galvanized steel, 1/4-inch minimum diameter for lengths 36 inches or less; 3/8-inch minimum diameter for lengths longer than 36 inches.

2.2 MANUAL VOLUME DAMPERS

A. Standard, Steel, Manual Volume Dampers:

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

a. Air Balance Inc.; a division of Mestek, Inc. b. American Warming and Ventilating; a division of Mestek, Inc. c. Flexmaster U.S.A., Inc. d. McGill AirFlow LLC. e. METALAIRE, Inc. f. Nailor Industries Inc. g. Pottorff; a division of PCI Industries, Inc. h. Ruskin Company. i. Trox USA Inc. j. Vent Products Company, Inc.

2. Standard leakage rating, with linkage outside airstream. 3. Suitable for horizontal or vertical applications. 4. Frames:

a. Hat-shaped, galvanized-steel channels, 0.064-inch minimum thickness. b. Mitered and welded corners. c. Flanges for attaching to walls and flangeless frames for installing in ducts.

5. Blades:

a. Multiple or single blade. b. Parallel- or opposed-blade design. c. Stiffen damper blades for stability. d. Galvanized-steel, 0.064 inch thick.

6. Blade Axles: Galvanized steel. 7. Bearings:

a. Stainless-steel sleeve. b. Dampers in ducts with pressure classes of 3-inch wg or less shall have axles full length of damper blades and bearings at both ends of operating shaft.

AIR DUCT ACCESSORIES 233300 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

8. Tie Bars and Brackets: Galvanized steel.

B. Jackshaft:

1. Size: 1-inch diameter. 2. Material: Galvanized-steel pipe rotating within pipe-bearing assembly mounted on supports at each mullion and at each end of multiple-damper assemblies. 3. Length and Number of Mountings: As required to connect linkage of each damper in multiple- damper assembly.

C. Damper Hardware:

1. Zinc-plated, die-cast core with dial and handle made of 3/32-inch-thick zinc-plated steel, and a 3/4-inch hexagon locking nut. 2. Include center hole to suit damper operating-rod size. 3. Include elevated platform for insulated duct mounting.

2.3 CONTROL DAMPERS

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

1. American Warming and Ventilating; a division of Mestek, Inc. 2. Arrow United Industries; a division of Mestek, Inc. 3. Cesco Products; a division of Mestek, Inc. 4. Duro Dyne Inc. 5. Flexmaster U.S.A., Inc. 6. Greenheck Fan Corporation. 7. Lloyd Industries, Inc. 8. M&I Air Systems Engineering; Division of M&I Heat Transfer Products Ltd. 9. McGill AirFlow LLC. 10. METALAIRE, Inc. 11. Metal Form Manufacturing, Inc. 12. Nailor Industries Inc. 13. NCA Manufacturing, Inc. 14. Ruskin Company. 15. Vent Products Company, Inc. 16. Young Regulator Company.

B. Frames:

1. Hat, U or Angle shaped. 2. Galvanized steel channels, 0.064 inch thick. 3. Mitered and welded corners.

C. Blades:

1. Multiple blades with maximum blade width of 8 inches. 2. Opposed-blade design. 3. Galvanized steel.

AIR DUCT ACCESSORIES 233300 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

4. 0.064 inch thick. 5. Blade Edging: Closed-cell neoprene edging. 6. Blade Edging: Inflatable seal blade edging, or replaceable rubber seals.

D. Blade Axles: 1/2-inch-diameter; stainless steel; blade-linkage hardware of zinc-plated steel and brass; ends sealed against blade bearings.

1. Operating Temperature Range: From minus 40 to plus 200 deg F.

E. Bearings:

1. Stainless-steel sleeve. 2. Dampers in ducts with pressure classes of 3-inch w.g. or less shall have axle full length of damper blades and bearings at both ends of operating shaft. 3. Thrust bearings at each end of every blade.

2.4 TURNING VANES

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

1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. METALAIRE, Inc. 4. SEMCO Incorporated. 5. Ward Industries, Inc.; a division of Hart & Cooley, Inc.

B. Manufactured Turning Vanes for Metal Ducts: Curved blades of galvanized sheet steel; support with bars perpendicular to blades set; set into vane runners suitable for duct mounting.

1. Acoustic Turning Vanes: Fabricate airfoil-shaped aluminum extrusions with perforated faces and fibrous-glass fill.

C. General Requirements: Comply with SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-3, "Vanes and Vane Runners," and 2-4, "Vane Support in Elbows."

D. Vane Construction: Double wall.

E. Vane Construction: Single wall for ducts up to 48 inches wide and double wall for larger dimensions.

2.5 DUCT-MOUNTED ACCESS DOORS

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

1. American Warming and Ventilating; a division of Mestek, Inc. 2. Cesco Products; a division of Mestek, Inc. 3. Ductmate Industries, Inc. 4. Flexmaster U.S.A., Inc.

AIR DUCT ACCESSORIES 233300 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

5. Greenheck Fan Corporation. 6. McGill AirFlow LLC. 7. Nailor Industries Inc. 8. Pottorff; a division of PCI Industries, Inc. 9. Ventfabrics, Inc. 10. Ward Industries, Inc.; a division of Hart & Cooley, Inc.

B. Duct-Mounted Access Doors: Fabricate access panels according to SMACNA's "HVAC Duct Construction Standards - Metal and Flexible"; Figures 2-10, "Duct Access Doors and Panels," and 2-11, "Access Panels - Round Duct."

1. Door:

a. Double wall, rectangular. b. Galvanized sheet metal with insulation fill and thickness as indicated for duct pressure class. c. Vision panel. d. Hinges and Latches: 1-by-1-inch butt or piano hinge and cam latches. e. Fabricate doors airtight and suitable for duct pressure class.

2. Frame: Galvanized sheet steel, with bend-over tabs and foam gaskets. 3. Number of Hinges and Locks:

a. Access Doors Less Than 12 Inches Square: No hinges and two sash locks. b. Access Doors up to 18 Inches Square: Two hinges and two sash locks. c. Access Doors up to 24 by 48 Inches Three hinges and two compression latches with outside and inside handles. d. Access Doors Larger than 24 by 48 Inches Four hinges and two compression latches with outside and inside handles.

2.6 FLEXIBLE CONNECTORS

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

1. Ductmate Industries, Inc. 2. Duro Dyne Inc. 3. Ventfabrics, Inc. 4. Ward Industries, Inc.; a division of Hart & Cooley, Inc.

B. Materials: Flame-retardant or noncombustible fabrics.

C. Coatings and Adhesives: Comply with UL 181, Class 1.

D. Metal-Edged Connectors: Factory fabricated with a fabric strip [3-1/2 inches wide attached to 2 strips of 2-3/4-inch-wide, 0.028-inch-thick, galvanized sheet steel or 0.032-inch-thick aluminum sheets. Provide metal compatible with connected ducts.

E. Indoor System, Flexible Connector Fabric: Glass fabric double coated with neoprene.

AIR DUCT ACCESSORIES 233300 - 5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Minimum Weight: 26 oz./sq. yd. 2. Tensile Strength: 480 lbf/inch in the warp and 360 lbf/inch in the filling. 3. Service Temperature: Minus 40 to plus 200 deg F.

F. Outdoor System, Flexible Connector Fabric: Glass fabric double coated with weatherproof, synthetic rubber resistant to UV rays and ozone.

1. Minimum Weight: 24 oz./sq. yd. 2. Tensile Strength: 530 lbf/inc in the warp and 440 lbf/inch in the filling. 3. Service Temperature: Minus 50 to plus 250 deg F.

G. Thrust Limits: Combination coil spring and elastomeric insert with spring and insert in compression, and with a load stop. Include rod and angle-iron brackets for attaching to fan discharge and duct.

1. Frame: Steel, fabricated for connection to threaded rods and to allow for a maximum of 30 degrees of angular rod misalignment without binding or reducing isolation efficiency. 2. Outdoor Spring Diameter: Not less than 80 percent of the compressed height of the spring at rated load. 3. Minimum Additional Travel: 50 percent of the required deflection at rated load. 4. Lateral Stiffness: More than 80 percent of rated vertical stiffness. 5. Overload Capacity: Support 200 percent of rated load, fully compressed, without deformation or failure. 6. Elastomeric Element: Molded, oil-resistant rubber or neoprene. 7. Coil Spring: Factory set and field adjustable for a maximum of 1/4-inch (6-mm) movement at start and stop.

2.7 DUCT ACCESSORY HARDWARE

A. Instrument Test Holes: Cast iron or cast aluminum to suit duct material, including screw cap and gasket. Size to allow insertion of pitot tube and other testing instruments and of length to suit duct-insulation thickness.

B. Adhesives: High strength, quick setting, neoprene based, waterproof, and resistant to gasoline and grease.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install duct accessories according to applicable details in SMACNA's "HVAC Duct Construction Standards - Metal and Flexible" for metal ducts and in NAIMA AH116, "Fibrous Glass Duct Construction Standards," for fibrous-glass ducts.

B. Install duct accessories of materials suited to duct materials; use galvanized-steel accessories in galvanized-steel and fibrous-glass ducts, stainless-steel accessories in stainless-steel ducts, and aluminum accessories in aluminum ducts.

AIR DUCT ACCESSORIES 233300 - 6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. Install volume dampers at points on supply, return, and exhaust systems where branches extend from larger ducts. Where dampers are installed in ducts having duct liner, install dampers with hat channels of same depth as liner, and terminate liner with nosing at hat channel.

1. Install steel volume dampers in steel ducts. 2. Install aluminum volume dampers in aluminum ducts.

D. Set dampers to fully open position before testing, adjusting, and balancing.

E. Install test holes at fan inlets and outlets and elsewhere as indicated.

F. Install duct access doors on sides of ducts to allow for inspecting, adjusting, and maintaining accessories and equipment at the following locations:

1. On both sides of duct coils. 2. At outdoor-air intakes and mixed-air plenums. 3. At drain pans and seals. 4. Downstream from manual volume dampers, control dampers, and equipment. 5. Adjacent to and close enough to fire or smoke dampers, to reset or reinstall fusible links. Access doors for access to fire or smoke dampers having fusible links shall be pressure relief access doors; and shall be outward operation for access doors installed upstream from dampers and inward operation for access doors installed downstream from dampers. 6. At each change in direction and at maximum 50-foot spacing. 7. Upstream from turning vanes. 8. Control devices requiring inspection. 9. Elsewhere as indicated.

G. Install access doors with swing against duct static pressure.

H. Access Door Sizes:

1. One-Hand or Inspection Access: 8 by 5 inches. 2. Two-Hand Access: 12 by 6 inches. 3. Head and Hand Access: 18 by 10 inches. 4. Head and Shoulders Access: 21 by 14 inches. 5. Body Access: 25 by 14 inches. 6. Body plus Ladder Access: 25 by 17 inches.

I. Install flexible connectors to connect ducts to equipment.

J. For fans developing static pressures of 5-inch wg and more, cover flexible connectors with loaded vinyl sheet held in place with metal straps.

K. Install duct test holes where required for testing and balancing purposes.

L. Install thrust limits at centerline of thrust, symmetrical on both sides of equipment. Attach thrust limits at centerline of thrust and adjust to a maximum of 1/4-inch movement during start and stop of fans.

AIR DUCT ACCESSORIES 233300 - 7 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.2 FIELD QUALITY CONTROL

A. Tests and Inspections:

1. Operate dampers to verify full range of movement. 2. Inspect locations of access doors and verify that purpose of access door can be performed. 3. Operate fire and smoke dampers to verify full range of movement and verify that proper heat- response device is installed. 4. Inspect turning vanes for proper and secure installation.

END OF SECTION 23 33 00

AIR DUCT ACCESSORIES 233300 - 8 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 34 13 - AXIAL HVAC FANS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes Mixed-flow fans SPF-1 & SPF-2.

1.2 SUBMITTALS

A. Product Data: Include rated capacities, furnished specialties, and accessories for each type of product indicated.

B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection.

C. Field quality-control test reports.

D. Operation and maintenance data.

1.3 QUALITY ASSURANCE

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

B. AMCA Compliance: Products shall comply with performance requirements and shall be licensed to use the AMCA-Certified Ratings Seal.

C. NEMA Compliance: Motors and electrical accessories shall comply with NEMA standards.

PART 2 - PRODUCTS

2.1 MIXED-FLOW FANS

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

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

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

1. Loren Cook Company.

AXIAL HVAC FANS 233413 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

2. Greenheck. 3. Howden Fan Co. 4. New Philadelphia Fan Co. 5. Or Approved equal

D. Description: Fan wheel and housing, straightening vane section, factory-mounted motor with belt drive, and accessories.

E. Housings: Continuously weld Steel.

1. Inlet and Outlet Connections: Outer mounting frame and companion flanges. 2. Guide Vane Section: Integral guide vanes downstream from fan wheel designed to straighten airflow. 3. Mixed-Flow Outlet Connection: One flanged discharge perpendicular to fan inlet.

F. Wheel Assemblies: Cast aluminum with airfoil-shaped blades mounted on cast-iron wheel plate keyed to shaft with solid-steel key.

G. Drives: Factory mounted, with final alignment and belt adjustment made after installation.

1. Service Factor Based on Fan Motor Size: 1.5. 2. Fan Shaft: Turned, ground, and polished steel designed to operate at no more than 70 percent of first critical speed at top of fan's speed range. 3. Fan Pulleys: Cast iron with split, tapered bushing; dynamically balanced at factory. 4. Motor Pulleys: Adjustable pitch for use with motors through 5 hp; fixed pitch for use with larger motors. Select pulley so pitch adjustment is at the middle of adjustment range at fan design conditions. 5. Belts: Oil resistant, non-sparking, and non-static; matched sets for multiple belt drives. 6. Motor Mount: Adjustable base. 7. Shaft Bearings: Radial, self-aligning ball or roller bearings.

a. Ball-Bearing Rating Life: ABMA 9, L10 of 100,000 hours. b. Roller-Bearing Rating Life: ABMA 11, L10 of 100,000 hours. c. Extend lubrication lines to outside of casing and terminate with grease fittings.

H. Accessories:

1. Mounting Clips: Horizontal ceiling clips welded to fan housing, of same material as housing. 2. Inlet and Outlet Screens: Wire-mesh screen on fans not connected to ductwork of same material as housing. 3. Backdraft Dampers: Butterfly style, for mounting with flexible connection to the discharge of fan or direct mounted to the discharge diffuser section of same material as housing. 4. Motor Cover: Cover with side vents to dissipate motor heat, of same material as housing. 5. Inlet Bell: Curved inlet for when fan is not attached to duct, of same material as housing. 6. Inlet Cones: Round-to-round transition of same material as housing. 7. Outlet Cones: Round-to-round transition of same material as housing. 8. Stack Cap: Vertical discharge assembly with backdraft dampers, of same material as housing.

I. Motors: Comply with requirements in Division 23 Section "Common Motor Requirements for HVAC Equipment."

AXIAL HVAC FANS 233413 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1. Enclosure Type: Totally enclosed, non-ventilated.

J. Factory Finishes:

1. Sheet Metal Parts: Prime coat before final assembly. 2. Exterior Surfaces: Baked-enamel finish coat after assembly.

3. Coatings: Permatector, Gray (40).

a. Apply to finished housings. b. Apply to fan wheels.

K. Capacities and Characteristics:

1. Airflow: 5000 CFM. 2. External Static Pressure: 1.25 3. Drive Type: Belt. 4. Motor Size: 3 hp. 5. Electrical Characteristics:

a. Volts: 460 b. Phase: 3 c. Hertz: 60

6. Vibration Isolators: Spring isolators having a static deflection of 0.25 in.

2.2 SOURCE QUALITY CONTROL

A. Sound-Power Level Ratings: Comply with AMCA 301, "Methods for Calculating Fan Sound Ratings from Laboratory Test Data." Factory test fans according to AMCA 300, "Reverberant Room Method for Sound Testing of Fans." Label fans with the AMCA-Certified Ratings Seal.

B. Fan Performance Ratings: Establish flow rate, pressure, power, air density, speed of rotation, and efficiency by factory tests and ratings according to AMCA 210, "Laboratory Methods of Testing Fans for Rating."

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install axial fans level and plumb.

B. Support floor-mounting units using spring isolators or restrained spring isolators having a static deflection of 1 inch.

1. Secure vibration and seismic controls to concrete bases using anchor bolts cast in concrete base.

AXIAL HVAC FANS 233413 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

C. Install floor-mounting units on concrete bases. Concrete, reinforcement, and formwork requirements are specified in Division 03 Section "Cast-in-Place Concrete."

D. Install floor-mounting units on concrete bases designed to withstand, without damage to equipment, the seismic force required by authorities having jurisdiction. Concrete, reinforcement, and formwork requirements are specified in Division 03 Section "Cast-in-Place Concrete.

E. Retain and edit first paragraph below for suspended units; delete if vibration and seismic controls are indicated on Drawings.

F. Install units with clearances for service and maintenance.

3.2 CONNECTIONS

A. Duct installation and connection requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors

3.3 FIELD QUALITY CONTROL

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

1. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices, and that connection to ducts and electrical components are complete. Verify that proper thermal-overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 9. Disable automatic temperature-control operators, energize motor and confirm proper motor rotation and unit operation, adjust fan to indicated rpm, and measure and record motor voltage and amperage. 10. Shut unit down and reconnect automatic temperature-control operators. 11. Remove and replace malfunctioning units and retest as specified above.

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

END OF SECTION 23 34 13

AXIAL HVAC FANS 233413 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

SECTION 23 34 23 - HVAC POWER VENTILATORS

PART 1 - GENERAL

1.1 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section.

1.2 SUMMARY

A. This Section includes the following:

1. Utility set fan – SPF-3.

1.3 PERFORMANCE REQUIREMENTS

A. Project Altitude: Base fan-performance ratings on sea level.

B. Operating Limits: Classify according to AMCA 99.

1.4 SUBMITTALS

A. Product Data: Include rated capacities, furnished specialties, and accessories for each type of product indicated and include the following:

1. Certified fan performance curves with system operating conditions indicated. 2. Certified fan sound-power ratings. 3. Motor ratings and electrical characteristics, plus motor and electrical accessories. 4. Material thickness and finishes, including color charts. 5. Dampers, including housings, linkages, and operators. 6. Roof curbs or supports. 7. Fan speed controllers.

B. Shop Drawings: Detail equipment assemblies and indicate dimensions, weights, loads, required clearances, method of field assembly, components, and location and size of each field connection.

1. Wiring Diagrams: Power, signal, and control wiring. 2. Vibration Isolation Base Details: Detail fabrication, including anchorages and attachments to structure and to supported equipment. Include auxiliary motor slides and rails, and base weights.

C. Field quality-control test reports.

D. Operation and Maintenance Data: For power ventilators to include in emergency, operation, and maintenance manuals.

HVAC POWER VENTILATORS 233423 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

1.5 QUALITY ASSURANCE

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

B. AMCA Compliance: Products shall comply with performance requirements and shall be licensed to use the AMCA-Certified Ratings Seal.

C. NEMA Compliance: Motors and electrical accessories shall comply with NEMA standards.

D. UL Standard: Power ventilators shall comply with UL 705.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver fans as factory-assembled unit, to the extent allowable by shipping limitations, with protective crating and covering.

B. Disassemble and reassemble units, as required for moving to final location, according to manufacturer's written instructions.

C. Lift and support units with manufacturer's designated lifting or supporting points.

1.7 COORDINATION

A. Coordinate size and location of structural-steel support members.

B. Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are specified in Division 03.

C. Coordinate installation of equipment supports and roof penetrations. These items are specified in Division 07 Section "Roof Accessories."

PART 2 - PRODUCTS

2.1 UTILITY SET FANS

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

1. Aerovent; a Twin City Fan Company. 2. American Coolair Corp. 3. Greenheck, Inc. 4. Carnes Company HVAC. 5. Hartzell Fan, Inc. 6. Loren Cook Company. 7. Madison Manufacturing. 8. New York Blower Company (The). 9. Penn Ventilation.

HVAC POWER VENTILATORS 233423 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

10. Trane. 11. Or approved equal.

B. Description: Belt-driven centrifugal fans consisting of housing, wheel, fan shaft, bearings, motor and disconnect switch, drive assembly, and accessories.

C. Housing: Fabricated of galvanized steel with side sheets fastened with a deep lock seam or welded to scroll sheets.

1. Housing Discharge Arrangement: Adjustable to eight standard positions.

D. Fan Wheels: Single-width, single inlet; welded to cast-iron or cast-steel hub and spun-steel inlet cone, with hub keyed to shaft.

1. Blade Materials: Aluminum. 2. Blade Type: Backward inclined. 3. Spark-Resistant Construction: AMCA 99, Type A.

E. Fan Shaft: Turned, ground, and polished steel; keyed to wheel hub.

F. Shaft Bearings: Prelubricated and sealed, self-aligning, pillow-block-type ball bearings with ABMA 9, [L50 of 200,000 hours.

G. Belt Drives: Factory mounted, with final alignment and belt adjustment made after installation.

1. Service Factor Based on Fan Motor Size: 1.5. 2. Motor Pulleys: Adjustable pitch for use with motors through 5 hp; fixed pitch for use with larger motors. Select pulley so pitch adjustment is at the middle of adjustment range at fan design conditions. 3. Belts: Oil resistant, nonsparking, and nonstatic; matched sets for multiple belt drives. 4. Belt Guards: Fabricate of steel for motors mounted on outside of fan cabinet.

H. Accessories:

1. Inlet and Outlet: Flanged. 2. Companion Flanges: Rolled flanges for duct connections of same material as housing. 3. Backdraft Dampers: Gravity actuated with counterweight and interlocking aluminum blades with felt edges in steel frame installed on fan discharge. 4. Access Door: Gasketed door in scroll with latch-type handles. 5. Scroll Dampers: Single-blade damper installed at fan scroll top with adjustable linkage. 6. Inlet Screens: Removable wire mesh. 7. Drain Connections: NPS 3/4 threaded coupling drain connection installed at lowest point of housing. 8. Weather Hoods: Weather resistant with stamped vents over motor and drive compartment. 9. Discharge Dampers: Assembly with parallel blades constructed of two plates formed around and to shaft, channel frame, sealed ball bearings, with blades linked outside of airstream to single control lever of same material as housing. 10. Variable Inlet Vanes: With blades supported at both ends with two permanently lubricated bearings of same material as housing. Variable mechanism terminating in single control lever with control shaft for double-width fans. 11. Speed Controller: Solid-state control to reduce speed from 100 to less than 50 percent.

HVAC POWER VENTILATORS 233423 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

I. Coatings: Powder-baked enamel.

J. Capacities and Characteristics:

1. Airflow: 10000 CFM. 2. External Static Pressure: 1.0 wg 3. Wheel Type: Backward inclined. 4. Drive Arrangement: 10. 5. Motor Size: 5 hp. 6. Electrical Characteristics:

a. Volts: 460 b. Phase: 3 c. Hertz: 60

7. Vibration Isolators:

a. Type: Spring isolators

8. Equipment support: Roof support.

PART 3 - EXECUTION

3.1 INSTALLATION

A. Install power ventilators level and plumb.

B. Support units using spring isolators having a static deflection of 0.25 inch. Vibration- and seismic-control devices are specified in Division 23 Section "Vibration and Seismic Controls for HVAC Piping and Equipment."

1. Secure vibration and seismic controls to concrete bases using anchor bolts cast in concrete base.

C. Install floor-mounting units on concrete bases. Concrete, reinforcement, and formwork requirements are specified in Division 03 Section "Cast-in-Place Concrete."

D. Install floor-mounting units on concrete bases designed to withstand, without damage to equipment, the seismic force required by code. Concrete, reinforcement, and formwork requirements are specified in Division 03 Section "Cast-in-Place Concrete."

E. Secure roof-mounting fans to roof curbs with cadmium-plated hardware. Refer to Division 07 Section "Roof Accessories" for installation of roof curbs.

F. Install units with clearances for service and maintenance.

G. Label units according to requirements specified in Division 23 Section "Identification for HVAC Piping and Equipment."

HVAC POWER VENTILATORS 233423 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

3.2 CONNECTIONS

A. Duct installation and connection requirements are specified in other Division 23 Sections. Drawings indicate general arrangement of ducts and duct accessories. Make final duct connections with flexible connectors. Flexible connectors are specified in Division 23 Section "Air Duct Accessories."

B. Install ducts adjacent to power ventilators to allow service and maintenance.

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

D. Connect wiring according to 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. Verify that shipping, blocking, and bracing are removed. 2. Verify that unit is secure on mountings and supporting devices and that connections to ducts and electrical components are complete. Verify that proper thermal-overload protection is installed in motors, starters, and disconnect switches. 3. Verify that cleaning and adjusting are complete. 4. Disconnect fan drive from motor, verify proper motor rotation direction, and verify fan wheel free rotation and smooth bearing operation. Reconnect fan drive system, align and adjust belts, and install belt guards. 5. Adjust belt tension. 6. Adjust damper linkages for proper damper operation. 7. Verify lubrication for bearings and other moving parts. 8. Verify that manual and automatic volume control and fire and smoke dampers in connected ductwork systems are in fully open position. 9. Disable automatic temperature-control operators, energize motor and adjust fan to indicated rpm, and measure and record motor voltage and amperage. 10. Shut unit down and reconnect automatic temperature-control operators. 11. Remove and replace malfunctioning units and retest as specified above.

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

3.4 ADJUSTING A. Adjust damper linkages for proper damper operation. B. Adjust belt tension. C. Refer to Division 23 Section "Testing, Adjusting, and Balancing for HVAC" for testing, adjusting, and balancing procedures. D. Replace fan and motor pulleys as required to achieve design airflow. E. Lubricate bearings

END OF SECTION 23 34 23

HVAC POWER VENTILATORS 233423 - 5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.RMP Index No. 44101

Electrical Specifications Division 26

2013 LehnerFindlan Associates 00 26 00-1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

SECTION 26 05 00 - COMMON WORK RESULTS FOR ELECTRICAL

PART 1 - GENERAL

1.1 SUMMARY

A. Section Includes:

1. Sleeves for raceways and cables. 2. Sleeve seals. 3. Grout. 4. Common electrical installation requirements.

1.2 SUBMITTALS

A. Product Data: For sleeve seals.

PART 2 - PRODUCTS

2.1 SLEEVES FOR RACEWAYS AND CABLES

A. Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized steel, plain ends.

B. Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure pipe, with plain ends and integral waterstop, unless otherwise indicated.

C. Sleeves for Rectangular Openings: Galvanized sheet steel.

1. Minimum Metal Thickness:

a. For sleeve cross-section rectangle perimeter less than 50 inches (1270 mm) and no side more than 16 inches (400 mm), thickness shall be 0.052 inch (1.3 mm). b. For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches (1270 mm) and 1 or more sides equal to, or more than, 16 inches (400 mm), thickness shall be 0.138 inch (3.5 mm).

2.2 SLEEVE SEALS

A. Description: Modular sealing device, designed for field assembly, to fill annular space between sleeve and raceway or cable.

1. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following:

COMMON WORK RESULTS FOR ELECTRICAL 260500 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101 a. Advance Products & Systems, Inc. b. Calpico, Inc. c. Metraflex Co. d. Pipeline Seal and Insulator, Inc.

3. Sealing Elements: EPDM, or NBR interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable. 4. Pressure Plates: Carbon steel, or Stainless steel. Include two for each sealing element. 5. Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating or Stainless steel of length required to secure pressure plates to sealing elements. Include one for each sealing element.

2.3 GROUT

A. Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for application and a 30-minute working time.

PART 3 - EXECUTION

3.1 COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION

A. Comply with NECA 1.

B. Measure indicated mounting heights to bottom of unit for suspended items and to center of unit for wall- mounting items.

C. Headroom Maintenance: If mounting heights or other location criteria are not indicated, arrange and install components and equipment to provide maximum possible headroom consistent with these requirements.

D. Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a way as to facilitate future disconnecting with minimum interference with other items in the vicinity.

E. Right of Way: Give to piping systems installed at a required slope.

3.2 SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS

A. Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways penetrate concrete slabs, concrete or masonry walls, or fire-rated floor and wall assemblies.

B. Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or formed openings are used. Install sleeves during erection of slabs and walls.

C. Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.

COMMON WORK RESULTS FOR ELECTRICAL 260500 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101 D. Fire-Rated Assemblies: Install sleeves for penetrations of fire-rated floor and wall assemblies unless openings compatible with firestop system used are fabricated during construction of floor or wall.

E. Cut sleeves to length for mounting flush with both surfaces of walls.

F. Extend sleeves installed in floors 2 inches (50 mm) above finished floor level.

G. Size pipe sleeves to provide 1/4-inch (6.4-mm) annular clear space between sleeve and raceway or cable, unless indicated otherwise.

H. Seal space outside of sleeves with grout for penetrations of concrete and masonry

1. Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed surfaces smooth; protect grout while curing.

I. Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location of joint. Comply with requirements in Division 07 Section "Joint Sealants.".

J. Fire-Rated-Assembly Penetrations: Maintain indicated fire rating of walls, partitions, ceilings, and floors at raceway and cable penetrations. Install sleeves and seal raceway and cable penetration sleeves with firestop materials. Comply with requirements in Division 07 Section "Penetration Firestopping."

K. Roof-Penetration Sleeves: Seal penetration of individual raceways and cables with flexible boot-type flashing units applied in coordination with roofing work.

L. Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel or cast-iron pipe sleeves and mechanical sleeve seals. Select sleeve size to allow for 1-inch (25-mm) annular clear space between pipe and sleeve for installing mechanical sleeve seals.

M. Underground, Exterior-Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to allow for 1-inch (25-mm) annular clear space between raceway or cable and sleeve for installing mechanical sleeve seals.

3.3 SLEEVE-SEAL INSTALLATION

A. Install to seal exterior wall penetrations.

B. Use type and number of sealing elements recommended by manufacturer for raceway or cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve. Tighten bolts against pressure plates that cause sealing elements to expand and make watertight seal.

3.4 FIRESTOPPING

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

END OF SECTION 26 05 00

COMMON WORK RESULTS FOR ELECTRICAL 260500 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

Section 26 05 10 – BASIC ELECTRICAL REQUIREMENTS

PART 1 – GENERAL

1.1 DESCRIPTION OF WORK

A. Work includes all electrical items and systems shown on the contract drawings and specified herein.

B. Unless specifically dimensioned, the work shown on the drawings is diagrammatic, and is intended only to show general arrangement. Contractor is responsible for verification of location, including elevations, by coordination with the construction manager and other trades as well as all the drawings, particularly architectural.

C. Include in the work all accessories and devices necessary for the intended operation of any system, whether or not specifically shown or specified.

1.2 STANDARDS OF QUALITY

A. The specifications establish the standard of quality required, either by description or by reference to brand name, name of manufacturers or manufacturer’s model number.

B. Where one product only is specifically identified by name of manufacturer’s model number, the Contractor shall base his bid on the use of the name product. Where multiple names are used, the Contractor shall base his bid on the use of any of those products named.

C. The Contractor may submit proposed substitutions for named/specified products. All proposed substitutions shall be submitted to the Project Electrical Engineer (10) days prior to acceptance of bids. Where proposed substitutions are accepted as equal, they shall be so acknowledged by Addendum.

D. When equipment and/or materials are proposed to be purchased from a manufacturer other than those specified, the Contractor shall provide complete data adequate for the Engineer’s evaluation of the proposed substitution.

E. If equipment other than that specified is used, the Contractor shall be responsible for any extra cost of required revisions such as structural steel, concrete, electrical, piping, etc. Such additional costs shall be identified at the time such substitutions are proposed.

1.3 SUMMARY

A. This Section includes general administrative and procedural requirements for electrical installations. 1. Submittals 2. Maintenance Manuals 3. Rough-ins 4. Electrical Installations

1.4 SUBMITTALS

BASIC ELECRICAL REQUIRMENTS 260510 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

A. The Contractor shall review, approve and submit shop drawings, with promptness so as to cause no delay in his work or in that of others. No submissions will be accepted by the Engineer without the signed review and approval of the Contractor.

B. The Contractor shall check and verify pertinent field measurements, quantities of equipment and materials required.

C. Submittals shall be identified by reference to the drawings, sections of specifications, or equipment symbols to which they relate.

D. Shop drawings, when required, shall include:

1. Verification of information given in Contract Documents such as performance, dimensions, weight, materials, construction, types, models, manufacturer, etc. 2. Equipment layouts drawn to scale as may be required. 3. Wiring diagrams and schematics for equipment. 4. Any special construction conditions. 5. Other information/data as may be requested.

E. All submittals shall identify the specific details of the product or assembly. All optional features being proposed shall be so noted, or the submittal will be rejected.

F. Review is only for general conformance with the design concept of the project and general compliance with the information given in the contract documents. Any action shown is subject to the requirements of the plans and specification. Contractor is responsible for dimensions which shall be confirmed and correlated at the job site; fabrication processes and techniques of construction; coordination of his work with that of all other trades; and the satisfactory performance of his work.

G. For items being resubmitted, clearly identify changes made from the initial submittal requested by the Engineer. The Engineer will review only those changes requested and identified by the Contractor.

1.5 MAINTENANCE MANUALS

A. Prepare maintenance manuals including the following information for equipment items:

1. Description of function, normal operating characteristics and limitations, performance curves, engineering data and tests, and complete nomenclature and commercial numbers of replacement parts.

1.6 DELIVERY, STORAGE, AND HANDLING

A. Deliver products to the project properly identified with names, model numbers, types, grades, compliance labels, and other information needed for identification.

B. PERMITS, FEES, AND CERTIFICATES OF APPROVAL C. Contractor shall acquire all permits and certificates.

D. Contractor shall provide all labor and instruments required for tests and cleaning of systems.

E. Whenever tests are required, three (3) copies of the test reports shall be submitted to the Engineer.

BASIC ELECRICAL REQUIRMENTS 260510 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

F. Tests may be observed by the Engineer or his representative. Notify the Engineer a minimum of three weeks in advance of the test dates.

1.7 COMPLIANCE WITH CODES, STANDARDS AND REGULATIONS

A. In the absence of specific instruction in the technical specifications, equipment and installation shall conform to the following applicable codes, standards and regulations, latest editions:

1. American Society for Testing Materials (ASTM). 2. American National Standard Institute (ANSI). 3. Underwriter’s Laboratories, Inc. (UL). 4. American Welding Society Code (AWSC). 5. Local Building, Electrical, and Fire Codes. 6. National Electrical Code (NEC). 7. Service Rules and Regulations of Local Electrical Utility Company. 8. National Electrical Manufacturer’s Association (NEMA). 9. U.S. Department of Health & Human Services “HRS-M-HF” 84-1. 10. Occupational Safety and Health Act (OSHA). 11. National Fire Protection Association (NFPA). 12. Americans with Disabilities Act (ADA).

PART 2 - PRODUCTS (NOT USED).

PART 3 - EXECUTION

3.1 ROUGH-IN

A. Verify final locations for rough-ins with field measurements and with requirements of the actual equipment to be connected.

3.2 ELECTRICAL INSTALLATIONS

A. General: Sequence, coordinate, and integrate the various elements of electrical systems, materials, and equipment. Comply with the following requirements:

1. Coordinate electrical systems, equipment, and materials installation with other building components. 2. Verify all dimensions by field measurements. 3. Install systems, materials, and equipment to conform with approved submittal data, including coordination drawings, to greatest extent possible. Conform to arrangements indicated by the Contract Documents, recognizing that portions of the Work are shown only in diagrammatic form. Where coordination requirements conflict with individual system requirements, refer conflict to the Engineer.

3.3 UTILITY COMPANY ELECTRICITY-METERING EQUIPMENT

A. Install equipment according to utility company's written requirements. Provide grounding and empty conduits as required by utility company. Verify pad and clearance requirements for all equipment. Locate

BASIC ELECRICAL REQUIRMENTS 260510 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

essentially as shown on the plans. Notify engineer and construction manager if locations , sizes and or quantity of equipment are not as shown, prior to installation.

3.4 FIRESTOPPING

A. Apply fire stopping to cable and raceway penetrations of fire-rated floor and wall assemblies to achieve fire-resistance rating of the assembly. Fire stopping materials and installation requirements are specified in other Specification Divisions. Firer stop after the installation of all wire/cables of all trades.

3.5 CONCRETE BASES

A. Coordinate concrete work with Division 3 Section "Cast-in-Place Concrete" and with Drawings.

B. Construct concrete bases of dimensions indicated, but not less than 4 inches larger, in both directions, than supported unit. Follow supported equipment manufacturer's anchorage recommendations and setting templates for anchor-bolt and tie locations, unless otherwise indicated. Use 3000-psi, 28-day compressive- strength concrete. Chamfer or round exposed edges smooth.

3.6 CUTTING AND PATCHING

A. Cut, channel, chase, and drill floors, walls, partitions, ceilings, and other surfaces required to permit electrical installations. Perform cutting by skilled mechanics of trades involved.

B. Repair and refinish disturbed finish materials and other surfaces to match adjacent undisturbed surfaces. Install new fireproofing where existing fire-stopping has been disturbed. Repair and refinish materials and other surfaces by skilled mechanics of trades involved.

3.7 FIELD QUALITY CONTROL

A. Test all systems and equipment for proper operation, accuracy, and suitability, make corrections to the satisfaction of the Owner and Design Team.

3.8 REFINISHING AND TOUCHUP PAINTING

A. Refinish and touch up paint. 1. Clean damaged and disturbed areas and apply primer, intermediate, and finish coats to suit the degree of damage at each location. 2. Follow paint manufacturer's written instructions for surface preparation and for timing and application of successive coats. 3. Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer. 4. Repair damage to PVC or paint finishes with matching touchup coating recommended by manufacturer.

3.9 CLEANING AND PROTECTION

A. On completion of installation, including outlets, fittings, and devices, inspect exposed finish. Remove burrs, dirt, paint spots, and construction debris.

B. Protect equipment and installations and maintain conditions to ensure that coatings, finishes, and cabinets are without damage or deterioration at time of Substantial Completion.

END OF SECTION 26 05 10

BASIC ELECRICAL REQUIRMENTS 260510 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

SECTION 26 05 19 - LOW-VOLTAGE CONDUCTORS AND CABLES\

PART 1 GENERAL

1.1 SECTION INCLUDES

A. Wire and cable for 600 volts and less. B. Wiring connectors and connections.

1.2 RELATED REQUIREMENTS

A. Section 260553 - Identification for Electrical Systems.

1.3 REFERENCE STANDARDS

A. NECA 1 - Standard for Good Workmanship in Electrical Contracting; National Electrical Contractors Association; 2006. B. NFPA 70 - National Electrical Code; National Fire Protection Association; 2008.

1.4 QUALITY ASSURANCE

A. Conform to requirements of NFPA 70.

PART 2 PRODUCTS

2.1 WIRING REQUIREMENTS

A. Concealed Dry Interior Locations: Use only building wire with Type THHN-THWN insulation in raceway, armored cable, or metal clad cable.

B. Exposed Dry Interior Locations: Use only building wire with Type THHN-THWN insulation in raceway.

C. Above Accessible Ceilings: Use only building wire with Type THHN-THWN insulation in raceway or armored cable for fixture "whips" only, not to exceed 6 foot each.

D. Exterior Locations: Use only building wire with Type THHN-THWN insulation in raceway.

E. Underground Installations: Use only building wire with Type XHHW insulation in raceway.

F. Use conductor not smaller than 12 AWG for power and lighting circuits.

G. Use 10 AWG conductors for 20 ampere, 120 volt branch circuits longer than 75 feet.

H. Use 10 AWG conductors for 20 ampere, 277 volt branch circuits longer than 200 feet.

I. Conductor sizes are based on copper.

2.2 WIRE MANUFACTURERS

A. Cerro Wire Inc; www.cerrowire.com.

LOW-VOLTAGE CONDUCTORS AND CABLES 260519- 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

B. Industrial Wire & Cable, Inc; www.iewc.com.

C. Southwire Company; www.southwire.com.

2.3 BUILDING WIRE

A. Description: Single conductor insulated wire.

B. Conductor: Copper.

C. Insulation Voltage Rating: 600 volts.

2.4 ARMORED CABLE

A. Description: NFPA 70, Type AC.

B. Conductor: Copper.

C. Insulation Voltage Rating: 600 volts.

2.5 METAL CLAD CABLE

A. Description: NFPA 70, Type MC.

B. Conductor: Copper.

C. Insulation Voltage Rating: 600 volts.

D. Insulation Temperature Rating: 60 degrees C.

E. Insulation Material: Thermoplastic.

F. Armor Material: Steel.

G. Armor Design: Interlocked metal tape.

PART 3 EXECUTION

3.1 EXAMINATION

A. Verify that interior of building has been protected from weather.

B. Verify that mechanical work likely to damage wire and cable has been completed.

C. Verify that raceway installation is complete and supported.

3.2 PREPARATION

A. Completely and thoroughly swab raceway before installing wire.

3.3 INSTALLATION

LOW-VOLTAGE CONDUCTORS AND CABLES 260519- 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

A. Install wire and cable securely, in a neat and workmanlike manner, as specified in NECA 1.

B. Route wire and cable as required to meet project conditions. C. Use wiring methods indicated.

D. Pull all conductors into raceway at same time.

E. Use suitable wire pulling lubricant for building wire 4 AWG and larger.

F. Protect exposed cable from damage.

G. Neatly train and lace wiring inside boxes, equipment, and panelboards.

H. Clean conductor surfaces before installing lugs and connectors.

I. Make splices, taps, and terminations to carry full ampacity of conductors with no perceptible temperature rise.

END OF SECTION 26 05 19

LOW-VOLTAGE CONDUCTORS AND CABLES 260519- 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

SECTION 26 05 33 - RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS

PART 1 - GENERAL

1.1 SUMMARY

A. This Section includes raceways, fittings, boxes, enclosures, and cabinets for electrical wiring.

1.2 SUBMITTALS

A. Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover enclosures, and cabinets.

B. Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, details, and attachments to other work.

1.3 QUALITY ASSURANCE

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

B. Comply with NFPA 70.

PART 2 - PRODUCTS

2.1 METAL CONDUIT AND TUBING

A. Rigid Steel Conduit: ANSI C80.1.

B. IMC: ANSI C80.6.

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. Conduit Fittings for Hazardous (Classified) Locations: Comply with UL 886. 2. Fittings for EMT: Steel or die-cast, or set-screw or compression type.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

2.2 NONMETALLIC CONDUIT AND TUBING

A. ENT: NEMA TC 13.

B. RNC: NEMA TC 2, Type EPC-40-PVC, unless otherwise indicated.

C. LFNC: UL 1660.

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

E. Fittings for LFNC: UL 514B.

2.3 METAL WIREWAYS

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

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

1. Cooper B-Line, Inc. 2. Hoffman. 3. Square D; Schneider Electric.

C. Description: Sheet metal sized and shaped as indicated, NEMA 250, Type 1, 12, or 3R unless otherwise indicated.

D. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

E. Wireway Covers: As indicated.

F. Finish: Manufacturer's standard enamel finish.

2.4 NONMETALLIC WIREWAYS

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

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

1. Hoffman. 2. Lamson & Sessions; Carlon Electrical Products.

C. Description: PVC plastic, extruded and fabricated to size and shape indicated, with snap-on cover and mechanically coupled connections with plastic fasteners.

D. Fittings and Accessories: Include couplings, offsets, elbows, expansion joints, adapters, hold-down straps, end caps, and other fittings to match and mate with wireways as required for complete system.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

2.5 SURFACE RACEWAYS

A. Surface Metal Raceways: Galvanized steel with snap-on covers. Manufacturer's standard enamel finish as indicated.

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Thomas & Betts Corporation. b. Walker Systems, Inc.; Wiremold Company (The). c. Wiremold Company (The); Electrical Sales Division.

B. Surface Nonmetallic Raceways: Two-piece construction, manufactured of rigid PVC with texture and color selected by Architect..

1. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 2. Manufacturers: Subject to compliance with requirements, provide products by one of the following:

a. Butler Manufacturing Company; Walker Division. b. Enduro Systems, Inc.; Composite Products Division. c. Hubbell Incorporated; Wiring Device-Kellems Division. d. Lamson & Sessions; Carlon Electrical Products. e. Panduit Corp. f. Walker Systems, Inc.; Wiremold Company (The). g. Wiremold Company (The); Electrical Sales Division.

2.6 BOXES, ENCLOSURES, AND CABINETS

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

B. Cast-Metal Outlet and Device Boxes: NEMA FB 1, ferrous alloy or aluminum, Type FD, with gasketed cover.

C. Nonmetallic Outlet and Device Boxes: NEMA OS 2.

D. Metal Floor Boxes: Cast or sheet metal, fully adjustable, rectangular.

E. Nonmetallic Floor Boxes: Nonadjustable, round.

F. Small Sheet Metal Pull and Junction Boxes: NEMA OS 1.

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

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

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 3 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

1. Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel. 2. Nonmetallic Enclosures: Plastic

I. 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.

PART 3 - EXECUTION

3.1 RACEWAY APPLICATION

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

1. Exposed Conduit: Rigid steel conduit, IMC, RNC, Type EPC-40-PVC, RNC, Type EPC-80-PVC. 2. Concealed Conduit, Aboveground: Rigid steel conduit, IMC, EMT, RNC, Type EPC-40-PVC. 3. Underground Conduit: RNC, Type EPC-40, 80-PVC, direct buried. 4. Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic, Electric Solenoid, or Motor-Driven Equipment): LFMC, LFNC. 5. 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: EMT, ENT or RNC. 2. Exposed, Not Subject to Severe Physical Damage: EMT, RNC identified for such use. 3. Exposed and Subject to Severe Physical Damage: Rigid steel conduit, IMC. Includes raceways in the following locations:

a. Loading dock. b. Corridors used for traffic of mechanized carts, forklifts, and pallet-handling units. c. Mechanical rooms.

4. Concealed in Ceilings and Interior Walls and Partitions: EMT, ENT or RNC, Type EPC-40-PVC. 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: Rigid steel conduit. 7. Raceways for Optical Fiber or Communications Cable: EMT. 8. Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4, stainless steel or nonmetallic in damp or wet locations.

C. Minimum Raceway Size: 1/2-inch (16-mm) or 3/4-inch (21-mm) trade size.

D. Raceway Fittings: Compatible with raceways and suitable for use and location.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 4 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

1. Rigid and Intermediate Steel Conduit: Use threaded rigid 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 Drawings or in this Article are stricter.

B. Keep raceways at least 6 inches (150 mm) 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. Arrange stub-ups so curved portions of bends are not visible above the finished slab.

E. 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.

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

G. Raceways Embedded in Slabs:

1. Run conduit larger than 1-inch (27-mm) 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. 3. Change from ENT to RNC, Type EPC-40-PVC, rigid steel conduit, or IMC before rising above the floor.

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

I. Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of slack at each end of pull wire.

J. Raceways for Optical Fiber and Communications Cable: Install as follows:

1. 3/4-Inch (19-mm) Trade Size and Smaller: Install raceways in maximum lengths of 50 feet (15 m). 2. 1-Inch (25-mm) Trade Size and Larger: Install raceways in maximum lengths of 75 feet (23 m). 3. Install with a maximum of two 90-degree bends or equivalent for each length of raceway unless Drawings show stricter requirements. Separate lengths with pull or junction boxes or terminations at distribution frames or cabinets where necessary to comply with these requirements.

K. 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 by NFPA 70.

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 5 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

L. Expansion-Joint Fittings for RNC: Install in each run of aboveground conduit that is located where environmental temperature change may exceed 30 deg F (17 deg C), and that has straight-run length that exceeds 25 feet (7.6 m).

1. Install expansion-joint fittings for each of the following locations, and provide type and quantity of fittings that accommodate temperature change listed for location:

a. Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F (70 deg C) temperature change. b. Outdoor Locations Exposed to Direct Sunlight: 155 deg F (86 deg C) temperature change. c. Indoor Spaces: Connected with the Outdoors without Physical Separation: 125 deg F (70 deg C) temperature change. d. Attics: 135 deg F (75 deg C) temperature change.

2. Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot of length of straight run per deg F (0.06 mm per meter of length of straight run per deg C) of temperature change. 3. Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at the time of installation.

M. 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.

N. Set metal floor boxes level and flush with finished floor surface.

O. Set nonmetallic floor boxes level. Trim after installation to fit flush with finished floor surface.

3.3 FIRESTOPPING

A. Apply firestopping to electrical penetrations of fire-rated floor and wall assemblies to restore original fire-resistance rating of assembly.

END OF SECTION 26 05 33

RACEWAY AND BOXES FOR ELECTRICAL SYSTEMS 260533 - 6 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

SECTION 26 51 00 - INTERIOR LIGHTING

1.1 SUMMARY

A. Interior lighting fixtures (including fixtures mounted on exterior of building), lamps, and ballasts.

B. Emergency lighting units.

C. Exit signs.

D. Lighting fixture supports.

1.2 QUALITY ASSURANCE

A. Quality Standard for Exit Signs: UL 924.

B. Mockups.

1.3 WARRANTY

A. Emergency Lighting Unit Batteries: 10 years.

B. Emergency Fluorescent Ballasts: 7 years.

C. Electronic Ballasts: 5 years.

D. Fluorescent Lamps: 2 years.

E. LED Fixtures: 5 years

1.4 PRODUCTS

A. Ballasts for Linear Fluorescent Lamps:

1. Electronic Ballasts:

a. Type: Instant start. b. Sound Rating: A. c. Total harmonic distortion rating of less than 10 percent. d. Transient Voltage Protection: Category A or better. e. Lamp Current Crest Factor: 1.7 or less. f. BF: 0.85 or higher. g. Power Factor: 0.98 or higher.

2. Ballasts for Low-Temperature Environments:

INTERIOR LIGHTING 265100 - 1 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

a. Temperatures -20 Deg F and Higher: Electronic.

3. Ballasts for Bi-Level Controlled Lighting Fixtures: Electronic type.

a. High-Level Operation: 100 percent of rated lamp lumens.

B. Ballasts for Compact Fluorescent Lamps: Electronic.

C. Emergency Fluorescent Power Units:

1. Internal Type: Self-contained, modular, battery-inverter unit, factory mounted within lighting fixture body and compatible with ballast; having integral time-delay relay; and for operating 1 fluorescent lamp continuously at an output of 1400 lumens each.

D. Exit Signs: Internally lighted.

1. Self-Powered Exit Signs LED (Battery Type): Sealed, maintenance-free, nickel-cadmium battery with fully automatic, solid-state charger with sealed transfer relay, integral self-test configurations.

E. Fluorescent Lamps:

1. Compact Fluorescent Lamps: 42 W.

F. Lighting fixture support components.

G. Retrofit kits for fluorescent lighting fixtures.

H. LED fixtures: 5 years minimum.

I. LED Light Fixtures and Power Supply:

1. All light fixtures utilizing LED’s shall be provided as a complete assembly including LED fixture, power supply, overcurrent protection and surge suppression, mounting brackets, clips, etc. All LED products including power supplies shall be warranted for a minimum of 5 years but not less than 50,000 hours of operation. 2. All LED’s shall maintain light output exceeding 70% og initial values for a minimum of 50,000 hours. 3. LED power supplies shall have a power factor of 92% or greater. THD shall be 20% or less. All power supplies shall include minimum of 10 kV surge suppression protection standard and shall withstand high repetition noise transient. Surge suppression shall be appropriate for surges which would typically be experienced at the installation location based on electric service from Detroit Edison Co. (DTE). The surge protection shall be tested in accordance with IEEE/ANSI C62.412. 4. LED fixtures and/or lighting products using LED’s shall be provided complete with power supplies. Quantity and sizing of powers supplies shall be determine by the manufacturer. All costs for installing and wiring power supplies shall be included in the contractors bid. Mounting locations of the power supply shall determined by the contractor with input from the manufacturer.

INTERIOR LIGHTING 265100 - 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairwell Pressurization & Renovations File No. 071/11368.RMP Index No. 44101

Power supplies shall be located in accessible ceiling spaces only or in unfinished equipment rooms. Do not located power supplies above hard ceiling. All power supply locations shall be approved by the architect. 5. All wiring including 120 volt wiring to power supply and low voltage wiring from power supply to LED fixture shall be included in the contractors bid. Manufacturer shall provide complete wiring diagram showing each individual piece or section of LED fixture, strip or panel. Include all power supplies, 120/277 volt input wiring and all low voltage wiring required for each individual piece or section LED fixture strip or panel. Each and all wiring connections required for the complete LED product to be used shall be shown on wiring diagrams. Wiring diagrams shall be provided with product shop drawings. 6. LED product shall include all mounting clips and brackets required for mounting. In no case shall double stick tape or an adhesive be used. 7. All power supplies shall be labeled with the 120-277 volt panel and circuit serving the power supply. 8. Power supplies and low voltage wiring located in a return air plenum or open area shall be rated the same. 9. Low voltage wiring serving LED fixtures may be installed without conduit above accessible ceiling and where installed in truss space above the bottom cord of building steel. All low voltage wiring installed vertically within wall construction shall be installed in 1/2” conduit minimum. Where wiring is installed under floor slab, 3/4” minimum conduit shall be used. Conduit installation shall be in accordance with specifications. Low voltage wiring shall be rated 300 volt. 10. LED product shall be installed with accordance with the recommendations of the manufacturer. All LED products shall be shipped with installation instructions. If installation instructions are not included with the LED product, contractor shall request and receive same prior to beginning installation.

J. Exit Signs: Internally lighted.

1. Self-Powered Exit Signs (Battery Type): Sealed, maintenance-free, nickel-cadmium battery with fully automatic, solid-state charger with sealed transfer relay, integral self-test configurations, LED.

K. Lighting fixture support components.

L. Retrofit kits for fluorescent lighting fixtures.

END OF SECTION 26 51 00

INTERIOR LIGHTING 265100 - 3 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

APPENDIX I

FORMS

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET Facilities and Business Services Administration

Certification Regarding Debarment, Suspension, and Other Responsibility Matters

The prospective participant certifies to the best of its knowledge and belief that, within the past three (3) years, the vendor, an officer of the vendor, or an owner of a 25% or greater interest in the vendor:

(a) Has not been convicted of a criminal offense incident to the application for or performance of a contract or subcontract with the State of Michigan or any of its agencies, authorities, boards, commissions, or departments.

(b) Has not been convicted of a criminal offense which negatively reflects on the vendor’s business integrity, including but not limited to, embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, negligent misrepresentation, price-fixing, bid-rigging, or a violation of state or federal anti-trust statutes.

(c) Has not had a loss or suspension of a license or the right to do business or practice a profession, the loss or suspension of which indicates dishonesty, a lack of integrity, or a failure or refusal to perform in accordance with the ethical standards of the business or profession in question.

(d) Has not been convicted of a criminal offense or other violation of other state or federal law, as determined by a court of competent jurisdiction or an administrative proceeding, which in the opinion of DTMB indicates that the vendor is unable to perform responsibly or which reflects a lack of integrity that could negatively impact or reflect upon the State of Michigan, including but not limited to, any of the following offenses under or violations of:

i. The Natural Resources and Environmental Protection Act, 1994 PA 451, MCL 324.101 to 324.90106. ii. A persistent and knowing violation of the Michigan Consumer Protection Act, 1976 PA 331, MCL 445.901 to 445.922. iii. 1965 PA 166, MCL 408.551 to 408.558 (law relating to prevailing wages on state projects) and a finding that the vendor failed to pay the wages and/or fringe benefits due within the time period required. iv. Repeated or flagrant violations of 1978 PA 390 MCL 408.471 to 408.490 (law relating to payment of wages and fringe benefits). v. A willful or persistent violation of the Michigan Occupational Health and Safety Act, 1974, PA 154, MCL 408.10001 to 408.1094, including: a criminal conviction, repeated willful violations that are final orders, repeated violations that are final orders, and failure to abate notices that are final orders. vi. A violation of federal or state civil rights, equal rights, or non-discrimination laws, rules, or regulations.

I understand that a false statement on this certification may be grounds for rejection of this proposal or termination of the award and may be grounds for debarment.

Typed Name & Title of Authorized Representative

Signature of Authorized Representative Date

I am unable to certify to the above statements. My explanation is attached.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

DEPARTMENT OF TECHNOLOGY, MANAGEMENT AND BUDGET Facilities and Business Services Administration

PROFESSIONAL/CONTRACTOR DEMOGRAPHICS, STATISTICS AND CERTIFICATION

1. Company Name: ______

2. Company Address: ______

3. Principle Place of Business (zip code): ______

4. Year of Establishment ______

Woman, Minority, or Veteran Owned Small Business Representation (For Statistical Use Only)

DEFINITIONS:

‘Woman-owned business,’ means a small business that is at least 51% owned by a woman or women who are US citizens and who control and operate the business.

The vendor represents that it IS _____, IS NOT _____ a woman-owned small business.

‘Minority-owned business,’ means a small business that is at least 51% owned by a minority or minorities who are US citizens and who control and operate the business.

The vendor represents that it IS _____, IS NOT _____ a minority-owned small business.

African American ____Arab American____Asian American____Hispanic____ American Indian____Eskimo____

‘Qualified Disabled Veteran,’ means a business entity that is 51% or more owned by one or more veterans with a service- connected disability.

‘Qualified Disabled,’ means a business entity that is 51% or more owned by one or more with a service-connected disability.

The vendor represents that it IS _____, IS NOT _____ qualified disabled.

‘Veteran-owned business,’ means a small business that is at least 51% owned by a veteran or veterans who are U.S. citizens and who control and operate the business.

The vendor represents that it IS _____, IS NOT _____ a veteran-owned small business.

The contractor represents and warrants that the company meets the above (when checked) and can provide supportive documentation upon request. ______Authorized Agent Name (print or type)

______Authorized Agent Signature

Fraudulent Certification as a Qualified Disabled Veteran is subject to debarment under MCL 18.264.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

Certification of a Michigan Based Business (Information Required Prior to Contract Award for Application of State Preference/Reciprocity Provisions)

DEFINITION: To qualify as a Michigan business, vendor must have during the 12 months immediately preceding this bid deadline, or if the business is newly established, for the period the business has been in existence, it has (check all that apply):

Bidder shall also indicate one of the following:

 Bidder qualifies as a Michigan business (provide zip code: ______)

( ) Filed a Michigan single business tax return showing a portion or all of the income tax base allocated or apportioned to the State of Michigan pursuant to the Michigan Single Business Tax Act, 1975 PA 228, MCL ˜208.1 – 208.145; or

( ) Filed a Michigan income tax return showing income generated in or attributed to the State of Michigan; or

( ) Withheld Michigan income tax from compensation paid to the bidder’s owners and remitted the tax to the Department of Treasury; or

I certify that I have personal knowledge of such filing or withholding, that it was more than a nominal filing for the purpose of gaining the status of a Michigan business, and that it indicates a significant business presence in the state, considering the size of the business and the nature of its activities.

I authorize the Michigan Department of Treasury to verify that the business has or has not met the criteria for a Michigan business indicated above and to disclose the verifying information to the procuring agency.

 Bidder does not qualify as a Michigan business (provide name of State: ______).

 Principal place of business is outside the State of Michigan, however service/commodity provided by a location within the State of Michigan (provide zip code: (______).

______Authorized Agent Name (print or type)

______Authorized Agent Signature

Fraudulent Certification as a Michigan business is prohibited by MCL 18.1268 § 268. A BUSINESS THAT PURPOSELY OR WILLFULLY SUBMITS A FALSE CERTIFICATION THAT IT IS A MICHIGAN BUSINESS OR FALSELY INDICATES THE STATE IN WHICH IT HAS ITS PRINCIPLE PLACE OF BUSINESS IS GUILTY OF A FELONY, PUNISHABLE BY A FINE OF NOT LESS THAN $25,000 and subject to debarment under MCL 18.264.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

BID SCHEDULE

Base Bid Schedule - The Bidder will complete the Work and accept as full payment, for the Work items listed, the following Unit Prices and/or Item Bid Prices, as applicable:

Base Bid Bid Description Item Bid Item No. Quantity (Bidder to write price in words) Price

+ Contingency $20,000.00

Base Bid (Sum of Item Bid Prices for all Base Bid Items):

______Dollars and No/Cents $______(use words) (in figures)

Name of the Bidder ______Agency No. 071 Index No. 44101 File No. 071/11368.RMP

Date ______

Federal Identification (I.D.) No. or Social Security No. ______

Telephone No. ______

Schedule of Alternates - The Bidder will complete (or deduct from the Contract) the parts of the Work designated by the Alternates that follow and accept in full payment (or allow in full credit) for those parts of the Work the following Item Bid Prices:

Alternate Bid Description Unit Item Bid Item No. Quantity (Bidder to write price in words) Price Price

The Bidder further acknowledges and agrees that the separate prices bid on this “Schedule of Alternates,” where they are applicable and deemed acceptable by the Owner, will be used if incorporated into the Contract when the Owner issues the Notice of Award.

Name of the Bidder ______Agency No. 071 Index No. 44101 File No. 071/11368.RMP

Date ______

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

SCHEDULE OF CHANGE ORDER PRICES

The Bidder must use this “Schedule of Change Order Prices” to propose contingent prices. The proposed contingent Change Order prices set forth in this schedule, at the sole discretion of the Owner, may, or may not be incorporated into the Contract Documents. The Owner reserves the right to negotiate contingent Change Order prices before their possible incorporation into the Contract Documents. Proposed Change Order prices will not affect determination of the lowest Bid.

Subject to their incorporation into the Contract Documents, the Bidder will add to, or deduct from, the Contract Work covered by the contingent prices that follow and accept in full payment, or allow in full credit, for that Work (a) those prices bid by the Bidder, or (b) if a particular price is not Bid, the price proposed by the Owner (and shown in the appropriate column):

Item Units or Description Bidder's Bid Price Proposed No. Quantity (Bidder to write price in words) Price By the Owner

Name of the Bidder ______Agency No. 071 Index No. 44101 File No. . 071/11368.RMP

Date ______

Federal Identification (I.D.) No. or Social Security No. ______

Telephone No. ______

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

BID BOND

BID SUBMITTED ON the ______day of ______, 20____.

Bid Security is in the form of: a Bid Bond ______Bid Bond form has been duly executed ______; or A Bank Certified or Cashier's check ___ or Money Order ___ is attached to this page ____ Bidder’s Certificate of Awardability is attached to the last page of this Bid Form ____ If the Bidder is an Individual: Name of Individual: ______Name & Title of Person Authorized to sign: ______

Signature: ______(If not the Individual, Attach Power of Attorney) Date Doing Business as: ______Business Address: ______Federal Identification (I.D.) No. or Social Security No. ______

County of registration ______Telephone: ______FAX: ______If the Bidder is a Partnership: By: ______(True Name of the Partnership) ______Partner Authorized to Sign Date Signature: ______(Attach evidence of Authority to sign) Date Business Address: ______Federal Identification (I.D.) No. or Social Security No. ______County of registration ______Telephone: ______FAX ______

If the Bidder is a Corporation: By: ______(Legal Corporation Name) Name & Title of Authorized Officer: ______

Signature: ______(Attach evidence of Authority to sign) Date Name & Title of Officer Attesting: ______

Signature: ______Date Business Address: ______Federal Identification (I.D.) No. or Social Security No. ______Telephone: ______FAX ______

(State of Incorporation): ______

If The Bidder is A Joint Venture: JOINT VENTURE SIGNATURES MUST BE AS PROVIDED IN INSTRUCTIONS TO BIDDERS. EACH JOINT VENTURER SIGNING THE BID MUST SIGN IN THE MANNER INDICATED FOR AN INDIVIDUAL, A PARTNERSHIP OR A CORPORATION. IF MORE THAN TWO JOINT VENTURERS OF THE SAME TYPE ARE INCLUDED, USE ADDITIONAL PAGES. JOINT VENTURE STATE OF INCORPORATION ______OR COUNTY OF REGISTRATION ______

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

PREFERENCE CERTIFICATION FAILURE TO COMPLETE AND RETURN THIS FORM MAY DISQUALIFY THE BID

AUTHORITY: To comply with Michigan Public Act 237 of 1988, a Bidder submitting a Bid of $100,000 or more must complete Section A OR B below. SECTION A

I certify that ______qualifies as a Michigan business for the purpose of claiming a reciprocal preference against out-of-state firms. During the 12 months immediately preceding this Bid deadline or, if the business is newly established, for the period the business has been in existence, the business has (check all which apply):

Filed a Michigan single business tax return showing a portion or all of the income tax base allocated or apportioned to the State of Michigan pursuant to the Michigan Single Business Tax Act, Act No. 228 of the Public Acts of 1975, being Sections 208.1 to 208.145 of the Michigan Compiled Laws.

Filed a Michigan income tax return showing income generated in or attributed to the State of Michigan.

Withheld Michigan income tax from compensation paid to the Bidder's owners and remitted the tax to the Department of Treasury.

I certify that I have personal knowledge of such filing or withholding, that it was more than a nominal filing for the purpose of gaining the status of a Michigan business, and that it indicates a significant business presence in the state, considering the size of the business and the nature of its activities.

I authorize the Michigan Department of Treasury to verify whether the business has met the criteria for a Michigan business indicated above and to disclose the verifying information to the procuring agency.

Authorized Representative (type or print) Authorized Representative (signature) Date

(OR) SECTION B

I certify that ______maintains its principal place of business in the

State of ______.

Authorized Representative (type or print) Authorized Representative (signature) Date

A BUSINESS THAT PURPOSELY OR WILLFULLY SUBMITS A FALSE CERTIFICATION THAT IT IS A MICHIGAN BUSINESS OR FALSELY INDICATES THE STATE IN WHICH IT HAS ITS PRINCIPAL PLACE OF BUSINESS IS GUILTY OF A FELONY, PUNISHABLE BY A FINE OF NOT LESS THAN $25,000.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP

PERFORMANCE BOND AGENCY No. ______INDEX No. ______SURETY COMPANY REFERENCE No. ______

That "the Contractor," ______, a corporation ___, individual ___, partnership ___, joint venture ___ of the State of ______, qualified to do business in the State of Michigan, as Principal, and "the Surety," ______, of the State of ______, as surety, are held and bound unto the State of Michigan, "the Owner," as Obligee, in the amount of ______Dollars ($______), for the payment of which the Contractor and Surety bind themselves, their respective heirs, successors, legal representatives and assigns, jointly and severally, in compliance with 1963 PA 213, as amended, MCL 129.201 et seq.

The Contractor has entered into "the Contract" with the Owner for ______, "the Work," covered by the Contract Documents, which are incorporated into this Performance Bond by this reference;

If the Contractor faithfully performs and fulfills all the undertakings, the Contract Documents (including addition, deletion or other covenants, terms, conditions, warranties, indemnifications and revision). agreements of the Contract Documents within the Contract Time (including any authorized changes, with or without notice to the B. This Performance Bond must be solely for the protection of the Surety) and during the Correction Period, and if the Contractor Owner and its successors, legal representatives or assigns. also performs and fulfills all the undertakings, covenants, terms, conditions, warranties, indemnifications and agreements of any C. It is the intention of the Contractor and Surety that they must and all duly authorized modifications of the Contract Documents, be bound by all terms and conditions of the Contract Documents then THIS OBLIGATION IS VOID, OTHERWISE TO REMAIN IN (including, but not limited to General Conditions and this FULL FORCE AND EFFECT. Performance Bond). However, this Performance Bond is executed pursuant to 1963 PA 213, as amended, MCL 129.201 et seq., and A. No change in Contract Price or Contract Time, "or equal" or if any provision(s) of this Performance Bond is/are illegal, invalid or substitution or modification of the Contract Documents (including unenforceable, all other provisions of this Performance Bond must addition, deletion or other revision) releases the Surety of its nevertheless remain in full force and effect, and the Owner must obligations under this Section 00610 Performance Bond. The be protected to the full extent provided by 1963 PA 213, as Surety expressly waives notice of any such change in Contract amended, MCL 129.201 et seq. Price or Contract Time, "or equal" or substitution or modification of

IMPORTANT: The Surety must be authorized to do business in the State of Michigan by the Department of Energy, Labor and Economic Growth  Insurance Bureau, must be listed on the current U.S. Department of the Treasury Circular 570, and, unless otherwise authorized by the Owner in writing, must have at least an A Best's rating and a Class VII or better financial size category per current A. M. Best Company ratings.

Name, Address and Telephone of the Surety: Address and Telephone of Agent, who is either a resident of, or whose principal office is maintained in, the State of Michigan

Signed and sealed this ______day of ______, 20_____.

THE CONTRACTOR: (Print Full Name and Sign) By:______

WITNESS ______Name & Title: ______Telephone No. ______

THE SURETY: (Print Full Name and Sign) Agent: ______

WITNESS ______Attorney-in-Fact: ______Telephone No. ______

Bidding and Contract Document Project Name: Lewis Cass Building -Stairway Pressurization and Renovations File No. 071/11368.RMP

PAYMENT BOND AGENCY No. ______INDEX No. ______SURETY COMPANY REFERENCE No.______

"the Contractor," ______, a corporation ___, individual ___, partnership ___, joint venture ___ of the State of ______, qualified to do business in the State of Michigan, as Principal, and "the Surety," ______, of the State of ______, as surety, are held and bound unto the State of Michigan, "the Owner," as Obligee, in the amount of ______Dollars ($______), for the payment of which the Contractor and Surety bind themselves, their respective heirs, successors, legal representatives and assigns, jointly and severally, in compliance with 1963 PA 213, as amended, MCL 129.201 et seq.

The Contractor has entered into "the Contract" with the Owner for ______, "the Work," covered by the Contract Documents, which are incorporated into this Payment Bond by this reference;

If the Contractor promptly pays all claimants supplying labor or obligations under this Payment Bond. The Surety hereby materials to the Contractor or to the Contractor's Subcontractors expressly waives notice of any such change in Contract Price or in the prosecution of the Work, then THIS OBLIGATION IS VOID, Contract Time, "or equal" or substitution or modification of the OTHERWISE TO REMAIN IN FULL FORCE AND EFFECT. Contract Documents (including addition, deletion or other revision).

A. All rights and remedies on this Payment Bond are solely for the C. It is the intention of the Contractor and Surety that they must protection of all claimants supplying labor and materials to the be bound by all terms and conditions of the Contract Documents Contractor or the Contractor's Subcontractors in the prosecution (including, but not limited to this Payment Bond). However, this of the Work, and must be determined in accordance with Michigan Payment Bond is executed pursuant to 1963 PA 213, as amended, Law. MCL 129.201 et seq., and if any provision(s) of this Payment Bond is/are illegal, invalid or unenforceable, all other provisions of this B. No change in Contract Price or Contract Time, "or equal" or Payment Bond must nevertheless remain in full force and effect, substitution or modification of the Contract Documents (including and the Owner must be protected to the full extent provided by addition, deletion or other revision) must release the Surety of its 1963 PA 213, as amended, MCL 129.201 et seq.

IMPORTANT: The Surety must be authorized to do business in the State of Michigan by the Department of Energy, Labor and Economic Growth  Insurance Bureau, must be listed on the current U.S. Department of the Treasury Circular 570, and, unless otherwise authorized by the Owner in writing, must have at least an A Best's rating and a Class VII or better financial size category per current A. M. Best Company ratings.

Name, Address and Telephone of the Surety: Address and Telephone of Agent, who is either a resident of, or whose principal office is maintained in, the State of Michigan

Signed and sealed this ______day of ______, 20_____.

THE CONTRACTOR: (Print Full Name and Sign) By:______

WITNESS ______Name & Title: ______Telephone No. ______

THE SURETY: (Print Full Name and Sign) Agent: ______

WITNESS ______Attorney-in-Fact: ______Telephone No. ______

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

APPENDIX II

SPECIAL WORKING CONDITIONS

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

DTMB Facilities and Business Services Administration Security Clearance Request

Contractor Instructions

The purpose of this document is to establish security and supervision requirements for contract personnel requiring access to Department of Technology, Management and Budget (DTMB) facilities.

A DTMB Security Clearance form must be completed before an individual is granted access to a facility. Access approval will be in effect for one year from date of DTMB Facility Services approval or until estimated project completion date (whichever occurs first).

Contract personnel agree to adhere to all DTMB rules and regulations which in DTMB facilities. Access will only be granted for normal business hours. (Monday-Friday, 8:00 a.m.-5:00 p.m. except State holidays). DTMB Facilities and Business Services Administration, Facility Services section must clear any exception in advance.

Contract personnel will be required to submit the following to DTMB Facility Services Manager or Regional Manager before entering a DTMB facility:

Procedure for submitting form electronically (preferred and recommended)

1. Complete a DTMB Security Clearance form (using Microsoft Excel) and include the following:

 Company name  Company Contact name and phone number  Complete name (last name first) and date of birth for all employees requiring access.

2. Email completed form to DTMB Facility Manager for an individual building or DTMB Regional Facility Manager for multiple building requests.

Procedure for submitted in person or mail delivery

1. Complete a DTMB Security Clearance form (using Microsoft Excel) and include the following:

 Company name  Company Contact name and phone number  Complete name (last name first) and date of birth for all employees requiring access.

2. Return completed form to DTMB Facility Manager for an individual building or DTMB Regional Facility Manager for multiple building requests.

Note: This request must be received a minimum of 48 hours before enter a DTMB Facility.

DTMB Facility Access Criteria:

1. Present pictured ID. 2. Name must appear on the clearance list. 3. Sign-in and wear a dated visitor’s pass (must be visibly displayed at all times). 4. Return visitor pass to security desk at days end.

Note: Individuals whose name does not appear on the clearance list are required to be signed in by a member of the DTMB Facility Services staff.

Failure to comply with the above procedure will result in the individual(s) being delayed and may be cause for denying access to DTMB facilities.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

APPENDIX III

SPECIAL PROJECT PROCEDURES

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

DEMOLITION/REMODELING PROJECT PROCEDURES

Furnish all equipment, materials, labor and services necessary to complete all building demolition required in connection with the existing building, in order to permit the installation of new Work. The goal of the Owner is to generate the least amount of waste or debris possible. However, inevitable waste and debris that are generated shall be reused, salvaged, or recycled, and disposal in landfills shall be minimized to the extent economically feasible. The Contractor will be required to prepare waste management plan for the collection, handling, storage, transportation and disposal of the waste generated at the construction site for the Owner’s review and approval. The Contractor will be required to produce waste management progress reports.

1. Locations: Notations are made in various places on the Drawings to call attention to building demolition which is required; however, these Drawings are not intended to show each and every item to be removed. The Contractor and the Subcontractors for the various trades must remove the materials related to their respective trades as required to permit the construction of the new Work as shown.

2. Permits: The Contractor must secure from the appropriate agencies all required permits necessary for proper execution of the work before starting work on the project site. All fees for securing the permits must be paid by the Contractor, including all inspection costs which may be legally assessed by the Bureau of Construction Codes in accordance with the authority granted under the Public Act 1980 PA 371, as amended.

3. Enclosures: Where it is necessary to make alterations to walls, floors or roof of the existing building, the Contractor must provide and maintain dustproof partitions to separate the parts where Work is being done from the adjoining parts occupied by the State Agency. Where any parts are opened and exposed to the elements, the Contractor must provide weather tight enclosures to fully protect the structure and its contents.

4. Waste Management Plan: The management plan must address waste source identification and separation, returns, reuse and salvage, recycling, landfill options, alternatives to landfilling, materials handling procedures and transportation.

5. Preparation: Protect all existing Work that is to remain and restore in an approved manner any such Work that becomes damaged.

5.1 Rubbish and debris resulting from the Work must be removed immediately from the site by the Contractor. However, any recyclable materials must be recycled; the Contractor will be required to use alternatives to landfills for waste disposal such as reuse or recycle of asphalt, bricks, concrete, masonry, plastics, paint, glass, carpet, metals, wood, drywall, insulation and any other waste materials to the extent practical.

5.2 Unless otherwise specified, the Agency will remove existing furniture, drapery tracks, draperies, window blinds, and other equipment items, which might interfere with the new construction.

6. Coordination: Demolition work, in connection with any new unit of Work, must not be commenced until all new materials required for completion of that new item of Work are at hand.

7. Waste Management Plan Progress Reports: Submit an updated report with the payment requests. The progress reports shall include: a. The amount of waste sent to a landfill, tipping fees paid and the total disposal cost. Include supporting documents such as manifests, weight tickets, receipts and/or invoices. b. Records for each material recycled/reused/salvaged from the project including the amount, date removed from the job site, final destination, transportation cost, recycled materials and the net cost/ savings. c. Breakdown of waste by type generated to date. d. Recycling/salvage/landfill rates. e. Percent of waste recycled/salvaged to date.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

HAZARDOUS MATERIALS PROJECT PROCEDURES

1. The Contractor must use, handle, store, dispose of, process, transport and transfer any material considered a Hazardous Material in accordance with all Federal, State and local Laws. If the Contractor encounters material reasonably believed to be a Hazardous Material and which may present a substantial danger, the Contractor must immediately stop all affected work, give written notice to the Owner of the conditions encountered, and take appropriate health and safety precautions.

2. This project has been identified by the DTMB-FA as having a possibility of containing Hazardous Waste materials to be legally removed from the Project job site in order to complete the Work as described in the Proposal And Contract. If removal of friable asbestos material is required, the Contractor must contact the Air Quality Division, Department of Natural Resources & Environment, at (5l7) 373-7023, for a permit and furnish all training, labor, materials, services, insurance, and equipment necessary to carry out the removal operations of all Hazardous Materials from the Project job site, as identified by the Scope of Work, or encountered on the Project job site, in accordance with State and Federal Hazardous Waste Codes. A Contract Change Order will be written to modify the existing Contract to pay for the additional cost.

3. Environmental Hazards (air, water, land and liquid industrial) are handled by the Waste and Hazardous Materials Division, Michigan Department of Natural Resources & Environment (MDNRE) in carrying out the requirements of the Federal Environmental Protection Agency (EPA). For general information and/or a copy of the latest regulations and publications call (517) 335-2690.

4. The Michigan Occupational Safety and Health Administration (MIOSHA) provides protection and regulations for the safety and health of workers. The Department of Energy, Labor and Economic Growth provides for the safety of workers. The Department of Community Health provides for the health of workers (517/373-3740) (TDD 517/373-3573).

4.1 Contractor must post any applicable State and/or Federal government regulations at the job site in a prominent location.

4.2 Contractor must be responsible for training their workers in safe work practices and in proper removal methods when coming in contact with hazardous chemicals.

5. Applicable Regulations:

5.1 Natural Resources and Environmental Protection Act – PA 451 of 1994, as amended, including Part 111 – Hazardous Waste Management, Part 121 – Liquid Industrial Waste and Part 147 – PCB compounds.

5.2 RCRA, 1976 - Resource Conservation and Recovery Act: This federal statute regulates generation, transportation, treatment, storage or disposal of hazardous wastes nationally.

5.3 TSCA, 1979 – Toxic Substances Control Act: This statute regulates the generation, transportation, storage and disposal of industrial chemicals such as PCBs.

6. Definitions: Hazardous substances are ignitable, corrosive, reactive, and/or toxic, based on their chemical characteristics.

6.1 Under Federal and Michigan Law, a Small Quantity Generator of hazardous waste provides from 220 to less than 2,000 lbs./month or never accumulates 2,200 lbs. or more.

6.2 A Generator size provider of hazardous waste provides 2,200 lbs. or more/month or accumulates above 2,200 lbs.

7. Disposals: To use an off-site hazardous waste disposal facility, the Contractor must use the Uniform Hazardous Waste Manifest (shipping paper). Small quantities of hazardous waste may not be disposed of in sanitary landfills used for solid waste.

8. Federal, State and local Laws and regulations may apply to the storage, handling and disposal of Hazardous Materials and wastes at each State Agency. Contact the Environmental Assistance Center of the Michigan Department of Natural Resources & Environment (MDNRE) at 1-800-662-9278, Fax to: 517-241-0673 or e-mail to: DEQ-EAD-env- [email protected] for general MDNRE information including direct and referral assistance on air, water and wetlands permits; contaminated site clean-ups; underground storage tank removals and remediation; hazardous and solid waste disposal; pollution prevention and recycling; and compliance-related assistance. The Center provides businesses, municipalities, and the general public with a single point of access to MDNRE's environmental programs.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

ASBESTOS ABATEMENT PROJECT PROCEDURES

Should this Work require the renovation or demolition of a building or structure initially constructed on or prior to 1980, the Contractor will use the attached copy of a Comprehensive Asbestos Building Survey for those portions of the building or structure being impacted and must plan his or her work to minimize disturbance of any known or assumed asbestos containing materials (ACM). In addition, if this building or structure was constructed on or prior to 1980, the Contractor’s On-Site Superintendent and all Subcontractor On-Site Superintendents for trades that could potentially disturb known or assumed ACM, must, as a minimum, have and provide documentation of current Asbestos Awareness Training.

If the Comprehensive Asbestos Building Survey identifies known or assumed ACM that will potentially be disturbed as a part of the Contractor’s renovation or demolition activities, the Contractor must remove, transport and dispose of these materials at no additional cost to the Owner and prior to any other work taking place within the immediate vicinity of said material. If required, the Contractor must provide the Owner a minimum of 10 working day notification prior to the start of any asbestos abatement activities with abatement in occupied buildings being completed even if they will be conducted during off hours (nights, weekends and state holidays).

If the Contractor encounters a suspected ACM that was not previously identified within the Comprehensive Asbestos Building Survey, the Contractor must immediately stop all affected work, give written notice to the Owner of the conditions encountered, and take appropriate health and safety precautions. If, after providing Owner notification, the Contractor is directed to sample and/or remove the suspected ACM in question, a Contract Change Order will be written to modify the existing Contract to pay for the additional cost. Any abatement shall be completed in accordance with the requirements of this Section.

If removal of ACM is required, removal must be completed by a contractor currently licensed to remove asbestos by the State of Michigan, Department of Energy, Labor and Economic Growth (DELEG) Asbestos Program and abatement must be performed in accordance with all Federal, State and local Laws and Regulations. Prior to commencing any asbestos abatement activities, the licensed abatement contractor must submit, as required by Federal, State and Local Laws and Regulations, a “Notification of Intent to Renovate/Demolish” to both the State of Michigan, Department of Natural Resources & Environment (DNRE), Air Quality Division and to the DELEG, Asbestos Program, to comply with National Emission Standards for Hazardous Air Pollutants (NESHAP), and the Clean Air Act (CAA). All regulated ACM must be disposed of at an approved Type II (general refuse) landfill and must be in leak-tight wrapping or containers. ACM that is non friable and is not in poor condition or will not become regulated ACM at any time can be disposed of in a Type III (construction debris) landfill.

At the completion of each abatement activity, the Contractor must perform clearance testing in accordance with National Institute for Occupational Safety and Health (NIOSH) 582 “Sampling and Evaluating Airborne Asbestos Dust”. All air samples shall indicate concentrations of less than 0.01 fibers/cc for clearance to be met. Clearance testing shall be performed by a third party Asbestos Consultant. The Asbestos Consultant selected by the Contractor shall be experienced and knowledgeable about the methods for asbestos air sampling and be able to select representative numbers and locations of samples. It is mandatory that the Asbestos Consultant’s on-site hygienist performing sampling and analysis have certification that he/she has passed a NIOSH 582 or equivalent course.

The NESHAP asbestos regulations, notification form, guidelines and fact sheets are available on DEQ’s web site www.michigan.gov/deq under heading Air; then click on Asbestos NESHAP Program. For guidelines on submitting notifications pursuant to the Asbestos Contractors Licensing Act, contact the DELEG, Occupational Health Division, Asbestos Program at (517) 322-1320 or visit DELEG’s web site www.michigan.gov/asbestos.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

LEAD ABATEMENT PROJECT PROCEDURES

Should this Work require the renovation or demolition of a building or structure, the workers are assumed to be exposed to lead or materials containing lead above acceptable levels until proven otherwise through personal air sampling and analysis. The Contractor shall take all steps necessary to assure that his/her employees, are not exposed to lead at concentrations greater than the Permissible Exposure Limit as per the State of Michigan Department of Energy, Labor and Economic Growth Occupational Health Standards Part 603 “Lead Exposure in Construction”. In addition, the Contractor shall convey this same requirement to all subcontractors that may be under his/her control.

The employer shall comply with the Michigan Lead Abatement Act, as amended, and the Lead Hazard Control rules and must communicate information concerning lead hazards according to the requirements of Michigan Occupational Safety and Health Administration (MIOSHA) Part 603 and the Occupational Safety and Health Administration’s (OSHA's) Hazard Communication Standard for the construction industry, 29 CFR 1926.59, including but not limited to safety equipment (e.g. personal fit-tested and approved respirators and protective clothing), worker rotation (on a short-cycle and regular basis), working practices (e.g. sanding, cutting, grinding, abraded, burning and heat-gun stripping of lead based paint are not allowed), the requirements concerning warning signs and labels, material safety data sheets (MSDS), and employee information and training. Employers shall comply with the requirements of 29 CFR 1926.62(l) - Employee Information and Training.

If lead or materials containing lead will be disturbed as a part of the work to be performed, the Contractor must remove, transport and dispose of these materials at no additional cost to the Owner and prior to any other work taking place within the immediate vicinity of said material. The Contractor must provide the Owner a minimum 10 working day notification prior to the start of any lead abatement activities with abatement in occupied buildings being completed even if they will be conducted during off hours (nights, weekends and state holidays). Abatement is defined as an activity specifically designed to permanently remove lead paint, lead-contaminated dust or other lead containing materials, the installation of a permanent enclosure or encapsulation of lead paint or other lead containing materials, the replacement of lead-painted surfaces or fixtures, the removal or covering of lead-contaminated soil, and any preparation, cleanup, disposal and post-abatement clearance testing associated with these activities. Renovation, remodeling, landscaping, or other activity, that is not designed to permanently eliminate lead paint hazards, but is instead designed to repair, restore, or remodel a structure, or housing unit even though the activity may incidentally result in a reduction or elimination of a lead paint hazard is not considered abatement.

If abatement of lead or materials containing lead is required, abatement must be completed by a currently certified Lead Abatement Contractor as certified by the State of Michigan, Department of Community Health. In addition, the Lead Abatement Contractor’s workers and supervisors must also be currently certified by the State of Michigan, Department of Community Health. Lead abatement including clearance testing shall be performed in accordance with the State of Michigan, Lead Abatement Act, Part 54A Lead Abatement and with all other Federal, State and local Laws and Regulations that may apply. Prior to commencing any lead abatement activities, the abatement must be designed by a currently certified Lead Professional Project Designer. At the completion of abatement, the abated area shall meet clearance requirements with clearance testing to be performed by a Clearance Technicians currently certified by the State of Michigan Department of Community Health.

For additional information about certifications, guidance and regulations for lead hazard control activities, visit www.michigan.gov/leadsafe.

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

APPENDIX IV

PREVAILING WAGE RATES

RICK. SNYDER STATE OF MICHIGAN GOVERNOR Prevailing Wages PO Box 30476 Lansing, MI 48909 517-322-1825 Informational Sheet: Prevailing Wages on State Projects

REQUIREMENTS OF THE PREVAILING WAGES ON STATE PROJECTS ACT, PUBLIC ACT 166 OF 1965 The State of Michigan determines prevailing rates pursuant to the Prevailing Wages on State Projects Act, Public Act 166 of 1965, as amended. The purpose of establishing prevailing rates is to provide minimum rates of pay that must be paid to workers on construction projects for which the state or a school district is the contracting agent and which is financed or financially supported by the state. By law, prevailing rates are compiled from the rates contained in collectively bargained agreements which cover the locations of the state projects. The official prevailing rate schedule provides an hourly rate which includes wage and fringe benefit totals for designated construction mechanic classifications. The overtime rates also include wage and fringe benefit totals. Please pay special attention to the overtime and premium pay requirements. Prevailing wage is satisfied when wages plus fringe benefits paid to a worker are equal to or greater than the required rate. State of Michigan responsibilities under the law: • The department establishes the prevailing rate for each classification of construction mechanic requested by a contracting agent prior to contracts being let out for bid on a state project. Contracting agent responsibilities under the law: • If a contract is not awarded or construction does not start within 90 days of the date of the issuance of rates, a re- determination of rates must be requested by the contracting agent. • Rates for classifications needed but not provided on the Prevailing Rate Schedule, must be obtained prior to contracts being let out for bid on a state project. • The contracting agent, by written notice to the contractor and the sureties of the contractor known to the contracting agent, may terminate the contractor's right to proceed with that part of the contract, for which less than the prevailing rates have been or will be paid, and may proceed to complete the contract by separate agreement with another contractor or otherwise, and the original contractor and his sureties shall be liable to the contracting agent for any excess costs occasioned thereby. Contractor responsibilities under the law: • Every contractor and subcontractor shall keep posted on the construction site, in a conspicuous place, a copy of all prevailing rates prescribed in a contract. • Every contractor and subcontractor shall keep an accurate record showing the name and occupation of and the actual wages and benefits paid to each construction mechanic employed by him in connection including certified payroll, as used in the industry, with said contract. This record shall be available for reasonable inspection by the contracting agent or the department. • Each contractor or subcontractor is separately liable for the payment of the prevailing rate to its employees. • The prime contractor is responsible for advising all subcontractors of the requirement to pay the prevailing rate prior to commencement of work. • The prime contractor is secondarily liable for payment of prevailing rates that are not paid by a subcontractor. • A construction mechanic shall only be paid the apprentice rate if registered with the United States Department of Labor, Bureau of Apprenticeship and Training and the rate is included in the contract. Enforcement: A person who has information of an alleged prevailing wage violation on a state project may file a complaint with the State of Michigan. The department will investigate and attempt to resolve the complaint informally. During the course of an investigation, if the requested records and posting certification are not made available in compliance with Section 5 of Act 166, the investigation will be concluded and a referral to the Office of Attorney General for civil action will be made. The Office of Attorney General will pursue costs and fees associated with a lawsuit if filing is necessary to obtain records.

(06/11) Page 1 of 1

RICK. SNYDER STATE OF MICHIGAN GOVERNOR Prevailing Wages PO Box 30476 Lansing, MI 48909 517-322-1825 Informational Sheet: Prevailing Wages on State Projects

General Information Regarding Fringe Benefits Certain fringe benefits may be credited toward the payment of the Prevailing Wage Rate: o If a fringe benefit is paid directly to a construction mechanic o If a fringe benefit contribution or payment is made on behalf of a construction mechanic o If a fringe benefit, which may be provided to a construction mechanic, is pursuant to a written contract or policy o If a fringe benefit is paid into a fund, for a construction mechanic When a fringe benefit is not paid by an hourly rate, the hourly credit will be calculated based on the annual value of the fringe benefit divided by 2080 hours per year (52 weeks @ 40 hours per week). The following is an example of the types of fringe benefits allowed and how an hourly credit is calculated:

Vacation 40 hours X $14.00 per hour = $560/2080 = $.27 Dental insurance $31.07 monthly premium X 12 mos. = $372.84 /2080 = $.18 Vision insurance $5.38 monthly premium X 12 mos. = $64.56/2080 = $.03 Health insurance $230.00 monthly premium X 12 mos. = $2,760.00/2080 = $1.33 Life insurance $27.04 monthly premium X 12 mos. = $324.48/2080 = $.16 Tuition $500.00 annual cost/2080 = $.24 Bonus 4 quarterly bonus/year x $250 = $1000.00/2080 = $.48 401k Employer Contribution $2000.00 total annual contribution/2080 = $.96

Total Hourly Credit $3.65

Other examples of the types of fringe benefits allowed: ƒ Sick pay ƒ Holiday pay ƒ Accidental Death & Dismemberment insurance premiums The following are examples of items that will not be credited toward the payment of the Prevailing Wage Rate: o Legally required payments, such as: ƒ Unemployment Insurance payments ƒ Workers’ Compensation Insurance payments ƒ FICA (Social Security contributions, Medicare contributions) o Reimbursable expenses, such as: ƒ Clothing allowance or reimbursement ƒ Uniform allowance or reimbursement ƒ Gas allowance or reimbursement ƒ Travel time or payment ƒ Meals or lodging allowance or reimbursement ƒ Per diem allowance or payment o Other payments to or on behalf of a construction mechanic that are not wages or fringe benefits, such as: ƒ Industry advancement funds ƒ Financial or material loans

(06/11) Page 1 of 1

State of Michigan DEPARTMENT OF LICENSING AND REGULATORY AFFAIRS MICHIGAN OCCUPATIONAL SAFETY AND HEALTH ADMINISTRATION MARTHA B. YODER DIRECTOR OVERTIME PROVISIONS for MICHIGAN PREVAILING WAGE RATE COMMERCIAL SCHEDULE

1. Overtime is represented as a nine character code. Each character represents a certain period of time after the first 8 hours Monday thru Friday.

Monday thru Friday Saturday Sunday & Holidays Four 10s

First 8 Hours 4

9th Hour 1 5 8 9 10th Hour 2 6 Over 10 hours 3 7 Overtime for Monday thru Friday after 8 hours: the 1st character is for time worked in the 9th hour (8.1 - 9 hours) the 2nd character is for time worked in the 10th hour (9.1 - 10 hours) the 3rd character is for time worked beyond the 10th hour (10.1 and beyond) Overtime on Saturday: the 4th character is for time worked in the first 8 hours on Saturday (0 - 8 hours) the 5th character is for time worked in the 9th hour on Saturday (8.1 - 9 hours) the 6th character is for time worked in the 10th hour (9.1 - 10 hours) the 7th character is for time worked beyond the 10th hour (10.01 and beyond) Overtime on Sundays & Holidays The 8th character is for time worked on Sunday or on a holiday Four Ten Hour Days The 9th character indicates if an optional 4-day 10-hour per day workweek can be worked between Monday and Friday without paying overtime after 8 hours worked, unless otherwise noted in the rate schedule. To utilize a 4 ten workweek, notice is required from the employer to employee prior to the start of work on the project. 2. Overtime Indicators Used in the Overtime Provision: H - means TIME AND ONE-HALF due X - means TIME AND ONE-HALF due after 40 HOURS worked D - means DOUBLE PAY due Y - means YES an optional 4-day 10-hour per day workweek can be worked without paying overtime after 8 hours worked N - means NO an optional 4-day 10-hour per day workweek can not be worked without paying overtime after 8 hours worked 3. EXAMPLES: HHHHHHHDN - This example shows that the 1½ rate must be used for time worked after 8 hours Monday thru Friday (characters 1 - 3); for all hours worked on Saturday, 1½ rate is due (characters 4 - 7). Work done on Sundays or holidays must be paid double time (character 8). The N (character 9) indicates that 4 ten-hour days is not an acceptable workweek at regular pay. XXXHHHHDY - This example shows that the 1½ rate must be used for time worked after 40 hours are worked Monday thru Friday (characters 1-3); for hours worked on Saturday, 1½ rate is due (characters 4 – 7). Work done on Sundays or holidays must be paid double time (character 8). The Y (character 9) indicates that 4 ten-hour days is an acceptable alternative workweek.

LARA is an equal opportunity employer. Auxiliary aids, services and other reasonable accommodations are available upon request to individuals with disabilities. Wage & Hour Division 7150 HARRIS DRIVE  P.O. BOX 30476  LANSING, MICHIGAN 48909 www.michigan.gov/wagehour  Phone : (517) 322-1825 ENGINEERS - CLASSES OF EQUIPMENT LIST

UNDERGROUND ENGINEERS HAZARDOUS WASTE ABATEMENT ENGINEERS

CLASS I CLASS I Backfiller Tamper, Backhoe, Batch Plant Operator, Clam-Shell, Concrete Backhoe, Batch Plant Operator, Clamshell, Concrete Breaker when Paver (2 drums or larger), Conveyor Loader (Euclid type), Crane attached to hoe, Concrete Cleaning Decontamination Machine (crawler, truck type or pile driving), Dozer, Dragline, Elevating Grader, Operator, Concrete Pump, Concrete Paver, Crusher, Dozer, End Loader, Gradall (and similar type machine), Grader, Power Shovel, Elevating Grader, Endloader, Farm Tractor (90 h.p. and higher), Roller (asphalt), Scraper (self propelled or tractor drawn), Side Broom Gradall, Grader, Heavy Equipment Robotics Operator, Hydro Tractor (type D-4 or larger), Slope Paver, Trencher (over 8’ digging Excavator, Loader, Pug Mill, Pumpcrete Machines, Pump Trucks, capacity), Well Drilling Rig, Mechanic, Slip Form Paver, Hydro Excavator. Roller, Scraper (self-propelled or tractor drawn), Side Boom Tractor, Slip Form Paver, Slope Paver, Trencher, Ultra High Pressure

Waterjet Cutting Tool System Operator, Vactors, Vacuum Blasting CLASS II Machine Operator, Vertical Lifting Hoist, Vibrating Compaction Boom Truck (power swing type boom), Crusher, Hoist, Pump (1 or more Equipment (self-propelled), and Well Drilling Rig. 6" discharge or larger gas or diesel powered by generator of 300 amps or more, inclusive of generator), Side Boom Tractor (smaller than type D-4 CLASS II or equivalent), Tractor (pneu-tired, other than backhoe or front end Air Compressor, Concrete Breaker when not attached to hoe, loader), Trencher (8’ digging capacity and smaller), Vac Truck. Elevator, End Dumps, Equipment Decontamination Operator, Farm Tractor (less than 90 h.p.), Forklift, Generator, Heater, Mulcher, CLASS III Pigs (Portable Reagent Storage Tanks), Power Screens, Pumps Air Compressors (600 cfm or larger), Air Compressors (2 or more less (water), Stationary Compressed Air Plant, Sweeper, Water Wagon than 600 cfm), Boom Truck (non-swinging, non-powered type boom), and Welding Machine. Concrete Breaker (self-propelled or truck mounted, includes compressor), Concrete Paver (1 drum, ½ yard or larger), Elevator (other than passenger), Maintenance Man, Mechanic Helper, Pump (2 or more 4" up to 6" discharge, gas or diesel powered, excluding submersible pump), Pumpcrete Machine (and similar equipment), Wagon Drill Machine, Welding Machine or Generator (2 or more 300 amp or larger, gas or diesel powered).

CLASS IV

Boiler, Concrete Saw (40HP or over), Curing Machine (self-propelled),

Farm Tractor (w/attachment), Finishing Machine (concrete), Firemen,

Hydraulic Pipe Pushing Machine, Mulching Equipment, Oiler (2 or more up to 4", exclude submersible), Pumps (2 or more up to 4" discharge if used 3 hrs or more a day-gas or diesel powered, excluding submersible pumps), Roller (other than asphalt), Stump Remover, Vibrating Compaction Equipment (6’ wide or over), Trencher (service) Sweeper (Wayne type and similar equipment), Water Wagon, Extend-a-Boom Forklift.

State of Michigan [email protected] Official Request #: 550 Requestor: DTMB Project Description: Lewis Cass Building - Stairway Pressurization & Renovations Project Number: File# 071/11368.RMP – Index# 44101 Ingham County Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 1 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Asbestos & Lead Abatement Laborer Asbestos & Lead Abatement Laborer MLDC $38.85 $51.87 $64.89 H H H X X X X D Y 4 ten hour days @ straight time allowed Monday-Saturday, 10/23/2012 must be consecutive calendar days

Asbestos & Lead Abatement, Hazardous Material Handler Asbestos and Lead Abatement, Hazardous Material Handler AS207 $38.85 $52.00 $65.15 H H H X X X X D Y 10/23/2012

4 ten hour days @ straight time allowed Monday-Saturday,

Boilermaker Boilermaker BO169 $54.70 $81.08 $107.45 H H H H H H H D Y 8/14/2009 Apprentice Rates: 1st 6 months $40.31 $59.49 $78.67 2nd 6 months $41.45 $61.21 $80.95 3rd 6 months $42.57 $62.88 $83.19 4th 6 months $43.69 $64.57 $85.43 5th 6 months $44.81 $66.24 $87.67 6th 6 months $49.53 $73.40 $97.26 7th 6 months $49.32 $73.01 $96.69 8th 6 months $51.58 $76.40 $101.21

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 1 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 2 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Bricklayer Brick, stone, artificial, cement masonry, pointing, caulking & BR9-31 $44.22 $62.58 $80.94 H H H H H H H D Y cleaning 3/8/2013

Apprentice Rates: 0-749 hours $33.16 $45.99 $58.82 750-1,499 hours $34.55 $48.08 $61.60 1,500-2,249 hours $35.93 $50.14 $64.36 2,250-2,999 hours $37.31 $52.22 $67.12 3,000-3,749 hours $38.69 $54.28 $69.88 3,750-4,499 hours $40.07 $56.36 $72.64 4,500 - 5,249 hours $41.46 $58.44 $75.42 5,250 - 6,000 hours $42.84 $60.51 $78.18

Carpenter Floor layer CA1004FL $36.26 $46.28 $56.30 H H H H H H H D N 11/1/2012 Apprentice Rates: 1st Year $28.24 $34.25 $40.26 2nd Year $30.25 $37.26 $44.28 3rd Year $32.25 $40.26 $48.28 4th Year $33.25 $41.76 $50.28

Carpenter CA1004L $40.27 $52.26 $64.24 X X H H H H H D Y 10/25/2012 Apprentice Rates: 1st Year $30.68 $37.87 $45.06 2nd Year $33.08 $41.47 $49.86 3rd Year $35.48 $45.07 $54.66 4th Year $36.67 $46.86 $57.04

Cement Mason Cement Mason PL16-7 $37.52 $49.84 $62.16 H H H H H H H D Y 10/23/2012 Four 10s allowed Monday-Thursday with Friday or Saturday inclement weather make up days. Saturday hours for inclement weather make up shall be paid straight rate unless over 40 hours worked.

Apprentice Rates: 1st year $28.90 $36.91 $44.92 2nd year $31.36 $40.60 $49.84 3rd year $33.82 $44.29 $54.76

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 2 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 3 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Drywall Drywall Taper and Finisher PT-845-DF $35.42 $47.42 $59.42 H H H H H H H D N 10/6/2009 Apprentice Rates: 0 - 1,000 hours $24.62 $31.22 $37.82 1,001 - 2,000 hours $25.82 $33.02 $40.22 2,001 to 3,000 hours $27.74 $35.90 $44.06 3,001 to 4,000 hours $29.42 $38.42 $47.42 4,001 to 5,000 hours $31.82 $42.02 $52.22 5,001 to 6,000 hours $34.22 $45.62 $57.02

Electrician Road Way Electrical Work EC-17 $49.55 $71.93 $94.30 H H H H H H H D Y Double time due after 16 hours on any calendar day and all 5/31/2012 hours Sunday.

Apprentice Rates: 1st 6 months $31.65 $45.07 $58.49 2nd 6 months $33.88 $48.42 $62.96 3rd 6 months $36.13 $51.79 $67.46 4th 6 months $38.35 $55.13 $71.90 5th 6 months $40.58 $58.47 $76.36 6th 6 months $45.06 $65.19 $85.32

Inside wireman EC-252-IW $59.16 $79.92 $100.68 H H D H D D D D N 11/16/2012 Apprentice Rates: 1st Period $33.71 $41.75 $49.78 2nd Period $38.39 $48.77 $59.14 3rd Period $42.54 $54.99 $67.44 4th Period $46.70 $61.24 $75.76 5th Period $50.86 $67.47 $84.08 6th Period $55.00 $73.69 $92.36 Subdivision of county Townships of Onondaga, Leslie, Stockbridge and Bunker Hill ONLY.

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 3 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 4 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Sound and Communications Installer/Technician EC-252-SC $38.74 $52.04 $65.33 H H D H D D D D N 11/16/2012 Apprentice Rates: Period 1 $21.76 $28.40 $35.05 Period 2 $23.09 $30.40 $37.71 Period 3 $24.43 $32.41 $40.39 Period 4 $25.76 $34.41 $43.05 Period 5 $30.77 $40.08 $49.39 Period 6 $33.43 $44.08 $54.72 Period 7 $36.08 $48.05 $60.01 Period 8 $37.42 $50.06 $62.69 Subdivision of county Onondaga, Leslie, Stockbridge & Bunker Hill townships

Inside Wireman EC-665-IW $49.29 $65.30 $81.30 H H D H H H D D Y 11/3/2011 A four day schedule of ten hours a day is allowed Monday thru Friday.

Apprentice Rates: 0-1000 hours $28.28 $36.29 $44.28 1000-2000 hours $29.88 $38.67 $47.48 2000-3500 hours $31.49 $41.09 $50.69 3500-5000 hours $34.74 $45.14 $55.54 5000-6500 hours $36.35 $47.55 $58.75 6500-8000 hours $37.95 $49.95 $61.94 Subdivision of county Lansing, Meridian, Williamston, Locke, Delhi, Alaiedon, Wheatfield, Leroy, Aurelius, Vevay, Ingham, & White Oak townships

Sound and Communication Journeyman EC-665-SD $38.01 $49.97 $61.93 H H D H H H D D Y A four day schedule of ten hours a day is allowed Monday 11/3/2011 thru Friday.

Apprentice Rates: 1st period $22.25 $28.44 $34.66 2nd period $23.83 $30.66 $37.48 3rd period $25.40 $32.85 $40.30 4th period $26.97 $35.05 $43.11 5th period $28.56 $37.25 $45.95 6th period $30.12 $39.44 $48.75 Subdivision of county Lansing, Meridian, Williamston, Locke, Delhi, Alaiedon, Wheatfield, Leroy, Aurelius, Vevay, Ingham and White townships

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 4 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 5 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Lineman/Technician outside utility and commercial power EC-876 $47.05 $68.11 $89.17 H H H H H H H D Y and high voltage pipe type cable work and electrical 11/18/2009 underground.

Four 10s allowed Monday-Thursday with Friday makeup or Tuesday-Friday with Monday makeup.

Apprentice Rates: 1st period $30.20 $42.69 $55.26 2nd period $32.32 $46.02 $59.70 3rd period $34.42 $49.16 $63.90 4th period $36.53 $52.33 $68.12 5th period $38.63 $55.47 $72.32 6th period $40.74 $58.64 $76.54 7th period $42.84 $61.79 $80.74 Subdivision of county Alaiedon, Aurelius, Bunker Hill, Delhi, Ingham, Lansing, Leslie, Meridan, Onondago, Stockbridge, & Vevay townships

Elevator Constructor Elevator Constructor Mechanic EL-85 $70.77 $116.32 D D D D D D D D Y 4/8/2013 Apprentice Rates: 1st year $50.27 $75.32 2nd year $54.83 $84.44 3rd year $57.10 $88.98 4th year $61.66 $98.10

Glazier Glazier GL-826 $41.62 $55.84 $70.05 H H H H D D D D Y 2/18/2011 Apprentice Rates: 1st 6 months $30.25 $38.78 $47.31 2nd 6 months $31.67 $40.91 $50.15 3rd 6 months $33.09 $43.04 $52.99 4th 6 months $34.51 $45.17 $55.83 5th 6 months $35.93 $47.30 $58.67 6th 6 months $37.36 $49.45 $61.53 7th 6 months $38.78 $51.57 $64.37 8th 6 months $40.20 $53.71 $67.21

Heat and Frost Insulator Spray Insulation AS25S $20.14 $29.14 H H H H H H H H N 3/5/2007

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Statewide Page 5 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 6 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Heat and Frost Insulator and Asbestos Worker Heat and Frost Insulator and Asbestos Worker AS47 $44.40 $58.76 $73.12 H H H H H H H D Y 4 ten hour work days shall be either Monday thru Thursday 3/11/2013 or Tuesday thru Friday

Apprentice Rates: 1st year $25.78 $32.96 $40.14 2nd year $29.50 $38.11 $46.73 3rd year $33.22 $43.27 $53.32 4th year $36.95 $48.44 $59.93 5th year $40.68 $53.61 $66.53

Ironworker Siding, Glazing, Curtain Wall IR-25-GZ2 $44.11 $55.52 $66.93 X X H H H H D D Y 4 tens may be worked Monday thru Thursday @ straight 4/11/2013 time.

Apprentice Rates: Level 1 $27.18 $33.53 $39.88 Level 2 $29.29 $36.27 $43.25 Level 3 $31.41 $39.03 $46.64 Level 4 $33.53 $41.78 $50.02 Level 5 $35.64 $44.53 $53.40 Level 6 $37.76 $47.28 $56.78

Pre-engineered Metal Work IR-25-PE-Z2 $42.37 $51.88 $61.39 X X H X X X X D Y 5/9/2012 Apprentice Rates: 1st Year $24.56 $30.05 $35.53 3rd 6 month period $26.68 $32.91 $39.15 4th 6 month period $28.81 $35.80 $42.80 5th 6 month period $30.93 $38.68 $46.42 6th 6 month period $33.06 $41.56 $50.06

Reinforced Iron Work IR-25-RF $52.36 $74.85 $97.34 H H D H D D D D N 10/10/2011 Apprentice Rates: Level 1 $33.01 $45.52 $58.04 Level 2 $35.38 $50.51 $64.68 Level 3 $37.74 $52.62 $67.50 Level 4 $40.28 $57.86 $74.48 Level 5 $42.81 $60.22 $77.64 Level 6 $45.35 $64.04 $82.72

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 6 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 7 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Rigging Work IR-25-RIG $57.73 $86.41 $115.08 H H H H H H H D N 10/10/2011 Apprentice Rates: Level 1& 2 $33.28 $49.67 $66.05 Level 3 $36.11 $53.92 $71.71 Level 4 $38.93 $58.14 $77.35 Level 5 $41.76 $62.39 $83.01 Level 6 $44.59 $66.63 $88.67

Decking IR-25-SD $49.44 $73.91 $98.37 H H H H H H D D Y 4 tens may be worked Monday thru Thursday @ straight 10/10/2011 time. If bad weather, Friday may be a make up day. If holiday celebrated on a Monday, 4 10s may be worked Tuesday thru Friday. Work in excess of 12 hours per day must be paid @ double time.

Structural, ornamental, conveyor, welder and pre-cast IR-25-STR $58.11 $86.91 $115.71 H H H H H H D D Y 4 tens may be worked Monday thru Thursday @ straight 10/10/2011 time. If bad weather, Friday may be a make up day. If holiday celebrated on a Monday, 4 10s may be worked Tuesday thru Friday. Work in excess of 12 hours per day must be paid @ double time.

Apprentice Rates: Levels 1 & 2 $32.77 $49.15 $65.54 Level 3 $35.60 $53.40 $71.20 Level 4 $38.42 $57.63 $76.84 Level 5 $41.25 $61.88 $82.50 Level 6 $44.08 $66.13 $88.16 Level 7 $46.90 $70.35 $93.80 Level 8 $49.73 $74.60 $99.46

Industrial Door erection & construction IR-25-STR-D $58.17 $72.60 $87.02 H H D H H H D D Y 10/10/2011

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 7 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 8 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Fence, Sound Barrier & Guardrail erection/installation and IR-340-F2 $29.15 $39.15 $49.15 X X H X X X H D Y Exterior Signage work 4/2/2013

Four ten hour work days may be worked during Monday- Saturday.

Apprentice Rates: 60% Level $20.35 $26.35 $32.35 65% Level $21.45 $27.95 $34.45 70% Level $22.56 $29.56 $36.56 75% Level $23.65 $31.15 $38.65 80% Level $24.75 $32.75 $40.75 85% Level $25.85 $34.35 $42.85

Laborer Journeyperson - building and heavy construction craft L499L $33.67 $44.36 $55.05 X X H H H H H D Y laborer, portable concrete mixer operator, air, electric or 10/26/2012 gasoline tool operator, hot dope carrier, tar kettle tender, gasoline vibrators, concrete gas buggies, concrete saw, signal person and top person on sewer, caisson construction (open cut work), concrete shoveler, car pusher, and bottom person (on sewer work). Demolition laborer, 3" pumps & below, jobsite clean-up, deep cleaning, jackhammer operators, burner, crock layer, caisson worker, tunnel mucker and tunnel miner, welder, mason tender, mortar mixer, scaffold builder, forklift operator (masonry only), helper and tender on work customarily performed by laborers and all laborers working for masonry contractors and plasterer tenders.

Apprentice Rates: 0-1,000 hours $28.33 $36.35 $44.37 1,001-2,000 hours $29.39 $37.94 $46.49 2,001-3,000 hours $30.46 $39.55 $48.63 3,001-4,000 hours $32.60 $42.75 $52.91

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 8 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 9 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Laborer - Hazardous Class A Laborer - performing work in conjunction with site LHAZ-Z6-A $33.50 $47.32 $61.13 H H H H H H H D Y preparation and other preliminary work prior to actual 3/6/2013 removal, handling, or containment of hazardous waste substances not requiring use of personal protective equipment required by state or federal regulations; or a laborer performing work in conjunction with the removal, handling, or containment of hazardous waste substances when use of personal protective equipment level "D" is required.

Apprentice Rates: 0-1,000 work hours $28.66 $40.06 $51.45 1,001-2,000 work hours $29.62 $41.50 $53.37 2,001-3,000 work hours $30.59 $42.95 $55.31 3,001-4,000 work hours $32.53 $45.87 $59.19

Class B Laborer - performing work in conjunction with the LHAZ-Z6-B $34.50 $48.82 $63.13 H H H H H H H D Y removal, handling, or containment of hazardous waste 3/6/2013 substances when the use of personal protective equipment levels "A", "B" or "C" is required.

Apprentice Rates: 0-1,000 work hours $29.40 $41.17 $52.93 1,001-2,000 work hours $30.42 $42.70 $54.97 2,001-3,000 work hours $31.44 $44.23 $57.01 3,001-4,000 work hours $33.48 $47.29 $61.09

Laborer Underground - Tunnel, Shaft & Caisson Class I - Tunnel, shaft and caisson laborer, dump man, LAUCT-Z2-1 $34.72 $45.94 $57.15 H H H H H H H D Y shanty man, hog house tender, testing man (on gas), and 1/16/2013 watchman.

Apprentice Rates: 0-1,000 work hours $29.61 $38.27 $46.93 1,001-2,000 work hours $30.63 $39.80 $48.97 2,001-3,000 work hours $31.66 $41.35 $51.03 3,001-4,000 work hours $33.70 $44.41 $55.11

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 9 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 10 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Class II - Manhole, headwall, catch basin builder, bricklayer LAUCT-Z2-2 $34.81 $46.07 $57.33 H H H H H H H D Y tender, mortar man, material mixer, fence erector, and 1/16/2013 guard rail builder

Apprentice Rates: 0-1,000 work hours $29.68 $38.37 $47.07 1,001-2,000 work hours $30.71 $39.92 $49.13 2,001-3,000 work hours $31.73 $41.45 $51.17 3,001-4,000 work hours $33.78 $44.53 $55.27

Class III - Air tool operator (jack hammer man, bush LAUCT-Z2-3 $34.91 $46.22 $57.53 H H H H H H H D Y hammer man and grinding man), first bottom man, second 1/16/2013 bottom man, cage tender, car pusher, carrier man, concrete man, concrete form man, concrete repair man, cement invert laborer, cement finisher, concrete shoveler, conveyor man, floor man, gasoline and electric tool operator, gunnite man, grout operator, welder, heading dinky man, inside lock tender, pea gravel operator, pump man, outside lock tender, scaffold man, top signal man, switch man, track man, tugger man, utility man, vibrator man, winch operator, pipe jacking man, wagon drill and air track operator and concrete saw operator (under 40 h.p.).

Apprentice Rates: 0-1,000 work hours $29.75 $38.48 $47.21 1,001-2,000 work hours $30.79 $40.04 $49.29 2,001-3,000 work hours $31.82 $41.59 $51.35 3,001-4,000 work hours $33.88 $44.67 $55.47

Class IV - Tunnel, shaft and caisson mucker, bracer man, LAUCT-Z2-4 $35.07 $46.46 $57.85 H H H H H H H D Y liner plate man, long haul dinky driver and well point man. 1/16/2013

Apprentice Rates: 0-1,000 work hours $29.87 $38.66 $47.45 1,001-2,000 work hours $30.91 $40.22 $49.53 2,001-3,000 work hours $31.95 $41.78 $51.61 3,001-4,000 work hours $34.03 $44.90 $55.77

Class V - Tunnel, shaft and caisson miner, drill runner, LAUCT-Z2-5 $35.33 $46.85 $58.37 H H H H H H H D Y keyboard operator, power knife operator, reinforced steel 1/16/2013 or mesh man (e.g. wire mesh, steel mats, dowel bars)

Apprentice Rates: 0-1,000 work hours $30.07 $38.96 $47.85 1,001-2,000 work hours $31.12 $40.53 $49.95 2,001-3,000 work hours $32.17 $42.11 $52.05 3,001-4,000 work hours $34.28 $45.27 $56.27 Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 10 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 11 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======

Class VI - Dynamite man and powder man. LAUCT-Z2-6 $35.64 $47.32 $58.99 H H H H H H H D Y 1/16/2013 Apprentice Rates: 0-1,000 work hours $30.30 $39.31 $48.31 1,001-2,000 work hours $31.37 $40.91 $50.45 2,001-3,000 work hours $32.44 $42.51 $52.59 3,001-4,000 work hours $34.57 $45.71 $56.85

Class VII - Restoration laborer, seeding, sodding, planting, LAUCT-Z2-7 $27.91 $35.72 $43.53 H H H H H H H D Y cutting, mulching and topsoil grading and the restoration of 1/16/2013 property such as replacing mail boxes, wood chips, planter boxes and flagstones.

Apprentice Rates: 0-1,000 work hours $24.51 $30.62 $36.73 1,001-2,000 work hours $25.19 $31.64 $38.09 2,001-3,000 work hours $25.87 $32.66 $39.45 3,001-4,000 work hours $27.23 $34.70 $42.17

Landscape Laborer Landscape Specialist includes air, gas, and diesel LLAN-Z2-A $26.75 $36.96 $47.17 X X H X X X H D Y equipment operator, skidsteer (or equivalent), lawn 10/23/2012 sprinkler installer on landscaping work where seeding, sodding, planting, cutting, trimming, backfilling, rough grading or maintenance of landscape projects occurs. Sundays paid at time & one half. Holidays paid at double time.

Skilled Landscape Laborer: small power tool operator, LLAN-Z2-B $22.55 $30.66 $38.77 X X H X X X H D Y lawn sprinkler installers' tender, material mover, truck 10/23/2012 driver on when seeding, sodding, planting, cutting, trimming, backfilling, rough grading or maintaining of landscape projects occurs Sundays paid at time & one half. Holidays paid at double time.

Landscape Laborer: seeding, sodding, planting, cutting, LLAN-Z2-C $14.35 $21.53 $28.70 X X H X X X H D Y trimming, backfilling, rough grading or maintaining of 10/23/2012 landscape projects occurs Sundays paid at time & one half. Holidays paid at double time.

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 11 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 12 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Operating Engineer Class C- Regular equipment operator, crane, stiff leg EN-324-BH2C $47.95 $61.77 $75.59 H H H H H H H D Y derrick, scraper dozer, grader, front end loader, hoist, job 10/23/2012 mechanic, head grease man, concrete pump truck and hydro excavators

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Apprentice Rates: 0 - 999 hours $39.06 $48.73 $58.41 1,000 - 1,999 hours $40.44 $50.81 $61.17 2,000 - 2,999 hours $41.82 $52.87 $63.93 3,000 - 3,999 hours $43.20 $54.95 $66.69 4,000 - 4,999 hours $44.59 $57.03 $69.47 5,000 - 5,999 hours $45.97 $59.10 $72.23

Class D- Air tugger (single drum), material hoist, boiler EN-324-BH2D $43.15 $54.57 $65.99 H H H H H H H D Y operator, sweeping machine, winch truck, Bob Cat and 10/23/2012 similar equipment, elevators (when operated by an operating engineer), and fork truck over 20' lift

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class E- Pump 6" or over, well points, freeze systems, boom EN-324-BH2E $42.55 $53.67 $64.79 H H H H H H H D Y truck (non-swinging), end dumps and laser/power screed, 10/23/2012 concrete wire saw 20 h.p. and over and brokk concrete breaker

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class F- Air compressor, welder, generators, conveyors, EN-324-BH2F $40.10 $50.00 $59.89 H H H H H H H D Y pumps under 6", Grease man, and fork truck 20' or less lift 10/23/2012

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather,

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 12 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 13 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Class G- Oiler, fireman and heater operator EN-324-BH2G $38.40 $47.45 $56.49 H H H H H H H D Y 10/23/2012 Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 220' or longer EN-OSA $49.30 $63.80 $78.29 H H H H H H H D Y 10/23/2012 Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 300' or longer EN-OSA3 $50.80 $66.05 $81.29 H H H H H H H D Y 10/23/2012 Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Class A- Crane w/ main Boom & Jib 400' or longer EN-OSA4 $52.30 $68.30 $84.29 H H H H H H H D Y 10/23/2012 Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work not performed due to weather, Monday-Thursday may be scheduled on Friday.

Class B- Crane Operator with main boom and jib 140' or EN-OSB $49.05 $63.42 $77.79 H H H H H H H D Y longer, tower cranes, gantry crane, whirley derrick 10/23/2012

Four 10 hour days may be scheduled Monday-Thursday or Tuesday-Friday. Work unabled to be performed due to weather, Monday-Thursday may be scheduled on Friday.

Operating Engineer - Marine Construction Diver/Wet Tender, Engineer (hydraulic dredge) GLF-1 $63.00 $82.35 $101.70 X X H H H H H D Y 3/1/2013

Holiday pay= $121.05 per hour, wages & fringes

Subdivision of county all Great Lakes, islands therein, & connecting & tributary waters

Crane/Backhoe Operator, 70 ton or over Tug Operator, GLF-2 $61.50 $80.10 $98.70 X X H H H H H D Y Mechanic/Welder, Assistant Engineer (hydraulic dredge), 3/1/2013 Leverman (hydraulic dredge), Diver Tender

Holiday pay = $117.30 per hour, wages & fringes

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Statewide Page 13 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 14 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Subdivision of county All Great Lakes, islands therein, & connecting & tributary waters

Friction, Lattice Boom or Crane License Certification GLF-2B $62.50 $81.60 $100.70 X X H H H H H D Y 3/1/2013 Holiday pay = $119.80

Subdivision of county All Great Lakes, islands, therein, & connecting & tributary waters

Deck Equipment Operator, Machineryman, Maintenance of GLF-3 $57.40 $73.95 $90.50 X X H H H H H D Y Crane (over 50 ton capacity) or Backhoe (115,000 lbs or 3/1/2013 more), Tug/Launch Operator, Loader, Dozer on Barge, Deck Machinery

Holiday pay = $107.05 per hour, wages & fringes

Subdivision of county All Great Lakes, islands therein, & connecting & tributary waters

Deck Equipment Operator, (Machineryman/Fireman), (4 GLF-4 $51.85 $65.63 $79.40 X X H H H H H D Y equipment units or more), Off Road Trucks, Deck Hand, Tug 3/1/2013 Engineer, & Crane Maintenance 50 ton capacity and under or Backhoe 115,000 lbs or less, Assistant Tug Operator

Holiday pay = $93.17 per hour, wages & fringes

Subdivision of county All Great Lakes, islands therein, & connecting & tributary waters

Operating Engineer Hazardous Waste Class I Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWCI-Z2A $50.13 $65.29 $80.45 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand 1/20/2012 supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Apprentice Rates: 1st 6 months $40.44 $51.06 $61.67 2nd 6 months $41.96 $53.34 $64.71 3rd 6 months $43.48 $55.62 $67.75 4th 6 months $44.98 $57.87 $70.75 5th 6 months $46.50 $60.15 $73.79 6th 6 months $48.02 $62.43 $76.83

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 14 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 15 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWCI-Z2B $49.18 $63.87 $78.55 H H H H H H H D Y or pressure demand supplied air respirator w/ escape 1/23/2012 SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Apprentice Rates: 1st 6 months $39.77 $50.05 $60.33 2nd 6 months $41.24 $52.26 $63.27 3rd 6 months $42.70 $54.44 $66.19 4th 6 months $44.18 $56.66 $69.15 5th 6 months $45.65 $58.87 $72.09 6th 6 months $47.11 $61.06 $75.01

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWCI-Z2D $47.88 $61.92 $75.95 H H H H H H H D Y goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Apprentice Rates: 1st 6 months $38.86 $48.69 $58.51 2nd 6 months $40.27 $50.80 $61.33 3rd 6 months $41.67 $52.91 $64.13 4th 6 months $43.07 $55.00 $66.93 5th 6 months $44.48 $57.12 $69.75 6th 6 months $45.88 $59.21 $72.55

Level D When Capping Landfill Coveralls, safety boots, EN-324-HWCI-Z2DCL $47.63 $61.54 $75.45 H H H H H H H D Y glasses or chemical splash goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Apprentice Rates: 1st 6 months $38.68 $48.42 $58.15 2nd 6 months $40.07 $50.50 $60.93 3rd 6 months $41.46 $52.58 $63.71 4th 6 months $42.85 $54.67 $66.49 5th 6 months $44.25 $56.78 $69.29 6th 6 months $45.64 $58.86 $72.07

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 15 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 16 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Operating Engineer Hazardous Waste Class II Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWCII-Z2A $45.73 $58.69 $71.65 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand 1/20/2012 supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWCII-Z2B $44.79 $57.28 $69.77 H H H H H H H D Y or pressure demand supplied air respirator w/ escape 1/23/2012 SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWCII-Z2D $43.49 $55.33 $67.17 H H H H H H H D Y goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HWCII-Z2DCL $43.24 $54.96 $66.67 H H H H H H H D Y glasses or chemical splash goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Operating Engineer Hazardous Waste Crane w/ Boom & Jib leads 140' or longer Level A - Fully encapsulating chemical resistant suit w/ EN-324-HW140-Z2A $52.78 $69.27 $85.75 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand 1/20/2012 supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 16 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 17 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Level B & C protection. B - Pressure demand, full face SCBA EN-324-HW140-Z2B $51.72 $67.68 $83.63 H H H H H H H D Y or pressure demand supplied air respirator w/ escape 1/23/2012 SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HW140-Z2D $50.53 $65.89 $81.25 H H H H H H H D Y goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HW140-Z2DCL $50.28 $65.52 $80.75 H H H H H H H D Y glasses or chemical splash goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Operating Engineer Hazardous Waste Crane w/ Boom & Jib leads 220' or longer Level A - Fully encapsulating chemical resistant suit w/ EN-324-HW220-Z2A $53.08 $69.72 $86.35 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand 1/20/2012 supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level B & C protection. B - Pressure demand, full face SCBA EN-324-HW220-Z2B $52.04 $68.16 $84.27 H H H H H H H D Y or pressure demand supplied air respirator w/ escape 1/23/2012 SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HW220-Z2D $50.83 $66.34 $81.85 H H H H H H H D Y goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 17 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 18 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======

Level D When Capping Landfill Coveralls, safety boots, EN-324-HW220-Z2DCL $50.58 $65.97 $81.35 H H H H H H H D Y glasses or chemical splash goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Operating Engineer Hazardous Waste Regular Crane, Job Mechanic, Dragline Operator, Boom Truck Operator, Power Shovel Operator and Concrete Pump with boom Level A - Fully encapsulating chemical resistant suit w/ EN-324-HWRC-Z2A $51.10 $66.75 $82.39 H H H H H H H D Y pressure demand, full face piece SCBA or pressure demand 1/20/2012 supplied air respirator w/ escape SCBA. The highest available level of respiratory, skin and eye protection.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Operating Engineer Hazardous Waste Regular Crane, Job Mechanic, Dragline Operator, Boom Truck Operator, Power Shovel Operator and Concrete Pump with Boom Operator Level B & C protection. B - Pressure demand, full face SCBA EN-324-HWRC-Z2B $50.15 $65.32 $80.49 H H H H H H H D Y or pressure demand supplied air respirator w/ escape 1/23/2012 SCBA w/chemical resistant clothing. C - Full face piece, air purifying canister-equipped respirator w/chemical resistant clothing.

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D - Coveralls, safety boots, glasses or chemical splash EN-324-HWRC-Z2D $48.85 $63.37 $77.89 H H H H H H H D Y goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Level D When Capping Landfill Coveralls, safety boots, EN-324-HWRC-Z2DCL $48.60 $63.00 $77.39 H H H H H H H D Y glasses or chemical splash goggles and hard hats. 1/23/2012

Four 10 hour days may be worked Monday-Thursday with Friday as a straight-time make up day.

Operating Engineer Steel Work Forklift, 1 Drum Hoist EN-324-ef $55.56 $73.30 $91.03 H H D H H H D D Y 6/4/2012 Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 18 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 19 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======

Crane w/ 120' boom or longer EN-324-SW120 $58.26 $77.35 $96.43 H H D H H H D D Y 6/4/2012

Crane w/ 120' boom or longer w/ Oiler EN-324-SW120-O $59.26 $78.85 $98.43 H H D H H H D D Y 10/12/2011

Crane w/ 140' boom or longer EN-324-SW140 $59.44 $79.12 $98.79 H H D H H H D D Y 6/5/2012

Crane w/ 140' boom or longer W/ Oiler EN-324-SW140-O $60.44 $80.62 $100.79 H H D H H H D D Y 6/5/2012

Boom & Jib 220' or longer EN-324-SW220 $59.71 $79.52 $99.33 H H D H H H D D Y 6/5/2012

Crane w/ 220' boom or longer w/ Oiler EN-324-SW220-O $60.71 $81.02 $101.33 H H D H H H D D Y 6/5/2012

Boom & Jib 300' or longer EN-324-SW300 $61.21 $81.77 $102.33 H H D H H H D D Y 6/5/2012

Crane w/ 300' boom or longer w/ Oiler EN-324-SW300-O $62.21 $83.27 $104.33 H H D H H H D D Y 6/5/2012

Boom & Jib 400' or longer EN-324-SW400 $62.71 $84.02 $105.33 H H D H H H D D Y 6/5/2012

Crane w/ 400' boom or longer w/ Oiler EN-324-SW400-O $63.71 $85.52 $107.33 H H D H H H D D Y 6/5/2012

Crane Operator, Job Mechanic, 3 Drum Hoist & Excavator EN-324-SWCO $57.90 $76.81 $95.71 H H D H H H D D Y 1/11/2013 Apprentice Rates: 0-999 hours $45.96 $59.20 $72.44 1,000-1,999 hours $47.85 $62.03 $76.21 2,000-2,999 hours $49.74 $64.86 $79.98 3,000-3,999 hours $51.63 $67.70 $83.78 4,000-4,999 hours $53.52 $70.53 $87.55 5,000 hours $55.42 $73.39 $91.35

Crane w/ Oiler EN-324-SWCO-O $58.90 $78.31 $97.71 H H D H H H D D Y 6/4/2012

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 19 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 20 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Compressor or Welder Operator EN-324-SWCW $50.45 $65.63 $80.81 H H D H H H D D Y 6/4/2012

Hoisting Operator, 2 Drum Hoist, & Rubber Tire Backhoe EN-324-SWHO $57.26 $75.85 $94.43 H H D H H H D D Y 6/4/2012

Oiler EN-324-SWO $49.04 $63.52 $77.99 H H D H H H D D Y 6/4/2012

Tower Crane & Derrick where work is 50' or more above EN-324-SWTD50 $58.99 $78.44 $97.89 H H D H H H D D Y first level 10/12/2011

Tower Crane & Derrick 50' or more w/ Oiler where work EN-324-SWTD50-O $59.99 $79.94 $99.89 H H D H H H D D Y station is 50' or more above first level 10/12/2011

Operating Engineer Underground Class I Equipment - Backfiller Tamper, Backhoe, Batch Plant EN-324A2-UC1 $48.63 $62.77 $76.90 H H H H H H H D Y Operator, Clamshell, Concrete Paver 2 drums or larger, 1/16/2013 Conveyor Loader Euclid type, Crane (crawler, truck type or pile driving), Dozer, Dragline, Elevating Grader, endloader, gradall, grader, hydro excavator, power shovel, roller asphalt, scraper self-propelled or tractor drawn, side boom tractor, slip form paver, slope paver, trencher over 8 ft. digging capacity, well drilling rig, concrete pump with boom operator

Apprentice Rates: 0-999 hours $38.70 $48.42 $58.14 1,000-1,999 hours $40.09 $50.50 $60.92 2,000-2,999 hours $41.48 $52.59 $63.70 3,000-3,999 hours $42.87 $54.68 $66.48 4,000-4,999 hours $44.26 $56.76 $69.26 5,000-5,999 hours $45.64 $58.83 $72.02

Class II Equipment - Boom Truck, Crusher, Hoist, Pump 6 EN-324A2-UC2 $43.74 $55.43 $67.12 H H H H H H H D Y inch discharge or larger, side boom tractor, Tractor (pneu- 1/16/2013 tired other than backhoe or front end loader), Trencher 8 ft. digging capcity and smaller, Vac Truck

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 20 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 21 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Class III Equipment - Air Compressors 600 cfm or larger, EN-324A2-UC3 $43.24 $54.68 $66.12 H H H H H H H D Y Air Compressors 2 or more less than 600 dfm, Boom Truck 1/16/2013 non-swinging non-powered type boom, Concrete Breaker self-propelled or truck mounted, Concrete paver 1 drum 1/2 yd. or larger, Elevator other than passenger, Pump 4 inch to 6 inch discharge, pumpcrete machine, wagon drill, welding machine or generator 2 or more 300 amp or larger

Class IV Equipment - Boiler, Concrete Saw 40 hp or over, EN-324A2-UC4 $42.96 $54.26 $65.56 H H H H H H H D Y curing machine self propelled, end dumps, extend a boom 1/16/2013 forklift, farm tractor with attachment, finishing machine concrete, firemen, hydraulic pipe pushing machine, mulching equipment, oiler, pumps up to 4 inch discharge, roller other than asphalt, stump remover, sweeper wayne type, trencher, vibrating compaction equipment self propelled 6 ft. wide or over, water wagon.

Painter Painter PT-845-BR $31.74 $42.36 $52.98 H H H H H H H D Y 10/6/2009 A 4-10s workweek allowed Monday-Thursday. Friday may be a make-up day if less than 40 were worked Mon-Thurs.

Apprentice Rates: 0-1000 hours $22.18 $28.02 $33.86 1001-2000 hours $23.24 $29.61 $35.98 2001-3000 hours $24.94 $32.16 $39.38 3001-4000 hours $26.43 $34.40 $42.36 4001-5000 hours $28.55 $37.58 $46.60 5001-6000 hours $30.68 $40.77 $50.86

Pipe and Manhole Rehab General Laborer for rehab work or normal cleaning and TM247 $27.20 $36.70 H H H H H H H H N cctv work-top man, scaffold man, CCTV assistant, jetter-vac 10/15/2012 assistant

Tap cutter/CCTV Tech/Grout Equipment Operator: unit TM247-2 $31.70 $43.45 H H H H H H H H N driver and operator of CCTV; grouting equipment and tap 10/15/2012 cutting equipment

CCTV Technician/Combo Unit Operator: unit driver and TM247-3 $30.45 $41.57 H H H H H H H H N operator of cctv unit or combo unit in connection with 10/15/2012 normal cleaning and televising work

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Statewide Page 21 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 22 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Boiler Operator: unit driver and operator of steam/water TM247-4 $32.20 $44.20 H H H H H H H H N heater units and all ancillary equipment associated 10/15/2012

Combo Unit driver & Jetter-Vac Operator TM247-5 $32.20 $44.20 H H H H H H H H N 10/15/2012

Pipe Bursting & Slip-lining Equipment Operator TM247-6 $33.20 $45.70 H H H H H H H H N 10/15/2012

Plasterer Plasterer PL16-2 $36.92 $49.39 $61.86 H H H H H H H D N 6/1/2010 Apprentice Rates: 1st year $28.19 $36.30 $44.40 2nd year $30.68 $40.03 $49.38 3rd year $33.18 $43.78 $54.38

Plumber & Pipefitter Plumber & Pipefitter PL-333-RI $51.02 $76.33 $101.64 H H H H H H H D Y Four 10s allowed Monday thru Thursday. Friday not a 12/29/2009 makeup, considered OT, paid @ time & one-half.

Apprentice Rates: 1st 6 months $32.97 $49.26 $65.54 2nd 6 months $34.61 $51.72 $68.82 3rd 6 months $36.25 $54.18 $72.10 4th 6 months $37.89 $56.64 $75.38 5th 6 months $39.53 $59.10 $78.66 6th 6 months $41.17 $61.56 $81.94 7th 6 months $42.82 $64.03 $85.24 8th 6 months $44.46 $66.49 $88.52 9th 6 months $46.10 $68.95 $91.80 10th 6 months $47.74 $71.41 $95.08

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 22 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 23 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Roofer Commercial Roofer RO-70-Z2 $39.60 $51.79 $63.98 H H H X H H H D Y 4 consecutive tens allowed M-TH 4/9/2013

Apprentice Rates: 1st Class $24.94 $30.25 $35.57 2nd Class $26.84 $33.05 $39.26 3rd Class $28.88 $36.08 $43.28 4th Class $30.79 $38.92 $47.05 5th Class $32.71 $41.74 $50.78 6th Class $34.61 $44.54 $54.47

Sewer Relining Class I-Operator of audio visual CCTV system including SR-I $42.07 $56.90 $71.72 H H H H H H H D N remote in-ground cutter and other equipment used in 3/27/2013 conjunction with CCTV system.

Class II-Operator of hot water heaters and circulation SR-II $40.54 $54.60 $68.66 H H H H H H H D N system; water jetters; and vacuum and mechanical debris 3/27/2013 removal systems and those assisting.

Sheet Metal Worker Sheet Metal Worker SHM-7-1 $45.92 $59.47 $73.02 H H H H D D D D Y 4 10s allowed as consecutive days, M-Th or T-F 10/22/2012

Apprentice Rates: First Year $24.69 $31.46 $38.24 Second Year $29.86 $37.99 $46.12 Third Year $37.79 $47.28 $56.76 Fourth Year $40.50 $51.34 $62.18

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 23 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 24 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======Sprinkler Fitter Sprinkler Fitter SP 669 $46.51 $61.99 $77.47 H H H H H H H D Y 9/17/2009 Apprentice Rates: Class 1 & 2 $23.44 $31.31 $39.17 Class 3 $29.35 $37.75 $46.15 Class 4 $30.93 $40.12 $49.31 Class 5 $35.50 $45.47 $55.45 Class 6 $37.07 $47.83 $58.59 Class 7 $38.65 $50.20 $61.75 Class 8 $40.22 $52.55 $64.89 Class 9 $41.79 $54.91 $68.03 Class 10 $43.36 $57.27 $71.17

Tile, Terrazzo and Mosiac Finisher BR9-31-TF $30.57 $39.66 $48.75 H H H H H H H D Y 3/7/2013 Apprentice Rates: 0-749 hours $24.21 $30.12 $36.03 750-1,499 hours $25.12 $31.49 $37.85 1,500-2,249 hours $26.03 $32.85 $39.67 2,250-2,999 hours $26.93 $34.20 $41.47 3,000-3,749 hours $27.84 $35.57 $43.29 3,750-4,499 hours $28.75 $36.93 $45.11

Setter BR9-31-TS $35.94 $46.71 $57.47 H H H H H H H D Y 3/7/2013 Apprentice Rates: 0-749 hours $28.40 $35.39 $42.39 750-1499 hours $29.48 $37.01 $44.55 1500-2249 hours $30.56 $38.63 $46.71 2250-2999 hours $31.63 $40.24 $48.85 3000-3749 hours $32.71 $41.86 $51.01 3750-4499 hours $33.79 $43.48 $53.17

Truck Driver of all trucks of 8 cubic yd capacity or over TM-RB2 $40.40 $37.84 H H H H H H H H Y 10/9/2012 of all trucks of 8 cubic yard capacity or less TM-RB2A $40.30 $37.69 H H H H H H H H Y 10/9/2012 on euclid type equipment TM-RB2B $40.55 $38.06 H H H H H H H H Y 10/9/2012 Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 24 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 25 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======

Underground Laborer Open Cut, Class I Construction Laborer LAUC-Z3-1 $32.66 $42.80 $52.93 H H H H H H H D Y 1/16/2013 Apprentice Rates: 0-1,000 work hours $28.17 $36.06 $43.95 1,001-2,000 work hours $29.07 $37.41 $45.75 2,001-3,000 work hours $29.97 $38.76 $47.55 3,001-4,000 work hours $31.76 $41.45 $51.13

Underground Laborer Open Cut, Class II Mortar and material mixer, concrete form man, signal man, LAUC-Z3-2 $32.80 $43.01 $53.21 H H H H H H H D Y well point man, manhole, headwall and catch basin 1/16/2013 builder, guard rail builders, headwall, seawall, breakwall, dock builder and fence erector.

Apprentice Rates: 0-1,000 work hours $28.28 $36.23 $44.17 1,001-2,000 work hours $29.18 $37.57 $45.97 2,001-3,000 work hours $30.09 $38.94 $47.79 3,001-4,000 work hours $31.90 $41.65 $51.41

Underground Laborer Open Cut, Class III Air, gasoline and electric tool operator, vibrator operator, LAUC-Z3-3 $32.92 $43.19 $53.45 H H H H H H H D Y drillers, pump man, tar kettle operator, bracers, rodder, 1/16/2013 reinforced steel or mesh man (e.g. wire mesh, steel mats, dowel bars, etc.), cement finisher, welder, pipe jacking and boring man, wagon drill and air track operator and concrete saw operator (under 40 h.p.), windlass and tugger man, and directional boring man.

Apprentice Rates: 0-1,000 work hours $28.37 $36.36 $44.35 1,001-2,000 work hous $29.28 $37.73 $46.17 2,001-3,000 work hours $30.19 $39.09 $47.99 3,001-4,000 work hours $32.01 $41.82 $51.63

Underground Laborer Open Cut, Class IV Trench or excavating grade man. LAUC-Z3-4 $32.97 $43.26 $53.55 H H H H H H H D Y 1/16/2013 Apprentice Rates: 0-1,000 work hours $28.41 $36.42 $44.43 1,001-2,000 work hours $29.32 $37.79 $46.25 2,001-3,000 work hours $30.23 $39.15 $48.07 3,001-4,000 work hours $32.06 $41.89 $51.73

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 25 of 26 Official 2013 Prevailing Wage Rates for State Funded Projects Issue Date: 5/1/2013 Contract must be awarded by: 7/30/2013 Page 26 of 26 Classification Last Straight Time and Double Overtime Name Description Updated Hourly a Half Time Provision ======

Underground Laborer Open Cut, Class V Pipe Layer LAUC-Z3-5 $33.11 $43.47 $53.83 H H H H H H H D Y 1/16/2013 Apprentice Rates: 0-1,000 work hours $28.51 $36.57 $44.63 1,001-2,000 work hours $29.43 $37.95 $46.47 2,001-3,000 work hours $30.35 $39.33 $48.31 3,001-4,000 work hours $32.19 $42.09 $51.99

Underground Laborer Open Cut, Class VI Grouting man, top man assistant, audio visual television LAUC-Z3-6 $30.41 $39.42 $48.43 H H H H H H H D Y operations and all other operations in connection with 1/16/2013 closed circuit television inspection, pipe cleaning and pipe relining work and the installation & repair of water service pipe & appurtenances

Apprentice Rates: 0-1,000 work hours $26.49 $33.54 $40.59 1,001-2,000 work hours $27.27 $34.71 $42.15 2,001-3,000 work hours $28.05 $35.88 $43.71 3,001-4,000 work hours $29.63 $38.25 $46.87

Underground Laborer Open Cut, Class VII Restoration laborer, seeding, sodding, planting, cutting, LAUC-Z3-7 $27.56 $35.15 $42.73 H H H H H H H D Y mulching and topsoil grading and the restoration of 1/16/2013 property such as replacing mail boxes, wood chips, planter boxes, flagstones etc.

Apprentice Rates: 0-1,000 work hours $24.35 $30.33 $36.31 1,001-2,000 work hours $24.99 $31.29 $37.59 2,001-3,000 work hours $25.63 $32.25 $38.87 3,001-4,000 work hours $26.92 $34.19 $41.45

Official Request #: 550 Official Rate Schedule Requestor: DTMB Every contractor and subcontractor shall keep posted Project Description: Lewis Cass Building - Stairway Pressurization & on the construction site, in a conspicuous place, a copy of all prevailing wage and fringe benefit rates Project Number: File# 071/11368.RMP – Index# 44101 prescribed in a contract. County: Ingham Page 26 of 26 Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

APPENDIX V

ADDENDA

Bidding and Contract Document Project Name: Lewis Cass Building – Stairway Pressurization and Renovations File No. 71/11368.RMP

APPENDIX VI

CERTIFICATE OF AWARDABILITY

State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.RMP Index No. 44101

Calculations

2013 LehnerFindlan Associates Lewis Cass Building ‐ 5/3/2013 State of Michigan ‐ DTMB Stairwell Pressurization and Renovations

Lewis Cass Building Stairwell Pressurization ASHRAE 2011 HVAC Applications Handbook 53.9 North/South Stairs Calculations DPsbt = DPsbb + [ By / { 1 + ( Asb/Abo)2 } ] B = 7.64 * ( 1/To ‐ 1/Ts ) X = [ (DPsbt)3/2 ‐ (DPsbb)3/2 ] / [ DPsbt ‐ DPsbb ] Q = 1740 * N * Asb * X Table‐1: Door Leakage Area Height (ft) 7 Leak‐Area (ft2) per floor User Width (ft) 3 Avge 1/8" door gap 0.17 Input Doors in Parallel: Leakage Areas = A1 , A2, ‐‐‐ An Area (ft2) 21 3/4" door Undercut 0.18 Calculated Effective Leakage Area (Ae) Perim (ft) 20 Total door leakage 0.35 by Program Ae = A1 + A2 + ‐‐‐‐‐ + An

Table‐2: Elevator Doors Table‐4 Additional CFM for Open Doors A1 Leak Area (ft2) Vel thru # of Doors (7' x 3') Open Minim 0.55 Door 1 3 4 A2 Maxim 0.70 25 525 1,575 2,100 50 1,050 3,150 4,200 Table‐3: Leakage Areas: Walls, Floors 100 2,100 6,300 8,400 A = Leakage Area As = Surface Area 150 3,150 9,450 12,600 Construction A/As An Exterior Walls Tight 0.00005 Avg 0.00017 Doors in Series: Leakage Areas = A1 , A2, A3, ‐‐‐ An Loose 0.00035 Stairwell Walls Tight 0.00001 A1 An Avg 0.00011 Loose 0.00035 Effective Leakage Area (Ae) Doors in Series Elevator Shaft Walls Tight 0.00018 Ae = [ 1/A12 + 1/A22 + 1/A32 + ‐‐‐‐‐ + 1/An2 ] ‐0.5 Avg 0.00084 Loose 0.00180 ASHRAE Pressure Minimum Stairwell Pressure (in. H2O) = 0.052 Floors Avg 0.00005 Recommendation Maximum Stairwell Pressure (in. H2O) = 0.551

Building Length (ft) Use square root of floor area if 150 Lb Building Width (ft) building is not rectangular 65 Wb Stairwell Plan View Length (ft) 16 Ls Stairwell Plan View Width (ft) 8 Ws Temperature of Outdoor Air in Winter (deg F) 6 to To Temperature of Outdoor Air (deg Rankine) 466 To = to + 460 Temperature of Stairwell Air (deg F) 70 Ts Temperature of Stairwell Air (deg Rankine) 530 Ts = ts + 460 DPsbb MIN Press Difference Stair & Bldg at Bottom of Stair (in) 0.05 PD‐min BB = 7.64 * ( 1/To ‐ 1/Ts ) 0.00198 B = 7.64 * ( 1/To ‐ 1/Ts ) N Number of Floors 7 N Floor to Floor Height (ft) 12 H y Distance between Stairwell Bottom and Top (ft) 84 y = N * H Asdb Leakage Area between Stairwell Door & Bldg Space per Floor (ft2) 0.35 Dor‐lkg See Table‐1 or ‐2 Wall Surface Area between Stairwell & Bldg Space per floor (ft2) 576 W‐sb = 2 * ( Ls + Ws ) * H Stairwell Wall Tightness Leakage Area (ft2) 0.00011 Str‐lkg See Table‐3 Aswb Flow Area between Stairwell Wall & Bldg per Floor (ft2) 0.06336 F‐sb = W‐sb * Str‐lkg Exter Wall Surface Area between Bldg and Outside per Floor (ft2) 5160 Wall‐ext = 2 * ( Lb + Wb ) * H * N Building Exterior Wall Tightness Leakage Area (ft2) 0.00017 Bld‐lkg See Table‐3 Abo Flow Area between Building & Outside per Floor (ft2) 0.87720 F‐bo = W * Bld‐lkg Asb Total Flow Leakage Area Stairwell & surrounding Space (ft2) 0.41336 Tot‐lkg = Dor‐lkg + Str‐lkg DPsbt MAX Press Difference Stair & Bldg at Top of Stair (in) 0.18608 Fan Static Pressure DPsb AVG Press Difference between Stair & Bldg Space (in) 0.11804 PD‐avg = ( PD‐min + PD‐max ) / 2 X ‐n [ (DPsbt)3/2 ‐ (DPsbb)3/2 ] 0.06909 PD‐max = PD‐min + X ‐d [ DPsbt ‐ DPsbb ] 0.13608 (B*y) / (1+(Tot‐lkg/F‐bo)^2 ) Q Supply Air (cfm) 2,556 Q = 1740*N*Asb*X‐n/X‐d

Stair Pressurization Page 1 Lewis Cass Building ‐ 5/3/2013 State of Michigan ‐ DTMB Stairwell Pressurization and Renovations

SUMMARY:

2,556 for stair pressurization 2,100 4 doors open at 25 fpm 4,656 Total Fan CFM

No. of Floor No. Fan Total Floors Roof CFM = 4,656 16 25 34 43 52 61 7 0 Exist to outside

Stair Pressurization Page 2 Lewis Cass Building ‐ 5/3/2013 State of Michigan ‐ DTMB Stairwell Pressurization and Renovations

Lewis Cass Building Stairwell Pressurization ASHRAE 2011 HVAC Applications Handbook 53.9 Central Stair Calculations DPsbt = DPsbb + [ By / { 1 + ( Asb/Abo)2 } ] B = 7.64 * ( 1/To ‐ 1/Ts ) X = [ (DPsbt)3/2 ‐ (DPsbb)3/2 ] / [ DPsbt ‐ DPsbb ] Q = 1740 * N * Asb * X Table‐1: Door Leakage Area Height (ft) 7 Leak‐Area (ft2) per floor User Width (ft) 3.5 Avge 1/8" door gap 0.55 Input Doors in Parallel: Leakage Areas = A1 , A2, ‐‐‐ An Area (ft2) 24.5 3/4" door Undercut 0.66 Calculated Effective Leakage Area (Ae) Perim (ft) 21 Total door leakage 1.21 by Program Ae = A1 + A2 + ‐‐‐‐‐ + An

Table‐2: Elevator Doors Table‐4 Additional CFM for Open Doors A1 Leak Area (ft2) Vel thru # of Doors (7' x 3') Open Minimum 0.55 Door 1 3 4 A2 Maximum 0.70 25 613 1,838 2,450 50 1,225 3,675 4,900 Table‐3: Leakage Areas: Walls, Floors 100 2,450 7,350 9,800 A = Leakage Area As = Surface Area 150 3,675 11,025 14,700 Construction A/As An Exterior Walls Tight 0.00005 Avg 0.00017 Doors in Series: Leakage Areas = A1 , A2, A3, ‐‐‐ An Loose 0.00035 Stairwell Walls Tight 0.00001 A1 An Avg 0.00011 Loose 0.00035 Effective Leakage Area (Ae) Doors in Series Elevator Shaft Walls Tight 0.00018 Ae = [ 1/A12 + 1/A22 + 1/A32 + ‐‐‐‐‐ + 1/An2 ] ‐0.5 Avg 0.00084 Loose 0.00180 ASHRAE Pressure Minimum Stairwell Pressure (in. H2O) = 0.052 Floors Avg 0.00005 Recommendation Maximum Stairwell Pressure (in. H2O) = 0.551

Building Length (ft) Use square root of floor area if 155 Lb Building Width (ft) building is not rectangular 75 Wb Stairwell Plan View Length (ft) 32 Ls Stairwell Plan View Width (ft) 22 Ws Temperature of Outdoor Air in Winter (deg F) 6 to To Temperature of Outdoor Air (deg Rankine) 466 To = to + 460 Temperature of Stairwell Air (deg F) 70 Ts Temperature of Stairwell Air (deg Rankine) 530 Ts = ts + 460 DPsbb MIN Press Difference Stair & Bldg at Bottom of Stair (in) 0.05 PD‐min BB = 7.64 * ( 1/To ‐ 1/Ts ) 0.00198 B = 7.64 * ( 1/To ‐ 1/Ts ) N Number of Floors 7 N Floor to Floor Height (ft) 12 H y Distance between Stairwell Bottom and Top (ft) 84 y = N * H Asdb Leakage Area between Stairwell Door & Bldg Space per Floor (ft2) 1.21 Dor‐lkg See Table‐1 or ‐2 Wall Surface Area between Stairwell & Bldg Space per floor (ft2) 1296 W‐sb = 2 * ( Ls + Ws ) * H Stairwell Wall Tightness Leakage Area (ft2) 0.00011 Str‐lkg See Table‐3 Aswb Flow Area between Stairwell Wall & Bldg per Floor (ft2) 0.14256 F‐sb = W‐sb * Str‐lkg Exter Wall Surface Area between Bldg and Outside per Floor (ft2) 5520 Wall‐ext = 2 * ( Lb + Wb ) * H * N Building Exterior Wall Tightness Leakage Area (ft2) 0.00017 Bld‐lkg See Table‐3 Abo Flow Area between Building & Outside per Floor (ft2) 0.93840 F‐bo = W * Bld‐lkg Asb Total Flow Leakage Area Stairwell & surrounding Space (ft2) 1.35256 Tot‐lkg = Dor‐lkg + Str‐lkg DPsbt MAX Press Difference Stair & Bldg at Top of Stair (in) 0.10404 Fan Static Pressure DPsb AVG Press Difference between Stair & Bldg Space (in) 0.07702 PD‐avg = ( PD‐min + PD‐max ) / 2 X ‐n [ (DPsbt)3/2 ‐ (DPsbb)3/2 ] 0.02238 PD‐max = PD‐min + X ‐d [ DPsbt ‐ DPsbb ] 0.05404 (B*y) / (1+(Tot‐lkg/F‐bo)^2 ) Q Supply Air (cfm) 6,822 Q = 1740*N*Asb*X‐n/X‐d

Stair Pressurization Page 1 Lewis Cass Building ‐ 5/3/2013 State of Michigan ‐ DTMB Stairwell Pressurization and Renovations

SUMMARY:

6,822 for stair pressurization 2,450 4 doors open at 25 fpm 9,272 Total Fan CFM

No. of Floor No. Fan Total Floors Roof CFM = 9,272 1 Penthouse 26 35 44 53 62 7 1 Exist to outside

Stair Pressurization Page 2 State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovation File No. 071/11368.RMP Index No. 44101

Schedules (Bound Herein)

2013 LehnerFindlan Associates

State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

MASTER COLOR SCHEDULE 09 91 00 PAINTING

PT1 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Stairway Ceilings, Soffits, Underside of Stairways

PT2 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Stairway Walls

PT3 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Interior Hollow Metal Doors & Frames, Metal Railings, Balusters, Stringers

PT4 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Exterior Hollow Metal Doors & Frames and Metal Railings

PT5 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Concrete Floors and Treads

PT6 MANUF.: Benjamin Moore COLOR: TBD SHEEN: TBD LOCATION: Risers and Stringers

MASTER COLOR SCHEDULE Pg. 1

State of Michigan Department of Technology Management and Budget Facilities and Business Service Administration Design & Construction Division Lewis Cass Building – Stairway Pressurization and Renovations File No. 071/11368.RMP Index No. 44101

END of SPECIFICATIONS