CITY OF NORWALK PURCHASING DEPARTMENT

SEALED BIDS MUST BE RECEIVED BY THE OFFICE OF THE PURCHASING AGENT, 125 EAST AVENUE NORWALK, CT 06856 BY THE DATE AND TIME OF BID OPENING

PROJECT NUMBER: 3847 REQUESTING DEPARTMENT: Building Management DATE OF BID ISSUANCE: 5/23/2018 TITLE OF BID: Rigging (Norwalk High School)

DATE OF BID OPENING: 6/13/2018 TIME OF BID OPENING: 2:00 PM MANDATORY WALKTHROUGH: YES ( ) NO ( X )

DATE, TIME AND LOCATION OF May 30th, 2018, 10 A.M. WALKTHROUGH Norwalk High School, 55 County St. Norwalk, CT 06851 BID DEPOSIT REQUIRED: YES ( X ) NO ( ) IF YES, AMOUNT REQUIRED 10% of bid SUCCESSFUL BIDDERS ONLY: PERFORMANCE & PAYMENT BOND YES ( X ) NO ( ) REQUIRED: IF YES, AMOUNT REQUIRED 100% SUCCESSFUL BIDDERS ONLY: MAINTENANCE BOND REQUIRED: YES ( ) NO ( X ) IF YES, AMOUNT REQUIRED:

ALL TERMS AND CONDITIONS, SPECIFICATIONS AND BID FORMS ARE ATTACHED HERETO.

NOTE: THE FOLLOWING DOCUMENTS WILL BE REQUIRED FOR A BID TO BE COMPLIANT

1. BIDDER’S INFORMATION AND ACKNOWLEDGEMENT FORM 2. BID FORMS, INCLUDING PRICING SHEETS AND ADDENDA ACKNOWLEDGMENT FORMS (ONE ORIGINAL PLUS FOUR (4) COPIES) 3. EXCEPTIONS (IF ANY) CITY OF NORWALK PURCHASING DEPARTMENT

NOTICE TO BIDDERS

1. ALL BIDS WILL BE OPENED PROMPTLY AT THE ADVERTISED TIME OF OPENING. THERE WILL BE NO DELAYS OR POSTPONEMENTS WHICH ARE NOT PUBLICLY ADVERTISED. ANY BID RECEIVED AFTER THE ADVERTISED TIME OF OPENING WILL NOT BE ACCEPTED.

2. IF A BIDDER USES A COURIER SERVICE FOR BID DELIVERY, IT SHALL BE THE BIDDER’S RESPONSIBILITY THAT THE BID REACHES THE PURCHASING DEPARTMENT BY THE DATE AND TIME SPECIFIED HEREIN.

3. ALL BIDS SUBMITTED TO THE CITY MUST BE IN A CLEARLY MARKED AND SEALED ENVELOPE.

4. OBLIGATION OF BIDDERS:

a. AT THE TIME OF OPENING BIDS, EACH BIDDER SHALL BE PRESUMED TO HAVE INSPECTED THE SITES AND TO HAVE MADE HIM/HERSELF THOROUGHLY FAMILIAR WITH THE PLANS AND CONTRACT DOCUMENTS, INCLUDING ALL ADDENDA. THE FAILURE OR OMISSION OF ANY BIDDER TO RECEIVE OR EXAMINE ANY FORM, INSTRUMENT OR DOCUMENT SHALL IN NO WAY RELIEVE ANY BIDDER FROM ANY OBLIGATION IN RESPECT TO THEIR BID.

b. EACH BIDDER MUST FULLY INFORM HIM/HERSELF OF THE CONDITIONS RELATING TO THE WORK WHICH WILL BE PERFORMED. FAILURE TO DO SO WILL NOT RELIEVE THE SUCCESSFUL BIDDER OF HIS/HER OBLIGATION TO FURNISH ALL LABOR AND MATERIALS NECESSARY TO CARRY OUT THE PROVISIONS OF THE CONTRACT DOCUMENTS AND TO COMPLETE THE CONTEMPLATED WORK. IN AS MUCH AS POSSIBLE, THE CONTRACTOR MUST, IN CARRYING OUT HIS/HER WORK, EMPLOY SUCH METHODS OR MEANS AS WILL NOT CAUSE ANY INTERRUPTIONS OR INTERFERENCE WITH THE WORK OF ANY OTHER CONTRACTOR.

5. TIME IS OF THE ESSENCE (IF APPLICABLE):

a. IF THE PROJECT IS NOT COMPLETED BY THE DATE SPECIFIED AS THE SUBSTANTIAL COMPLETION DATE IN THE CONTRACT ENTERED INTO BY THE CITY AND THE CONTRACTOR, THE CONTRACTOR WILL BE SUBJECT TO CONSEQUENTIAL AND/OR LIQUIDATED DAMAGES.

CITY OF NORWALK PURCHASING DEPARTMENT

BIDDER’S INFORMATION AND ACKNOWLEDGMENT FORM

Bidder’s Name

Street Address

City State Zip

Business Telephone:

Email Address:

Printed Name and Title of Individual Submitting Bid

The undersigned acknowledges that the terms, conditions and specifications of this bid are understood and unconditionally accepted.

Signature Date

CITY OF NORWALK PURCHASING DEPARTMENT

Exceptions: Note any vendor(s) responding to this proposal shall indicate any/all exceptions (if any) taken to language in this proposal. Exceptions must be declared below in order to be considered by the City: ______

TABLE OF CONTENTS

GENERAL INFORMATION

SPECIAL NOTES

SECTION 1 – RESPONSE INFORMATION

1.1 RESPONSE FORM

1.2 STATEMENT OF BIDDERS QUALIFICATIONS

SECTION 2 - PROJECT SPECIFICATIONS

SECTION 3 - GENERAL INFORMATION

SECTION 4 - GENERAL CONDITIONS FOR CONSTRUCTION

SECTION 5 – LIVING WAGE ORDINACE

EXHIBIT A - SAMPLE CONTRACT

GENERAL INFORMATION

1. INTRODUCTION

The City of Norwalk is soliciting bid submissions for Stage Rigging at Norwalk High School. The budget for this project is $150,000.00. The requirements of this project are outlined in greater detail under Section 2 - Scope of Work/Project Specifications.

2. BID DOCUMENTS

All bid documents for this invitation are available over the internet at http://www.norwalkct.org. Adobe Acrobat reader is required to view this document. If you do not have this software you may download it for free from Adobe.

3. ADDENDA

All addenda, if issued will be available over the internet at http://www.norwalkct.org. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the RFP deadline. It is the responsibility of the bidder to check for issuance of any addenda.

4. BIDDER’S LIST

Bidder’s list for this solicitation will not be published.

5. QUESTIONS CONCERNING THIS BID

All questions concerning this solicitation must be directed, via e-mail, to Ben Luce, Purchasing Agent, at [email protected]. The deadline for the submission of questions is 2:00 pm, June 6th, 2018.

6. SUBMISSION OF BID

All sealed bids should be submitted to the City of Norwalk’s Purchasing Department no later than June 13th, 2018 at 2:00 pm at the address listed below:

City of Norwalk Purchasing Department 125 East Avenue, Room 103 Norwalk, CT 06856-5125

7. SUMMARIES A list of the proposing firms will be available any time after 5:00 pm on the day of the RFP opening at http://www.norwalkct.org. RFP results will not be provided over the phone.

SPECIAL NOTES: 1.) PROJECT SCHEDULE: Begin August 1st, 2018 with substantial completion by October 1st, 2018. 2.) A non-mandatory walkthrough will be held at 10 A.M., May 30th, 2018 at Norwalk High School, 55 County St. Norwalk, CT. Please note – access to the Grid is via a straight, uncaged ladder (40 feet) and requires a fall protection harness and ascender for access. 3.) BUILDING PERMITS - Contractors shall obtain and pay for all required permit(s) for this project. Permits fees are NOT waived for this project.

4.) References to Department of Public Works, Director of Public Works, and Engineer in section 3 and section 4 are to be interpreted as "Owner's designated representative".

5.) Section 4, Item 109-04-2b, page 79, Contractor Charges is changed to read "...profit and overhead shall be figured at fifteen (15) percent unless some other basis is approved by the Director." 6.) Section 3.8, Liquidated Damages, change to read “Liquidated damages as defined in Article 27 of the Norwalk General Conditions for Construction will not be applied to this project. 7.) Contractors are hereby reminded that all submitted bid amounts MUST include all costs/insurance premiums required to satisfy the various insurance limits as identified in these documents. 8.) Prevailing Wage Rates shall apply to this project. A copy of the State of Connecticut prevailing wage rates will be issued as an addendum to this solicitation.

SECTION 1 – RESPONSE INFORMATION

SPECIAL NOTES ON RESPONDING:

ADDENDAS, if issued, will be available over the Internet at http://www.norwalkct.org Adobe Acrobat reader is required to view this document. If you do not have this software you may down load it for free from Adobe. We strongly suggest that you check for any addenda a minimum of forty-eight hours in advance of the bid deadline.

SUMMARIES will be available any time after 5:00 PM on the day of the bid opening over the Internet at http://www.norwalkct.org . The document number to request will be the same as the project number indicated in the invitation to bid. Bid results will not be provided over the phone.

AWARD NOTIFICATION will be issued by mail.

BUSINESSES WITHOUT FAX EQUIPMENT or Internet access may contact the Purchasing Department at 203-854-7712 for this information.

BID RESPONSES (One (1) Original plus four (4) copies) are to be delivered to:

City of Norwalk Purchasing Department Room 103 125 East Avenue P.O. Box 5125 Norwalk, CT 06856-5125

1.1 Response Form - # 3847 – Stage Rigging (Norwalk High School)

Vendor Name -

Address -

Phone - Fax - Email -

Manager - Fed ID#

The undersigned hereby declares that he has or they have carefully examined the plans, specifications and project site and has satisfied him as to all the quantities and conditions, and understands that in signing this proposal he waives all right to plead any misunderstanding regarding the same. The undersigned further understands and agrees that he will furnish and provide all the necessary material, machinery, implements, tools, labor, services, and other items of whatever nature, and to do and perform all the work necessary under the aforesaid conditions, to carry out the contract and to accept in full compensation therefore the amount of the contract as agreed to by the Contractor and the City. A. Stage Rigging (Norwalk High School)

Lump Sum Bid $

Total Lump Sum Bid in Words $

Add/Alternate – Theatrical Safety Curtain $

Bid Security in the form of a (check Bond Certified Check one) is attached.

Cost for performance bond included $ per thousand dollars in lump sum

Insurance Agency Name - Tel.-

Agency Address -

Submitted by - Printed Signature: Authorized Agent of Company (name and title) Date:

The above signatory acknowledges receipt of the following addenda issued during the bidding period and understands that they are a part of the bidding documents (if applicable): Addendum # Dated Addendum # Dated Addendum # Dated Addendum # Dated

1.2 STATEMENT OF BIDDERS QUALIFICATIONS Please answer the following questions regarding your company's past performance. Attach a financial statement or other supportive documentation. Failure to reply to this instruction may be regarded as justification for rejecting a bid. 1. Number of years in business - ______2. Number of personnel employed Part-time - ______, Full - _____,

3. ORGANIZATIONAL STRUCTURE general partnership OF BIDDER (check which applies) limited partnership

limited liability corporation

limited liability partnership,

corporation doing business under a trade name

individual doing business under a trade name

other (specify)

4. STATUS OF THE BUSINESS AND Connecticut corporations - Will the Yes No ITS CURRENT STANDING WITH THE Secretary of State be able to issue a SECRETARY OF STATE'S OFFICE; Certificate of Good Standing within 30 e.g., are all required filings current and in days of the bid opening? good standing or has the entity been withdrawn or canceled Out-of -State corporations - Do you have Yes No a valid license to do business in the State of Connecticut? (Evidence in the form of a Certificate of Authority from the Connecticut Secretary of State will be required within 30 days of the bid opening.)

CONTINUED ON NEXT PAGE

5. Is your local organization an affiliate of a parent company? If so, Indicate the principal place of business of your company and the name of the agent for service if different from what has been indicated on the response form: Business Name Address City State Zip

Name of Agent

NOTE: In the case of a Limited Liability Corporation or a Limited Liability Partnership a certified copy of the Articles of Organization certified as valid and in effect as of the date of the bid opening will be required within 30 days of the bid opening.

A listing of the corporate officers, in the case of a corporation; the general or managing partners, in the case of a partnership; or the managers and members in the case of either a limited liability partnership or company will be required within 30 days of the bid opening.

END OF SECTION

SECTION 2

PROJECT TECHNICAL SPECIFICATIONS

Safety Inspection Report

Albert H. Horne Memorial Auditorium

Norwalk High School 23 Calvin Murphy Dr. Norwalk, CT 06851

Requested By: Steve Hamelin 3883 Ridge Avenue Inspection Date: February 9, 2018 Philadelphia, PA 19132 Inspector: Christopher Harris

800-727-7471 www.sapsis-rigging.com © Copyright 2018, Sapsis Rigging, Inc. All rights reserved.

Statement of Purpose

Rigging inspections are conducted by Sapsis Rigging, Inc. to help make performance spaces a safer place to work, perform and visit.

We conduct our inspections using the following criteria:

• Manufacturer specifications

• Nation Building, Fire and Safety Codes

• OSHA Regulations

• Recognized standards from independent testing organizations

• ANSI

• Common sense.

A professional rigging inspection should be conducted on an annual basis. To further reduce the likelihood of accidents, these inspections should be part of a well- documented, ongoing maintenance program incorporating all areas of the performance facility.

Structural Report As a service to the client, Sapsis Rigging, Inc. will visually inspect, where possible, the support structure of the stage area. However, Sapsis Rigging, Inc. shall not be held responsible for any/all structural members in the facility. If, in the inspector’s opinion, a problem exists, or if the client has any questions or concerns regarding any support member in the facility, we strongly recommend that a structural engineer be retained to make the necessary tests and calculations.

Sapsis Rigging Inc • 3883 Ridge Ave, Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Albert H. Horne Memorial Auditorium February 9, 2018 Norwalk High School Norwalk, CT

General Description This is a proscenium theater. The onstage rigging systems consist of: • A straight lift fire safety curtain on a single purchase, lattice track guided, counterweight line set. • Twenty-seven (27) single purchase, T-track guided, counterweight line sets. • A loading gallery. • A grid.

The locking rail is located stage right at the stage floor level. The loft blocks for the rigging system are mounted to the surface the grid.

The front-of-house (FOH) rigging systems consist of: • A dead hung center speaker cluster. • One (1) catwalk lighting position. • Two (2) wall mounted side lighting positions. • Balcony rail lighting positions.

The theater is used for school functions and productions.

Note: References in this report to E1.22-2016 and E1.4-1-2016 refer to the current ANSI Standards for Fire Safety Curtain Systems and Manual Counterweight Rigging Systems respectively.

1. Fire Safety 1.1. There are no fire extinguishers onstage. There should be fire extinguishers located on both sides of the stage mounted on permanent positions with high visibility signs placed over them to make them easy to locate in the event of an emergency.

1.2. Flame retardancy certificates for the stage curtains were not available at the time of this inspection. Flame retardancy certificates should be kept on file for all stage curtains indicating the type of material used for each curtain, date of flame retardancy treatment, and the date of expiration of that treatment.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 2

2. General Building Safety 2.1. There are open junction boxes at the grid and FOH lighting catwalk. (Photos 1 and 2) All electrical junction boxes should have covers to protect the wiring and eliminate any electrical shock hazards.

2.2. All loose boards on the grid should be secured or removed. Photo 3

2.3. All debris should be removed from the top of the FOH acoustic ceiling clouds. Photo 4

2.4. The FOH catwalk floor should be kept clear of debris and equipment. (Photo 5) All cables should be dressed neatly out of the walkways.

2.5. There are no kick-plates at the FOH lighting catwalk. (Photo 6) While OSHA 1910.23 (e) (4) requires kick-plates be nominally 4” high, it is recommended, given the large amount of equipment installed on theater catwalks, the kick plates be raised to 6”.

2.6. There is no work light at the loading gallery, grid and FOH lighting catwalk. OSHA 1926.56 (a) requires a minimum of 5 foot- candles of light for these areas.

3. Fall Protection Safety 3.1. Personal fall protection systems are needed in the following locations:

3.1.1. The front of house side lighting positions. Photo 7

3.1.2. At the balcony rail. Photo 8

3.2. The loading gallery (Photo 9) and FOH catwalk (Photo 6) do not have railings that meet OSHA 1910.23 (e) (1) requirements for railing heights of 42” or the presence of mid-rails. In lieu of approved railings, a personal fall protection system is required at each location.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 3

3.3. A safety railing and gate should be installed at the upstage left ladder opening to the grid. Photo 10

3.4. The only path to the loading gallery is across the grid from stage left to stage right. The upstage unused portions of the loft wells should be permanently covered to provide for a safer path. Photo 11

4. Structural 4.1. There were no obvious problems noted during this inspection. A licensed professional engineer should address any questions concerning structural members in this facility.

5. Fire Safety Curtain 5.1. The fire safety curtain is currently decommissioned. The arbor is wrapped in paper (Photo 12) and the fire release line is in severed. Photo 13

5.2. The fire safety curtain is constructed of paint encapsulated asbestos fabric. Photo 14

5.3. There is no arresting device in this fire curtain system. E1.22- 2009 sec 11.10 and 11.11 requires that the fire curtain be governed during the curtain’s entire travel or the last 2.44 m (8 feet) of descent should require a minimum of 5 seconds. This can be accomplished by a dashpot, a mechanical brake or a similar device.

5.4. The head block and loft blocks are attached to the grid with standard grade bolts and regular hex nuts. (Photo 15) E1.4-1 2016 sec 3.1.3 requires grade-5 or better hardware with locking nuts on all overhead support systems.

5.5. The lift lines are constructed of 3/8” Ø 6x17 fiber core wire rope. (Photo 16) The fibrous core does not properly support the exterior wires as they pass over sheaves. This weakens the wire rope and accelerates wear over time. These lift lines should be replaced with 7x19 galvanized aircraft cable.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 4

5.6. The lift line terminations have the following problems:

5.6.1. Malleable wire rope clips are used at both the arbor and lift line terminations. (Photos 17 and 18) E1.4-1 2016 section 3.4.4.4.2 and manufacturer specifications do not certify malleable wire rope clips for overhead lifting. Drop forged wire rope clips or copper compression sleeves should be used at these terminations.

5.6.2. The turnbuckles at the lift line arbor terminations have standard hex nuts installed on the jaw end bolts that can loosen and fall off the bolt. (Photo 19) The standard hex nuts should be replaced with a locking nut such as a nylon insert nut (Photo 20) or the bolt should be replaced with one that accepts a cotter pin (Photo 21) to prevent the standard hex nut from dislodging.

5.7. The stay chains have the following problems:

5.7.1. The stay chains are rusting. These plain steel chains should be replaced with a plated chain that will better resist corrosion. Photo 22

5.7.2. The stay chains wrap the steel channels of the grid. (Photo 22) Wrapping the steel with chain in this manner places a side load on individual chain links. The chain is not designed for this condition. The chains should terminate to load rated hanging clamps at the grid.

5.8. The batten clamps have the following problems:

5.8.1. The batten clamps are not the right size and do not fully enclose the top batten of the fire curtain. (Photo 23) The clamps should be large enough so that both halves of the clamp touch above and below the batten.

5.8.2. The batten clamps utilize standard grade bolts and standard hex nuts. E1.4 2016 sec 3.1.3 calls for SAE J429 Grade-5 or better bolts with locking nuts on all overhead equipment.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 5

5.9. The fire curtain wire guides have the following problems:

5.9.1. The hanging chains for the wire guides wrap the steel channels of the grid. (Photo 24) Wrapping the steel with chain in this manner places a side load on individual chain links. The chain is not designed for this condition. The chains should terminate to load rated hanging clamps at the grid.

5.9.2. There are no thimbles in the wire guide termination eyes. (Photos 24 and 25) Thimbles are required to prevent damage to the wire rope caused by the sharp bend of the eye.

5.9.3. There is only one wire rope clip at wire guide terminations. (Photos 24 and 25) Manufacturer specifications require at least 2 properly spaced wire rope clips on all terminations.

5.10. The fire release line system has the following problems:

5.10.1. The fire release line is 3/8” manila with fusible links. Manila rope can stretch and shrink due to changes in humidity allowing an inadvertent lowering of the fire curtain. The manila should be replaced with 1/8” aircraft cable.

5.10.2. The fire release line uses cut stations at both ends to activate the fire curtain in the case of an emergency. E1.22-2016 sec 11.4.3 does not permit this type of activation. The cut stations should be replaced with lever release stations.

Please Note: E1.22-2016 section 12.3 requires the fire curtain system to be tested at least once every 30 performances but not less than once every 3 months. E1.22-2016 section 12.1 requires log books be kept for the fire safety curtain. See Inspection Logs section of this report.

6. Stage Rigging – Manual Counterweight Line Sets 6.1. E1.4-1-2016 sec. 6.3.1 requires that signage be displayed at each locking rail stating the capacity of the line sets, electrics, bridges, or other equipment controlled from that position.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 6

6.2. The locking rail and the loading gallery rail should be permanently labeled with the line set numbers. (Photos 26 and 27) This will prevent confusion when loading/unloading the arbors.

6.3. The rigging for the index strip lights over the locking rail has the following problems: Photo 28

6.3.1. Malleable wire rope clips are used at the support cable terminations. (Photo 29) Manufacturer specifications do not certify malleable wire rope clips for overhead lifting. Drop forged wire rope clips or copper compression sleeves should be used at these terminations.

6.3.2. There is only one wire rope clip at the support cable terminations. (Photo 29) Manufacturer specifications require at least 2 properly spaced wire rope clips on all terminations.

6.3.3. The support cables wrap the steel of the loading gallery. (Photo 30) Wrapping wire rope around the sharp edges of the steel in this manner damages the wire rope and lowers its load capacity. The support cables should terminate to load rated hanging clamps.

6.4. The rope locks have the following problems:

6.4.1. The rope locks are showing signs of wear and are reaching the end of their serviceable lives. (Photo 31) Most adjustment screws have been completely tightened down and many of the rope locks no longer stay closed when the oval rings are removed. These locks should be replaced.

6.4.2. Standard grade bolts and regular hex nuts without lock washers are used to attach rope locks to the locking rail. (Photos 31 and 32) E1.4-1 2016 sec 3.1.3 calls for SAE J429 Grade- 5 or better bolts with locking nuts on all overhead support equipment.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 7

6.5. There are damaged locations on the bottom crash rail wood pads. (Photo 33) These pads should be replaced.

6.6. The tension blocks have the following problems:

6.6.1. Standard grade bolts and regular hex nuts without lock washers are used to attach the tension blocks to the locking rail. (Photos 34 and 35) E1.4-1 2016 sec 3.1.3 calls for SAE J429 Grade- 5 or better bolts with locking nuts on all overhead support equipment.

6.6.2. The tension blocks are mounted to the locking rail and do not adjust in order to remove slack from the purchase lines. Photo 36

6.7. The counterweight arbors have the following problems:

6.7.1. Except for Line Set #21, all other arbors have iron tops and bottoms. (Photos 37 and 38) E1.4-1-2016 sec 3.1.2 calls for steel to be used on all arbor parts as the iron parts can fracture and fail without warning.

6.7.2. The rod nuts are loose in several arbors. All rod nuts should be checked and tightened where necessary.

6.7.3. The counterweight rests directly on top of the arbor rod nuts. (Photo 38) Support bars should be installed to take the weight off the hex nuts.

6.7.4. A number of the set screws in the counterweight locking collars on the arbor rods are loose. (Photo 39) These screws should be tight at all times. Replacing the set screws with thumbscrews will also allow them to be tightened without the need for a tool.

6.7.5. There are not enough spreader plates in the arbors. E1.4-1 2016 sec 3.7.7.3 (d) calls for a spreader plate for every 2 vertical feet of counterweight.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 8

6.7.6. The existing spreader plates are being used incorrectly. There should be a spreader plate inserted between every 2 vertical feet of counterweight.

6.7.7. The back-spline plates of the arbors should be labeled or marked every 2 vertical feet per E1.4-1 2016 sec 3.7.7.3 to aid in placement of the spreader plates when loading counterweight.

6.8. The purchase lines have the following problems:

6.8.1. The manila purchase lines are old and showing signs of wear and dry rot. These lines should be replaced with a synthetic purchase line.

6.8.2. There is slack in all of the purchase lines. The purchase lines should be re-trimmed. Photo 40

6.8.3. The purchase lines are 1/2" in diameter. Please note that E1.4-1 2016 sec 3.17.2 requires that the minimum nominal diameter of purchase lines shall be no less than 19mm (3/4”).

6.9. There are no counterweights on the loading gallery, indicating that the gallery is rarely used for loading/unloading arbors. The safest method of loading and unloading the arbors is at the loading gallery as this avoids the dangerous necessity of securing an unbalanced line set with the loaded batten or arbor in the air.

6.10. The head blocks are attached to the head steel with standard grade bolts and regular nuts. (Photo 41) E1.4-1 2016 sec 3.1.3 requires grade-5 or better hardware with locking nuts on all overhead support systems.

6.11. The loft blocks have the following problems:

6.11.1. Fleet angle problems exist between the head blocks and loft blocks. (Photos 42 and 43) In some instances, this is causing extreme abrasion between the lift lines and the loft blocks. The blocks should be aligned so that the angle of the wire rope lift lines, relative to the sheave grooves, does not exceed 1.5°.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 9

6.11.2. The older loft blocks have iron base parts that are prone to cracks and failure without warning. Photos 44 and 45

6.11.3. The grooves in the loft blocks are not the correct size for the wire rope lift lines. (Photo 46) The wire rope lift lines are not supported by the grooves properly. Over time this allows the wire rope to flatten and accelerates the wear and degradation of the lift lines.

6.12. The lift line terminations have the following problems:

6.12.1. Malleable wire rope clips are used at both the arbor and batten lift line terminations. (Photos 47 and 48) E1.4-1 2016 section 3.4.4.4.2 and manufacturer specifications do not certify malleable wire rope clips for overhead lifting. Drop forged wire rope clips or copper compression sleeves should be used at these terminations.

6.12.2. The lift lines terminate at the batten by either wrapping the pipe (Photo 49) or are tied in a clove hitch (Photo 48). Wrapping the lift lines to the pipe does not properly support the pipe and places strain on the wire rope clips. Tying a knot such as a clove hitch in wire rope greatly decreases its load capacity. The lift lines should terminate into properly fashioned eyes with a thimble and 2 drop forged wire rope clips or a copper compression sleeve. The eye of the lift line should then be attached to the batten with either a trim chain or a batten clamp.

6.12.3. The lift line connections have shifted at the battens in a number of places. (Photo 50) This allows the cables to abrade the grid steel when the batten is flown to high trim. It also places stress on the cable and may bend the pipe batten. All cables should hang “plumb” from the loft blocks. This is accomplished by making sure that the spacing of the lift lines at the batten matches the spacing at the loft blocks.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 10

6.12.4. The turnbuckles at the lift line arbor terminations have standard hex nuts installed on the jaw end bolts that can loosen and fall off the bolt. (Photo 51) The standard hex nuts should be replaced with a locking nut such as a nylon insert nut (Photo 20) or the bolt should be replaced with one that accepts a cotter pin (Photo 21) to prevent the standard hex nut from dislodging.

6.13. The cable cradles are rigged to the lighting batten lift lines by means of wire rope clips. (Photo 52) In most cases these wire rope clips are installed with the U-bolt around the lift line. This method damages the lift line reducing its load rating. The lift line should include an intermediate pear ring. The support cable for the cable cradles can then be connected to the pear ring with no damage to the main lift line.

6.14. Threaded couplers are used to join sections of a number of the battens together. (Photo 53) The threading process weakens the pipe, creating a joint that is not able to support the expected loads. E1.4-1-2016 sec 3.9.1 (b) calls for an internal sleeve with two (2) grade-5 bolts on either side of the joints.

7. Lighting Instrument Safety Cables 7.1. Lighting fixtures and equipment that have more than one C- clamp, such as a strip light, should have a safety cable installed at each clamp. Photo 54

7.2. There are a number of lighting instruments at the FOH lighting catwalk that share safety cables with their neighbors. (Photo 55) Each lighting instrument should have its own safety cable.

8. FOH Speaker Cluster 8.1. There are no lock washers under the regular hex nuts of the threaded rods for the support frame. (Photo 56) Lock washers should be installed under the nuts or the regular nuts should be replaced with a locking nut such as a nylon insert lock nut.

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018 • Page 11

8.2. The suspension chains wrap around the unistrut. This places a side load on individual links of chain and is not an engineered connection. An engineered connection is required at this location. Photo 57

8.3. All screw pin anchor shackles require a pin safety wire to prevent the shackle pins from loosening. Photos 58 and 59

Summary Due to the age and condition of the equipment, the rigging systems in this theater are in moderate to poor condition. The problems in this report should be addressed as soon as possible. In addition, a fully documented maintenance plan should be put into effect. This plan, along with regular inspections, will not only help insure the safety of all that use this facility, but also prolong the life of the equipment.

End of Report

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

1.JPG

2.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

3.JPG

4.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

5.JPG

6.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

7.JPG

8.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

9.JPG

10.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

11.JPG

12.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

13.JPG

14.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

15.JPG

16.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

17.JPG

18.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

19.JPG

20.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

21.JPG

22.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

23.JPG

24.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

25.JPG

26.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

27.JPG

28.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

29.JPG

30.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

31.JPG

32.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

33.JPG

34.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

35.JPG

36.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

37.JPG

38.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

39.JPG

40.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

41.JPG

42.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

43.JPG

44.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

45.JPG

46.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

47.JPG

48.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

49.JPG

50.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

51.JPG

52.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

53.JPG

54.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

55.JPG

56.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

57.JPG

58.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Safety Inspection • Horne Memorial Auditorium • Norwalk HS • Norwalk, CT • 2/9/2018

59.JPG

Sapsis Rigging, Inc. • 3883 Ridge Ave., Philadelphia, PA 19132 • 215-228-0888 • www.sapsis-rigging.com Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 SECTION 11 61 33 THEATRICAL RIGGING

1. PART 1 - GENERAL

1.1 SUMMARY

A. Scope of Work: 1. Scope of work includes removal, safe storage and restoration of: a. Alll existing lighting, including raceways, cabling and fixtures b. All draperies and tracks c. Projection screen d. Any scenic elements or other items attached ot the battens 2. Demolition and removal of existing rigging system 3. Installation of new rigging system 4. It is anticipated that the existing “T” wall can be reused although new rubber covered arbor stops will need to be installed. 5. It is anticipated that the existing index rail light can be reused and remain in place. 6. Existing counterweight will be reused and should remain in place. All counterweight that is not loading onto arbors, should be restored to the loading gallery. 7. Provide welded wire mesh panels at onstage side of loading gallery to a height of the existing upper handrail. 8. Theatrical rigging includes equipment assemblies, systems and components required for locating scenic, acoustic, lighting and masking elements in variable vertical planes within the performance space.

B. Section Includes: 1. Work in the following space: a. Norwalk High School 2. Provide systems including: a. Single purchase counterweight line sets, pipe battens, and locking rails. b. Miscellaneous Rigging Equipment 3. Additional support structures as required to meet the intent of the Contract Documents 4. Provision of materials, components, modifications, assemblies, equipment and services as specified herein. These include, but are not limited to: a. Verification of site dimensions and conditions b. Submittals as required by the Contract Documents c. Submission of Shop Drawings performed, signed and sealed by a Professional Engineer experienced in work of similar nature and scope, and licensed to practice by the appropriate governing authority in the state in which the Work is manufactured. d. Design and engineering of equipment and systems as required by the Contract Documents e. Manufacture of equipment and systems as required by the Contract Documents

THEATRICAL RIGGING 11 61 33 - 1

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 f. Scheduling, sequencing and coordination with other trades g. Site supervision of equipment and systems installation specified herein and elsewhere in the Contract Documents h. Testing and demonstration of equipment and systems as specified herein and elsewhere in the Contract Documents i. Record Drawings and Operations and Maintenance Manuals (O&M) j. Instruction to Owner 5. Furnish equipment and hardware in addition to the items specified previously that are necessary to provide a fully working system in conformance with the intent of the Contract Documents.

C. Products Supplied But Not Installed Under This Section – NOT USED

D. Products Installed But Not Supplied Under This Section: 1. Restoration of all existing theatre equipment (lights, raceways, cables, drapes and tracks, scenery, projection screen) onto the new system

E. Related Sections: 1. Division 5: Metals 2. Division 9: Finishes 3. Division 11: Equipment: 4. Division 26: Electrical: a. Section 26 00 00: Electrical Requirements b. Section 26 61 11: Theatrical Lighting Controls

F. Allowances – Not used

G. Unit Prices – Not used

H. Measurement Procedures – Not used

I. Payment Procedures – Not used

1.2 REFERENCES

A. American Institute of Steel Construction (AISC) Manual of Steel Construction

B. American Welding Society (AWS) Code for Welding

C. American National Standards Institute (ANSI)

D. American Society for Testing and Materials (ASTM)

E. National Electrical Manufacturers Association (NEMA)

F. National Fire Protection Association (NFPA) National Electric Code (NEC)

G. Underwriters Laboratories (UL)

THEATRICAL RIGGING 11 61 33 - 2

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 H. Sapsis Safety Rigging Inspection, February 9, 2018

1.3 DEFINITIONS – NOT USED

1.4 SYSTEM DESCRIPTION

A. The following establishes minimum safety requirements for the system. Where federal, state and local legislation address these topics, the more stringent requirements shall take precedence. Factors listed below in no way relieve the Contractor from the sole responsibility of providing safe systems.

B. Performance Requirements: 1. Provide design compliant with ANSI E1.4 Manual Counter Weight Rigging Systems. 2. Provide materials that are new, unused, and of the latest design. 3. Minimum design factor for lifted loads: 8:1. a. Design factor shall include the effects of static loads, dynamic impact loads, and reductions for end terminations and bending ratios. b. Include dynamic impact loads in the design of all components. The minimum impact factor may be assumed as 33 percent of the static load. Alternately, the Contractor may calculate the impact factor based on the selected hoist components, loads, and hoist speeds. Submit calculations for approval by the Theatre Consultant. The calculations shall include the effect of an emergency stop while lowering the load at maximum speed. In no case may the impact factor be less than 15 percent of the static load. c. Increase the design factor for ropes where normal operating loads include cyclic dynamic loads to suit the system operational requirements for required service life. 4. Minimum design factor for static loads: 6:1. 5. Cable bending ratio: a. Manually operated systems: Cable diameter x 26. b. Motorized systems: Comply with wire rope manufacturer’s minimum recommended bending ratio for the style and grade of wire rope. 6. Maximum Fleet Angle: 1.5 degrees.

C. Provide assemblies, cable components, connections, equipment, hardware and linkages employed in supporting, in whole or in part, overhead loads that are rated and designed for that application. Base loading for each component on the maximum percentage of the capacity of the set in which the component is employed. For design purposes, base the minimum set capacity on the batten length multiplied by a thirty (30) pound per linear foot (plf) load unless indicated otherwise herein.

D. Provide mule blocks, rollers and guides as required to provide proper alignment and maintain allowable fleet angles.

E. Do not substitute cast iron components for arbor top and bottom members and clamps for attaching loft and head blocks to the support structure.

F. Provide systems designed to reflect industry standard safeguards and precautions related to normal use of the equipment under ideal operating and loading conditions.

1.5 SUBMITTALS

A. Product Data – Not used

THEATRICAL RIGGING 11 61 33 - 3

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 B. Shop Drawings: 1. Provide Submittals in a timely manner, allowing sufficient time for adequate review and possible resubmittal without jeopardizing the project schedule. 2. Submit Shop Drawings within ninety (90) days of award of contract. 3. Provide complete Submittals. No partial Submittals shall be allowed. 4. Drawings will show all information necessary to explain fully the design features, appearance, function, fabrication, installation and use of system components in all phases of operation. 5. Make engineering studies, calculations, models, and reports part of the Shop Drawing Submittal. 6. Fabrication, installation and erection shall not commence until Shop Drawings have been reviewed and marked by the Theatre Consultant. 7. All sheets in the Submittal shall be of the same size. 8. Submittal shall have a title sheet listing included sheets. 9. Submission of Shop Drawings performed, signed and sealed by a Professional Engineer experienced in work of similar nature and scope, and licensed to practice by the appropriate governing authority in the state in which the Work is manufactured.

C. Samples 1. Provide labeled samples of components and materials in a reasonable size to serve review process. Provide a minimum of two (2) identical samples for each item requested. Submittal samples shall include, but are not limited to: a. Lineset operating/purchase rope. b. Lineset batten plastic end sleeve. c. Spot line rope for portable rope rigging. d. Traveler track operating rope.

D. Quality Assurance/Control – Not used 1. Submittals – Not used 2. Design Data – Not used 3. Test Reports, Certificates – Not used 4. Manufacturers’ Instructions – Not used 5. Manufacturers’ Field Reports – Not used 6. Qualification Statements – Not used

E. Closeout Submittals 1. Submit Record Documents. 2. Bind all O&M (Operations and Maintenance Manuals) documentation separate from general building sections so they can be turned over to the users after approval. 3. Provide draft copy of completed manuals for review to the Theatre Consultant before the start of commissioning. 4. Operations and Maintenance Manuals, in quantities of three (3), shall include: a. Contact information for Theatre Equipment Contractor and pertinent manufacturers

THEATRICAL RIGGING 11 61 33 - 4

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 b. Safety and Operational Instructions c. Complete parts and subassembly list d. Equipment design parameters such as safe working loads and duty cycles e. Wiring diagrams and termination schedules f. Periodic Maintenance Schedule g. Maintenance procedures for finishes h. Certificates of compliance with applicable codes i. Records of final testing and log j. Spare parts list and source information k. Warranty documentation l. In addition to the requirements referenced above, provide record copy Shop Drawings for archival and reference usage as part of the O&M manuals: i. Reduced size, 11 by 17 inches preferred, hardcopy prints ii. Universal electronic format files, .pdf file type is preferred, as full size printable sheets. Submit files on standard pc format CD clearly labeled including project name, project architect, theatre consultant, contractor name, date of submittal. 5. Include diagrams depicting the system layout and maximum load limitations (drawn not less than 1/4 inch = 1'-0"). 6. Provide three (3) hard copies of all Shop Drawings, including any updates or revisions to the original submission. 7. Provide the following electronic files: a. Shop Drawings in their native electronic files (AutoCAD or similar) b. All Submittal files, including Shop Drawings, in a Portable Document File (.pdf) format

1.6 QUALITY ASSURANCE

A. Qualifications 1. Contractor: A firm with a minimum of five (5) years’ experience in the type of work required by this Section. 2. Installers: Skilled technicians who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and best industry practices for the proper installation of the Work. a. Engage installation supervisors who have satisfactorily passed ETCP Rigging qualification tests for theatre and arena and are currently certified for these activities.

B. Regulatory Requirements – Not used

C. Certifications 1. Welding Standards: Comply with applicable provisions of AWS D1.1. a. Engage welders who have satisfactorily passed AWS qualification tests for welding processes involved and are currently certified for these processes. b. Provide a copy of welding certificates held by welders employed in the fabrication or installation of the Work upon request.

THEATRICAL RIGGING 11 61 33 - 5

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 D. Field Samples –Not used

E. Mock-ups – Not used

F. Pre-installation Meetings – Not used

1.7 DELIVERY, STORAGE, AND HANDLING – NOT USED

A. Packing, Shipping, Handling, and Unloading – Not used

B. Acceptance at Site – Not used

C. Storage and Protection – Not used

D. Waste Management and Disposal – Not used

1.8 PROJECT CONDITIONS

A. Project Environmental Requirements – Not used

B. Existing Conditions – See photos in drawings. A site walk is recommended. Note that ladder access to the grid requires a harness.

C. Field Measurements: Verify all critical dimensions by field measurement before fabrication and indicate measurements on Shop Drawings.

1.9 SEQUENCING

A. Coordinate Work in this section with other trades.

B. Coordinate with the General Contractor the construction of support and fixings for tracks, hangers and winch assemblies, provision of sleeves for operating lines, access panels, etc.

C. Coordinate with Division 26 provision of electrical supplies and conduit for control wiring.

1.10 SCHEDULING – NOT USED

1.11 WARRANTY

A. Special Warranty 1. Warrant systems and equipment to be free of defective components, faulty workmanship and improper adjustment for a period of two (2) years from the date of Owner's acceptance. Paint and exterior finishes are excluded relative to failure due to unusual exposure. Replace items showing evidence of defective materials or workmanship (including installation workmanship) within thirty (30) days after notification. Make replacements without cost to the Owner. Rectify conditions that might present a hazard to human life, well-being and or property within forty-eight (48) hours of notification. 2. Designate warranties on manufactured equipment to the Owner to commence on the date of system acceptance.

THEATRICAL RIGGING 11 61 33 - 6

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 1.12 COMMISSIONING – NOT USED

1.13 MAINTENANCE

A. Extra Materials: 1. Provide the following units as spares to be included in the base bid and turned over to the Owner at the time of system commissioning and training: a. Two (2) spare lineset rope locks, complete with mounting bolts. b. 100% spare of the total quantity of synthetic rubber bumpers used at the (2) lock rails to cushion the lock handle impact. c. 100% spare of plastic, numbered write-on cards used in the lock rail index as specified. d. One (1) complete lineset pipe batten including splice details and painting as specified. e. Four (4) batten end sleeves of soft plastic as specified. 2. Replace extra materials that are used during the warranty period so that the complete specified inventory is available throughout the warranty period.

B. Maintenance Service: 1. Provide maintenance service for a period of one (1) year after final acceptance of the installation. This service consists of at least two (2) half-yearly visits to the site for checking and adjusting of equipment. Perform the first visit six (6) months after the system has been accepted. Arrange visit to be at a time mutually agreeable to the Owner.

2. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide the rigging systems from components (except where otherwise stated) that are the products of one of the following manufacturers: 1. Atlas Silk Division, H&H Specialties Inc., South El Monte, CA 2. J.R. Clancy, Inc., Syracuse, NY 3. Texas Scenic Company, Rockville, MD 4. Tiffin Scenic Studios, Inc., Tiffin, OH 5. Thern, Winona, MN 6. iWeiss, Fairview, NJ

2.2 EXISTING PRODUCTS – NOT USED

2.3 MATERIALS

A. Materials shall conform to the following ASTM and ANSI standard specifications: 1. Structural steel shapes and plate: A36. 2. Steel tube: A500. 3. Malleable iron casting: A47. 4. Gray iron casting: A48.

THEATRICAL RIGGING 11 61 33 - 7

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 B. Fasteners: 1. Comply with ANSI B18.2.1&2 Specification for square and hex bolts and nuts. 2. Bolts and fasteners shall be grade 5 or better. 3. Fasteners shall be rated for the anticipated loads. 4. Provide fasteners with approved markings indicating their rating.

C. Electrical and Control Components: 1. Comply with the requirements of the NFPA National Electric Code.

2.4 MANUFACTURED UNITS

A. Manual Counterweight 1. Counterweights: a. Existing counterweight to be saved and moved to the loading gallery. 2. Counterweight Guide Tracks: a. Reuse of existing tracks is anticipated. This contractor takes full responsibility and warranty for them once incoprated int o the new system with replacement stops. Should they need to be replaced the following criteria applies: b. 1-1/2 inch by 1-1/2 inch steel “T” channel spaced to receive counterweight sets on centers as indicated in the Drawings. i. Aluminum extrusion guides are not acceptable for systems on 8-inch centers unless wall battens and wall knees are increased to 4 ft. centers system wide. c. Aluminum extrusion guide rails will be considered with the following design criteria: i. Linesets required on 8” centers or greater shall require guide track support wall battens on 4’-0” vertical centers ii. Aluminum guides shall be finished in a durable powder coat or anodized black semi gloss enamel d. Splice joints in proper alignment, free of burrs and irregularities. e. Provide a continuous bottom stop batten and continuous top stop batten of 2 inch by 2 inch hardwood. Mechanically fasten strips of 1/4-inch by 2 inch synthetic rubber to the stop battens. Mount batten to guide tracks. f. Align vertically and horizontally by means of slot holes punched in the fixtures at the mounting and adjusting locations. Achieve final rigid adjustment by use of lock washers. g. Install with custom spreader U-plates made of formed steel as shown in the drawings. Attach spreader plates to steel angle wall battens spaced not more than 5'-0" on vertical centers over the entire length and height of the system and hold in place by wall knees made of steel. Anchor wall knees using appropriate fasteners. h. Clean down guide tracks before mounting arbors. Clean entire height of guide tracks before operating arbors on the tracks for the first time. The intent is to prevent dust and construction debris collected on the tracks from embedding in arbor shoes where it will score the track, damage shoes, and create friction and noise. i. Special Project Conditions: - None 3. Sheaves: a. Provide blocks with sheaves as described herein.

THEATRICAL RIGGING 11 61 33 - 8

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 b. Provide sheaves with rope and cable grooves that conform to rope and cable manufacturers’ standards for groove shape and tolerance. c. Provide headblock sheaves to operate on precision tapered roller bearings properly sized for the required load and speed. Bore the hub within the close tolerances established by manufacturers engineering data for proper press fit of the cups without need of further cup clamping devices. d. Provide loft block sheaves to operate on precision sealed ball bearings properly sized for the required load and speed. Provide tapered roller bearings in high thrust or eccentric loading conditions including on mule blocks and diverter blocks. Provide tapered roller bearings where low noise levels are required. e. Machine grooves to be smooth and free of irregularities, tool marks and imperfections. Machine hubs to assure proper bearing alignment. f. Cast Iron Sheaves: Provide from machined cast blanks for all blocks in manual counterweight sets and loft blocks in motorized counterweight sets. g. Synthetic Sheaves: An acceptable alternate for manual counterweight loft blocks. Provide from either machined extrusion or injection-molded shapes. h. Steel Sheaves: Provide from machined solid steel blanks for headblocks for all blocks in motorized counterweight sets. i. Recognized: i. ASTM A48 Class 30 gray iron ii. Nylatron GS, The Polymer Corporation 4. Blocks: a. Provide blocks to be suitable for anticipated loading and required mounting. b. Provide blocks with the appropriate sheave as specified herein. c. Configure the block so the cable is supported according to wire rope manufacturer’s recommendations. d. Configure blocks to prevent the hoisting rope from leaving the sheave groove. Provide block design to prevent the hoisting rope from leaving the housing in event of sheave, shaft or bearing failure. e. Provide shafts for sheaves of precision-machined cold finished steel sized to accommodate the sheave bearing and load. Employ a key or wire keeper pin to prevent shafts from rotating. Thread the other end of the shaft and provide with locknut. f. Provide side plates (cheeks) of steel plate of a cross section required for the anticipated load, but in no instance less than 12 gauge (0.1046 inches). Secure side plates to each other with spacer assemblies each consisting of appropriately sized bolts, nuts, washers and round tube spacers. Arrange spacer assemblies in a configuration to permit anticipated movement of rigging while restraining running lines from escaping sheave grooves. Provide spacers with appropriate tapers and finishes to prevent damage to running lines. g. Weld side plates to appropriately sized base angles resulting in a rigid parallel housing for the sheave. h. Align each sheave within the block so that the center and sides of the groove rotate in the same axis perpendicular to the axle and parallel to the side plates. Distance between outer face of sheave and inner face of cheek plate shall be less than one cable diameter. i. Cut cheek and draw bolt mountings are not acceptable.

THEATRICAL RIGGING 11 61 33 - 9

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 j. Head Blocks, Overhung: i. Provide head blocks with 12 inch diameter sheaves. ii. Provide custom headblock for House Curtain with 16 inch diameter sheave. iii. Provide head blocks with sufficient quantity of equally pitched grooves for lift and purchase lines for the installation. iv. Provide overhung head blocks with two (2) full-length steel angles or one (1) channel for attachment to the head block beams. Provide a minimum of six (6) appropriately sized bolts and locking nuts. k. Loft Blocks, Overhung: i. Provide loft blocks with 8 inch diameter sheaves. ii. Provide loft blocks for House Curtain with 12 inch diameter sheave. iii. Provide loft blocks with steel mounting clips extending the full width of the base angles. Provide clips with an offset to allow for mounting beam flange thickness. Rigidly position each clip with not less than two (2) appropriately sized rated bolt assemblies. iv. Provide blocks that allow positioning of the cable to pass through the grid well at its centerline. v. Provide each overhung block with solid nylon idler sheaves with sealed ball bearings for guiding and supporting running lines at proper elevation and groove quantities related to the headblocks. Solid nylon idlers shall prevent cable from sagging, touching and wearing against other elements. vi. Include on the #2 and all subsequent loft blocks, anti-sag idlers using the necessary quantity of solid nylon idler sheaves mounted outboard of the side plate. Provide idlers to support all lift lines that are passing a given block position. a. Idlers shall be used only where the catenary cable weight is carried. b. Select idler sheaves to have a minimum 3” diameter. c. Operate idlers on sealed ball bearings for guiding and supporting running lines at proper elevation and groove quantities related to the head blocks. d. Solid nylon idlers shall prevent cable from sagging, touching and wearing against other elements. e. Idlers must operate quietly at all speeds. Squeaking bearings and/or rubbing idlers will be rejected. 5. Tension Blocks: a. Provide tension blocks with 12 inch diameter sheaves. b. Provide with appropriately sized steel side plates and a kick plate located at the upper on- stage corner. c. Provide tension blocks of sufficient weight to maintain constant tension on purchase line. d. Configure the block mounting to ride freely in the guide track on two (2) sets of guide shoes of similar arrangement as the associated counterweight arbor. Ensure that the tension block properly engages track and remains in set location while purchase line is under tension. e. It shall be possible to adjust the rope tension easily by using the toe kick plate and the hand line. 6. Counterweight Arbor:

THEATRICAL RIGGING 11 61 33 - 10

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 a. Provide each set with a counterweight arbor of sufficient length to contain the counterweights required for balancing the specified maximum batten payload capacity, over and above batten self-weight. b. Design arbor to contain sufficient number of counterweights, of the type specified herein, to balance a live load of 800 pounds on the batten. Size arbor length to permit the loading and unloading of weights when arbor is loaded to stated capacity. c. Design and engineer all arbor components to withstand a theoretical load of the batten loaded at 30 pounds per linear foot, and the dead weight of the batten. Provide the arbor assembly to be of sufficient strength to safely support weight on the arbor, load on cables and operating pull. Assume in calculating dynamic loads the likely use of motorized assist devices, which may be employed to haul out-of-balance arbors. d. Support the arbor from a cable clew arrangement mounted at the arbor top with a sufficient number of shackle attachment points to accommodate the total number of cables in addition to the purchase line. e. Secure the top and bottom of the arbor with two appropriately sized steel rods. Provide tie rods for counterweight arbor from appropriately sized rod with cut threads and double full nuts top and bottom as well as single full nuts on the inside. i. Space the rods to accommodate counterweights; do not allow counterweights to rest on nuts. f. Incorporate an attachment point to the arbor top and bottom for the connection of the rope thimble and purchase line. g. Secure an additional shouldered eye lug to the off stage side of the arbor bottom for potential attachment of an additional 3/4-inch hauling line. Position eye lug to create a plumb drop of hauling lines to the stage floor to avoid eccentric loading conditions on the guide track during overhauls. h. Mount the top and bottom frames to the guide tracks via guide shoes on a vertical steel backbone rigidly connecting the top and bottom of the arbor together. i. Provide the guide shoes from three (3) pieces of fiber or synthetic sheet set up as a front piece and back piece with a spacer piece between. Mount the back piece on an appropriately sized steel reinforcing plate. j. Provide safety collars to lock the counterweights in place. Tap and fit safety collars with a thumbscrew to allow adjustment on the tie rods. Tack weld the on stage safety collar to the uppermost spreader plate to permit storage during loading. k. Provide each arbor with a steel spreader plate for each 2'-0" of arbor length. Provide plates to resist deformation of the arbor. l. Number each arbor with enamel painted characters or adhesive-backed labels located on the back bar of the arbor 6inches below the arbor top. Locate double-digit numbers with one digit on either side of the tie rod, as to be clearly visible. 7. Locking Rail: a. Provide a locking rail extending the full depth of the stage at stage and operating gallery levels as indicated on the Drawings. Configure the rail with a top angle tube punched to accommodate rope locks at positions corresponding to the counterweight arbor guides. b. Design the Locking Rail to withstand a minimum upload of 500 pounds per lineal foot with a 1000 pound concentrated load. Engineer the structure to resist both uplift and downward forces due to temporarily unbalanced sets. c. Fabricate the Locking Rail structure with channel, tube or angle stanchions to support the rail at regular intervals.

THEATRICAL RIGGING 11 61 33 - 11

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 i. Coordinate the rail in sections for field conditions where structure interrupts the rail. ii. Field dimension and design appropriate gaps and mounting details for both rails at interruptions created by the doorway. d. Provide an index cardholder strip to hold plastic write-on cards centered on each line set. Provide two numbered plastic write-on cards for each lineset. In addition, clearly label the lock rail itself with enamel painted characters indicating lineset number. i. Anticipate the future installation of linesets where sets have been omitted due to budget. Number linesets consecutively at every location where it is possible to install a lineset. e. Provide hole pattern in locking rail to receive shoulder eyebolt tie off points. Provide 3/8- inch shouldered eyebolts for every five (5) installed sets. f. Stage Level Locking rails shall incorporate a rolled angle reaction bar and toe board on the bottom of the rail configured to engage a portable capstan winch and to serve as a minimum 4inch high toe board. g. All other Locking rails shall incorporate a 4 inch tall steel toe board attached to the lock rail stanchions and gallery hangers. i. Close all gaps to less than ½”. ii. Expanded metal screen must resist deformation under normal abusive stage conditions. iii. Select expanded metal for visual transparency and to ensure no abrasive surfaces. iv. Ensure no sharp edges or corners are exposed to personnel or lineset hand-lines. h. The fleet angle of the operating line out of the tension block and into the rope lock shall be 0° right and left and no more than 15 ° forward. i. Provide code complying guards at ends of locking rails to protect personnel from floor openings and moving arbors. 8. Rope Locks: a. Typical Rope Lock: Provide the rope lock with a minimum 9 inch plastic encapsulated (yellow or red) eccentric lever and steel or gray iron cams to provide quick action locking. b. When locks are fully engaged, handles shall be perpendicular to the floor. c. Provide a thumbscrew with jam-nuts for pressure adjustment. d. Provide locks with nylon spacers between the locking dogs, levers and casting to reduce noise. Encapsulate the back of the dogs in resilient plastic to reduce operating noise. Bolt the rope locks to the locking rail with appropriate fasteners. e. Provide locks with elliptical slip rings to prevent movement of lever by tensioning against the purchase line. Encapsulate slip rings in plastic of the same color as the handle. f. Provide a synthetic rubber bumper on lock mounting angle to prevent noise from handle impact. g. Provide hole arrangement(s) in the lock handle, or at the base of the rope lock, to facilitate padlocking the handle upright (lineset locked position) using a standard keyed padlock. Spring-loaded proprietary push-locks using manufacturer-supplied keys will not be acceptable. i. Recognized: a. Atlas Silk #576 Rope Lock (modified) b. J.R. Clancy #533 Rope Lock (modified)

THEATRICAL RIGGING 11 61 33 - 12

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 9. Hand Lines: a. Hand lines shall be white 3/4 inch 3-strand filament and staple/spun polyester wrapped around fibrillated polyolefin. b. Acceptable: i. 3 STML-689, New England Ropes, Inc. – 800-333-6679 ii. Multiline II, J.R. Clancy, Inc. – 800-836-1885 iii. MU-IINE, InterAmerica Stage, Inc. – 800-302-4274 10. Lift Lines: a. Determine the diameter and classification of wire rope construction to suit the system operational requirements. Minimum standard for overhead lifting: wire rope classification of 7 by 19 IWRC. b. Employ continuous lines from the same spool/length, free of knots, splices or mechanical fasteners along their length unless specifically required otherwise in the Contract Documents. Do not employ damaged or deformed cables. 11. Batten Connections: a. Provide bright finish passing link trim chains, minimum 1/4 inch proof coil chain, 42 inches long with one (1) end installed on the batten end eye of each lift line. b. Provide one (1) loose pin chain shackle at lift line eye for the chain and load per trim chain. 12. Pipe Battens: a. Provide pipe battens of 1-1/2 inch nominal Schedule 40 seamless black wrought steel pipe. Join batten sections with 24 inch long by 1-9/16 inch D.O.M. steel tube splice sleeve extending 12 inches into each pipe and held by two (2) 3/8 inch hex bolts and lock jam nuts on each side of the joint. b. Provide pipe battens clean and free from mill finishes, scale and rust. c. Provide battens in the length(s) depicted on the Drawings. Incorporate full pipe sections for each batten with only one partial section located on centerline. d. Drill two (2) holes at the end of each batten to allow for securing of batten extensions as shown on the Drawings. e. Appropriately number each batten on both ends as to be read from above and below. Employ white PVC snap rings 2 inches wide with indelibly inked black numerals. Provide single digit on each snap ring. f. Mark battens with a painted white stripe 1inch wide running around the full circumference and at the proper lift line attachment points. Paint the end of each pipe white with a 1'-0" wide stripe from the ends toward the midpoint.

2.5 EQUIPMENT – NOT USED

2.6 COMPONENTS

A. Clips, Wire Rope: 1. Size forged "U"-bolt wire rope clips (Crosby clips) appropriately for the cable construction, diameter and lay of the cable with which they are employed.

B. Compression Sleeves:

THEATRICAL RIGGING 11 61 33 - 13

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 1. Size compression sleeves appropriately for the cable construction and diameter of the cable with which they are employed.

C. Eyebolts: 1. Size eyebolts for the intended application. Employ dropped forged steel shoulder pattern eyebolts.

D. Shackles: 1. Size loose pin shackles appropriately for the intended application. Execute chain connections with chain shackles; other connections may employ anchor shackles. 2. Size the screw pins where required to insure that the threads are not included in the bearing surface of the bolt.

E. Thimbles, Wire Rope: 1. Size wire rope thimbles appropriately for the cable construction and diameter of the cable with which they are employed.

F. Thimbles, Manila/Fibrous and Synthetic Rope: 1. Size appropriately for the rope construction and diameter of the rope with which they are employed.

G. Turnbuckles: 1. Size turnbuckles appropriately for the cable construction and diameter of the cable with which they are employed. Provide jaw-jaw with safety bolt clevis pin.

2.7 ACCESSORIES – NOT USED

2.8 MIXES – NOT USED

2.9 FABRICATION – NOT USED

A. Shop Assembly – Not used

B. Fabrication Tolerances – Not used

2.10 FINISHES

A. Shop Priming – Not used

B. Shop Finishing – Not used

C. Battens: Black.

D. Lock Rail and Locks: Black.

E. Steel Guide Track and Associated Hardware: Black.

F. Counterweight arbors: Black.

G. "Pipe Weight" on Each Set: Safety yellow.

H. Index Strip Light Exterior: Black semi-gloss.

THEATRICAL RIGGING 11 61 33 - 14

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 I. Index Strip Light Interior: White.

J. Winch Motors and Frames: Gray.

K. Signage: 1. Provide signage legible in construction and grammar. Sign surfaces and characters shall be textured or otherwise treated to minimize glare and veiling reflectance. 2. Provide an engraved black lamacoid plaque, with white 3/8 inch characters next to the loading diagrams at stage and loading gallery elevations. List on the plaque the standard size of counterweights provided and their respective weights. Engrave a warning on the plaque cautioning against unauthorized and untrained personnel operating the rigging system.

2.11 SOURCE QUALITY CONTROL

A. Tests, Inspection – Not used

B. Verification of Performance – Not used

C. Work on the systems may be reviewed at the point of manufacture a minimum of one time during fabrication. This review will occur during the final factory checkout prior to shipping, unless the Manufacturer and Architect agree on a more advantageous inspection date.

3. PART 3 - EXECUTION

3.1 INSTALLERS – NOT USED

3.2 EXAMINATION

A. Examine drawings and confirm that number, size and location of conduit are adequate for proposed system.

B. Inspection of components of the Work to ensure no damage has occurred during shipping or storage.

C. Site Verifications of Conditions: 1. At earliest opportunity, the Contractor shall inspect all the spaces where theatre equipment components are to be installed. The Contractor shall ensure that no obstacles exist which might prevent proper installation, preclude the smooth operation of mechanisms or cause wear and tear to installed systems. 2. Survey all relevant areas and verify dimensions. If requested, make whatever modifications are deemed necessary to the theatre equipment components. 3. Examine work prepared by others to receive work of this Section. Commencement of the work shall be construed as complete acceptance of preparatory work by others. The inspection includes but is not limited to: a. Ensure mounting surfaces are ready to accept the Work. b. Verify mounting conditions are flat, plumb, and level.

D. Discrepancies: 1. In the event of discrepancies, immediately notify the Theatre Consultant.

THEATRICAL RIGGING 11 61 33 - 15

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 2. Do not proceed with the installation in areas of discrepancy until all such discrepancies have been fully resolved. 3. Commencement of Work shall indicate an acceptance of existing conditions.

3.3 PREPARATION

A. Protection – Not used

B. Verify field measurements at the site prior to installation and modify the system accordingly. 1. Deliver equipment to the site only after the building has been closed in. Coordinate storage at the site and ensure the materials and components are undamaged. 2. Protect the surrounding environment from damage by the Work.

C. Surface Preparation: 1. Clean surfaces as necessary prior to commencing the Work.

3.4 ERECTION, INSTALLATION AND APPLICATION CONSTRUCTION

A. Special Techniques – Not used

B. Interface with Other Work – Not used

C. Sequences of Operation – Not used

D. Site Tolerances – Not used

E. General: 1. Trim sets to provide horizontal track and batten set-up. 2. Mouse turnbuckles and shackles with a malleable wire after adjustment. 3. Align the center of each batten with the centerline of the proscenium opening. 4. Rig the counterweight system to allow battens to reach the maximum height above the stage floor based on arbor travel and an average low trim of 4'-0" above the finished floor. 5. Rig other loads as specified in the Contract Documents.

F. Block Connection: 1. Align blocks as required by the Drawings and accompanying schedules. Conform alignment to the requirements set forth herein. 2. Secure blocks as per accepted mounting design. Where connection device contact is not uniform, employ steel shims. Perform mounting to insure blocks are securely attached to the support structure and are immobile except by intentional user action. 3. Configure underhung loft block alignment to use the idler sheaves in logical sequence. 4. Weld motorized set components after final alignment.

G. Hoisting Rope Connections: 1. Employ rope fastenings that develop not less than 75 percent of the manufacturer's rated breaking strength of the rope employed. 2. Employ one continuous length of cable for each lift line. The lengthening, joining or repairing of two or more sections of wire rope is prohibited. Mid-line splices are unacceptable.

THEATRICAL RIGGING 11 61 33 - 16

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 3. Provide compression style fittings on all line set lift lines. 4. Align loads on pins via steel spacing washers to assure even loading. After closing the shackle, reform the cotter pin at the end to prevent unintentional loosening of the pin. 5. Secure the lift lines to the typical arbor tops by employing eyes and shackles. Form the eye as described herein. 6. Where permitted, make cable connections with wire rope clips according to manufacturer’s application instructions. 7. Employ clips of the proper lay for the cable used. After initial loading, suspend a load equal to the anticipated load from the clip eye for twenty-four (24) hours, and then re-tighten the clips.

H. Natural and Synthetic Rope Connection: 1. Purchase Lines: a. Dead tie line at the top and bottom of the arbor with a rope thimble and two half hitches. Finish free ends with two (2) serrated, self-locking nylon cable ties. Trim ties after tightening. Whip the free end, then cut. Finish synthetic lines per manufacturers’ recommendations. b. Adjust the length of the line after initial stretch to insure proper function of the tension block.

I. Spotline Rigging Installation: 1. Install cable cradles and spot line rigging in locations as directed by Theatre Consultant.

J. Theatrical Drapery 1. Install Theatrical Drapery on counterweight linesets as indicated in the Drawings.

K. Motorized Rigging Installation: 1. Install all local controls including motor control/starter cabinets, limits, and positioning devices. Coordinate with Division 26 for connection to fixed disconnects and other power sources. 2. When the equipment is ready to receive wiring from the Performance Equipment Control System, coordinate with Section 11 61 35 Theatrical Equipment Controls and Division 26.

L. Orchestra Enclosure Ceiling Installation: 1. Install as indicated in Drawings.

M. Speaker Cluster Installation: 1. Install signal cable specified in Section 27 41 16.61: Integrated Audio-Visual Systems and Equipment for 2. Adjust hoist limits in coordination with the work of Section 27 41 16.61

N. Additional Installation 1. Index Strip Lights: a. Suspend fixtures level and perpendicular to the proscenium wall, and to in no way interfere with the systems and equipment referred to in this Contract. b. Locate the fixtures illuminating the lockrail as shown on the Drawings. 2. Signage: a. Install signage as described in the Contract Documents.

THEATRICAL RIGGING 11 61 33 - 17

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 3. Counterweights: a. Counter-balance battens hung with permanent attachments (connector strips, traveler tracks, etc.) by appropriate loading of counterweight carriages. Mark the on-stage ends of these weights with safety yellow paint. b. Ensure top weight used in “pipe weight” is a 2” thick “brick”. c. Stack remaining counterweight on the offstage side of the loading galleries in an arrangement that does not exceed the design loads of the gallery and maintains operator access. 4. Chain Motors and Controls: a. Install and demonstrate the complete chain motor system. b. Install and demonstrate chain motor system with associated beam trolleys, lighting ladders, truss and track in the tab well locations indicated in the Drawings and as instructed by the Theatre Consultant.

3.5 REPAIR/RESTORATION – NOT USED

3.6 RE-INSTALLATION – NOT USED

3.7 FIELD QUALITY CONTROL

A. Inspection: 1. During the installation of equipment, the Contractor shall arrange for safe access as necessary for inspection of equipment by the Architect. 2. Repair or replace any equipment that fails to meet with the Specifications with suitable equipment prior to testing and final inspection. 3. At the time of these inspections, remove all temporary bracing, scaffolding, etc. to permit full operation of and access to all equipment.

B. Site Testing: 1. Provide fourteen (14) days’ notice of all tests so that the Theatre Consultant may witness such tests. 2. Clearly record the date, time, details and results of all the following tests and demonstrations and any subsequent re-tests. This will form the start of a system logbook to be handed over to the user after acceptance together with operation and maintenance manuals. 3. General: a. Inspect the completely assembled system including all mechanisms, fittings, control panels, etc., and make good all deficiencies. b. Demonstrate compliance with tolerances specified in the Contract Documents. 4. Load Test: a. Submit proposal for test weight for review by Architect. b. Provide weights for the duration of the tests and any subsequent re-testing. c. Provide verification that the correct test loads are provided. d. Load two (2) manual linesets with distributed weights equivalent to full specified static load. e. Load each motorized lineset with distributed weights equivalent to 110 percent specified static load.

THEATRICAL RIGGING 11 61 33 - 18

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 f. Demonstrate motion with full specified dynamic payload. g. Verify speed, noise and stability compliance with the Contract Documents. h. With each motorized lineset fully loaded for dynamic testing, perform motor current checks. i. Comprehensively verify the accuracy of positioning of each motorized lineset approached from both directions to each preset position. 5. Provide demonstration and testing as required to obtain certification that may be required by the Authority Having Jurisdiction. This Contractor is solely responsible for obtaining such certification and all costs arising there from. Certification is a condition of final payment. 6. Final Inspection: a. Final review will be made by the Theatre Consultant following written notice from the Contractor that the installation is complete. b. At the time of inspection, furnish sufficient workers to operate all equipment and to perform such adjustments and tests as may be required by the Architect. Repair or replace any equipment that fails to meet with the specifications with suitable equipment. The inspection shall be rescheduled under the same conditions as previously specified. c. At the time of these inspections, no other work shall be performed in the auditorium and stage areas. Remove all temporary bracing, scaffolding, etc. to permit full operation of and access to all equipment.

C. Manufacturers’ Field Services – Not used

3.8 ADJUSTING - NOT USED

3.9 CLEANING

A. Provide clean up, including removal of packing materials, construction debris, etc., resulting from the execution of the Work.

B. Protect surfaces or equipment provided by other sections. Clean and repair any damage to portions of the Work during the execution of the Work.

C. Protect surfaces or equipment provided by this section. Coordinate to insure that the Work is not damaged during subsequent installations by other trades.

3.10 DEMONSTRATION

A. Demonstrate system operation and instruct the Owner in the proper use, care, and maintenance of all items.

B. Training 1. Provide a total of twenty (20) hours of training to the Owner on use and maintenance of this equipment after the systems have been commissioned and accepted as satisfactory. These sessions are to consist of no fewer than five (5) four-hour periods.

3.11 PROTECTION – NOT USED

3.12 SCHEDULES – NOT USED

END OF SECTION

THEATRICAL RIGGING 11 61 33 - 19

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018 THEATRE PROJECTS CONSULTANTS, INC. COPYRIGHT© 2018

L:\18321-Norwalk HS\18321-99-2018-05-15-100CD Issue\01-Specs\18321-11 61 33-Theatrical Rigging.docx

THEATRICAL RIGGING 11 61 33 - 20

Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

SECTION 11 61 37 THEATRICAL FIRE SAFETY CURTAIN ADD/ALTERNATE

1. PART 1 - GENERAL

1.1 SUMMARY

A. Theatrical Fire Safety Curtains include equipment assemblies, systems and components required to provide a complete fire safety curtain system at the proscenium.

B. Scope of work: 1. Base scope of work leaves the existing, statically suspended fire safety curtain system as is with no modifications or changes. 2. Based on field dimensions taken, extent of existing smoke pocket and potential interference with the loading gallery onstage edge at the proscenium wall, this specification anticipates a brail fire safety curtain system. It is acceptable to provide a straight lift unframed system provided it can be made to work and is code compliant. 3. Add/alternate scope of work includes replacement of existing decommission fire safety curtain system with new braille curtain system. The existing wire guides do not extend the edge of the curtain far enough off stage to comply with NFPA 80. 4. Removal of all components except: a. Smoke pocket at proscenium wall, removal required if not reused b. Lattice track and arbor, removal required if not reused. 5. Special circumstances: a. The existing fire safety curtain fabric is characterized in the Sapsis Rigging Inspection from February 2018 as “paint encapsulated asbestos”. This should be confirmed in advance of doing the work. b. All wiring and conduit is by this contractor, employing an electrician, licensed in the State of Connecticut.

C. Section Includes: 1. Work in the following spaces: a. Proscenium Theater 2. System: a. Motorized Fire Safety Curtain System and Local Controls b. Non-framed Fire Safety Curtain 3. Provision of materials, components, modifications, assemblies, equipment and services as specified herein. These include, but are not limited to: a. Verification of site dimensions and conditions b. Submittals as required by the Contract Documents c. Submission of Shop Drawings performed, signed and sealed by a Professional Engineer experienced in work of similar nature and scope, and licensed to practice by the appropriate governing authority in the state in which the Work is manufactured d. Engineering of equipment and systems as required by the Contract Documents

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 1 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

e. Manufacture of equipment and systems as required by the Contract Documents f. Scheduling, sequencing and coordination with other trades g. Site supervision of equipment and systems installation specified herein and elsewhere in the Contract Documents h. Testing and demonstration of equipment and systems as specified herein and elsewhere in the Contract Documents i. Record Drawings and Operations and Maintenance Manuals (O&M) j. Instruction to Owner’s representatives 4. Coordination with Section 11 61 33, Theatrical Equipment 5. Additional support structures as required to meet the intent of the Contract Documents 6. Furnish equipment and hardware in addition to the items specified previously that are necessary to provide a fully working system in conformance with the intent of the Contract Documents.

D. Products Supplied But Not Installed Under This Section – Not used

E. Products Installed But Not Supplied Under This Section – Not used

F. Related Sections: 1. Division 5: Metals 2. Division 9: Finishes 3. Division 11: Equipment: a. Section 11 61 33: Theatrical Equipment 4. Division 26: Electrical

G. Allowances – Not used

H. Unit Prices – Not used

I. Measurement Procedures – Not used

J. Payment Procedures – Not used

K. Alternates – Not used

1.2 REFERENCES

A. American Institute of Steel Construction (AISC) Manual of Steel Construction

B. American National Standards Institute (ANSI)

C. American Welding Society (AWS) Code for Welding

D. National Fire Protection Association (NFPA) National Electric Code (NEC)

E. National Electrical Manufacturers Association (NEMA)

F. Underwriters Laboratories (UL)

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 2 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

G. Sapsis Rigging, Safety Inspection Report, February 9, 2018

1.3 DEFINITIONS – NOT USED

1.4 SYSTEM DESCRIPTION

A. The following establishes minimum safety requirements for the system. Where federal, state and local legislation address these topics, the more stringent requirements take precedence. Requirements noted below in no way relieve the Contractor from the sole responsibility of providing safe systems.

B. Design Requirements: 1. ANSI E1.22 - 2016 or latest revision - Entertainment Technology – Fire Safety Curtain Systems a. Full compliance in addition to incorporating design requirements stated herein and in the Drawings 2. ANSI E1.6-2 – 2012 Entertainment Technology Powered Hoist Systems 3. NFPA-80 – 2016 Chapter 20 – Fabric Fire Safety Curtains

C. Performance Requirements: 1. Provide electrical devices and components that are NEMA and UL approved for the applications. Wiring and electrical service shall be performed by a licensed electrician and conform to applicable codes. 2. All materials shall be new, unused, and of the latest design. 3. Minimum design factor for lifted loads: 8:1. a. Design factor shall include the effects of static loads, dynamic impact loads, and reductions for end terminations and bending ratios. b. Dynamic impact loads shall be included in the design of all components. The minimum impact factor may be assumed as 33 percent of the static load. Alternately, the Contractor may calculate the impact factor based on the selected hoist components, loads, and hoist speeds. The Contractor’s calculations shall be submitted and approved by the Consultant. The calculations shall include the effect of an emergency stop while lowering the load at maximum speed. In no case may the impact factor be less than 15 percent of the static load. c. Increase the design factor for ropes where normal operating loads include cyclic dynamic loads to suit the system operational requirements for required service life. 4. Minimum design factor for static loads: 5:1. 5. Cable bending ratio: a. Manually operated systems: Cable diameter x 28 b. Motorized systems: Comply with wire rope manufacturer’s minimum recommended bending ratio for the style and grade of wire rope. 6. Maximum Fleet Angle: 1.5 degrees. 7. Gear motors: Minimum Class B insulation, totally enclosed fan ventilated (TEFC). 8. Gear motor reducers: AGMA load classification of 1 and minimum mechanical service factor of 1.25. 9. Gear motor brakes: Minimum retarding torque equal to 200 percent of the motor full load torque. 10. Bearings: Two (2) times required load at full speed for 2000 hours.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 3 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

D. Provide assemblies, cable components, connections, equipment, hardware and linkages employed in supporting, in whole or in part, overhead loads that are rated and designed for that application. Base loading for each component on the maximum percentage of the working load limit of the system in which the component is employed.

E. Provide mule blocks, rollers and guides as required to provide proper alignment and maintain allowable fleet angles.

F. Do not substitute cast iron components for arbor top and bottom members and clamps for attaching blocks to the support structure.

G. Provide systems designed to reflect industry standard safeguards and precautions related to normal use of the equipment under ideal operating and loading conditions.

1.5 SUBMITTALS

A. All Submittals shall be in accordance with Division 1. All Submittals shall be submitted in a timely manner, allowing sufficient time for adequate review and possible resubmittal without jeopardizing the project schedule.

B. Product Data – Not used

C. Shop Drawings: 1. Shop Drawings shall be submitted within ninety (90) days of award of contract. 2. All Submittals shall be complete. No partial Submittals shall be allowed. 3. Drawings will show all information necessary to explain fully the design features, appearance, function, fabrication, installation and use of system components in all phases of operation. 4. Engineering studies, calculations, models and reports shall be made part of the shop drawing submittal. 5. Fabrication, installation and erection shall not commence until Shop Drawings have been reviewed and marked by the Theatre Consultant. 6. All sheets in the Submittal shall be of the same size. 7. Submittal shall include a title sheet listing all sheets in the Submittal. 8. Submission of Shop Drawings performed, signed and sealed by a Professional Engineer experienced in work of similar nature and scope, and licensed to practice by the appropriate governing authority in the state in which the Work is manufactured.

D. Samples – Not used

E. Quality Assurance/Control 1. Submittals – Not used 2. Design Data – Not used 3. Test Reports, Fabric Certificates – Submit product data sheet with applicable testing reports to establish compliance with standards and references. 4. Manufacturers’ Instructions – Not used 5. Manufacturers’ Field Reports – Not used 6. Qualification Statements – Not used

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 4 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

F. Closeout Submittals: 1. Record Documents shall be submitted in accordance with Division 1. 2. Operations and Maintenance Manuals, in quantities of three (3), shall include: a. Contact information for Theatre Equipment Contractor and pertinent manufacturers b. Safety and Operational Instructions c. Complete parts and subassembly list d. Equipment design parameters such as safe working loads and duty cycles e. Wiring diagrams and termination schedules f. Periodic Maintenance Schedule g. Maintenance procedures for finishes h. Certificates of compliance with applicable codes i. Records of final testing and log j. Spare parts list and source information k. Warranty documentation 3. Bind all O&M documentation separate from general building sections so they can be turned over to the users after approval. 4. Provide draft copy of completed manuals for review to the Theatre Consultant before the start of commissioning. 5. Include diagrams depicting the system layout and maximum load limitations (drawn not less than 1/4 inch = 1'-0"). 6. Provide three (3) hard copies of all Shop Drawings, including any updates or revisions to the original submission. 7. Provide the following electronic files: a. Shop Drawings in their native electronic files (AutoCAD or similar) b. All submittal files, including Shop Drawings, in a Portable Document File (PDF) format

1.6 QUALITY ASSURANCE

A. Qualifications – Not used

B. Regulatory Requirements – Not used

C. Certifications – Not used

D. Field Samples – Not used

E. Mock-ups – Not used

F. Pre-installation Meetings – Not used

G. Contractor: A firm with a minimum of fifteen (15) years’ experience in the type of work required by this Section.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 5 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

H. Installers: Skilled technicians who are thoroughly trained and experienced in the necessary crafts and who are completely familiar with the specified requirements and best industry practices for the proper installation of the Work. 1. Engage installation supervisors who have satisfactorily passed ETCP Rigging qualification tests for theatre and are currently certified for these activities.

I. Welding Standards: Comply with applicable provisions of AWS D1.1 - 2015. 1. Engage welders who have satisfactorily passed AWS qualification tests for welding processes involved and are currently certified for these processes. 2. Provide a copy of welding certificates held by welders employed in the fabrication or installation of the work upon request.

1.7 DELIVERY, STORAGE, AND HANDLING – NOT USED

A. Packing, Shipping, Handling, and Unloading – Not used

B. Acceptance at Site – Not used

C. Storage and Protection – Not used

D. Waste Management and Disposal – Not used

1.8 PROJECT CONDITIONS

A. Project Environmental Requirements – Not used

B. Existing Conditions – Not used

C. Field Measurements: Verify all critical dimensions by field measurement before fabrication and indicate measurements on Shop Drawings.

1.9 SEQUENCING

A. Coordinate Work in this section with other trades.

B. Coordinate with the General Contractor the construction of support and fixings for tracks, hangers and winch assemblies, provision of sleeves for operating lines, access panels, etc.

C. Coordinate with Division 26 provision of electrical supplies and conduit for control wiring.

1.10 SCHEDULING – NOT USED

1.11 WARRANTY

A. Special Warranty 1. Warrant systems and equipment to be free of defective components, faulty workmanship and improper adjustment for a period of two (2) years from the date of Owner's acceptance. Paint and exterior finishes are excluded relative to failure due to unusual exposure. Replace items showing evidence of defective materials or workmanship (including installation workmanship) within thirty (30) days after notification. Make replacements without cost to the Owner. Rectify conditions that might present a hazard to human life, well-being and or property within forty- eight (48) hours of notification.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 6 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

2. Designate warranties on manufactured equipment to the Owner to commence on the date of system acceptance.

1.12 COMMISSIONING – NOT USED

1.13 MAINTENANCE

A. Extra Materials: 1. Provide the following units as spares to be included in the base bid and turned over to the Owner at the time of system commissioning and training: a. Unique test equipment for repair and maintenance of the motive and control systems b. One (1) direct strike limit switches of the type used in the system c. Six (6) square feet of curtain fabric for patching and repair 2. Replace extra materials that are used during the warranty period so that the complete specified inventory is available throughout the warranty period.

B. Maintenance Service: 1. Provide maintenance service for a period of one (1) year after final acceptance of the installation. This service consists of at least two (2) half-yearly visits to the site for checking and adjusting of equipment. Perform the first visit six (6) months after the system has been accepted. Arrange visit to be at a time mutually agreeable to the Owner.

2. PART 2 - PRODUCTS

2.1 MANUFACTURERS

A. Provide the rigging systems from components (except where otherwise stated) that are the products of one of the following manufacturers: 1. I. Weiss, Fairview, NJ – 888-325-7192 2. J.R. Clancy, Inc., Syracuse, NY – 315-451-3440 3. Texas Scenic Company, Rockville, MD – 800-292-7490

2.2 EXISTING PRODUCTS – NOT USED

2.3 MATERIALS

A. Materials shall conform to the following ASTM and ANSI standard specifications: 1. Structural steel shapes and plate shall be A36. 2. Steel tube shall be A500. 3. Malleable iron casting shall be A47. 4. Gray iron casting shall be A48.

B. Fasteners: 1. Comply with ANSI B18.2.1&2 Specification for square and hex bolts and nuts. 2. Bolts and fasteners shall be grade 5 or better. 3. Fasteners shall be rated for the anticipated loads.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 7 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

4. Provide fasteners with approved markings indicating their rating.

C. Electrical and Control Components: 1. Comply with the requirements of the NFPA National Electric Code

2.4 MANUFACTURED UNITS

A. Counterweights: 1. Reuse existing counterweight arbor and lattice track if counterweights are required. 2. Finish cut weights shall have smooth edges, free from burrs.

B. Sheaves: 1. Provide blocks with sheaves as described herein. 2. Provide sheaves with cable grooves that conform to cable manufacturers’ standards for groove shape and tolerance. 3. Provide sheaves to operate on precision tapered roller bearings properly sized for the required load and speed. Bore the hub within the close tolerances established by manufacturers engineering data for proper press fit of the cups without need of further cup clamping devices. 4. Machine grooves to be smooth and free of irregularities, tool marks and imperfections. Machine hubs to assure proper bearing alignment 5. Cast Sheaves: Provide from machined cast blanks. 6. Steel Sheaves: Provide from machined solid steel blanks. 7. Recognized: a. ASTM A48 Class 30 gray iron

C. Blocks: 1. Provide blocks to be suitable for anticipated loading and required mounting. 2. Provide blocks with the appropriate sheave as specified herein. 3. Configure the block so the cable is supported according to wire rope manufacturer’s recommendations. 4. Configure blocks to prevent the hoisting cables from leaving the sheave groove. Provide block design to prevent the hoisting cables from leaving the housing in event of sheave, shaft or bearing failure. 5. Provide shafts for sheaves of precision-machined cold finished steel sized to accommodate the sheave bearing and load. Employ a key or wire keeper pin to prevent shafts from rotating. Thread the other end of the shaft and provide with locknut. 6. Provide side plates (cheeks) of steel plate of a cross section required for the anticipated load, but in no instance less than 12 gauge (.1046 inches). Secure side plates to each other with spacer assemblies each consisting of appropriately sized bolts, nuts, washers and round tube spacers. Arrange spacer assemblies in a configuration to permit anticipated movement of rigging while restraining cables from escaping sheave grooves. Provide spacers with appropriate tapers and finishes to prevent damage to cables. 7. Weld side plates to appropriately sized base angles resulting in a rigid parallel housing for the sheave.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 8 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

8. Align each sheave within the block so that the center and sides of the groove rotate in the same axis perpendicular to the axle and parallel to the side plates. Distance between outer face of sheave and inner face of cheek plate shall be less than one cable diameter. 9. Provide loft blocks with steel mounting clips extending the full width of the base angles. Provide clips with an offset to allow for mounting beam flange thickness. Rigidly position each clip with not less than two appropriately sized rated bolt assembly. 10. Loft Blocks: a. Provide loft blocks with 12 inch diameter sheaves. b. Provide each block with solid nylon sag bar. Sag bars shall prevent cable from sagging, touching and wearing against other elements.

D. Fire Safety Curtain Fabric: 1. Provide a fabric, as specified herein, fire safety curtain on the stage side of the proscenium opening. Provide the curtain to overlap the fire rated structural opening not less than 18 inches on each side and 24 inches at the top. 2. Construct the curtain of panels running vertically for the full height of the curtain. Horizontal seams are unacceptable. Overlap seams not less than 1 inch and sew with a double stitching of ceramic thread of equal or greater strength than yarn of cloth. 3. Provide the fire safety curtain with a pocket on the top through which the top batten may be inserted and secured. Provide double thickness 8 inch pockets for receiving pipe battens. 4. Provide the bottom of the curtain with a yield pad of noncombustible material not less than 3 inches thick to form a seal against the floor. 5. Reinforce the sides of the curtain with 6 inch reinforced full height hems. 6. D-rings shall be sewn 18 inch (457.2 mm) apart in vertical rows at each lift line location. 7. Sides of curtain shall have bronze guides every 18 inch (457.2 mm), securely fastened to a 6 inch (152.4 mm) hem with at least three bolts or rivets, or as required by the governing code 8. Recognized curtain fabrics: a. #44-WFCC aka CSC-G2WC, Thermotex Industries, Inc., Greenville, SC – 800-898-8787 b. 1210ZP with wire, Zetex Plus, Newtex Industries, Inc., Victor, NY – 800-836-1001 9. Unacceptable curtain fabrics: a. Untested fabrics or fabrics incorporating asbestos

E. Fire Safety Curtain Batten: 1. Use minimum 2 inch nominal Schedule 40 black iron pipe for the fire safety curtain batten. Join batten sections with tight fitting internal sleeves.

F. Smoke Seals: 1. Provide top smoke seal from the same material as the curtain. Provide the seal continuously along the entire width of the curtain. Incorporate anchoring locations required for top batten guide system described herein. 2. Provide the bottom smoke seal as an 8 inch minimum diameter continuous yield pad packed with shredded fiberglass. Bottom smoke seal to be properly encased in the same material used for the curtain and secured to the bottom of the curtain.

G. Smoke Pockets:

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 9 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

1. Reuse existing smoke pockets, if new pockets are required; 2. Provide smoke pockets from appropriate steel sections for curtain loads sized to the minimum depth required to accommodate curtain and guides. Pocket depth from proscenium wall shall not exceed 6 inches. 3. Provide Fire Safety Curtain guide track systems according to applicable local codes. 4. Close the bottom of smoke pockets with an appropriately sized steel plate welded to the end of the channel to provide for the attachment of the guide system. 5. Provide properly located smoke pockets installed 90 degrees vertical. Locate the on-stage edge of pockets a minimum of 6 inches offstage from the proscenium opening and with a minimum of 8 inches of curtain extending into each pocket. All edges of pockets shall be hand smooth. 6. Secure smoke pockets to the wall by means of appropriate fasteners. Lag bolts and shields or plastic type anchoring devices are unacceptable. 7. Voids between smoke pocket and structural opening shall be fire caulked. 8. Stagger splices with track splices to provide uniform stability.

H. Side Edge and Guides: 1. Curtain fabric shall be supported by side edge framing and fastening sufficient to sustain a minimum uniform pressure differential of 2 pounds per square foot or as required by code. 2. Provide 1/4 inch (6.4 mm) wire rope guide at each side of the curtain. These cables shall be attached to a ring at the stage floor level and extend to the roof steel or gridiron where they shall be attached with 3/8 inch x 6 inch (9.525 mm x 152.4 mm) turnbuckles, thimbles, swage sleeves and other fittings as required.

I. Fire Safety Curtain Hoist: 1. Provide the hoist to raise the proscenium fire safety curtain under manual control and lower the curtain by both manual control and automatic release. Achieve a 30 fpm rate of speed when raising curtain. Provide the hoist in an electro-hydraulic configuration so that the motive force is solely electrical and the hydraulic systems are employed solely to govern the descent speed of the Curtain. Provide the hoist on an integrated frame, completely enclosed with appropriate access panels for maintenance, enclosure should not interfere with the operation of the fire safety curtain or any other system. 2. The cable drum shall be of welded steel construction and carry 75 feet (22.86 m) of 5/16 inch (7.9 mm) diameter 7x19 galvanized utility cable. Twin guards shall keep the cable in the drum groove. 3. The hoist (and curtain) shall be locked in position by the motor brake located within the enclosure. Releasing the fire line shall disengage the motor brake, permitting the cable drum to rotate, lowering the curtain. The brake handle shall extend through the top of the case, for easy attachment to the end of the fire line. No more than 20lbs (9 KG) of tension in the fire line shall be required to hold the full load capacity of the winch. 4. The unit shall be equipped with an adjustable hydraulic speed governor to provide maximum control and safety in the closing of the fire curtain and to establish the travel time. 5. Gearmotor (if equipped): i. The motor and helical/bevel gearbox shall be an integrated unit, with the first stage pinion mounted directly on the motor's armature shaft. ii. Motors shall be totally enclosed fan cooled (TEFC). The motor shall have a minimum AGMA service factor of 1.0 for constant operation.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 10 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

iii. The gear case shall be cast iron for protection against shock damage. The output shaft shall have double lip oil seals to prevent leaks. The gearing service factor shall be a minimum of 1.0 with a mechanical strength service factor of 1.25. 6. Rotary Limit Switch: i. Rotary limit switch assembly shall have four independently adjustable switch/cam sets. Cams shall be driven by a geared assembly. ii. Switches shall have snap acting contacts. iii. Switches shall be mounted within the winch base as to allow for easy adjustment of the switch settings. 7. Manual Brail Winch: a. Curtain may be raised and lowered by manually turning a crank handle. b. Crank handle shall store and be secured to the winch. c. Winch shall incorporate a brake handle release 8. All components in the hoist shall be fully enclosed. Access panels for adjustment and maintenance shall be removable without removing the hoist from service. 9. Fixed Speed Starter: i. The hoist shall be controlled by a UL 508E listed, full voltage, self-protected, reversing starter. Enclosure shall be NEMA 12 with hinged, latching cover. The interior of the starter cabinet shall be "touch safe" per IEC 204-1 "Protection against direct contact" rules. ii. The NEMA/IEC, magnetically operated, mechanically and electrically interlocked and reversing starter shall be sized to match the hoist motor horsepower and shall be rated for plugging and jogging. Units shall incorporate UL508E Type 2, non-welding, positive break contactors. iii. Overcurrent protection shall be provided by an IEC Class 10 overload. Short circuit protection shall be provided by a circuit breaker. iv. Starters shall be wired so that operation of the normal end of travel limit switches shall only allow movement away from the limit switch. Operation of an overtravel limit switch shall open the line contactor, and shall not allow further movement in either direction. A spring return toggle switch shall be housed inside the starter cabinet to allow override of the overtravel limits for resetting purposes. 10. Provide a hydraulic motor damper for checking the free emergency descent of the curtain. Calibrate damper to achieve full closure cycle requiring not more than thirty (30) seconds not to exceed 1.6 feet per second. 11. The curtain shall settle to the floor without shock. 12. Damper shall be activated by the number of output shaft revolutions. Provide damper with calibrated signage to permit calculated adjustment of descent. 13. Secure the hoist to withstand anticipated loads imposed by the system and as required by applicable codes, legislation and conventions. Do not interfere with or obstruct the operation or safety of any other systems present. Provide the hoist and mounting structure to minimize lateral and resultant forces developed by the system from being transmitted to the facility structure. 14. Reuse or provide new wall brackets for headblock.

J. Fire Safety Curtain Loft Blocks:

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 11 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

1. Provide minimum 12 inch diameter sheaves in upright loft blocks and continuous steel base frame backbone.

K. Fire Safety Curtain Control: 1. Fireline Release System: Provide a wire rope fire line reeved over pulleys on the sides and across the grid iron above the proscenium opening. Tension in the fireline shall restrain the fire safety curtain in its stored position. Release of tension on the line with a manual release which will cause the proscenium fire safety curtain to begin its descent cycle. 2. Fire line System: The manual fire line release system shall consist of a 1/8 inch (3.2 mm) diameter wire rope, with six fusible links, side mounting pulleys as required, and two fire line release devices, each mounted in enclosures. Devices shall be mounted 5 feet-0 inch (1.54 m) above the stage floor on each side of the proscenium. All other components such as round weight arbors, arbor guards, floor pulleys, etc. required to form a fully functional fire line release system shall be provided. 3. Lift Cables: The curtain lift cables shall be 1/4 inch (6.4 mm) diameter 7x19 galvanized utility cable as specified. Cables shall be terminated with corresponding cable thimbles and two forged cable clips or a Swage sleeve fitting at each end. The curtain end of each cable shall be attached to the batten using a half pipe clamp. 4. Drive Cable: The drive cable between the brail hoist and the clew shall be 5/16 inch (7.9 mm) diameter 7x19 galvanized aircraft cable, attached to the clew using a thimble and two forged cable clips. 5. Electrical Fireline Release: a. Provide an electro-mechanical fireline release system which is activated by normally open rate of rise heat detectors, smoke detectors, emergency switches, etc. as well as by manual release of tension in the fire line. b. Design electro-mechanical fireline release system to utilize a non-consumable method for release mechanism, to facilitate routine testing by owner. Electro-mechanical systems requiring the replacement of components after activation will not be accepted. c. Include a test switch in the release mechanism enclosure for testing system operation. d. Upon activation, the mechanism releases tension in the fireline to begin its descent cycle. e. Provide an integral battery and charger to assure fire curtain operation during power interruptions. 6. Rate of Rise Detectors: Furnish to the designated sub-contractor the required quantity of fast acting rate of rise detectors as indicated on the Drawings. Rate of temperature rise of 15-20 degrees Fahrenheit per minute shall cause the detectors to transmit a signal to the release system to begin its descent cycle. a. Detectors shall continue to function in the event of a facility power loss. 7. Push Button Control: Incorporate push button control station as indicated in the Drawings. a. Provide with momentary operators aligned vertically as indicated in the Drawings. b. A green ready light shall illuminate to indicate that the clutch release arm is in the engaged position. 8. A qualified Contractor is responsible for all design, wiring, termination and containment of detectors to comply with NFPA 17.

L. Fire Safety Curtain Arbor: 1. Reuse existing if required.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 12 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

2. Guide arbors in a steel lattice guide track located as indicated on the Drawings. 3. Provide tie rods for counterweight arbor from appropriately sized rod with cut threads and double full nuts top and bottom as well as single full nuts on the inside. Provide top plates of steel plate of appropriate cross section to engage coil spring shock absorbers and withstand anticipated loads, with four (4) machined bronze shoes to engage track. Provide the bottom plate from a rolled steel shape of appropriate cross section and length. Provide top plate with eyes for receiving wire rope drive line. Use forged steel shouldered eyes, plug welded with appropriately sized jaw and eye forged turnbuckle connection at each lift cable. Provide spreader plates as required and two lock collars with thumbscrews. Size arbor length as required to accommodate the necessary counterweights. 4. Provide bottom of travel shock absorption by means of coil springs. Bumpers should contact arbor bottom and not interfere with cables or operation of arbor.

M. Fire Safety Curtain Lattice Guides: 1. Reuse existing if required.

N. Direct Strike Limits: 1. Heavy duty lever operated type mounted to the lattice guide assembly to provide normal arbor ends of travel and overtravel functions. 2. Position direct strike limits offstage and adjacent to galleries for service.

O. Safety Chains: 1. Chains shall be minimum 3/8 inch Grade 30 plated proof coil chain. Chains shall be located between lift cables and outside of the smoke pockets. Attach chains to the top batten within a metal chain container as indicated on the Drawings. The opposite chain end must be appropriately attached to the system backbone or building structure with a clip or appropriate hardware.

P. Lift Cables: 1. Size proscenium fire safety curtain lift cables according to applicable local codes. Cables shall be terminated with appropriate cable thimbles and quantities of forged cable clips at each end. The curtain end of each cable shall be attached to a pipe clamp around the top batten.

Q. Signage: 1. Provide, adjacent to each wire rope fire release line on both sides of the proscenium, in plain view, a painted metal sign with 1 inch high white sans serif characters on a red background; bearing the inscription: "IN CASE OF FIRE PULL PIN TO LOWER PROSCENIUM FIRE SAFETY CURTAIN”.

R. Finishes: 1. Finish all visible components in this system with red semi-gloss enamel.

2.5 EQUIPMENT – NOT USED

2.6 COMPONENTS

A. Clips, wire rope: Size forged "U"-bolt wire rope clips (Crosby Clips) appropriately for the cable construction, diameter and lay of the cable with which they are employed.

B. Compression sleeves for static cables: Size compression sleeves appropriately for the cable construction and diameter of the cable with which they are employed.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 13 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

C. Eyebolts: Size eyebolts for the intended application. Employ dropped forged steel shoulder pattern eyebolts.

D. Shackles: Size shackles appropriately for the intended application. Execute chain connections with chain shackles; other connections may employ anchor shackles. 1. Size the screw pin to ensure that the threads are not included in the bearing surface of the bolt.

E. Thimbles, wire rope: Size wire rope thimbles appropriately for the cable construction and diameter of the cable with which they are employed.

F. Turnbuckles: Size turnbuckles appropriately for the cable construction and diameter of the cable with which they are employed. Provide jaw-jaw with safety bolt clevis pin.

G. Factory Finishing: 1. Blocks and frames: Red 2. Lattice track and arbor: Red

2.7 ACCESSORIES – NOT USED

2.8 MIXES – NOT USED

2.9 FABRICATION – NOT USED

A. Shop Assembly – Not used

B. Fabrication Tolerances – Not used

2.10 FINISHES – NOT USED

A. Shop Priming, Shop Finishing – Not used

2.11 SOURCE QUALITY CONTROL

A. Tests, Inspection – Not used

B. Verification of Performance – Not used

C. Work on the systems may be reviewed at the point of manufacture a minimum of one time during fabrication. This review will occur during the final factory checkout prior to shipping, unless the Manufacturer and Architect agree on a more advantageous inspection date.

3. PART 3 - EXECUTION

3.1 INSTALLERS – NOT USED

3.2 EXAMINATION

A. Site Verification of Conditions: 1. Examine work prepared by others to receive work of this Section. The sphere of inspection includes but is not limited to: a. Assurance mounting surfaces are ready to accept the Work.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 14 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

b. Verification of flatness, plumb and level of mounting conditions c. Inspection of components of the Work to ensure no damage has occurred during shipping or storage. 2. Discrepancies: a. In the event of discrepancies, immediately notify the Theatre Consultant. b. Do not proceed with the installation in areas of discrepancy until all such discrepancies have been fully resolved. c. Commencement of Work shall indicate an acceptance of existing conditions.

3.3 PREPARATION

A. Protection – Not used

B. Verify field measurements at the site prior to installation and modify the system accordingly. 1. Deliver equipment to the site only after the building has been closed in. Coordinate storage at the site and ensure the materials and components are undamaged. 2. Protect the surrounding environment from damage by the Work.

C. Surface Preparation: 1. Clean surfaces as necessary prior to commencing the Work.

3.4 ERECTION, INSTALLATION AND APPLICATION

A. Special Techniques – Not used

B. Interface with Other Work – Not used

C. Site Tolerances – Not used

D. Block Connection: 1. Align blocks as required by the Drawings and accompanying schedules. Conform the alignment to the requirements set forth herein. 2. Secure blocks as per accepted mounting design. Where connection device contact is not uniform, employ steel shims. Perform mounting to insure blocks are securely attached to the support structure and are immobile except by intentional user action. 3. Weld motorized set components after final alignment.

E. Motorized Rigging Installation: 1. Install all local controls including motor control/starter cabinets, limits, and positioning devices. 2. Coordinate with Division 26 for wiring and the connection to fixed disconnects and other power sources. 3. Coordinate with Division 26 for rate of rise detectors.

F. Additional Installation 1. Signage: a. Install signage as described in the Contract Documents.

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 15 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

3.5 REPAIR/RESTORATION – NOT USED

3.6 RE-INSTALLATION – NOT USED

3.7 FIELD QUALITY CONTROL

A. Site Tests, Inspection: 1. During the installation of equipment, the Contractor shall arrange for safe access as necessary for inspection of equipment by the Theatre Consultant. 2. Any equipment that fails to meet with the specifications shall be repaired or replaced with suitable equipment prior to testing and final inspection. 3. At the time of these inspections all temporary bracing, scaffolding, etc. shall be removed to permit full operation of and access to all equipment.

B. Testing: 1. Provide fourteen (14) days’ notice of all tests so that the Theatre Consultant may witness such tests. 2. Clearly record the date, time, details and results of all the following tests and demonstrations and any subsequent re-tests. This will form the start of a system logbook to be handed over to the user after acceptance together with operation and maintenance manuals. 3. General: a. Inspect the completely assembled system including all mechanisms, fittings, control panels, etc., and make good all deficiencies. b. Demonstrate compliance with tolerances specified in the Contract Documents. 4. Site Acceptance Test: a. Demonstrate ascent and descent cycles from all release points. b. Verify speed, noise, and stability compliance with the Contract Documents. c. Comprehensively verify the accuracy of positioning approached from both directions to each preset position. 5. Provide demonstration and testing as required to obtain certification that may be required by the Authority Having Jurisdiction. 6. Contractor is solely responsible for all costs in obtaining certification. Certification is a condition of final site acceptance.

C. Final Inspection: 1. Final review will be made by the Theatre Consultant following written notice from the Contractor that the installation is complete. 2. At the time of inspection, furnish sufficient workers to operate all equipment and to perform such adjustments and tests as may be required by the Theatre Consultant. Any equipment that fails to meet with the specifications shall be repaired or replaced with suitable equipment and the inspection shall be rescheduled under the same conditions as previously specified. 3. At the time of these inspections, no other work shall be performed in the auditorium and stage areas. All temporary bracing, scaffolding, etc. shall be removed to permit full operation of and access to all equipment.

D. Manufacturers’ Field Services – Not used

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 16 Albert H Horne Memorial Auditorium Norwalk High School, Rigging Replacement May 18, 2018

3.8 ADJUSTING – NOT USED

3.9 CLEANING

A. Provide clean-up, including removal of packing materials, construction debris, etc., resulting from the execution of the work.

B. Clean and/or repair any damage to portions of the work during the execution of the Work.

C. The Contractor shall be responsible for the protection of surfaces or equipment provided by this section. Coordinate to ensure that the work is not damaged during subsequent installations by other trades.

3.10 DEMONSTRATION

A. Provide a total of two (2) hours of training to the Owner on use and maintenance of this equipment after the systems have been commissioned and accepted as satisfactory.

B. Demonstrate system operation and instruct the Owner or representatives in the proper use, care, and maintenance of all items.

3.11 PROTECTION – NOT USED

3.12 SCHEDULES – NOT USED

END OF SECTION

THEATRE PROJECTS CONSULTANTS, INC. COPYRIGHT© 2018 L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE \01-SPECS \18321-11 61 37 - THEATRICAL FIRE SAFETY CURTAIN .DOCX

THEATRICAL FIRE SAFETY CURTAIN 11 61 37 - 17 CONSTRUCTION SPECIFICATION INSTITUTE 00 00 00 SECTION NUMBER

1. MATERIAL AND EQUIPMENT SCHEDULES ARE PROVIDED FOR THE CONVENIENCE OF THE CONTRACTOR. VERIFY ALL QUANTITIES AND PROVIDE ALL REQUIRED MATERIAL, WHETHER CENTERLINE SCHEDULED OR NOT.

DETAIL DETAIL SYMBOL SHEET

DETAIL SHEET DETAIL ELEVATION SYMBOL

DETAIL DETAIL SECTION SYMBOL SHEET GENERAL NOTES 1 NTS

DETAIL BUILDING SECTION SYMBOL SHEET

TE000 THEATRE EQUIPMENT: DRAWING INDEX, TYPICAL ABBREVIATIONS, SYMBOLS, AND KEYS TE001 THEATRE EQUIPMENT: EXISTING CONDITIONS PHOTOS TE002 THEATRE EQUIPMENT: EXISTING RIGGING - PLANS AND SECTIONS

# ADD 1 REVISION SYMBOL TE111 THEATRE EQUIPMENT: NEW RIGGING - PLANS TE112 THEATRE EQUIPMENT: NEW RIGGING - TRANSVERSE SECTIONS AND MULED LINESET ELEVATIONS TE113 THEATRE EQUIPMENT: RIGGING DETAILS AND SCHEDULES

REVISION CALLOUT

+0'-0" DRAWING INDEX ELEVATION DATUM SYMBOL 2 NTS LEVEL +0.0

DRAWING SYMBOLS

4 NTS @ AT A AMPS AFF ABOVE FINISHED FLOOR ALD ARCHITECTURAL ARCH ARCHITECTURAL XREFS = 18321TB-XREF = XREFS AUD AUDITORIUM AUX AUXILIARY BATS BRANCH CIRCUIT AUTOMATIC TRANSFER SWITCH C CONDUIT CKT CIRCUIT CL CENTERLINE CS COMPANY SWITCH D DISCONNECT DC DOWN CENTER STAGE DIA DIAMETER DIM DIMMER DIV DIVISION DMX DIGITAL MULTIPLEXED LIGHTING CONTROL SIGNAL DS DOWNSTAGE DSL DOWN STAGE LEFT DSR DOWN STAGE RIGHT DUP DUPLICATE DWG DRAWING EA EACH EE ELECTRICAL ENGINEER ELEC ELECTRICAL ELEV ELEVATION ELTS EMERGENCY LIGHTING TRANSFER SWITCH ENET ETHERNET EQ EQUAL F/S FOLLOWSPOT FOH FRONT OF HOUSE FRT FRONT FS FORESTAGE FT FEET HL HOUSE LEFT HLM HOUSE LIGHT MASTER HP HORSE POWER HR HOUSE RIGHT HVAC HEATING VENTILATION AND AIR CONDITIONING I.D. INSIDE DIAMETER IFR INHERENTLY FLAME RETARDANT IG ISOLATED GROUND IMS INTEGRATED MOTOR STARTER JB JUNCTION BOX KW KILOWATT LED LIGHT EMITTING DIODE LTG LIGHTING MAX MAXIMUM MCP MOTOR CONTROL PANEL MECH MECHANICAL MFR MANUFACTURER MIN MINIMUM λ MICROSECOND MS MICROSECOND MTD MOUNTED MTG MOUNTING NIC NOT IN CONTRACT NO. NUMBER NOM NOMINAL O.C. ON CENTER O.D. OUTSIDE DIAMETER OPP OPPOSITE PB PULL BOX PCP PRODUCTION CONTROL PANEL PERF PERFORMANCE PH PHASE PL PERFORMANCE LIGHTING PNL PANEL BOARD PROD PRODUCTION PSVC PERFORMANCE SOUND VIDEO AND COMMUNICATIONS REF REFER TO REQ REQUIRED REQ'D REQUIRED RFU REMOTE FOCUS UNIT SIM SIMILAR SL STAGE LEFT SMP STAGE MANAGERS PANEL SQ SQUARE Description SR STAGE RIGHT Rev Date STRUCT STRUCTURAL TBD TO BE DETERMINED TYP TYPICAL U/S UNDERSIDE UC UP CENTER STAGE US UPSTAGE USL UP STAGE LEFT USR UP STAGE RIGHT V VOLT VAC VOLTS A.C. VIF VERIFY IN FIELD W/ WITH WL WORK LIGHT DEVICE WLM WORK LIGHT MASTER

Project: ALBERT H. HORNE MEMORIAL AUDITORIUM NORWALK HIGH SCHOOL

NOTE: THE ABBREVIATIONS REPRESENTED ARE TYPICAL AND MAY NOT BE USED IN THIS

DRAWING SET Title: L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE\18321-TE111.DWG HS\18321-99-2018-05-15-100CD L:\18321-NORWALK

, , THEATRE EQUIPMENT: DRAWING INDEX, TYPICAL ABBREVIATIONS, SYMBOLS, AND KEYS 2018.05.18 TYPICAL ABBREVIATIONS 3 NTS Scale: AS NOTED Issue date: 05/18/2018

Drawing Number: TE000

©2016 Theatre Projects EXISTING DOWNSTAGE LOCK RAIL EXISTING DOORWAY CENTER OF RIGGING WALL EXISTING UPSTAGE LOCK RAIL

7 NTS 4 NTS 1 NTS XREFS = 18321TB-XREF = XREFS

EXISTING UPRIGHT SINGLE GROOVE LOFT BLOCKS HEADBLOCK BEAMS EXISTING MULE BLOCKS BETWEEN SHORT LINE AND SHORT CENTER LINE ON GRID 8 NTS 5 NTS 2 NTS

Rev Date Description \18321-TE111.DWG

Project: ALBERT H. HORNE MEMORIAL AUDITORIUM NORWALK HIGH SCHOOL

Title:

THEATRE EQUIPMENT: EXISTING

CONDITIONS PHOTOS 2018.05.18, ISSUE HS\18321-99-2018-05-15-100CD L:\18321-NORWALK

Scale: AS NOTED Issue date: 05/18/2018

Drawing Number: EXISTING LOFTBLOCKS ON 10" GRID WELL UPRIGHT HEADBLOCKS AT GRID EXISTING MULTI-GROOVE MULE BLOCKS ON GRID TE001 9 NTS 6 NTS 3 NTS ©2016 Theatre Projects GRID LEVEL +40'-2"

CYC CYC US TRAVELER US TRAVELER

GOLD SWAGS GOLD SWAGS ELECTRIC 4 ELECTRIC 4

LOADING GALLERY +33'-0"

WORKLIGHTS WORKLIGHTS ELECTRIC 3 ELECTRIC 3 LEGS LEGS

MIDSTAGE TRAVELER

MIDSTAGE TRAVELER BORDER

ELECTRIC 2 ELECTRIC 2 WORK LIGHTS WORKLIGHTS DS TRAVELER DS TRAVELER BORDER SCRIM SCRIM

ELECTRIC 1 EXISTING PROJECTION SCREEN ELECTRIC 1 HOUSE CURTAIN - TRAVELER HOUSE CURTAIN - BORDER EXISTING PROJECTION SCREEN 9" HOUSE CURTAIN - TRAVELER 3'-4" HOUSE CURTAIN - BORDER

EXISTING FIRE SAFETY CURTAIN LATTICE TRACK

EXISTING FIRE SAFETY CURTAIN

NOTE:

XREFS = 18321TB-XREF = XREFS RESTORE ALL EXISTING EQUIPMENT TO NEW BATTENS STAGE LEVEL +0'-0"

EXISTING CENTERLINE SECTION EXISTING STAGE LEVEL - PLAN

3 1/4"=1'-0" 1 1/4"=1'-0"

"

4

3 10'-5

LOADING GALLERY -ABOVE EXISTING INDEX RAIL LIGHTS -HUNG FROM LOADING GALLERY ABOVE

Rev Date Description

"

4

1

5'-10 6" TYP 6"

EXISTING FIRE SAFETY CURTAIN

EXISTING FIRE SAFETY

CURTAIN LATTICE TRACK 3'-1"

Project: ALBERT H. HORNE MEMORIAL AUDITORIUM NORWALK HIGH SCHOOL

Title: L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE\18321-TE111.DWG HS\18321-99-2018-05-15-100CD L:\18321-NORWALK

, , THEATRE EQUIPMENT: EXISTING

RIGGING - PLANS AND SECTIONS 2018.05.18

Scale: AS NOTED Issue date: 05/18/2018

Drawing Number: EXISTING BATTEN LAYOUT - PLAN TE002 2 1/4"=1'-0" ©2016 Theatre Projects 2018.05.18, L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE\18321-TE111.DWG XREFS = 18321TB-XREF 3 11 6133 1/4"=1'-0" GRID LEVEL-PLAN STANDS BLOCKS ONANGLED -TYPICAL 5 GROOVEMULE 11 6133 4 12" HEADBLOCK -TYPICAL 3/4"=1'-0" GRID LEVEL-DETAILPLAN 11 6133 8" SINGLEGROOVE TALL LOFTBLOCK 11 6133 12" HEADBLOCK -TYPICAL OFDOWNSTAGE3LINESETS -ROTATED TOREDUCEFLEETANGLES 11 6133 11 6137 11 6133 LOFT BLOCK -TYPICAL 8" SINGLEGROOVE 12" LOFTBLOCKFOR FIRE SAFETYCURTAIN -TYPICAL LOFT BLOCK -TYPICAL 8" SINGLEGROOVE TE111 4 TE112 TE112 TE112 3 2 1 EXISTING T-TRACK GUIDE WALL EXISTING T-TRACK GUIDE WALL COUNTERWEIGHT ARBOR TYPICAL 11 6133 2 1 NIC NIC 1/4"=1'-0" BATTEN LAYOUT-PLAN 1/4"=1'-0" STAGE LEVEL-PLAN 11 6137

ROPE LOCK NUMBERING ROPE LOCK NUMBERING

1 2 3 4 5 6 11 7 8 9 10 12 17 18 19 13 20 14 21 22 23 15 24 16 25 26 27 FIRE SAFETYCURTAIN 12" LOFTBLOCKFOR -TYPICAL MATCH BATTENLAYOUT LABEL ROPELOCKSTO NOTE:

BATTEN NUMBERING BATTEN NUMBERING BATTEN NUMBERING BATTEN NUMBERING

1'-1" 10" 9" 9" 1'-0" 1'-3" 7" 9" 1'-8" 10" 9" 9" 1'-1" 11" 1'-0" 1'-4" 9" 9" 9" 9" 8" 1'-3" 9" 1'-0" 1'-0" 1'-0" 1'-0" 11 6133 11 6133 11 6133 11 6133 ROPE LOCK INDEX RAIL PROVIDE NEWBOTTOMSTOP -TYPICAL -TYPICAL TENSION BLOCKS AND RUBBERONTOPSTOP RAIL LIGHT REINSTALL EXISTINGINDEX INDEX RAILLIGHTAND EXISTING INDEXRAILLIGHT -INSTALL NEWRIGGINGFOR 11 6133 11 6133 11 6133 11 6133 11 6133 OP LINEFORMAINCURTAIN OP LINEFORUSTRAVELER OP LINEFORDSTRAVELER OP LINEFORMIDSTAGETRAVELER 11 6133 -TURN AROUNDFORSHORT-CENTER 8" DOUBLEGROOVELOFTBLOCK AND SHORTLIFELINES 11 6133 11 6133 -TURN AROUNDFORSHORT-CENTER 8" DOUBLEGROOVELOFTBLOCK AND SHORTLIFTLINES TURN AROUNDFORCENTERLINE -DROP FORLONG-CENTERLINEAND 8" DOUBLEGROOVELOFTBLOCK 11 6137 11 6137 NIC NIC NIC NIC NIC NIC NIC NIC 11 6133 11 6133 TE112 TE112 TE112 TE112 TE112 TE112 3 2 1 3 2 1 FIRE SAFETY CURTAIN ADD/ALT 11 6137 NIC CURTAIN BRAIL SAFETY HOUSE CURTAIN-TRAVELER EXISTING PROJECTION DS TRAVELER BORDER MIDSTAGE TRAVELER LEGS US TRAVELER ADD/ALT SCREEN CYC 1.9" O.D.STEEL MULED LINESETS PIPE BATTEN -TYPICAL HOUSE CURTAIN BRAIL SAFETY - BORDER CURTAIN WINCH ADD/ALT Rev PLANS Project: Drawing Number: Issue date: NORWALK HIGHSCHOOL Scale: THEATRE EQUIPMENT:NEWRIGGING- Title: TE111 ALBERT H.HORNEMEMORIALAUDITORIUM AS NOTED Date 05/18/2018 Description © 2016 TheatreProjects 2018.05.18, L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE\18321-TE111.DWG XREFS = 18321TB-XREF

4 3 TO HEADBLOCK TO AS NOTED MULED LINESETDETAILS 1/2"=1'-0" MULED LINESETELEVATION 11 6133 5 RELEASE ELECTRO MECHANICAL 11 6137 LOFT BLOCK -FOR SHORTLIFTLINE 8" SINGLEGROOVE 1/4"=1'-0" FIRE SAFETYCURTAIN RIGGINGELEVATION 11 6137 BRAIL WINCH TO LOWER CURTAIN IN CASE SAFETY OFPULL RINGFIRE FIRE 11 6137 HEADBLOCK FIRE SAFETYCURTAIN 11 6137 11 6137 11 6137 11 6137 FIRE SAFETYCURTAINCOUNTERWEIGHT FUSIBLE LINK TRACK IFPOSSIBLE -AS REQUIRED,USINGEXISTINGLATTICE -TYPICAL AS REQUIRED 11 6133 LINE WITHSIGNAGE MANUAL RELEASE POCKET EXISTING SMOKE 12" HEADBLOCK RATE OFRISEDETECTORS -TYP OF3ORASREQUIRED 11 6137

1 20'-11 4" 11 6133 11 6137 LOFT BLOCK 8" SINGLEGROOVE -FOR SHORTLIFTLINE STRAP SAFERY BARRIER 43'-4" STRUCTURALOPENING TE113 3B 11 6137 17'-11" STRUCTURAL OPENING GRID FLOOR LOFT BLOCKON -TYPICAL 11 6133 MULE BLOCKS 5 GROOVE FIRE SAFETYCURTAINISANADD/ALT SEE FIRESAFETYCURTAINSPEC 11 6137 LINE ANDTURNDOWNFOR SHORT-CENTER LINE -TURN AROUNDFORSHORT 2 GROOVELOFTBLOCK 11 6133 SHORT-CENTER LINE -TURN AROUNDFORSHORTLINE 8" DOUBLEGROOVELOFTBLOCK AND TURNDOWNFOR 11 6133 11 6133 11 6137 POCKET EXISTING SMOKE 5 GROOVEMULEBLOCKS MANUAL RELEASE LINE WITHSIGNAGE 11 6137 RELEASE LINE GUIDE BLOCK -TYPICAL LOFT BLOCK 8" SINGLEGROOVE -TYPICAL 11 6133 TO LOWER CURTAIN IN CASE SAFETY FIRE

OFPULL RINGFIRE TO REMAINING LOFT BLOCKS 12" HEADBLOCK 12" HEADBLOCK COUNTERWEIGHT COUNTERWEIGHT ARBOR ARBOR 11 6133 11 6133 11 6133 11 6133 2 1 1/4"=1'-0" ELECTRIC LINESET ELEVATION 1/4"=1'-0" TYPICAL LINESETELEVATION 31'-6" ARBOR TRAVEL 6'-0" NOMINAL ARBOR

31'-6" 6'-0" NOMINAL ARBOR TE113 1 11 6133 11 6133 11 6133 11 6133 11 6133 11 6133 SHORT LINE SHORT LINE 11 6133 INDEX RAIL INDEX RAIL ROPE LOCK ROPE LOCK 11 6133 -TYPICAL -TYPICAL -TYPICAL -TYPICAL TENSION BLOCKS TENSION BLOCKS NIC NIC MESH MESH WELDED WIRE WELDED WIRE 11 6133 11 6133 INDEX RAILLIGHT LOADING GALLERY NEW RIGGINGFORINDEXRAILLIGHT -SAVE ANDREINSTALLEXISTING -CLIPPED TOSTEELATUNDERSIDEOF INDEX RAILLIGHT NEW RIGGINGFORINDEXRAILLIGHT TE113 LOADING GALLERY -SAVE ANDREINSTALLEXISTING -CLIPPED TOSTEELATUNDERSIDEOF 11 6133 11 6133 8 SHORT-CENTER LINE SHORT-CENTER LINE LIFT LINE CABLE MANAGEMENT 11 6133 11 6133 11'-0" CABLE MANAGEMENT 8" DOUBLEGROOVELOFTBLOCK -SECOND GROOVEFORELECTRIC 1.9" O.D.STEEL 1.9" O.D.STEEL PIPE BATTEN PIPE BATTEN BATTEN SPLICE 11 6133 11 6133 NIC TE113 LIFT LINE LOAD FROMBATTENTO NEW BRACKETTRANSFERS 11'-0" FIXTURE -TYPICAL THEATRICAL LIGHTING 2 CENTER LINE CENTER LINE 47'-0" BATTENLENGTH 47'-0" BATTENWIDTH

\A1;11'-0" NIC LONG-CENTER LINE LONG-CENTER LINE LIGHTING RACEWAY EXISTING PERFORMANCE 11'-0" TE113 4 LONG LINE LONG LINE 11'-0" 11 6133 11 6133

5'-4" BATTEN IN TRIM 31'-6" BATTEN TRAVEL 31'-6" BATTEN TRAVEL LOFT BLOCK -TYPICAL 8" SINGLEGROOVE 8" LOFTBLOCK 4'-0" BATTEN IN TRIM 36'-10" BATTEN OUT TRIM Rev LINESET ELEVATIONS Project: Drawing Number: Issue date: NORWALK HIGHSCHOOL Scale: TRANSVERSE SECTIONSANDMULED THEATRE EQUIPMENT:NEWRIGGING- Title: TE112 ALBERT H.HORNEMEMORIALAUDITORIUM AS NOTED Date 05/18/2018 Description © 2016 TheatreProjects COUNTERWEIGHT: 1 INCH NOMINAL WEIGHTS = 16 POUNDS 11 61 33 8" SINGLE GROOVE 2 INCH NOMINAL WEIGHTS = 32 POUNDS LOFT BLOCK PLAN VIEW A SCALE: 3" = 1'-0" ARBORS: REMOVABLE HAND 6 FOOT 0 INCH ARBOR LEVER 800 LB CAPACITY

DISTRIBUTE WEIGHT EVENLY OVER GALLERY.

1'-0" DO NOT STACK WEIGHT OVER 12" HIGH. DO NOT OVERLOAD.

1/4" PUSH-BUTTON RELEASE PIN

PROVIDE SIGN AT LOADING GALLERY

SIDE VIEW FRONT VIEW B SCALE: 3" = 1'-0" C SCALE: 3" = 1'-0"

TALL LOFT BLOCK DEAIL RIGGING LOADING SIGNAGE QUICK RELEASE ROPE LOCK DETAIL 8 1 1/2"=1'-0" 5 SCALE: NTS 1 SCALE: 3" = 1'-0"

2'-0"

1'-0" 1'-0"

1 1 1 1 1 2" 1 2" 1 2" 1 2" 9" 9"

RIGGING SYSTEM INFORMATION D.O.M. STEEL TUBE 5/32" 3/8" x 2 1/4" GRADE 5 1 1/2" Ø NOMINAL STEEL REPLACED: MONTH, YEAR WALL THICKNESS HEX HEAD BOLT WITH PIPE - 1.9" O.D. ACTUAL LOW PROFILE LOCKING NUT

COUNTERWEIGHT: 1 INCH NOMINAL WEIGHTS = 16 POUNDS 2 INCH NOMINAL WEIGHTS = 32 POUNDS ELEVATION

ARBORS: 6 FOOT 0 INCH ARBOR 800 LB CAPACITY

WIRE ROPE LIFT CABLES: SAFE WORKING LOAD IS XXX POUNDS PER CABLE. CABLE IS X/X INCH 7 x 19 STRAND AIRCRAFT CABLE BREAKING STRENGTH IS X,XXX POUNDS SECTION

BATTEN SPLICE DETAIL 2 SCALE: 3" = 1'-0" PROVIDE SIGN ADJACENT TO INDEX RAIL AT STAGE LEVEL AND AT OPERATING

GALLERY XREFS = 18321TB-XREF = XREFS

1' - 1 3/4"

RIGGING LOADING SIGNAGE 1/2" 4 6 SCALE: NTS

No. Distance Purpose Use Notes

# 1 1'-1" DEDICATED HOUSE BORDER RE-USE EXISTING COUNTERWEIGHT # 2 2'-1" DEDICATED HOUSE CURTAIN WITH TRACK # 3 2'-11" DEDICATED PROJECTION SCREEN # 4 4'-3" ELECTRIC ELECTRIC 1 # 5 5'-0" GP # 6 5'-9" GP SCRIM # 7 6'-6" DEDICATED DOWNSTAGE TRAVELER WITH TRACK # 8 7'-3" DEDICATED WORK LIGHTS # 9 8'-3" ELECTRIC ELECTRIC 2 STAGE WEIGHT DETAIL # 10 9'-0" GP 3 NTS # 11 10'-3" GP BORDER MULED FROM HEADBLOCK 6'-1" US OF PROSCENIUM # 12 11'-0" DEDICATED MIDSTAGE TRAVELER MULED FROM HEADBLOCK 15'-9" US OF PROSCENIUM # 13 11'-7" GP MULED FROM HEADBLOCK 17'-9" US OF PROSCENIUM

# 14 12'-3" GP MULED FROM HEADBLOCK 18'-9" US OF PROSCENIUM WIRE ROPE LIFT LINE # 15 13'-0" GP MULED FROM HEADBLOCK 21'-9" US OF PROSCENIUM 1/4" TAIL, NO TAPE # 16 14'-3" GP MULED FROM HEADBLOCK 22'-9" US OF PROSCENIUM # 17 15'-11" GP FORGED WIRE ROPE CLIPS # 18 16'-8" GP LEGS # 19 17'-6" ELECTRIC ELECTRIC 3

# 20 18'-6" GP HEAVY PATTERN WIRE ROPE THIMBLE # 21 19'-3" GP GP # 22 20'-3" LOOSE PIN SHACKLE # 23 21'-0" GP # 24 22'-0" ELECTRIC ELECTRIC 4 # 25 23'-1" GP

# 26 24'-1" DEDICATED US TRAVELER TRIM CHAIN LOAD RATED PROOF COIL 42" LONG # 27 25'-0" DEDICATED CYC

1-1/2" NOMINAL STEEL PIPE- 1.9'' O.D. LINESET SCHEDULE 7 NTS

Rev Date Description

BATTEN CONNECTION DETAIL 4 SCALE: 3" = 1'-0"

Project: ALBERT H. HORNE MEMORIAL AUDITORIUM NORWALK HIGH SCHOOL

Title: L:\18321-NORWALK HS\18321-99-2018-05-15-100CD ISSUE\18321-TE111.DWG HS\18321-99-2018-05-15-100CD L:\18321-NORWALK

, , THEATRE EQUIPMENT: RIGGING

DETAILS AND SCHEDULES 2018.05.18

Scale: AS NOTED Issue date: 05/18/2018

Drawing Number: TE113

©2016 Theatre Projects

SECTION 3 - GENERAL INFORMATION NOTE: SECTION 3 - GENERAL INFORMATION contains the City's Standard Terms and Conditions. You are responsible for obtaining a copy prior to bidding. If you do not have a revision dated 08082013, or later on file you may obtain a copy over the Internet at http://www.norwalkct.org . Adobe Acrobat reader is required to view this document. If you do not have this software you may down load it for free from Adobe. Document number 1002. http://www.norwalkct.org/documentcenter/view/868

SECTION 4

CITY OF NORWALK GENERAL CONDITIONS FOR CONSTRUCTION

Rev. 042011, Express Request Doc. #1008

NOTE: SECTION 4 contains the City's General Terms and Conditions for construction. Your Firm is responsible for obtaining a copy of this document prior to bidding. If you do not have a revision dated 04/20/2011 or later on file you may download a copy of this document from the Terms and Conditions Section of the City of Norwalk’s website at www.norwalkct.org,

Document number 1008: http://www.norwalkct.org/DocumentCenter/Home/View/866

SECTION 5 – LIVING WAGE ORDINACE

GENERAL INFORMATION

Rev. 041118, Express Request Doc. #1019

NOTE: SECTION 5 contains information concerning City's Living Wage Ordinance. You are responsible for obtaining a copy prior to bidding. If you do not have a revision dated 04/11/2018 or later on file you may download a copy from the Terms and Conditions section of our website at http://www.norwalkct.org Document number 1019

Document number 1019: http://www.norwalkct.org/DocumentCenter/Home/View/862

EXHIBIT A – SAMPLE CONTRACT AND INSURANCE RIDER

“The following document is the City’s standard construction services contract. Please be advised that the substantive terms and requirements outlined therein may be revised only with the approval of Norwalk’s Corporation Counsel.”

CITY OF NORWALK CONTRACT FOR CONSTRUCTION SERVICES WITH «VendorName» «Project»

This Contract entered into this ______day of ______, 2018, by the CITY OF NORWALK, a municipal corporation organized and existing under the laws of the State of Connecticut (hereinafter referred to as "CITY"), acting by and through «ContractAuthorizer», its «ContractAuthorizerTitle», duly authorized, and «VendorName», a corporation organized and existing under the laws of the State of Connecticut with an office and principal place of business located at «VendorAddress1» «VendorAddress2», «VendorCity», «VendorState» «VendorZip», acting herein by «VendorAuthorizer», its «VendorAuthorizerTitle», duly authorized (hereinafter the "CONTRACTOR").

WITNESSETH: That the CITY and CONTRACTOR, for the consideration hereinafter named, agree as follows:

ARTICLE 1. WORK TO BE DONE

The CONTRACTOR shall (a) furnish all the materials, machinery, implements, tools, labor, services, and other items of every kind (the “Work”) using its best skill and attention required to perform and complete in the most substantial and workmanlike manner the project generally identified as «Project» (hereinafter the “Project”). The Work shall be performed in

strict compliance with the City of Norwalk Department of Public Works General Provisions; the general and technical specifications and conditions of contract; the Project Plans; Special Conditions and Addenda; State Labor Department minimum wage rates; any addenda to the specifications; and all requirements of the Contract Documents, as defined herein.

The CITY will compensate the CONTRACTOR for the satisfactory completion of the Project and of all of the CONTRACTOR's duties, obligations and responsibilities under this Contract, subject to additions and deductions as herein provided, the total sum of «ContractBudgetInEnglish»($«ContractBudget») in the manner set forth herein and the Contract Documents.

The Project shall be performed in accordance with the true intent and meaning of the Contract Documents without any expense of any nature whatsoever to the CITY exceeding the compensation stated herein. The CONTRACTOR’s Work hereunder shall be overseen by «VendorAuthorizer», its duly authorized «VendorAuthorizerTitle». The CONTRACTOR hereby represents that it has carefully examined and understands all of the terms and requirements of the Contract Documents, has investigated the nature, locality and site of the Project (the Site) and the conditions and difficulties under which it is to be performed and that it enters into this Contract on the basis of its own examination, investigation and evaluation of such and not in reliance on any opinions or representations of the CITY or any third party, including any officer, agent, servant or employee thereof.

ARTICLE 2. ADMINISTRATION OF CONTRACT BY CITY

The Work to be performed under this Contract shall be administered on behalf of the CITY by «DepartmentHead», «DepartmentHeadTitle», referred to as the "Director." The CONTRACTOR acknowledges and agrees that any instructions, reviews, advice, approvals or directives rendered to it by the Director or his designated representative consistent with the

Contract Documents are authorized on behalf of the CITY. However, notwithstanding the above, no advice, directive or other recommendation or request by the CITY shall give rise to liability or responsibility on the CITY’s part for any portion of the Work, nor shall it relieve the CONTRACTOR of its responsibilities hereunder.

ARTICLE 3. DOCUMENTS FORMING THE CONTRACT

The Contract Documents shall be deemed to include the Bid Documents; Addendum No. 1; the CONTRACTOR's bid response, dated ; this written Contract, including all bonds and insurance certificates; the City of Norwalk Department of Public Works General Provisions; the general and technical specifications and conditions for the Project; the Project plans; Special Conditions and Addenda; State Labor Department minimum wage rates (if applicable); any addenda to the specifications; and all provisions required by law to be inserted in this Contract, whether or not physically inserted.

This Contract will supersede any Contract or contract form that may have been included in the bid specifications, which form was included for information purposes only, and any writings or documents not incorporated herein by specific reference. This Contract, together with the other Contract Documents are all intended to supplement and complement each other and shall, to the fullest extent possible, be so construed and interpreted. If, however, any provision of this Contract irreconcilably conflicts with any provision of the other Contract Documents, the provision imposing a greater obligation on the CONTRACTOR shall govern.

ARTICLE 4. EXAMINATION OF DOCUMENTS AND SITE

The CONTRACTOR confirms that it has carefully examined the Project Site, as well as its surrounding territory. As a result, the CONTRACTOR acknowledges that it is fully informed regarding all existing conditions, both natural and manmade, as well as all such above grade, at grade and subsurface conditions that may in any way affect the Work to be done and labor and

materials to be furnished for the proper completion of the Project, including, by way of example, the existence of poles, wires, pipes, ducts, conduits and other facilities and structures of municipal and public service corporations on, over or under the Project site. The CONTRACTOR further acknowledges that it has secured such information by personal investigation, research, and inquiry into all reasonably available data concerning the actual Site and has not relied upon the estimates or records of the CITY; and that it will make no claim against the CITY by reason of reliance on any such estimates, tests, information, data or representations made by any officer, agent, representative or employee of the CITY, or for costs incurred as a result thereof.

In addition, the CONTRACTOR agrees that, prior to starting any part of the Work, it shall carefully study and compare the various drawings, plans and other Contract Documents relative to that portion of the Work in order to facilitate construction and determine whether inconsistencies or conflicts exist.

ARTICLE 5. DATE OF COMPLETION

The CONTRACTOR further agrees that it will begin the Project herein described within ten (10) days of the date hereof, unless written instruction from the Director is given to begin at a different date. The CONTRACTOR shall diligently and continuously prosecute and complete the same and coordinate its Work with all other work being performed on the Project according to any schedules that may be issued from time to time during the Project and any other scheduling requirements listed in the Contract Documents, so as not to delay, impede, obstruct, hinder or interfere with the commencement, progress or completion of any part of the Project and so that the Project shall be entirely completed no later than «CompletedDate» (the “Completion Date”), unless such Completion Date is extended by written notice signed by the Director.

THE CONTRACTOR ACKNOWLEDGES THAT TIME IS OF THE ESSENCE IN TERMS OF COMPLETION OF THE CONTRACTOR'S WORK HEREUNDER.

No extension beyond this date of completion shall be effective unless in writing signed by the Director. Any extension shall be for such time and upon such terms and conditions as may be set by the Director, which may include charges for professional services, engineering and inspection expenses incurred, (including expenses incurred by railroad companies on contracts which affect a railroad right of way) as a result. Notice of application for any extension shall be filed with the Director at least fifteen (15) days prior to the date of completion set forth above.

The CONTRACTOR shall work during such days and times as required by the CITY so as not to interfere with its use or operation of the Site. However, if the CITY deems it necessary, it may direct the CONTRACTOR to work overtime. If so directed, the CONTRACTOR shall work overtime and, provided that it is not in default under any of the terms or provisions of this Contract or of other Contract Documents, the CITY will pay the CONTRACTOR for such actual additional wages paid directly for such overtime work, if any, at rates which have been approved by the CITY.

The CONTRACTOR shall contribute to and cooperate with the development of the Project schedules and other efforts to achieve timely completion of the Work. The CONTRACTOR shall be required to provide information for the scheduling of the times and sequence of operations required in order for its Work to meet the CITY's overall schedule requirements and it shall continuously monitor the Project schedule so as to be fully familiar with the timing, phasing and sequence of operations of the Work and of any other work performed by others on the Project. The CONTRACTOR shall diligently execute the Work in accordance with the requirements of the Project schedule including any revisions thereto.

In the event the CONTRACTOR is delayed, obstructed, hindered or interfered with in the commencement, prosecution or completion of the Work by any cause including, but not limited to, any act, omission, neglect, negligence or default of the CITY or of anyone employed by it, or by any other contractor or

subcontractor on the Project, or by damage caused by fire or other casualty or by any other cause beyond the control of and not due to any fault, neglect, act or omission of the CONTRACTOR, its officers, agents, employees, subcontractors or suppliers, the CONTRACTOR's exclusive remedy shall be an extension of time for a period equivalent to the time lost by reason of any and all of the aforesaid causes. Provided, however, that the CONTRACTOR shall not be entitled to any such extension of time unless the CONTRACTOR (1) notifies the CITY in writing of the cause or causes of such delay, obstruction, hindrance or interference within forty-eight (48) hours of the commencement thereof and (2) demonstrates that it could not have anticipated or avoided such delay, obstruction, hindrance or interference and has used all available means to minimize the consequences thereof. Notwithstanding the foregoing, if any of the Contract Documents are at variance with granting such time extension, then the provisions of such documents shall control.

In no event shall the CONTRACTOR be entitled to money damages or an adjustment to the sum payable hereunder by virtue of any such delay.

In the event of a delay in the progress of the Work or disruption of, hinderance, obstruction, or interference with the Work due to any fault, neglect, action or omission of the CONTRACTOR or any of its officers, agents, servants, employees, subcontractors or suppliers which results in any additional cost, expense, liability or damage to the CITY including, legal fees and disbursements incurred by the CITY (whether incurred in defending claims arising from such delay or in seeking reimbursement or indemnity from the CONTRACTOR and/or its surety hereunder or otherwise) or any damages or additional costs or expenses for which the CITY may or shall become liable, no extension of time shall be granted and the CONTRACTOR (and its surety) shall be liable to compensate the CITY for and indemnify it against all such costs, expenses, damages and liability. In addition, the CONTRACTOR shall not only fulfill all of its obligations imposed by this Contract at its own cost and expense, but also work such overtime as may be necessary to make up for all time lost in the performance of the Work and of the Project. Should the CONTRACTOR fail to make up for the time lost by reason of such delay, the CITY shall have the right to hire

other contractors to work overtime, if needed, and to take whatever other action it deems necessary to avoid delay in the completion of the Work and of the Project. The cost and expense of such overtime and/or such other action, including all other consequential damages and expenses, shall be borne by the CONTRACTOR hereunder.

ARTICLE 6. CONTINGENCIES, EXTRA WORK, AND CHANGES

Whenever the CITY determines that, for any reason deemed to be in the best interests of the Project, the scope of Work or plans for the Project should be revised to provide for changes, deletions, contingencies, additional or extra work, it may issue a Change Order to the CONTRACTOR. Once the CITY has issued and signed a written Change Order in its standard form, the CONTRACTOR shall forthwith comply with the specifications of such Change Order. In such event, allowances for additions and/or deductions to the prices listed in the bid documents will be made commensurate with such changes in the scope or extent of the Work. Any such action by the CITY shall not constitute grounds for a claim by the CONTRACTOR for damages, loss of anticipated profits, or for costs resulting from any variations between the approximate quantities and quality of Work contemplated in the bid documents and as built.

All changes, additions or omissions in the Work ordered in writing by the CITY shall be deemed to be a part of the Work hereunder and shall be performed and furnished in strict accordance with all of the terms and provisions of the Contract Documents based on a negotiated cost for the Work and materials. The CONTRACTOR shall be responsible for keeping its surety informed of all such modifications to this Contract. The obligations of CONTRACTOR's surety shall not be reduced, waived or adversely affected by the issuance of such Change Orders, additions or deductions and the CITY shall not be required to inform the surety of the same or to obtain the consent of the surety to such modifications.

Payment for any unforeseen Work and/or changes shall be made as provided for in the Standard Specifications.

ARTICLE 7. MEANS AND METHODS

The CONTRACTOR shall supervise and direct the Work using its best skill and attention in order to perform and complete the Project according to the Contract Documents in a timely and workmanlike manner. The CONTRACTOR shall be responsible for safeguarding the Site and all adjacent property from damage and for implementing all reasonable and necessary construction means, methods, techniques, sequences and procedures for safety precautions, protection against vandalism, and compliance with fire insurance rating bureau procedures, in connection with the performance of the Work. CONTRACTOR further assumes responsibility for all actions and omissions of its agents, employees, subcontractors, suppliers and all of their respective agents, employees and any other person performing any part of the Work.

ARTICLE 8. NO COLLUSION OR FRAUD

The CONTRACTOR hereby agrees that all persons interested as principal or principals in the bid or proposal submitted by the CONTRACTOR for this Project are named therein; that this Contract has been secured without any connection with any person or persons other than those named; that this Contract was secured without collusion or fraud; and that neither any officer nor employee of the CITY, nor any member of the immediate family of any such person, has or will have a financial interest in the performance of this Contract, in the supplies, Work or business to which it relates, or in any portion of the profits thereof. ARTICLE 9. ESTIMATES AND PAYMENT As the Project progresses in accordance with the Contract and in a manner that is satisfactory to the CITY, the CITY hereby agrees to make payments to the CONTRACTOR, based upon the prices set out in the CONTRACTOR’s Proposal. The procedure for processing payments is as follows: on or before the last day of each month the CONTRACTOR shall submit to the CITY, in the form required by the CITY, a written Application For Payment showing the value of the Work performed and in place as of that date. From this amount shall be deducted all previous payments and all charges for services, materials, equipment and other items chargeable to the CONTRACTOR. The balance of such Application must be approved by the CITY and should represent the value of

Work done and material furnished in accordance with the terms and conditions of this Contract during the preceding month. The CONTRACTOR shall be paid ninety-five (95%) percent of such amount. The five (5) percent retained shall be held by the CITY until final completion and acceptance of all Work covered by this Contract; compliance by the CONTRACTOR with all of its responsibilities hereunder including the provision of signed waivers of lien from CONTRACTOR, its subcontractors and suppliers; the posting of a twenty-five percent (25%) maintenance bond by the CONTRACTOR insuring the Project for a period of two (2) years from the date of final acceptance; and the making of all payments due all subcontractors and material suppliers in connection with the Project. Nothing herein shall modify or limit detailed payment provisions contained in the Contract Documents and approved by the Director.

Prior to commencing the Work, the CONTRACTOR shall submit to the CITY a detailed Schedule of Values showing the breakdown of the total contract price into its various parts for approval. The CITY may modify the Schedule of Values, or may require additional information or a more detailed breakdown of costs, subject to their final approval. All Applications for Payments will thereafter be submitted according to the approved payment Schedule.

The CITY reserves the right to advance the date of any payment (including the final payment) under this Contract if, in its judgment, it becomes desirable to do so.

The CONTRACTOR agrees that, if and when requested to do so by the CITY, it shall furnish such information, evidence and substantiation as the CITY may require with respect to the nature and extent of all obligations incurred by the CONTRACTOR for or in connection with the Work, all payments made by the CONTRACTOR thereon, and the amounts remaining unpaid and the reasons therefor. The CONTRACTOR warrants that: (1) title to Work, materials and equipment covered by an Application for Payment will pass to the CITY either by incorporation in construction or upon receipt of any payment for the same by the CONTRACTOR, whichever occurs first; (2) Work,

materials and equipment covered by Applications for Payment shall be free and clear of liens, claims, security interests or encumbrances; and (3) no Work, materials or equipment covered by an Application for Payment shall be acquired by the CONTRACTOR, or any other entity or person performing any Work at the Site or furnishing materials or equipment for the Project, subject to an Contract or arrangement under which any interest therein or an encumbrance thereon is retained by the seller of such or is otherwise imposed by the CONTRACTOR or such other entity or person.

With each Application For Payment the CONTRACTOR shall certify to the CITY that the Work, for which payment is requested, has been fully completed in accordance with the Contract Documents; that all amounts owed to any subcontractor and sub-consultant for Work or materials covered by all previous progress payments have been paid in full; and that the CONTRACTOR has no claim outstanding against the CITY related to this, or any previous progress payment, except any such claim as has been previously served by way of a detailed, verified statement upon the CITY prior to the filing of such Application For Payment. If requested to do so, the CONTRACTOR will file signed Waivers of Lien with each Application for Payment in a form satisfactory to the CITY.

The CONTRACTOR's refusal to accept any payment as tendered shall constitute a waiver of any right to interest thereon.

It is further agreed that so long as the CONTRACTOR fails to comply with any lawful or proper direction concerning the Work or material given by or on behalf of the Director, the CONTRACTOR shall not be entitled to have any estimate made for the purpose of payment. No such estimate shall be rendered until the CONTRACTOR fully and satisfactorily complies with all such directions.

If any of the following occurs: (1) a claim or lien is made or filed with or against the CITY, the Project, or the Project funds by any person claiming that the CONTRACTOR or any subcontractor or other person under subcontract has failed to make payment for any labor, services, materials, equipment,

taxes or other items or obligations furnished or incurred for or in connection with the Work; (2) there is evidence of such nonpayment or of any claim or lien for which, if established, the CITY might become liable and which is chargeable to the CONTRACTOR; (3) the CONTRACTOR or any subcontractor or other person under subcontract causes damage to the Work or to any other work on the Project; (4) or if the CONTRACTOR fails to perform or is otherwise in default under any of the terms or provisions of this Contract, the CITY shall have the right to retain from any payment then due or thereafter to become due an amount which it deems sufficient to (i) satisfy, discharge and/or defend against any such claim or lien or any action which may be brought or judgment which may be recovered thereon, (ii) make good any such nonpayment, damage, failure or default, and (iii) compensate the CITY for and indemnify and hold it harmless against any and all actual or potential losses, liabilities, damages, costs and expenses, including legal fees and disbursements, which may be sustained or incurred in connection therewith. The CITY shall have the right to apply and charge against the CONTRACTOR so much of the amount retained as may be required for the foregoing purposes. If the amount is insufficient therefor, the CONTRACTOR shall be liable for the difference and promptly pay the same to the CITY. No person shall have any right or claim by reason of the CITY's failure or refusal to withhold monies. No interest shall be payable by the CITY on any amounts withheld under this provision.

This provision is not intended to limit or in any way prejudice any other right of the CITY.

No payment (final or otherwise) made under or in connection with this Contract shall be conclusive evidence of the proper performance of the Work or of this Contract, in whole or in part, and no such payment shall be construed to be an acceptance of defective, faulty or improper work or materials nor shall it release the CONTRACTOR from any of its obligations under this Contract; nor shall entrance upon and use of the Site by the CITY constitute acceptance of the Work or any part thereof.

If, in the judgment of the Director, the Project is "substantially," although not entirely, completed, and in this

event the withholding of the retained percentage would be an injustice to the CONTRACTOR, the Director may, provided that he receives certification that the essential items in the Contract have been completed in accordance with the terms of the Contract, include in the final account such uncompleted items. The CITY will pay the CONTRACTOR therefor at the item prices in the Contract upon the CONTRACTOR's depositing with the Director a certified check drawn upon a legally incorporated bank or trust company equal to at least double the value of such uncompleted Work. The deposit may be used by the Director to complete the uncompleted portion of the Contract and any unused portion may be returned to the CONTRACTOR upon its satisfactory completion of the uncompleted Work within a specified number of working days after it has been notified to proceed. ARTICLE 10. PAYMENT TO SUBCONTRACTORS AND SUPPLIERS The CONTRACTOR shall, within thirty (30) days after its receipt of payment from the CITY, pay all amounts due any supplier or subcontractor, whether for labor performed or materials furnished hereunder, when such labor or materials have been included in a requisition submitted by the CONTRACTOR and paid by the CITY.

The CONTRACTOR shall include in each of its contracts and subcontracts hereunder a provision requiring each contractor or subcontractor to pay all amounts due any of its own subcontractors, (second tier subcontractors), whether for labor performed or materials furnished, within thirty (30) days after such contractor or subcontractor is paid by the CONTRACTOR an amount that includes payment for labor or materials furnished by such second tier subcontractor. ARTICLE 11. FINAL PAYMENT Final payment and payment of any amounts retained shall not become due until the following conditions precedent have been met: (1) the CITY accepts the Project and approves of all the Work performed hereunder; (2) the CONTRACTOR submits the following documents satisfactory to the CITY (a) certification that all payrolls, bills for materials, labor and equipment, and all other indebtedness connected with the Project, for which the CITY or CITY's property might be liable, have been paid or otherwise satisfied and that there are no claims, obligations, or liens outstanding or unsatisfied for labor, services,

materials, equipment or other items performed, furnished or incurred for or in connection with the Work; (b) written consent of surety, if applicable; (c) a certificate confirming that insurance required by the Contract Documents is to remain in force for the required period of time following completion of the Work; (d) a satisfactory maintenance bond posted with the CITY ensuring the Project in compliance with Section 109-13 of the General Conditions for a period of two (2) years from the date of final acceptance; (e) the CONTRACTOR provides all required certifications that all products and materials comply with applicable specifications and have been properly installed and/or incorporated into the Project including all applicable manufacturers' warranties for same; (f) any other information and documentation establishing payment or satisfaction of all outstanding obligations, to the extent and in such form as may be designated by the CITY, such as, by way of example only, receipts, releases and waivers of liens, including the execution and delivery by the CONTRACTOR, in a form satisfactory to the CITY, of a general release running to and in favor of the CITY; (g) all required Certified Payrolls acceptable to the State of Connecticut Department of Labor; and (h) all Change Orders with sufficient backup/documentation acceptable to the CITY. Should any claim be made or other obligation arise after final payment is made, the CONTRACTOR shall refund to the CITY all expenses paid by the CITY to satisfy, discharge or defend against any such claim, obligation or lien or any action brought or judgment recovered thereon and all costs and expenses, including legal fees and disbursements, incurred in connection therewith.

If the CONTRACTOR cannot, for reasonable cause not of its own fault, furnish any such information or documentation required by the CITY, the CONTRACTOR may furnish a bond satisfactory to the CITY promising to indemnify the CITY against any Project related, outstanding obligation. If any lien remains unsatisfied after final payments are made by the CITY, the CONTRACTOR shall reimburse the CITY for moneys the CITY may be compelled to pay in discharging such lien, including all costs and reasonable attorneys' fees.

Final payment being tendered by the CITY shall constitute a waiver of claims by the CITY except those arising from:

A. unsettled liens;

B. faulty or defective Work or materials;

C. failure of the Work or materials to comply with requirements of the Contract Documents; or

D. terms of special warranties provided by the CONTRACTOR, its suppliers, or its subcontractors, or within the Contract Documents.

E. Claims arising after the authorization of any payment.

Acceptance by the CONTRACTOR, or anyone claiming by or through it, of any interim or final payment hereunder shall constitute and operate as a release of the CITY from any and all claims of any liability or responsibility to the CONTRACTOR for anything done to, furnished for, relating to or in connection with the Project hereunder, and for any act, neglect, default on the part of the CITY or any of its officers, agents, or employees unless the CONTRACTOR serves a detailed and verified statement of claim upon the CITY prior to the acceptance of such payment. Such statement shall specify the items and details upon which the claim is based and any claim shall be limited to such items. The CONTRACTOR's refusal to accept the final payment as tendered shall constitute a waiver of any right to interest thereon.

ARTICLE 12. FINAL ACCEPTANCE OF WORK

When, in the opinion of the Director, the CONTRACTOR has fully performed all the required Work under this Contract and any Change Orders issued for the Project to the CONTRACTOR, the

Director shall recommend the acceptance of the Work so completed. If the recommendation is accepted, the CITY shall thereupon notify the CONTRACTOR in writing of such acceptance, and copies of such acceptance shall be sent to other interested parties. However, the CITY has the right to reject the whole or any portion of the Work should it be found or known to be inconsistent with the terms of the Contract Documents or otherwise improper. All certifications upon which partial payments may have been made, being merely estimates, are subject to correction in the final determination or upon final payment.

ARTICLE 13. SAFETY

The CONTRACTOR agrees that it is responsible for preventing accidents and ensuring safety of all persons engaged in the Project or in the vicinity of the Work including members of the general public. The CONTRACTOR shall comply with all laws, ordinances, rules, regulations, codes, standards, orders, notices and requirements concerning safety applicable to the Work, including, among others, the Federal Occupational Safety and Health Act of 1970, as amended, and all standards, rules, regulations and orders which have been or shall be adopted or issued thereunder, and with all safety standards established during the progress of the Work. The CONTRACTOR shall at all times provide sufficient, safe and proper facilities for the inspection of the Work by the CITY and its authorized representatives in the field, at shops or at any other place where materials or equipment for the Work are in the course of preparation, manufacture, treatment or storage. The CONTRACTOR shall, immediately upon receiving written notice from the CITY, stop any part of the Work which is deemed unsafe and proceed to take down all portions of the Work and remove all materials whether worked or unworked, that may be noted as unsound, defective or improper or as in any way failing to conform to this Contract or the Plans, Specifications or other Contract Documents. The CONTRACTOR, at its own cost and expense, shall replace the same with proper and satisfactory Work and materials and make good all Work damaged or destroyed by or as a result of such unsound, defective, improper or nonconforming Work or materials or by the taking down, removal or replacement thereof. The CONTRACTOR agrees that it shall not have nor make

any claim for costs, damages, delays or extensions of time arising out of such stoppages. Should the CONTRACTOR neglect to take such corrective measures, the CITY may do so at the cost and expense of the CONTRACTOR and may deduct the cost thereof from any payments due or to become due to the CONTRACTOR. Notwithstanding the foregoing, CONTRACTOR shall at all times be responsible for ensuring the safety of all persons and property at the Site, regardless of any action or failure to act on the part of the CITY. Nothing set forth herein, nor any action or failure to act by the CITY, shall relieve the CONTRACTOR of its obligations and responsibilities with regard to safety and safeguarding of the Site and all persons and property thereon or adjacent thereto. ARTICLE 14. COMPLIANCE WITH GOVERNMENTAL LAW AND REGULATIONS The CONTRACTOR shall comply with all applicable laws, codes and regulations governing the Work and the Project, including any and all special requirements of the Contract Documents, including specifically the City of Norwalk Code Chapter 34 and shall require the same of its Trade Contractors and Subcontractors. In addition, all Trade Contractors and Subcontractors working on the Project shall have, throughout the period of the Work, valid State of Connecticut Department of Consumer Protection issued licenses to do business according to the current, applicable regulations. A. Equal Employment Opportunity and Affirmative Action The CONTRACTOR for itself and all subcontractors and subconsultants employed in connection with the Project shall agree to abide by the provisions of State of Connecticut Executive Orders Numbers 3 and 17 and Presidential Executive Orders Numbers 11246, 11375 and 11063.

The CONTRACTOR or its subcontractors and subconsultants further agree and warrant that in the performance of this Contract it will not discriminate or permit discrimination against any person or group of persons on the grounds of race, color, religious creed, age, marital status, national origin, ancestry, gender identity or expression, intellectual disability, mental disability or physical disability, including, but not limited to, blindness -unless it is shown by the CONTRACTOR, its subcontractors and/or subconsultants that such

disability prevents performance of the Work involved- in any manner prohibited by the laws of the United States or of the State of Connecticut. The CONTRACTOR further agrees to take affirmative action to insure that applicants with job-related qualifications are employed and that employees are treated when employed without regard to their race, color, religious creed, age, marital status, national origin, ancestry, sex, gender identity or expression, intellectual disability, mental disability or physical disability including, but not limited to, blindness -unless it is shown by the CONTRACTOR that such disability prevents performance of the work involved. The terms stated in this paragraph shall be defined as set forth in Connecticut General Statutes Section 4a-60(d). The CONTRACTOR shall not permit any coercion, intimidation, threatening or interference with any individual in the exercise or enjoyment of, or on account of his or her having exercised or enjoyed, or on account of his or her having aided or encouraged any other individual in the exercise or enjoyment of, any right granted or protected by state or federal laws, including without limitation, the Americans with Disabilities Act. The CONTRACTOR agrees to comply with any request of the City of Norwalk or the Connecticut Commission on Human Rights and Opportunities to provide information and permit access to pertinent books, records and accounts concerning its employment practices and procedures. For purposes hereof, discrimination in employment shall include, but need not be limited to, employment advertising, recruitment, layoff, termination, rates of pay or other forms of compensation, conditions or privileges of employment and selection for apprenticeship.

The CONTRACTOR agrees and warrants that it will make good faith efforts to employ minority business enterprises as contractors, subcontractors and suppliers of materials on or related to the Project. For purposes of this paragraph the term “minority business enterprise” shall be defined as set forth in Connecticut General Statutes Section 4a-60(e). The CONTRACTOR will cause the foregoing provisions to be inserted in all trade contracts and subcontracts for any Work related to the Project or covered by this Contract so that such

provisions will be binding upon each trade contractor and subcontractor. B. In addition, CONTRACTOR shall comply and shall require its trade contractors and subcontractors who perform any Work in connection with the Project to comply with all current, applicable terms of the following, as the same may be amended from time to time:

• The Civil Rights Act of 1964, as amended; • Federal Labor Standards (29 CFR Parts 3, 5 and 5a); Davis Bacon Act;

• Copeland "Anti-Kickback" Act (18 USC 874), as supplemented in the Department of Labor Regulations (20 CFR - Part 3); • Flood Disaster Protection Act (PL 93-291); • Hatch Act (Title 4 USC Chapter 15); • Section 504 of the Rehabilitation Act of 1973; • The Americans With Disabilities Act;

C. Prevailing Wage Requirements

This Contract shall be subject to the Connecticut State Prevailing Wage regulations and requirements and applicable prevailing wage rates- as such may be amended or revised from time to time; and The CONTRACTOR shall comply, at its own cost, with all such applicable prevailing wage rate regulations, as the same may be revised or amended from time to time. Under no circumstances shall the CONTRACTOR be entitled to any additional payment or any increase in the costs, fees or expenses payable by the CITY hereunder, based on any increase in the cost of compliance with applicable regulations, requirements or any increase in the applicable, prevailing wage rates.

D. State Labor and Employment Regulations Pursuant to Connecticut General Statutes, Section 31-52a, the following provision shall be incorporated into this Contract and each subcontract hereunder insofar as this Contract or any such subcontract relates to a public works project, including, but not limited to, construction, remodeling or repairing of any public facility or structure (except public buildings covered by

Section 31-52), site preparation or improvement, appurtenances or highways, or the preparation or improvement of any land or waterway on or in which a structure is situated or to be constructed: In the employment of mechanics, laborers or workmen to perform the work specified herein, preference shall be given to residents of the State who are, and continuously for at least six (6) months prior to the date hereof have been, residents of this State, and if no such person is available then to residents of other states. Pursuant to Connecticut General Statutes, Section 31-53, the following provision shall be incorporated into this Contract and each subcontract hereunder for work relating to the construction of a public works project where the total cost of all Work to be performed in connection with the Project is Four Hundred Thousand Dollars ($400,000.00) or more, or for work relating to the remodeling, refinishing, refurbishing, rehabilitation, alteration or repair of any public works project if the total cost of all work to be performed in connection with such project is One Hundred Thousand Dollars ($100,000.00) or more: The wages paid on an hourly basis to any person performing the work of any mechanic, laborer or worker on the Work herein contracted to be done and the amount of payment or contribution paid or payable on behalf of each such person to any employee welfare fund, as defined in subsection (i) of Section 31-53 of the Connecticut General Statutes, shall be at a rate equal to the rate customary or prevailing for the same work in the same trade or occupation in the CITY of Norwalk. Any contractor who is not obligated by Contract to make payment or contribution on behalf of such persons to any such employee welfare fund shall pay to each mechanic, laborer or worker as part of such person’s wages the amount of payment or contribution for such person’s classification on each pay day. In the event that the CITY determines that any mechanic, laborer or workman employed by the CONTRACTOR or any subcontractor directly on the Site for the Work contemplated hereunder has been or is being paid a rate of wages less than that required to

be paid, as stated herein, the CITY may, by written notice to the CONTRACTOR, terminate the CONTRACTOR's right to proceed with the Work hereunder or such part of the Work for which there has been a failure to pay the required wages. In the event of such termination, the CITY may prosecute the Work to completion by contract or otherwise and the CONTRACTOR and its sureties shall be liable to the CITY for all costs incurred thereby in excess of the compensation to be paid under this Contract. Each employer subject to the provisions of Section 31- 53 of the Connecticut General Statutes shall comply with the applicable requirements at its own cost and expense and shall not be entitled to any additional payment or increase in its fees payable hereunder as a result of or due to the cost of compliance. ARTICLE 15. RIGHT TO SUSPEND WORK OR TERMINATE CONTRACT A. If, at any time, the CITY determines that the Work hereunder is not being performed according to the Contract or for the best interest of the CITY or should the CONTRACTOR at any time refuse or neglect to supply a sufficient number of skilled workers or materials of the proper quality and quantity; or fail in any respect to prosecute the Work with promptness and diligence; or cause by any act or omission the stoppage, impede, obstruct, hinder or delay of or interference with or damage to the Work of any other contractors or subcontractors on the Project; or fail in the performance of any of the terms and provisions of this Contract or of the other Contract Documents; or should there be filed by or against the CONTRACTOR a petition in bankruptcy or for an arrangement or reorganization; or should the CONTRACTOR become insolvent or be adjudicated a bankrupt or go into liquidation or dissolution, either voluntarily or involuntarily or under a court order, or make a general assignment for the benefit of creditors, or otherwise acknowledge insolvency -- then in any of such events, each of which shall constitute a default hereunder on the CONTRACTOR's part, the CITY shall have the right, in addition to all other rights and remedies provided by this Contract and the other Contract Documents or by law, to temporarily suspend the execution of the Work by the CONTRACTOR and proceed with the Work under its own direction in accordance with the Contract specifications and in such manner as the Director determines to be in the best interests of the CITY or, the CITY may terminate the CONTRACTOR's employment under this Contract while it is in

progress, and thereupon proceed with the Project in such manner and by such process as it determines to be in the best interest of the Project. In any of the foregoing events, the CONTRACTOR shall not be entitled to receive any further payment under this Contract until the Work shall be wholly completed to the satisfaction of the CITY, as evidenced by written acceptance signed by the Director. All costs, expenses, losses and damages, including attorneys' fees, and all other charges incurred by the CITY for the completion of the Work as a result shall be charged to the CONTRACTOR and deducted by the CITY from any monies due or payable or to become due or payable hereunder. Such costs and expenses shall include not only the cost of completing the Work to the satisfaction of the CITY and of performing and furnishing all labor, services, materials, equipment, and other items required therefor, but also all losses, damages, costs and expenses, (including legal fees and disbursements incurred in connection with reprocurement, in defending claims arising from such default and in seeking recovery of all such costs and expenses from the CONTRACTOR and/or its surety), and disbursements sustained, incurred or suffered by reason of or resulting from the CONTRACTOR's default. If such costs and expenses and other charges exceed the amount stated herein, such excess amount shall be charged to and promptly paid by the CONTRACTOR to the CITY. In computing the amounts chargeable to the CONTRACTOR, the CITY shall not be held to a basis of the lowest prices for which the completion of the Project or any part thereof might have been accomplished, but the CONTRACTOR shall be liable for all sums actually paid or expenses actually incurred in affecting prompt completion of the Project hereunder. The rights described herein are in addition to any other rights and remedies provided by law. Should the CITY reactivate the performance of the Project, in whole or in part, within one (1) year from the time of suspension, any fees paid to the CONTRACTOR pursuant to this Contract shall be applied as payment on the fees as set forth in the Contract at the time of reactivation. Should reactivation occur after a period of suspension exceeding one (1) year but not sooner, the CONTRACTOR and the CITY may renegotiate the Contract based upon current conditions or may unilaterally elect to terminate the Contract. Termination or suspension under this section shall not give rise to any claim against the CITY for damages or compensation in addition to that provided hereunder.

ARTICLE 16. INTERPRETATION OF PLANS/SHOP DRAWINGS

The Work shall be performed and furnished under the direction and to the satisfaction of the CITY and, where appropriate, its Architect or Engineer. The CONTRACTOR shall be responsible for identifying any ambiguity in, or difference in interpretation of the plans, specifications or other Contract Documents, or between or among any of them, and immediately submitting the issue to the CITY, which will transmit the same to the responsible professional designer (i.e., Professional Engineer or Architect) who shall resolve the same. Any decision in relation thereto shall be final and conclusive upon the parties. The CITY will furnish to the CONTRACTOR any additional information and Plans as may be prepared to further describe the Work and the CONTRACTOR shall conform to and abide by the same. Notwithstanding the dimensions on the Plans, Specifications and other Contract Documents it shall be the obligation and responsibility of the CONTRACTOR to take such measurements as will insure the proper matching and fitting of the Work covered by this Contract with contiguous work. The CONTRACTOR shall prepare and submit to the Director such shop drawings as may be necessary to describe completely the details and construction of the Work. Approval of such shop drawings shall not relieve the CONTRACTOR of its obligation to perform the Work according to the Plans, Specifications, the Special Conditions, Addenda and all other Contract Documents, nor of its responsibility for the proper matching and fitting of the Work with contiguous work and the coordination of the Work with other work being performed on the Site, which obligation and responsibility shall continue until completion and acceptance of the Project.

The CONTRACTOR's submission of a shop drawing shall constitute the CONTRACTOR's representation that it has reviewed the submission for accuracy and compliance with all Contract Documents and that, wherever engineering is required to be performed, same has been performed by a qualified and licensed engineer which shall have responsibility therefor. Should the proper and accurate performance of the Work hereunder depend upon the proper and accurate performance of other work not covered by this Contract, the CONTRACTOR shall

carefully examine such other work, determine whether it is in fit, ready and suitable condition for the proper and accurate performance of the Work hereunder, use all means necessary to discover any defects in such other work, and before proceeding with the Work hereunder, report promptly any such improper conditions and defects to the CITY in writing and allow the CITY a reasonable time to have such improper conditions and defects remedied. ARTICLE 17. REJECTED WORK AND MATERIAL In the event the CITY finds that the materials furnished, the finished Project or the Work performed hereunder by the CONTRACTOR, for any reason, does not conform with the requirements of the Contract Documents including any performance and Project specifications and has resulted or will result in an inferior or unsatisfactory product, the materials or Work shall be removed and replaced or otherwise corrected, to the satisfaction of the CITY, by and at the expense of the CONTRACTOR. The CONTRACTOR agrees that it shall at once remove from the Site at its own expense all Work or material which may be rejected by the CITY and replace the same with Work or material satisfactory to the CITY. All Work shall be in a first class and satisfactory condition at the time of final acceptance. ARTICLE 18. LAWS, PERMITS, AND LICENSES The CONTRACTOR shall observe all Federal, State, and local laws and regulations and shall procure all necessary licenses and permits, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the Work hereunder without any additional charge or expense to the CITY. CONTRACTOR shall be responsible for and shall correct, at its sole cost and expense, any violation thereof resulting from or in connection with the performance or failure to perform the Work. The CONTRACTOR shall at any time upon demand furnish such proof as the CITY may require showing such compliance and the correction of such violations. The CONTRACTOR agrees to save harmless and indemnify the CITY, its officers and employees, from and against any and all loss, injury, claims, actions, proceedings, liability, damages, fines, penalties, costs and expenses, including legal fees and disbursements, caused or occasioned directly or indirectly by the CONTRACTOR's failure to

comply with any of said laws, ordinances, rules, regulations, standards, orders, notices or requirements or to correct such violations therefor in connection with the performance of Work. ARTICLE 19. EQUAL EMPLOYMENT OPPORTUNITY The CONTRACTOR shall agree to provide the Commission on Human Rights and Opportunities with such information requested by the Commission concerning its employment practices and procedures. The CONTRACTOR will cause the foregoing provisions to be inserted in all subcontracts for any of the Work covered by this Contract so that such provisions will be binding upon each subcontractor. ARTICLE 20. SUCCESSORS AND ASSIGNS This Contract shall bind the successors, assigns and representatives of the parties hereto. Notwithstanding the foregoing, this Contract may not be assigned by the CONTRACTOR nor shall the CONTRACTOR's rights, title or interest herein or hereto be assigned, transferred, conveyed, sublet, or disposed of without the previous written consent of the Director.

ARTICLE 21. RESPONSIBILITY FOR THE SITE At all times throughout the performance of this Contract and until final acceptance of the Work hereunder, the CONTRACTOR shall be in control of and responsible for the Site and for any loss or damage to the Work to be performed and furnished under this Contract, however caused. This shall include responsibility for loss of or damage to materials, tools, equipment, appliances or other personal property owned, rented or used by the CONTRACTOR or anyone employed by it in the performance of the Work, however caused. Accordingly, the CONTRACTOR shall, at its own cost and expense, (1) keep the Site free at all times from all waste materials, packaging materials and other rubbish accumulated in connection with the execution of its Work, (2) clean and remove from its own Work and from all contiguous work of others any soiling, staining, mortar, plaster, concrete or dirt caused by the execution of its Work and make good all defects resulting therefrom, (3) at the completion of its Work in each area, perform such cleaning as may be required to leave the area "broom clean," and (4) at the entire completion of its Work, remove all of its tools, equipment, scaffolds, shanties and surplus materials. Should the CONTRACTOR fail to perform any of the foregoing to the

CITY's satisfaction, the CITY shall have the right to perform and complete such Work itself or through others and charge the cost thereof to the CONTRACTOR. ARTICLE 22. INSURANCE The CONTRACTOR agrees to obtain at its own cost and expense all insurance required by the attached Insurance Rider and to keep the same in continuous effect for a period of two (2) years following the date on which the Director indicates the termination of the CONTRACTOR's responsibilities hereunder. Before commencing the Project, the CONTRACTOR shall furnish the CITY's Corporation Counsel a certificate of insurance, and shall thereafter provide renewal certificates, as appropriate, evidencing such coverage written by a company or companies acceptable to the CITY. Each insurance certificate shall be endorsed to name the City of Norwalk as an additional insured party and shall provide that the insurance company providing coverage shall notify the CITY by certified mail at least thirty (30) days prior to the effective termination of or any change in the policy or policies coverage. No change in the coverage provided hereunder shall be made without the prior written approval of the Director. Waiver of Subrogation: Contractor hereby waives the right to subrogate or seek recovery from City of Norwalk and its insurance carriers. ARTICLE 23. INDEMNIFICATION The CONTRACTOR expressly agrees to at all times indemnify, defend and save harmless the City of Norwalk and its respective officers, agents and employees, on account of any and all demands; claims; damages; losses; litigation; financial costs and expenses, including counsel's fees; and compensation arising out of personal injuries (including death), any damage to property, real or personal, and any other loss, expense or aggrievement directly or indirectly arising out of, related to or connected with the Project and the Work to be performed hereunder by the CONTRACTOR, its employees, agents, subcontractors, material suppliers, or anyone directly or indirectly employed by any of them. The CONTRACTOR shall and does hereby assume and agree to pay for the defense of all such claims, demands, suits, proceedings and litigation. The provisions of this paragraph shall survive the expiration or early termination of this Contract; shall be separate and

independent of any other provision or requirement of this Contract; and shall not be limited by reason of any insurance coverage provided hereunder. The CITY may withhold from any payment due or to become due to the CONTRACTOR an amount sufficient in its judgment to protect and indemnify the CITY, its officers, agents, servants and employees from and against any and all such claims and liabilities described above. Nothing in this provision, or elsewhere in this Contract, shall be deemed to relieve the CONTRACTOR of its duty to defend the CITY or any Indemnified Party, as specified in this Contract, pending a determination of the respective liabilities of the CONTRACTOR, the CITY, or any Indemnified Party, by legal proceeding or Contract. In furtherance to but not in limitation of the indemnity provisions in this Contract, CONTRACTOR hereby expressly and specifically agrees that its obligation to indemnify, defend and save harmless as provided in this Contract shall not in any way be affected or diminished by any statutory or constitutional immunity it enjoys from suits by its own employees or from limitations of liability or recovery under workers' compensation laws. ARTICLE 24. SUBCONTRACTING AND ASSIGNMENTS The CONTRACTOR shall not subcontract any portion of the Work to be performed hereunder unless the prior written consent of the Director is given for both the Work to be subcontracted and the subcontractor to perform the same. In the event that the CITY approves of the hiring of subcontractors or subconsultants to pursue the Project, the CONTRACTOR agrees to cooperate as fully as possible with the CITY and any and all such subcontractors and subconsultants in the interests of the Project. The CONTRACTOR shall be as fully responsible to the CITY for the acts and omissions of its subcontractors and subconsultants as it is for the acts and omissions of its direct employees and shall require any subcontractor or subconsultant approved by the CITY to agree in a written contract to observe and be bound by all obligations and conditions of this Contract to which CONTRACTOR is bound hereby including the requirements regarding insurance and indemnification.

Each subcontract Contract shall preserve and protect the rights of the CITY and the Project Architect/Design Engineer, under the Contract Documents with respect to the Work to be performed by the subcontractor so that the subcontracting thereof will not prejudice such rights, and shall allow the subcontractor, unless specifically provided otherwise, the benefits of all rights, remedies and redress against the CONTRACTOR that the CONTRACTOR has against the CITY pursuant to the Contract Documents. Nor shall CONTRACTOR assign, sell, transfer, delegate or encumber any rights, duties or obligations arising under this Contract including, but not limited to, any right to receive payments hereunder, without the prior written consent of the CITY in its sole discretion. The giving of any such consent to a particular assignment shall not dispense with the necessity of such consent to any further or other assignments. In the event CONTRACTOR assigns, sells, encumbers or otherwise transfers its rights to any monies due or to become due under this Contract as security for any loan, financing or other indebtedness (herein "Assignment"), notification to the CITY of such Assignment must be sent by certified mail, return receipt requested, and the Assignment shall not be effective as against the CITY until the CITY provides its written consent to such Assignment. CONTRACTOR agrees that any such Assignment shall not relieve the CONTRACTOR of any of its Contracts, duties, responsibilities or obligations under this Contract and the other Contract Documents and shall not create a contractual relationship or a third party beneficiary relationship of any kind between the CITY and assignee or transferee. CONTRACTOR further agrees that all of the CITY's defenses and claims arising out of this Contract with respect to any Assignment are reserved unless expressly waived in writing by a duly authorized corporate officer. CONTRACTOR hereby agrees to indemnify, defend and hold harmless the CITY from and against any and all loss, cost, expense or damages that the CITY has or may sustain or incur in connection with such Assignment.

ARTICLE 25. WARRANTY

The CONTRACTOR hereby warrants to the CITY that all of the Work shall be in conformance with the Plans, Specifications, and all Contract Documents and shall be of good quality and free from any faults and defects.

The CONTRACTOR shall remove, replace and/or repair at its own expense and at the convenience of the CITY any portion of the Work, materials or equipment which, at any time up until two (2) years from the date of final acceptance of the Work hereunder, the Architect or the CITY shall condemn as unsound, defective or improper or as in any way failing to conform to this Contract or the plans, specifications or other Contract Documents, and the CONTRACTOR, at its own cost and expense, shall replace the same with proper and satisfactory Work, materials and/or equipment. Without limiting the generality of the foregoing, the CONTRACTOR warrants to the CITY that all materials and equipment furnished under this Contract will be of first class quality and new, unless otherwise required or permitted by the other Contract Documents; that the Work performed and materials used pursuant to this Contract will be free from any defects and that the Work will conform with the requirements of the Contract Documents. Work not conforming to such requirements, not of the prescribed quality, or not capable of meeting the CITY's performance specifications, including substitutions not properly approved and authorized, shall be considered defective and must be removed and replaced by CONTRACTOR at its own cost and expense. All warranties contained in this Contract and in the Contract Documents shall be in addition to and not in limitation of all other warranties or remedies required and/or arising pursuant to applicable law. ARTICLE 26. NOTICE OF CLAIMS Claims by either party must be in writing and sent within thirty (30) days following the occurrence of an event giving rise to the claim or within thirty (30) days after the claimant first acquires knowledge of or information concerning the claim, whichever occurs later to the extent that such knowledge or information could not have been reasonably obtained earlier. Claims must be made in writing and sent to the other party at the address(es) listed herein and shall describe the nature of the claim, the events or circumstances that gave rise to the claim with reasonable detail, and the amount thereof to the best of the claimant's information. ARTICLE 27. LIQUIDATED DAMAGES

It is understood by the parties that timely completion of the Project is essential. Failure of the CONTRACTOR to complete the Project by the date stated herein will result in the CITY and the public incurring damages, additional costs and inconveniences that would be impossible or extremely difficult to accurately quantify at the time. Therefore, the parties agree that, if the CONTRACTOR fails to satisfactorily complete the Project hereunder within the time specified or within any extension of time that may have been allowed, there shall be deducted from any monies due or that may become due the CONTRACTOR, the sum of ______HUNDRED DOLLARS ($______) for each and every calendar day, including Saturdays and legal holidays, that the Project remains incomplete in accordance with Article 5 of this Contract. This sum shall not be imposed as a penalty, but as liquidated damages due the CITY from the CONTRACTOR by reason of the damages incurred, inconvenience and additional costs and expenses to the public together with other problems suffered as a result of any such delay thereby occasioned. ARTICLE 28. GENERAL PROVISIONS A. This Contract shall be deemed binding only to the extent that sufficient funds are available and appropriated to the CITY for payment in accordance with the terms hereof and no liability on account of this Contract shall be incurred by the CITY beyond such moneys as are properly made available and appropriated for the Project.

B. The relationship of the CONTRACTOR to the CITY is that of an independent CONTRACTOR. The CONTRACTOR covenants and agrees that it will conduct itself consistent with such status; that it will neither hold itself nor any of its employees or agents out as nor claim to be an officer, agent, or employee of the CITY by reason hereof; and that it will not, neither for itself nor on behalf of any of its employees, agents, or subcontractors, by reason hereof, make any claim, demand or application to or for any right or privilege applicable to an officer or employee of the CITY, including, but not limited to, workers' compensation coverage, unemployment insurance benefits, social security coverage, or retirement membership or credit. C. The CONTRACTOR hereby certifies that neither it nor its principals are presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from

participation in this transaction by any federal or state department or agency. Should the CONTRACTOR be unable to certify the above statement, it shall attach a certified statement explaining such to this Contract. The CONTRACTOR further agrees to include the foregoing certification in any subcontract or purchase order, which it may enter into in furtherance of the Work contemplated hereunder. D. No member of the governing body of the CITY, and no other officer, employee, or agent of the CITY, shall have any personal interest, direct or indirect, in this Contract, except as permitted by the Code of Ethics of the City of Norwalk; and the CONTRACTOR covenants that no person having such interest shall be employed in the performance of this Contract. E. This Contract shall be construed in accordance with the laws of the State of Connecticut, and any action at law in connection herewith shall be brought in the Superior Court of the State of Connecticut, Judicial District Stamford/Norwalk. F. The CONTRACTOR shall comply with all applicable laws, ordinances and codes of any governmental body having jurisdiction over any matter related to this Contract or the services to be performed hereunder, and shall commit no trespass on any private property in performing any of the Work embraced herein. G. This Contract incorporates all the understandings of the parties hereto, supersedes any and all Contracts and negotiations reached and all commitments made by the parties prior to the execution of this Contract, whether oral or written, and shall not be released, amended or modified in any way unless by a written instrument signed by the parties hereto.

H. If any provision of this Contract is held invalid, the balance of the provisions of this Contract shall not be affected thereby if the balance of the provisions of this Contract would then continue to conform to the requirements of applicable laws. I. Each and every provision and clause required by law to be inserted in this Contract shall be deemed to be inserted herein and the Contract shall be read and enforced as though such provisions and clauses were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted, then upon the written consent of the

parties, this Contract shall forthwith be physically amended to make such insertion. J. All notices of any nature referred to in this Contract shall be in writing and sent by registered or certified mail, postage prepaid, to the respective addresses set forth below or to such other addresses as the respective parties hereto may designate in writing:

To the City: «DepartmentHead», «DepartmentHeadTitle» Norwalk «Department» Department

With copies to: Office of Corporation Counsel City Hall, 125 East Avenue, Room 237 Norwalk, Connecticut 06856-5125

To the Contractor: «VendorAuthorizer», «VendorAuthorizerTitle» «VendorName» «VendorAddress1» «VendorCity», «VendorState» «VendorZip»

K. The CITY of Norwalk's hiring practices strive to comply with all applicable federal regulations regarding employment eligibility and employment practices. Thus, all individuals and entities seeking to do work for the CITY are expected to comply with all applicable laws, governmental requirements and regulations, including the regulations of the United States Department of Justice pertaining to employment eligibility and employment practices. The CITY reserves the right at its discretion, but does not assume the obligation to require proof of valid citizenship or, in the alternative, proof of a valid green card for each person employed in the performance of work or services for the City of Norwalk. By reserving this right the CITY does not assume any obligation or responsibility to

enforce or ensure compliance with the applicable laws and/or regulations. L. The Contract and its attached exhibits include applicable State of Connecticut and federal governmental requirements that the Contractor must comply with and must require its subcontractors and consultants to comply with. The Contractor hereby acknowledges that such requirements are subject to revision by the state or federal governmental authorities from time to time during the Contract term and that, by entering into a Contract with the City, the Contractor agrees to be subject to such revised requirements and changes in law or regulations as in effect at any given time and, as a result thereof, shall perform any additional obligations with respect to the particular Project, throughout the term of this Contract. The Contractor shall observe all federal, state and local laws, Ordinances, policies, practices and regulations. In addition, the Contractor agrees to promptly procure all necessary approvals, licenses and permits, pay all charges and fees, and give all notices necessary and incident to the due and lawful prosecution of the Work.

M. In case of a conflict between the provisions of the Contract any state and federal requirements, or any specification, guide, manual, policy, or requirement of the Contract Documents, or other publication referenced herein, the provision containing additional details or more stringent requirements will control. In case of the Contractor’s inability to determine the controlling provision or where it is not possible to comply with the requirements of multiple provisions, the City shall have the right to determine, in its sole discretion, which provision applies. The Contractor shall promptly request in writing the City’s determination upon the Contractor’s inability to determine the controlling provision or upon becoming aware of any such conflict. This provision shall survive the expiration or termination of the Contract. N. With respect to any referenced guide, manual, policy, document, or other publication noted in the Contract and noted to be subject to revision throughout the term of the Contract, the Contractor agrees to comply with the version of the document or publication that is in effect on the date effective of the Contract.

O. The Contractor shall cooperate fully with the City and permit the City, or other state or federal authority, as applicable, to review, at any time during the Work, all activities performed by the Contractor with respect to any Work under this Contract. Upon request of the City, the Contractor shall timely furnish all documents related to the Work so that the City may evaluate the Contractor’s activities with respect to the Project, including, but not limited to, its performance of the Work pursuant to this Contract, and applicable law. P. The CONTRACTOR hereby represents to the CITY as follows: (i) That it is a legally existing corporation under the laws of its state of incorporation and has not previously filed, nor is presently contemplating filing, nor has received notice of a petition of, nor contemplates receiving notice of a petition of, bankruptcy, liquidation, receivership or any other action for the protection of creditors or debtors; ii) that it has the financial resources to perform this Contract and that it is not the subject of any litigation or action, pending or threatened, regarding this Contract or which, if resulting in an adverse decision, would affect its ability to perform its duties under this Contract; (iii) that it has, and has exercised, the required corporate power and authority and has complied with all applicable legal requirements necessary to adopt, execute and deliver this Contract and to assume the responsibilities and obligations created hereunder; (iv) that this Contract is duly executed and delivered by an authorized corporate officer, in accordance with such officer's powers to bind the CONTRACTOR hereunder, and constitutes a valid and binding obligation enforceable in accordance with its terms, conditions and provisions; and (v) that it is in compliance with all applicable regulations and laws governing employment practices. IN WITNESS WHEREOF, this Contract has been executed in four (4) counterparts by the CITY, acting by and through its Mayor, who has caused the seal of his office to be affixed hereto, and the CONTRACTOR has duly executed this Contract on the day and year first above written.

Signed, Sealed and Delivered in the Presence of: CITY OF NORWALK

______Witness ______By:______Witness «ContractAuthorizer» Its «ContractAuthorizerTitle» Duly Authorized

Date Signed: ______

Signed, Sealed and Delivered in the Presence of: «VendorName»

______Witness ______By:______Witness «VendorAuthorizer»

Its «VendorAuthorizerTitle» Duly

Authorized

(Affix corporate seal of contractor if a corporation)

Date Signed: ______

APPROVED AS TO FORM: OFFICE OF CORPORATION COUNSEL

By:______

APPROVED AS TO AVAILABILITY OF FUNDS:

By:______Comptroller

Date:______

INSURANCE RIDER

The Contractor shall provide and maintain insurance coverage related to its services in connection with the Project in compliance with the following requirements.

The insurance required shall be written for not less than the scope and limits of insurance specified hereunder, or required by applicable federal, state and/or municipal law, regulation or requirement, whichever coverage requirement is greater. It is agreed and understood that the scope and limits of insurance specified hereunder are minimum requirements and shall in no way limit or preclude the City from requiring additional limits and coverage to be provided under the Contractor's policies.

Minimum Scope and Limits of Insurance:

Workers' Compensation Insurance: With respect to all operations the Contractor performs, it shall carry Workers' Compensation Insurance in accordance with the requirements of the laws of the State of Connecticut.

Commercial General Liability: With respect to all operations the Contractor performs it shall carry Commercial General Liability insurance providing for a total limit of One Million Dollars ($1,000,000) coverage per Occurrence for all damages arising out of bodily injury, personal injury, property damage, products/completed operations, and contractual liability coverage for the indemnification obligations arising under this Agreement. The Annual Aggregate limit shall not be less than Two Million Dollars ($2,000,000).

Automobile Liability: With respect to each owned, non-owned, or hired vehicles the Contractor shall carry Automobile Liability insurance providing One Million Dollars ($1,000,000) coverage per accident for bodily injury and property damage.

Umbrella/Excess Liability: With respect to all operations the Contractor performs, the insurance limits required can be provided with a combination of Umbrella or Excess Liability insurance that would “follow form” of the underlying required terms and conditions.

Environmental Liability: If applicable, based on the Contractor’s Scope of Work, the Contractor is required to provide environmental and remediation (Contractor’s Pollution Liability –CPL-) insurance in the amount of Five Million Dollars ($5,000,000) per claim limit and Five Million Dollars ($5,000,000) aggregate limit per occurrence. If the insurance is provided with a combination of excess pollution liability policies, the policy shall be written on a follow form coverage wording to its underlying Schedule of insurance.

Errors and Omissions/Professional Liability: With respect to any damage caused by an error, omission or any negligent or wrongful act of the Contractor or any subcontractor or subconsultant in connection with any professional services performed under this Agreement the Contractor shall carry One Million Dollars ($1,000,000) coverage per claim.

"Tail" Coverage: If any of the required liability insurance is on a "claims made" basis, "tail" coverage will be required at the completion of the Project for a duration of twenty-four (24) months, or the maximum time period reasonably available in the marketplace. Contractor shall furnish certification of "tail" coverage as described or continuous "claims made" liability coverage for twenty-four (24) months following Project completion. Continuous "claims made" coverage will be acceptable in lieu of "tail" coverage, provided its retroactive date is on or before the effective date of this Agreement. If continuous "claims made" coverage is used, Contractor shall be required to keep the coverage in effect for a duration of not less than twenty-four (24) months from the date of final completion of the Project.

Acceptability of Insurers: The Contractor's policies shall be written by insurance companies licensed to do business in the State of Connecticut, with an AM Best rating of A-VII, or otherwise acceptable to the City.

Subcontractors: The Contractor shall require all subcontractors to provide the same "minimum scope and limits of insurance" as required herein, with the exception of Errors and Omissions/Professional Liability insurance, unless Errors and Omissions/Professional Liability insurance is applicable to the Work performed by the subcontractors. All Certificates of Insurance shall be provided to the City's Corporation Counsel as required herein.

Aggregate Limits: Any aggregate limits must be declared to and be approved by the City. It is agreed that the Contractor shall notify the City whenever fifty percent (50%) of the aggregate limits are eroded during the required coverage period. If the aggregate limit is eroded for the full limit, the Contractor agrees to reinstate or purchase additional limits to meet the minimum limit requirements stated herein. Any premium for such shall be paid by the Contractor.

Deductibles and Self-Insured Retentions: Any deductible or self-insured retention must be declared to and approved by the City. All deductibles or self-insured retentions are the sole responsibility of the Contractor to pay and/or to indemnify.

Notice of Cancellation or Nonrenewal: Each insurance policy required shall be endorsed to state that coverage shall not be suspended, voided, or cancelled in coverage or in limits before the expiration date except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. Notwithstanding this requirement, the Contractor is primarily responsible for providing such written notice to the CITY thirty (30) days prior to any policy change or cancellation that would result in a change of the amount or type of coverage provided. In the event of any such change the Contractor shall provide comparable substitute coverage so that

there is no lapse in applicable coverage or reduction in the amount of coverage available to the CITY related to the Contractor’s services.

Waiver of Governmental Immunity: Unless requested otherwise by the City, the Contractor and its insurer shall waive governmental immunity as defense and shall not use the defense of governmental immunity in the adjustment of claims or in the defense of any suit brought against the City.

Additional Insured: The liability insurance coverage, except Errors and Omissions, Professional Liability, or Workers' Compensation, if included, required for the performance of the Project shall include the City of Norwalk as an Additional Insured with respect to the Contractor's activities to be performed under this Agreement. Coverage shall be primary and non-contributory with any other insurance and self-insurance.

Waiver of Subrogation: Contractor hereby waives the right to subrogate or seek recovery from City of Norwalk and its insurance carriers.

Certificate of Insurance: As evidence of the insurance coverage required by this Agreement, the Contractor shall furnish Certificate(s) of Insurance to Corporation Counsel's Office prior to the Contractor's commencement of services under this Agreement. The Certificate(s) will specify all parties who are endorsed on the policy as Additional Insureds (or Loss Payees). The Certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. Renewals of expiring Certificates shall be filed thirty (30) days prior to expiration. The City reserves the right to require complete, certified copies of all required policies at any time.

All insurance documents required should be mailed to the City of Norwalk Corporation Counsel, 125 East Avenue, Room 237, P.O. Box 5125, Norwalk, Connecticut 06856-5125.

Waiver of requirements: The Corporation Counsel may vary these insurance requirements at Corporation Counsel's sole discretion if Corporation Counsel determines that the City's interests will be adequately protected by the provision of different types or other amounts of cove