43
A D D E N D U M No. 2 DATE: April 25, 2018 TO: All Bidders FROM: Steven Watchorn | Rick Almeida PROJECT: Town of Avon New Police Station CBI JOB NO.: 17143 Bidders are hereby informed that Plans and Specifications for the above-referenced project are modified, corrected and/or supplemented by this Addendum, which shall become a part of the Contract Documents prepared by CBI Consulting, LLC. (CBI), a Vidaris company. All General Bidders are instructed to acknowledge all the Addenda issued in paragraph B on the Form for General Bid and all Filed Sub Bidders are instructed to acknowledge all the Addenda issued in paragraph B on the Form for Sub Bid. Failure to do so may result in the rejection of your bid. GENERAL: 1. CLARIFICATION: All Filed Sub-Bids must be submitted with a completed DCAMM Sub-Bidder Update Statement (attached, 10 pages), as well as a completed DCAMM Certificate of Eligibility in the category of work that the Filed Sub-Bidder is bidding on. 2. CLARIFICATION: All General Bids must be submitted with a completed DCAMM Prime/General Contractor Update Statement (attached, 10 pages), as well as a completed DCAMM Certificate of Eligibility in the category of work that the General Bidder is bidding on. QUESTIONS AND ANSWERS: 3. Question: Drawing E-0.4 and the details shown for ductbank sections do not match up with the sections as shown. Please review and clarify Response: The information is correct and shown. Refer to subtitles below each detail that indicate section cuts. I.e. Section A-A, Section B-B and so forth. 4. Question: Who is responsible for furnishing and installing wood nailers at the roof? Response: Wood nailers shall be furnished and installed by the file sub “Division 07 31 15 Asphalt Shingles” and “Division 07 53 23 EPDM Roofing”.

A D D E N D U M No. 2

  • Upload
    others

  • View
    1

  • Download
    0

Embed Size (px)

Citation preview

Page 1: A D D E N D U M No. 2

A D D E N D U M No. 2

DATE: April 25, 2018

TO: All Bidders

FROM: Steven Watchorn | Rick Almeida

PROJECT: Town of Avon New Police Station

CBI JOB NO.: 17143

Bidders are hereby informed that Plans and Specifications for the above-referenced project

are modified, corrected and/or supplemented by this Addendum, which shall become a part of

the Contract Documents prepared by CBI Consulting, LLC. (CBI), a Vidaris company. All

General Bidders are instructed to acknowledge all the Addenda issued in paragraph B on the

Form for General Bid and all Filed Sub Bidders are instructed to acknowledge all the

Addenda issued in paragraph B on the Form for Sub Bid. Failure to do so may result in the

rejection of your bid.

GENERAL:

1. CLARIFICATION: All Filed Sub-Bids must be submitted with a completed DCAMM

Sub-Bidder Update Statement (attached, 10 pages), as well as a completed DCAMM

Certificate of Eligibility in the category of work that the Filed Sub-Bidder is bidding on.

2. CLARIFICATION: All General Bids must be submitted with a completed DCAMM

Prime/General Contractor Update Statement (attached, 10 pages), as well as a completed

DCAMM Certificate of Eligibility in the category of work that the General Bidder is

bidding on.

QUESTIONS AND ANSWERS:

3. Question: Drawing E-0.4 and the details shown for ductbank sections do not match up

with the sections as shown. Please review and clarify

Response: The information is correct and shown. Refer to subtitles below each

detail that indicate section cuts. I.e. Section A-A, Section B-B and so forth.

4. Question: Who is responsible for furnishing and installing wood nailers at the roof?

Response: Wood nailers shall be furnished and installed by the file sub “Division

07 31 15 Asphalt Shingles” and “Division 07 53 23 EPDM Roofing”.

Page 2: A D D E N D U M No. 2

Page 2

New Avon Police Station, Avon, Massachusetts

RE: Addendum No. 2

CBI Project No.: 17143

April 25, 2018

5. Question: Who is responsible for furnishing and installing the metal flashing at details

3/A6-01, 4/A7-02 and 6/A7-02?

Response: Roofing File Sub Bidder shall fabricate and furnish Metal Flashing at

details 3/A6-01, 4/A7-02 and 6/A7-02 and the G.C shall install the Metal Flashing.

G.C shall coordinate with Divisions 04 72 00 Manufactured Stone Veneer and 06 20

00 Finish Carpentry

6. Question: Please see the attached fume hood manufacturer by Air Master Systems Corp.

Stem Solutions. One of the subcontractors we invited to bid on this project would like to

us this fume hood. Please advise.

Response: Request for substitutions occurs only after the contract is awarde. Refer

to specification “Section 01 33 00 Submittals”.

7. Question: Is the vapor barrier peel and stick with the insulation in the adhesive or is it

loosely laid VB with mechanically attached insulation?

Response: Provide self-adhered vapor barrier membrane “V-Force by Firestone”, or

approved equal, with the insulation adhered. Also provide a primer on the substrate

LVOV (Low VOC) by Firestone or approved equal

8. Question: The requested warranty is 30 year which would require 90-mil EPDM. Would

you like 60-mil with a 20-year warranty or 90-mil with a 30 year?

Response: Provide 90-mil EPDM with a 30-year warranty.

9. Question: Does the siding sub own the vinyl trim as shown on detail A on drawing

A3-02?

Response: The vinyl trim is furnished and installed by the G.C.

10. Question: Who is responsible for furnishing and installing the metal drip edge shown on

details 1,2,6 &7 on drawing A3-05?

Response: Roofing File Sub Bidder shall fabricate and furnish Metal drip edge at 1,

2, 6 & 7 on drawing A3-05 and the G.C shall install the Metal Flashing. G.C shall

coordinate with Divisions 04 72 00 Manufacturer Stone Veneer and 06 20 00 Finish

Carpentry.

11. Question: Is the coverboard mechanically attached or in adhesive on alternate #1?

Response: The coverboard is installed with adhesive. Provide “ISO Twin Pack

Adhesive” by Firestone or approved equal on Alternate #1. Also provide protection

board 48” x 48” maximum overall size as specified in Paragraph 2.04A –

specification section 07 53 23.

Page 3: A D D E N D U M No. 2

Page 3

New Avon Police Station, Avon, Massachusetts

RE: Addendum No. 2

CBI Project No.: 17143

April 25, 2018

12. Question: The project manual calls for a 5-year contractor’s warranty. The industry

standard is 2 years. Surety companies normally will not issue Bid/performance/payment

bonds for most Roofing contractors if the contractor’s warranty extends past two

years. This will limit the number of contractors that will be eligible to bid the work. If

they do agree to issue the bonds, there will be an expensive premium included in the

bond cost, which will be passed on to the Owner. Please reconsider the specified

contractor warranty length.

Response: Provide a Warranty Period of Two (2) years from Substantial Completion

in reference to Specification Section 07 31 13 – Asphalt Shingles.

13. Question: Please confirm we are correct in our understanding that work and materials

described in non-electrical specifications or shown on non-electrical drawings, without

also being described in the electrical specifications, is for coordination purposes only

and shall not be part of the electrical contractors bid for this project.

Response: All work is bid according to Mass General laws. Refer to Specification

Section 26 00 00 – Electrical, Paragraph 1.2B.

14. Question: If an alternate pertains to your specific category of work and you estimate

there is no change in price, you should indicate by writing “No Change”, “N/C”, or “0”.

Response: If no change in the Base Bid is required, enter “No Change”.

15. Question: If an alternate is called for and it does not affect your category of work, you

should indicate by writing “N/A” or “0”.

Response: If the alternate does not affect your category of work, enter “N/A”.

16. Question: Will leaving the space blank on your sub-bid form when alternates are

requested cause the bid to possibly be protested?

Response: Refer to Specification Section 00 21 13 – Instruction to Bidders,

Paragraph 1.07.C and Paragraph 1.33.

17. Question: If Sub—Sub Bids are required, do you need to fill in the name of the intended

Sub-Sub, class of work and amount?

Response: Yes, name of the Sub-Sub, class of work and bid price shall be included

in the bid form

18. Question: If you customarily perform the Sub-Sub bid work, do you fill in your name,

class of work and no dollar amount?

Response: Yes, your name as of the Sub-Sub bid work, class of work and no dollar

amount shall be included in the bid form

Page 4: A D D E N D U M No. 2

Page 4

New Avon Police Station, Avon, Massachusetts

RE: Addendum No. 2

CBI Project No.: 17143

April 25, 2018

19. Question: If Sub-Sub bids are required, will filling in your name instead of a Sub-Sub

cause your bid to be rejected or protested?

Response: No, refer to responses 17 and 18 above.

20. Question: If Sub-Sub Bids are not required, do you leave the listing blank or write

“N/A’?

Response: Refer to Specification Section 00 21 13 – Instruction to Bidders,

Paragraph 1.07.C and Paragraph 1.33. Bidder shall write “N/A”.

21. The specifications call for a 12”x12” Cirrus ceiling tile. The plans scale a 24”x24” tile.

Cirrus is not available as a 12”x12” but they do have a 24”x48” that is scored to look

like a 12”x12”. What size tile is required?

Response: Provide 24”x24” tile size as indicated on the drawings. Ceiling tile shall

be “Cirrus 572 by Armstrong” or approved equal.

22. Please provide the Seismic Design Category. If designated as a Seismic Design

Category “B”, will seismic bracing be required for the fire protection scope 210000?

Per the Mass State Building Code 780CMR 9th Edition, and ASCE 7 (2010) (paragraph

13.1.4.4), seismic bracing may be eliminated in buildings that fall under Seismic Design

Category “B”. Except in specific cases like Emergency shelters, or the like

Response: The Seismic Design is Category “C”.

SPECIFICATIONS:

23. Section 08 06 71: Door Hardware Sets– DELETE “Paragraph 3.01” in its entirety and

REPLACE with the revised “Paragraph 3.01”, attached to this addendum No.2.

END OF ADDENDUM No. 2

SAW/RA/

17143 Addendum No 2_ 04-25-18

Page 5: A D D E N D U M No. 2

Division of Capital Asset Management Page 1 of 10

* SPECIAL NOTICE TO AWARDING AUTHORITY

SUB-BIDDERS’ UPDATE STATEMENTS ARE NOT PUBLIC RECORDS AND ARE NOT OPEN TO PUBLIC INSPECTION (M.G.L. C.149, §44D)

EFFECTIVE MARCH 30, 2010

Commonwealth of Massachusetts

Division of Capital Asset Management

SUB-BIDDER UPDATE STATEMENT

TO ALL SUB-BIDDERS, TRADE CONTRACTORS AND AWARDING AUTHORITIES

A COMPLETED AND SIGNED SUB-BIDDER UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY FILED SUB-BID PURSUANT TO M.G.L. c.149, §44F AND EVERY TRADE SUB-BID PURSUANT TO M.G.L. c. 149A. ANY FILED SUB-BID OR TRADE SUB-BID SUBMITTED WITHOUT AN APPROPRIATE SUB-BIDDER UPDATE STATEMENT IS INVALID AND MUST BE REJECTED.

Caution: This form is to be used for submitting Filed Sub-Bids and Trade Sub-Bids. It is not to be used for submitting Prime/General Contract bids.

AWARDING AUTHORITIES

If the Awarding Authority determines that the sub-bidder is not competent to perform

the work as specified on the project, it should reject the bid.

SUB-BIDDER’S AFFIDAVIT

I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Sub-bidder Update Statement on behalf of the bidder named below, that I have read this Sub-bidder Update Statement, and that all of the information provided by the bidder in this Sub-bidder Update Statement is true, accurate, and complete as of the bid date.

_ _ _ _ Bid Date Print Name of Sub-bidder or Trade Contractor

_ _ _ _ Project Number (or Business Address name if no number)

_ _ _ _ Awarding Authority Telephone Number

SIGNATURE _____________________________________

Bidder’s Authorized Representative

Page 6: A D D E N D U M No. 2

Division of Capital Asset Management Page 2 of 10 Sub-bidder Update Statement Effective March 30, 2010

INSTRUCTIONS

INSTRUCTIONS TO SUB-BIDDERS

This form must be completed and submitted by all Filed Sub-Bidders bidding on projects pursuant to M.G.L. c. 149, §44F and Trade Contractors bidding on projects pursuant to M.G.L. c. 149A.

You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS SUB-BIDDER UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING.

This Sub-Bidder Update Statement must include all

requested information that was not previously

reported on the Application used for your firm’s

most recently issued (not extended or amended)

Sub-Bidder Certificate of Eligibility. The Sub-Bidder

Update Statement must cover the entire period since

the date of that Application, NOT since the date of

your Certification.

You must use this official form of Sub-bidder Update Statement. Copies of this form may be obtained from the awarding authority and from the DCAM Web Site: www.mass.gov/dcam .

If additional space is needed, please copy the appropriate page of this Sub-bidder Update Statement and attach it as an additional sheet.

INSTRUCTIONS TO AWARDING AUTHORITIES

Determination of Sub-Bidder Qualifications

It is the awarding authority’s responsibility to determine each responsible bidder. You must consider all of the information in the bidder’s Sub-bidder Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification.

The sub-bidder’s performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references.

AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE SUB-BIDDER’S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment.

Correction of Errors and Omissions in Sub-bidder Update Statements Matters of Form: An awarding authority shall not reject a sub-bidder’s bid because there are mistakes or omissions of form in the Sub-bidder Update Statement submitted with the bid pursuant to M.G.L. c.149, §44D, provided the sub-bidder promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.13(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a sub-bidder notice of minor defects and omissions as to form in the Sub-bidder’s Update Statement and provide an opportunity to correct its Sub-bidder Update Statement. However, the sub-bidder shall not be allowed to make corrections to a Sub-bidder Update Statement if material information about the sub-bidder was omitted from the Sub-bidder Update Statement filed with the sub-bidder’s bid. The Awarding Authority shall advise DCAM of any material omissions in a Sub-bidder’s Update Statement.. [810 CMR 8.13(2)].

Page 7: A D D E N D U M No. 2

Division of Capital Asset Management Page 3 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 1 - COMPLETED PROJECTS LIST ALL PUBLIC AND PRIVATE PROJECTS OF $20,000 OR MORE THAT YOUR FIRM HAS COMPLETED SINCE THE DATE OF APPLICATION FOR YOUR MOST RECENTLY ISSUED (NOT EXTENDED OR AMENDED) SUB-BIDDER CERTIFICATE OF ELIGIBILITY*.

PROJECT TITLE & LOCATION WORK CATEGORY

CONTRACT PRICE START DATE DATE COMPLETED

Attach additional sheets if necessary

* If your firm has been terminated from a project prior to completion of the work or has failed or refused to complete its work under any contract, full details and an explanation must be provided. See Part 3 of this Sub-bidder Update Statement.

Page 8: A D D E N D U M No. 2

Division of Capital Asset Management Page 4 of 10 Sub-bidder Update Statement Effective March 30, 2010

PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH COMPLETED PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above, either through a business or family relationship? YES NO Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO If you have answered YES to either question, explain. _ _

Page 9: A D D E N D U M No. 2

Division of Capital Asset Management Page 5 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 2 - CURRENTLY HELD CONTRACTS LIST ALL PUBLIC AND PRIVATE PROJECTS OF $20,000 OR MORE THAT YOUR FIRM HAS UNDER CONTRACT ON THIS DATE REGARDLESS OF WHEN OR WHETHER THE WORK COMMENCED.

1 2 3 4 5 6 7

PROJECT TITLE & LOCATION

WORK CATEGORY

START AND END DATES

ON SCHEDUL

E (yes / no)

CONTRACT PRICE

% NOT COMPLETE

$ VALUE OF WORK NOT COMPLETE

(col. 5 X col. 6)

Page 10: A D D E N D U M No. 2

Division of Capital Asset Management Page 6 of 10 Sub-bidder Update Statement Effective March 30, 2010

PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH INCOMPLETE PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above either through a business or family relationship? YES NO Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO If you have answered YES to either question, explain. _ _

Page 11: A D D E N D U M No. 2

Division of Capital Asset Management Page 7 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 3 - PROJECT PERFORMANCE

For Parts 3 and 4, if you answer YES to any question, please provide on a separate

page a complete explanation. Information you provide herein must supplement the

Application for your most recently issued (not extended or amended) Sub-Bidder

Certificate of Eligibility. You must report all requested information not previously

reported on that Application. Include all details [project name(s) and location(s),

names of all parties involved, relevant dates, etc.].

YES NO

1. Has your firm been terminated on any contract prior to completing a project or has

any officer, partner or principal of your firm been an officer, partner or principal of

another firm that was terminated or failed to complete a project?

2. Has your firm failed or refused either to perform or complete any of its work under

any contract prior to substantial completion?

3. Has your firm failed or refused to complete any punch list work under any contract?

4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a

financial interest in your current firm been an officer, principal or individual with a

financial interest in another firm that filed for bankruptcy?

5. Has your surety taken over or been asked to complete any of your work under any

contract?

6. Has a payment or performance bond been invoked against your current firm, or has

any officer, principal or individual with a financial interest in your current firm been

an officer, principal or individual with a financial interest in another firm that had a

payment or performance bond invoked?

7. Has your surety made payment to a materials supplier or other party under your

payment bond on any contract?

8. Has any subcontractor filed a demand for direct payment with an awarding authority

for a public project on any of your contracts?

9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic’s

lien against property in connection with work performed or materials supplied

under any of your contracts?

10. Have there been any deaths of an employee or others occurring in connection with

any of your projects?

11. Has any employee or other person suffered an injury in connection with any of your

projects resulting in their inability to return to work for a period in excess of one

year?

Page 12: A D D E N D U M No. 2

Division of Capital Asset Management Page 8 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 4 - Legal or Administrative Proceedings; Compliance with Laws

Please answer the following questions. Information must supplement all judicial and

administrative proceedings involving bidder’s firm, which were instituted or concluded

(adversely or otherwise) since your firm’s Application for your most recently issued (not

extended or amended) Sub-Bidder Certificate of Eligibility. You must report all requested

information not previously reported on that DCAM Application.

The term “administrative proceeding” as used in this Sub-Bidder Update Statement

includes (i) any action taken or proceeding brought by a governmental agency,

department or officer to enforce any law, regulation, code, legal, or contractual

requirement, except for those brought in state or federal courts, or (ii) any action taken

by a governmental agency, department or officer imposing penalties, fines or other

sanctions for failure to comply with any such legal or contractual requirement.

The term “anyone with a financial interest in your firm” as used in this Section “I”,

shall mean any person and/or entity with a 5% or greater ownership interest in the

applicant’s firm.

If you answer YES to any question, on a separate page provide a complete

explanation of each proceeding or action and any judgment, decision, fine or

other sanction or result. Include all details (name of court or administrative

agency, title of case or proceeding, case number, date action was commenced,

date judgment or decision was entered, fines or penalties imposed, etc.).

YES NO

1. Have any civil, judicial or administrative proceedings involving your firm or a

principal or officer or anyone with a financial interest in your firm been brought,

concluded, or settled relating to the procurement or performance of any construction

contract, including but not limited to actions to obtain payment brought by

subcontractors, suppliers or others?

2. Have any criminal proceedings involving your firm or a principal or officer or

anyone with a financial interest in your firm been brought, concluded, or settled

relating to the procurement or performance of any construction contract including,

but not limited to, any of the following offenses: fraud, graft, embezzlement,

forgery, bribery, falsification or destruction of records, or receipt of stolen property?

3. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state’s or federal procurement laws arising

out of the submission of bids or proposals?

4. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law?

Page 13: A D D E N D U M No. 2

Division of Capital Asset Management Page 9 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued)

YES NO

5. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state or federal law regulating hours of labor,

unemployment compensation, minimum wages, prevailing wages, overtime pay,

equal pay, child labor or worker’s compensation?

6. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state or federal law prohibiting

discrimination in employment?

7. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a claim of repeated or aggravated violation of any state or

federal law regulating labor relations?

8. Have any proceedings by a municipal, state, or federal agency been brought,

concluded, or settled relating to decertification, debarment, or suspension of your

firm or any principal or officer or anyone with a financial interest in your firm from

public contracting?

9. Have any judicial or administrative proceedings involving your firm or a principal or

officer or anyone with a financial interest in your firm been brought, concluded, or

settled relating to a violation of state or federal law regulating the environment?

10. Has your firm been fined by OSHA or any other state or federal agency for

violations of any laws or regulations related to occupational health or safety? Note:

this information may be obtained from OSHA’s Web Site at www.osha.gov

11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals,

workforce goals, or failure to file certified payrolls on any public projects?

12. Other than previously reported in the above paragraphs of this Section I, have any

administrative proceedings or investigations involving your firm or a principal or

officer or anyone with a financial interest in your firm been brought, concluded, or

settled by any local, state or federal agency relating to the procurement or

performance of any construction contract?

13. Are there any other issues that you are aware which may affect your firm’s

responsibility and integrity as a building contractor?

Page 14: A D D E N D U M No. 2

Division of Capital Asset Management Page 10 of 10 Sub-bidder Update Statement Effective March 30, 2010

PART 5 - SUPERVISORY PERSONNEL

List all supervisory personnel who will be assigned to the project if your firm is awarded the contract.

Attach the resume of each person listed below.

NAME TITLE OR FUNCTION

PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm’s business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? Yes No

If YES, attach a separate page providing complete details.

PART 7 – LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO

THE DIVISION OF CAPITAL ASSET MANAGEMENT ALONG WITH

CERTIFICATION PAGE.

Attach here a copy of the list of completed construction projects which was submitted with your firm’s Application for your most recently issued (not extended or amended) Sub-Bidder Certificate of Eligibility. The Attachment must include a complete copy of the entire Section F – “Completed Projects” (Section G – “Completed Projects” for firms certified based upon their Prime/General Application), and the final page – “Certification Page”, (Section I in the Sub-bidder Application or Section J in Prime/General Application) containing the signature and date that the Completed Projects list (Section F or G) was submitted to the Division of Capital Asset Management.

Page 15: A D D E N D U M No. 2

Division of Capital Asset Management Page 1 of 10

SPECIAL NOTICE TO AWARDING AUTHORITY BIDDERS’ UPDATE STATEMENTS ARE NOT PUBLIC RECORDS AND

ARE NOT OPEN TO PUBLIC INSPECTION (M.G.L. C.149, §44D)

EFFECTIVE MARCH 30, 2010

Commonwealth of Massachusetts

Division of Capital Asset Management

PRIME/GENERAL CONTRACTOR UPDATE STATEMENT

TO ALL BIDDERS AND AWARDING AUTHORITIES A COMPLETED AND SIGNED PRIME/GENERAL CONTRACTOR UPDATE STATEMENT MUST BE SUBMITTED WITH EVERY PRIME/GENERAL BID FOR A CONTRACT PURSUANT TO M.G.L. c.149, §44A AND M.G.L. c. 149A. ANY PRIME/GENERAL BID SUBMITTED WITHOUT AN APPROPRIATE UPDATE STATEMENT IS INVALID AND MUST BE REJECTED.

Caution: This form is to be used for submitting Prime/General Contract bids. It is

not to be used for submitting Filed Sub-Bids or Trade Sub-Bids.

AWARDING AUTHORITIES

If the Awarding Authority determines that the bidder does not demonstrably possess

the skill, ability, and integrity necessary to perform the work on the project, it must

reject the bid.

BIDDER’S AFFIDAVIT

I swear under the pains and penalties of perjury that I am duly authorized by the bidder named below to sign and submit this Prime/General Contractor Update Statement on behalf of the bidder named below, that I have read this Prime/General Contractor Update Statement, and that all of the information provided by the bidder in this Prime/General Contractor Update Statement is true, accurate, and complete as of the bid date.

_ _ _ _ Bid Date Print Name of Prime/General Contractor

_ _ _ _ Project Number (or Business Address name if no number)

_ _ _ _ Awarding Authority Telephone Number

SIGNATURE _____________________________________

Bidder’s Authorized Representative

Page 16: A D D E N D U M No. 2

Division of Capital Asset Management Page 2 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

INSTRUCTIONS

INSTRUCTIONS TO BIDDERS

This form must be completed and submitted by all Prime/General contractors bidding on projects pursuant to M.G.L. c. 149, §44A and M.G.L. c. 149A.

You must give complete and accurate answers to all questions and provide all of the information requested. MAKING A MATERIALLY FALSE STATEMENT IN THIS UPDATE STATEMENT IS GROUNDS FOR REJECTING YOUR BID AND FOR DEBARRING YOU FROM ALL PUBLIC CONTRACTING.

This Update Statement must include all requested

information that was not previously reported on the

Application used for your firm’s most recently

issued (not extended or amended) Prime/General

Contractor Certificate of Eligibility. The Update

Statement must cover the entire period since the

date of your Application, NOT since the date of your

Certification.

You must use this official form of Update Statement. Copies of this form may be obtained from the awarding authority and from the Asset Management Web Site: www.mass.gov/dcam .

If additional space is needed, please copy the appropriate page of this Update Statement and attach it as an additional sheet.

See the section entitled “Bidding Limits” in the Instructions to Awarding Authorities for important information concerning your bidding limits.

INSTRUCTIONS TO AWARDING AUTHORITIES

Determination of Bidder Qualifications

It is the awarding authority’s responsibility to determine who is the lowest eligible and responsible bidder. You must consider all of the information in the low bidder’s Update Statement in making this determination. Remember: this information was not available to the Division of Capital Asset Management at the time of certification.

The bidder’s performance on the projects listed in Parts 1 and 2 must be part of your review. Contact the project references.

AWARDING AUTHORITIES ARE STRONGLY ENCOURAGED TO REVIEW THE LOW BIDDER’S ENTIRE CERTIFICATION FILE AT THE DIVISION OF CAPITAL ASSET MANAGEMENT. Telephone (617) 727-9320 for an appointment.

Bidding Limits Single Project Limit: The total amount of the bid, including all alternates, may not exceed the bidder’s Single Project Limit. Aggregate Work Limit: The annual value of the work to be performed on the contract for which the bid is submitted,

when added to the annual cost to complete the bidder’s other currently held contracts, may not exceed the bidder’s Aggregate Work Limit. Use the following procedure to determine whether the low bidder is within its Aggregate Work Limit:

Step 1 Review Update Statement Question #2 to

make sure that all requested information is provided and that the bidder has accurately calculated and totaled the annualized value of all incomplete work on its currently held contracts (column 9).

Step 2 Determine the annual dollar value of the work

to be performed on your project. This is done as follows:

(i) If the project is to be completed in less

than 12 months, the annual dollar value of the work is equal to the full amount of the bid.

(ii) If the project will take more than 12 months

to complete, calculate the number of years given to complete the project by dividing the total number of months in the project schedule by 12 (calculate to 3 decimal places), then divide the amount of the bid by the calculated number of years to find the annual dollar value of the work.

Step 3 Add the annualized value of all of the bidder’s

incomplete contract work (the total of column 9 on page 5) to the annual dollar value of the

work to be performed on your project. The

total may not exceed the bidder’s

Aggregate Work Limit. Correction of Errors and Omissions in Update Statements Matters of Form: An awarding authority shall not reject a contractor’s bid because there are mistakes or omissions of form in the Update Statement submitted with the bid, provided the contractor promptly corrects those mistakes or omissions upon request of the awarding authority. [810 CMR 8.05(1)]. Correction of Other Defects: An awarding authority may, in its discretion, give a contractor notice of defects, other than mistakes or omissions of form, in the contractor’s Update Statement, and an opportunity to correct such defects, provided the correction of such defects is not prejudicial to fair competition. An awarding authority may reject a corrected Update Statement if it contains unfavorable information about the contractor that was omitted from the Update Statement filed with the contractor’s bid. [810 CMR 8.05(2)].

Page 17: A D D E N D U M No. 2

Division of Capital Asset Management Page 3 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 1 - COMPLETED PROJECTS LIST ALL PUBLIC AND PRIVATE BUILDING PROJECTS YOUR FIRM HAS COMPLETED SINCE THE DATE OF APPLICATION FOR YOUR MOST RECENTLY ISSUED (NOT EXTENDED OR AMENDED) DCAM CERTIFICATE OF ELIGIBILITY. YOU MUST REPORT ALL REQUESTED INFORMATION NOT PREVIOUSLY REPORTED ON THAT DCAM APPLICATION*.

PROJECT TITLE & LOCATION WORK CATEGORY

CONTRACT PRICE START DATE DATE COMPLETED

Attach additional sheets if necessary

* If your firm has been terminated from a project prior to completion of the work or has failed or refused to complete its work under any contract, full details and an explanation must be provided. See Part 3 of this Update Statement.

Page 18: A D D E N D U M No. 2

Division of Capital Asset Management Page 4 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH COMPLETED PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above, either through a business or family relationship? YES NO Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO If you have answered YES to either question, explain. _ _

Page 19: A D D E N D U M No. 2

Division of Capital Asset Management Page 5 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 2 - CURRENTLY HELD CONTRACTS LIST ALL PUBLIC AND PRIVATE BUILDING AND NON-BUILDING CONSTRUCTION PROJECTS YOUR FIRM HAS UNDER CONTRACT ON THIS DATE REGARDLESS OF WHEN OR WHETHER THE WORK COMMENCED.

1 2 3 4 5 6 7 8 9

PROJECT TITLE & LOCATION

WORK CATEGORY

START AND END

DATES

ON SCHEDULE

(yes / no)

CONTRACT PRICE

% NOT COMPLETE

$ VALUE OF WORK NOT COMPLETE

(col. 5 X col. 6)

NO. OF YEARS

REMAINING (see note

below)

ANNUALIZED VALUE OF

INCOMPLETE WORK

(col. 7 ÷ col. 8) (divided by)

ANNUALIZED VALUE OF ALL INCOMPLETE CONTRACT WORK (Total of Column 9) $_ _

Column 8 • If less than one year is left in the project schedule, write 1.

• If more than 12 months are left in the project schedule, divide the number of months left

in the project schedule by 12 (calculate to three decimal places).

Page 20: A D D E N D U M No. 2

Division of Capital Asset Management Page 6 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PROVIDE THE FOLLOWING REFERENCE INFORMATION FOR EACH INCOMPLETE PROJECT LISTED ON THE PREVIOUS PAGE.

PROJECT TITLE COMPANY NAME CONTACT PERSON TELEPHONE OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

OWNER: Owner Contact Person Telephone

DESIGNER: Designer Contact Person Telephone

GC: GC Contact Person Telephone

Is your company or any individual who owns, manages or controls your company affiliated with any owner, designer or general contractor named above either through a business or family relationship? YES NO Are any of the contact persons named above affiliated with your company or any individual who owns, manages or control your company, either through a business or family relationship? YES NO If you have answered YES to either question, explain. _ _

Page 21: A D D E N D U M No. 2

Division of Capital Asset Management Page 7 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 3 - PROJECT PERFORMANCE

For Parts 3 and 4, if you answer YES to any question, please provide on a separate page a

complete explanation. Information you provide herein must supplement the Application for

your most recently issued (not extended or amended) DCAM Certificate of Eligibility. You must

report all requested information not previously reported on that DCAM Application for

Prime/General Certificate of Eligibility. Include all details [project name(s) and location(s),

names of all parties involved, relevant dates, etc.].

YES NO

1. Has your firm been terminated on any contract prior to completing a project or has

any officer, partner or principal of your firm been an officer, partner or principal of

another firm that was terminated or failed to complete a project?

2. Has your firm failed or refused either to perform or complete any of its work under

any contract prior to substantial completion?

3. Has your firm failed or refused to complete any punch list work under any contract?

4. Has your firm filed for bankruptcy, or has any officer, principal or individual with a

financial interest in your current firm been an officer, principal or individual with a

financial interest in another firm that filed for bankruptcy?

5. Has your surety taken over or been asked to complete any of your work under any

contract?

6. Has a payment or performance bond been invoked against your current firm, or has

any officer, principal or individual with a financial interest in your current firm been

an officer, principal or individual with a financial interest in another firm that had a

payment or performance bond invoked?

7. Has your surety made payment to a materials supplier or other party under your

payment bond on any contract?

8. Has any subcontractor filed a demand for direct payment with an awarding authority

for a public project on any of your contracts?

9. Have any of your subcontractors or suppliers filed litigation to enforce a mechanic’s

lien against property in connection with work performed or materials supplied

under any of your contracts?

10. Have there been any deaths of an employee or others occurring in connection with

any of your projects?

11. Has any employee or other person suffered an injury in connection with any of your

projects resulting in their inability to return to work for a period in excess of one

year?

Page 22: A D D E N D U M No. 2

Division of Capital Asset Management Page 8 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 4 - Legal or Administrative Proceedings; Compliance with Laws

Please answer the following questions. Information must supplement all judicial and

administrative proceedings involving bidder’s firm, which were instituted or concluded

(adversely or otherwise) since your firm’s Application for your most recently issued (not

extended or amended) Certificate of Eligibility. You must report all requested information

not previously reported on that DCAM Application for Prime/General Certificate of

Eligibility.

The term “administrative proceeding” as used in this Prime/General Contractor

Update Statement includes (i) any action taken or proceeding brought by a

governmental agency, department or officer to enforce any law, regulation, code,

legal, or contractual requirement, except for those brought in state or federal courts, or

(ii) any action taken by a governmental agency, department or officer imposing

penalties, fines or other sanctions for failure to comply with any such legal or

contractual requirement.

The term “anyone with a financial interest in your firm” as used in this Section “I”,

shall mean any person and/or entity with a 5% or greater ownership interest in the

applicant’s firm.

If you answer YES to any question, on a separate page provide a complete

explanation of each proceeding or action and any judgment, decision, fine or

other sanction or result. Include all details (name of court or administrative

agency, title of case or proceeding, case number, date action was commenced,

date judgment or decision was entered, fines or penalties imposed, etc.).

YES NO

1. Have any civil, judicial or administrative proceedings involving your firm or a

principal or officer or anyone with a financial interest in your firm been brought,

concluded, or settled relating to the procurement or performance of any construction

contract, including but not limited to actions to obtain payment brought by

subcontractors, suppliers or others?

2. Have any criminal proceedings involving your firm or a principal or officer or

anyone with a financial interest in your firm been brought, concluded, or settled

relating to the procurement or performance of any construction contract including,

but not limited to, any of the following offenses: fraud, graft, embezzlement,

forgery, bribery, falsification or destruction of records, or receipt of stolen property?

3. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state’s or federal procurement laws arising

out of the submission of bids or proposals?

4. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of M.G.L. Chapter 268A, the State Ethics Law?

Page 23: A D D E N D U M No. 2

Division of Capital Asset Management Page 9 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 4 - Legal or Administrative Proceedings; Compliance with Laws (continued)

YES NO

5. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state or federal law regulating hours of labor,

unemployment compensation, minimum wages, prevailing wages, overtime pay,

equal pay, child labor or worker’s compensation?

6. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a violation of any state or federal law prohibiting

discrimination in employment?

7. Have any judicial or administrative proceedings involving your firm or a principal

or officer or anyone with a financial interest in your firm been brought, concluded,

or settled relating to a claim of repeated or aggravated violation of any state or

federal law regulating labor relations?

8. Have any proceedings by a municipal, state, or federal agency been brought,

concluded, or settled relating to decertification, debarment, or suspension of your

firm or any principal or officer or anyone with a financial interest in your firm from

public contracting?

9. Have any judicial or administrative proceedings involving your firm or a principal or

officer or anyone with a financial interest in your firm been brought, concluded, or

settled relating to a violation of state or federal law regulating the environment?

10. Has your firm been fined by OSHA or any other state or federal agency for

violations of any laws or regulations related to occupational health or safety? Note:

this information may be obtained from OSHA’s Web Site at www.osha.gov

11. Has your firm been sanctioned for failure to achieve DBE/MBE/WBE goals,

workforce goals, or failure to file certified payrolls on any public projects?

12. Other than previously reported in the above paragraphs of this Section I, have any

administrative proceedings or investigations involving your firm or a principal or

officer or anyone with a financial interest in your firm been brought, concluded, or

settled by any local, state or federal agency relating to the procurement or

performance of any construction contract?

13. Are there any other issues that you are aware which may affect your firm’s

responsibility and integrity as a building contractor?

Page 24: A D D E N D U M No. 2

Division of Capital Asset Management Page 10 of 10 Prime/General Contractor Update Statement Effective March 30, 2010

PART 5 - SUPERVISORY PERSONNEL

List all supervisory personnel, such as project managers and superintendents, who will be assigned

to the project if your firm is awarded the contract. Attach the resume of each person listed below.

NAME TITLE OR FUNCTION

PART 6 - CHANGES IN BUSINESS ORGANIZATION OR FINANCIAL CONDITION Have there been any changes in your firm’s business organization, financial condition or bonding capacity since the date your current Certificate of Eligibility was issued? Yes No

If YES, attach a separate page providing complete details.

PART 7 – LIST OF COMPLETED CONSTRUCTION PROJECTS SUBMITTED TO

THE DIVISION OF CAPITAL ASSET MANAGEMENT.

Attach here a copy of the list of completed construction projects which was

submitted with your firm’s DCAM Application for your most recently issued

(not extended or amended) DCAM Certificate of Eligibility. The Attachment

must include a complete copy of the entire Section G – “Completed Projects”

and the final page – “Certification” (Section J) containing the signature and

date that the Completed Projects list (Section G) was submitted to the

Division of Capital Asset Management.

Page 25: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 1

PART 3 - EXECUTION

3.01 DOOR HARDWARE SETS

A. The door hardware sets represent the design intent and direction of the owner and architect.

They are a guideline only and should not be considered a detailed hardware schedule.

Discrepancies, conflicting hardware and missing items should be brought to the attention of the

architect with corrections made prior to the bidding process. Omitted items not included in a

hardware set should be scheduled with the appropriate additional hardware required for proper

application and functionality.

B. The supplier is responsible for handing and sizing all products as listed in the door hardware

sets. Quantities listed are for each pair of doors, or for each single door.

C. Products listed in the Door Hardware Sets must meet the requirements described in the

specification sections noted.

1. Section 08 71 00 – Door Hardware.

2. Coordinate with Owner’s Access Control Vendor.

D. Manufacturer’s Abbreviations:

1. MK - McKinney

2. PE - Pemko

3. RU - Corbin Russwin

4. RO - Rockwood

5. SU - Securitron

6. SS - Southern Steel

7. FO - Folger Adam

8. HS - HES

9. RF - Rixson

10. NO - Norton

11. SA - Sargent

12. OT - OTHER

Page 26: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 2

Hardware Sets

Set: 1.0

Doors: 01A

Description: Entry

1 Continuous Hinge KCFM83-HD1 PE 087100

1 Continuous Hinge KCFM83-HD1 EL-CEPTx32D PE 087100

1 Exit Device (concealed

vertical rod, passage)

ED4800MA A810 M110

MELR 630 RU 087100

1 Exit Device (concealed

vertical rod, passage) ED4800MA A810 M110 630 RU 087100

1 Surface Closer CPS8501 689 NO 087100

1 Automatic Opener 6330 689 NO 087113

1 Threshold 25_x_AFG MSES25SS-2 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

2 Door Switch 501 NO 087100

1 Power Supply AQD3-8F8R SU 087100

Notes: PERIMETER GASKETING SHALL BE PROVIDED BY ALUMINUM DOOR/ FRAME

MANUFACTURER.

Set: 2.0

Doors: 01B

Description: Vestibule Remote Release

2 Continuous Hinge KCFM83-HD1 PE 087100

1 Magnetic Lock DM62BD SU 087100

2 Push Bar & Pull BF15747 T4HD US32D RO 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Automatic Opener 6310 689 NO 087113

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

Page 27: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 3

1 Wall Switch 4341 SA 087100

1 Card / Fob Reader Card / Fob Reader Black OT

2 Door Switch 501 NO 087100

Set: 5.0

Doors: 22A, 40A

Description: Side Entry

2 Hinge (heavy weight) T4A3386 US32D MK 087100

1 Hinge (heavy weight) T4A3386 QCxxx US32D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA

M92xM105 CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer CPS8501 689 NO 087100

1 Threshold 25_x_AFG MSES25SS-2 PE 087100

1 Gasketing 312CR TKSP8 PE 087100

1 Rain Guard 346C TKSP8 PE 087100

1 Sweep 345CV TKSP8 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Set: 5.5

Doors: 29B

Description: Garage Entry Wide

2 Hinge (heavy weight) T4A3386 US32D MK 087100

1 Hinge (heavy weight) T4A3386 QCxxx US32D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA

M92xM105 CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer CPS8501 689 NO 087100

1 Threshold 25_x_AFG MSES25SS-2 PE 087100

Page 28: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 4

1 Gasketing 312CR TKSP8 PE 087100

1 Rain Guard 346C TKSP8 PE 087100

1 Sweep 345CV TKSP8 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Set: 6.0

Doors: 24A

Description: Remote Release Restroom Exterior

3 Hinge (heavy weight) T4A3386 US32D MK 087100

1 Security Entrance Lock ML2075 ASA M19SN CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Electric Strike 310-3-1-24D 630 FO 087100

1 ElectroLynx Adaptor 2004M FO 087100

1 Buzzer 2006M FO 087100

1 Surface Closer CPS8501 689 NO 087100

1 Threshold 176A MSES25SS-2 PE 087100

1 Gasketing 312CR TKSP8 PE 087100

1 Rain Guard 346C TKSP8 PE 087100

1 Sweep 345CV TKSP8 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 Wall Switch 4341 SA 087100

1 Power Supply AQD3-8F8R SU 087100

Notes: • Door normally closed and locked.

• Entry by remote location releases Electric Strike when deadbolt is not projected.

• Throwing deadbolt after entry assures privacy by displaying "Secure" icon and projecting deadbolt into

keeper...rendering electric strike useless.

• Depressing inside lever retracts both Latch bolt ad Dead bolt simultaneously...outside lever remains

locked.

• Emergency key override allows access as required.

Page 29: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 5

• Free egress at all times.

Set: 8.0

Doors: 22B

Description: Side Vestibule STC Gasketing

3 Hinge TA2714 US26D MK 087100

1 Passage Latch ML2010 ASA 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

Set: 8.5

Doors: 40B

Description: Side Vestibule

3 Hinge TA2714 US26D MK 087100

1 Passage Latch ML2010 ASA 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

Set: 9.0

Doors: 37A, 37B

Description: Dual Credentials

2 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Hinge (heavy weight) T4A3786 PoE US26D MK 087100

1 Access Control Mort Lock ML20834 x TCIP1 x M803

ASZ CT6B 626 RU 281300

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

Page 30: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 6

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

1 ElectroLynx Door PoE

Harness PoE-C300P MK 087100

1 ElectroLynx Frame PoE

Harness PoE-C1500P MK 087100

Set: 9.5

Doors: 08A

Description: Dual Credentials

2 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Hinge (heavy weight) T4A3786 PoE US26D MK 087100

1 Access Control Mort Lock ML20834 x TCIP1 x M803

ASZ CT6B 626 RU 281300

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

1 ElectroLynx Door PoE

Harness PoE-C300P MK 087100

1 ElectroLynx Frame PoE

Harness PoE-C1500P MK 087100

Notes: Template Closer to 180 Deg.

Set: 10.0

Doors: 03A

Description: Remote Release Restroom Interior

3 Hinge TA2714 US26D MK 087100

1 Security Entrance Lock ML2075 ASA M19SN CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Electric Strike 310-3-1-24D 630 FO 087100

Page 31: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 7

1 ElectroLynx Adaptor 2004M FO 087100

1 Buzzer 2006M FO 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 Wall Switch 4341 SA 087100

1 Power Supply AQD3-8F8R SU 087100

Notes: • Door normally closed and locked.

• Entry by remote location releases Electric Strike when deadbolt is not projected.

• Throwing deadbolt after entry assures privacy by displaying "Secure" icon and projecting deadbolt into

keeper...rendering electric strike useless.

• Depressing inside lever retracts both Latch bolt ad Dead bolt simultaneously...outside lever remains

locked.

• Emergency key override allows access as required.

• Free egress at all times.

Set: 11.0

Doors: 02A, 02B

Description: Remote Release Interior

3 Hinge TA2714 US26D MK 087100

1 Storeroom Lock ML2057 ASA CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Electric Strike 1006-F 630 HS 087100

1 ElectroLynx Adaptor 2004M HS 087100

1 Buzzer 2006M HS 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

Page 32: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 8

1 Wall Switch 4341 SA 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Notes: • Doors normally closed and locked.

• Valid credential releases electric strike.

• Remote activation releases electric strike.

• Free egress at all times.

Set: 12.0

Doors: 14A

Description: Remote Lockdown STC Gaskets

2 Hinge TA2714 US26D MK 087100

1 Hinge TA2714 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Electromagnetic Holder 998M 24VDC 689 RF 087400

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Power Supply AQD3-8F8R SU 087100

Notes: • Door normally held open and unlocked.

• Manual release from wall magnet closes door but does not unlock it.

• Upon remote activation of lockdown...door lock looses power and secures outside lever, and releases

Wall magnet if engaged.

• Entry by mechanical key or re-energizing system.

• Free Egress at all times

Set: 13.0

Doors: 16A, 20A

Page 33: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 9

Description: Officer's Room STC

2 Hinge TA2714 US26D MK 087100

1 Hinge TA2714 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Notes: • Door normally closed and locked.

• Presenting valid credential energizes outside lever permitting entry.

• Manual key override permits entry.

• No closer to allow door to remain open if desired.

• Free Egress at all times.

Set: 14.0

Doors: 41A

Description: Officer's Room

2 Hinge TA2714 US26D MK 087100

1 Hinge TA2714 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Gasketing S88 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

Page 34: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 10

1 Power Supply AQD3-8F8R SU 087100

Notes: • Door normally closed and locked.

• Presenting valid credential energizes outside lever permitting entry.

• Manual key overide permitts entry.

• No closer to allow door to remian open if desired.

• Free Egress at all times.

Set: 15.0

Doors: 16B, 20B

Description: Officer's closet outswing (adjacent wall )

3 Hinge TA2714 US26D MK 087100

1 Half Active Dummy Trim ML2080 ASA 626 RU 087100

1 Magnetic Catch 901 ALM RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

Set: 15.5

Doors: 16BA, 20BA

Description: Officer's closet outswing

3 Hinge TA2714 US26D MK 087100

1 Half Active Dummy Trim ML2080 ASA 626 RU 087100

1 Magnetic Catch 901 ALM RO 087100

1 Surf Overhead Stop 10-X36 652 RF 087100

Set: 16.0

Doors: 42A

Description: Officer's closet inswing

3 Hinge TA2714 US26D MK 087100

1 Passage Latch ML2010 ASA 626 RU 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

Set: 17.0

Doors: 15A

Description: Secratary Office

Page 35: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 11

3 Hinge TA2714 US26D MK 087100

1 Classroom Lock ML2055 ASA CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Gasketing S88 PE 087100

Set: 18.0

Doors: 07A, 13A, 18A

Description: Card Access

2 Hinge TA2714 US26D MK 087100

1 Hinge TA2714 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA

M92xM105 CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Set: 18.5

Doors: 04A, 09A, 13B

Description: Card Access w/ STC Gasketing

2 Hinge TA2714 US26D MK 087100

1 Hinge TA2714 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA

M92xM105 CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

Page 36: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 12

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Set: 19.0

Doors: 29A

Description: Garage Card Access

2 Hinge (heavy weight) T4A3386 US32D MK 087100

1 Hinge (heavy weight) T4A3386 QCxxx US32D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA

M92xM105 CT6B 626 RU 087400

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 176A MSES25SS-2 PE 087100

1 Gasketing S88 PE 087100

1 Sweep 315CR TKSP8 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Set: 20.0

Doors: 30A

Page 37: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 13

Description: Garage Dual Card Access

2 Hinge (heavy weight) T4A3386 US32D MK 087100

1 Hinge (heavy weight) T4A3386 QCxxx US32D MK 087100

1 Electrified Mortise Lock ML20932-SEC ASA M105

CT6B 626 RU 087400

2 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 176A MSES25SS-2 PE 087100

1 Gasketing S88 PE 087100

1 Sweep 315CR TKSP8 PE 087100

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Notes: Verfiy Fail Secure...both levers ... is acceptable to AHJ as this locks both levers upon power

failure.

Set: 20.5

Doors: 31A

Description: Dual Card Access

2 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Hinge (heavy weight) T4A3786 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20932-SEC ASA M105

CT6B 626 RU 087400

2 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

Page 38: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 14

1 ElectroLynx Frame

Harness QC-C2500P MK 087100

1 ElectroLynx Door

Harness QC-Cxxx MK 087100

1 Card / Fob Reader Card / Fob Reader Black OT

1 Power Supply AQD3-8F8R SU 087100

Notes: Verfiy Fail Secure...both levers ... is acceptable to AHJ as this locks both levers upon power

failure.

• Doors normally closed and locked.

• Entry by valid credentail both sides energizes lever for entry.

• Both levers remain locked upon power failure.

• Free Egress NEVER Permitted.

Set: 21.0

Doors: 32A, 34A

Description: Cell Vestibule

2 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Hinge (heavy weight) T4A3786 QCxxx US26D MK 087100

1 Electrified Mortise Lock ML20906-SEC ASA CT6B 626 RU 087400 N

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 S776BL PE 087100

Notes: Verify which sides get card reader.

Set: 22.0

Doors: 05A, 06A

Description: Interview Room

3 Hinge TA2714 US26D MK 087100

1 Passage Latch ML2010 ASA 626 RU 087100

ralmeida
Polygon
Page 39: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 15

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

Set: 23.0

Doors: 10A

Description: Janitor Coset

3 Hinge TA2714 US26D MK 087100

1 Classroom Lock ML2055 ASA CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surf Overhead Stop 10-X36 652 RF 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

Set: 24.0

Doors: 11A, 26.1A, 27.1A

Description: Single use restroom

3 Hinge TA2714 US26D MK 087100

1 Privacy Set ML2060 ASA M34 M19V 626 RU 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

Set: 25.0

Doors: 12A

Description: Single use ADA restroom STC Gasketing

3 Hinge TA2714 US26D MK 087100

1 Privacy Set ML2060 ASA M34 M19V 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

Page 40: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 16

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 1546A PE 087100

1 Door Bottom 434APKL 36" PE 087100

1 S776BL PE 087100

Set: 26.0

Doors: 19A

Description: Conference

3 Hinge TA2714 US26D MK 087100

1 Office Lock ML2051 ASA M34 CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

Set: 27.0

Doors: 23A

Description: Mechanical STC Gasketing

3 Hinge TA2714 US26D MK 087100

1 Storeroom Lock ML2057 ASA M21 CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Threshold 2008APK PE 087100

1 Gasketing S776 All 4 Edges of door PE 087100

1 Gasketing S44 21' All 4 Edges of door PE 087100

Set: 27.5

Doors: 25A

Description: Mechanical

Page 41: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 17

3 Hinge TA2714 US26D MK 087100

1 Storeroom Lock ML2057 ASA M21 CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

Set: 28.0

Doors: 26A, 27A

Description: Locker Rooms

3 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Deadbolt DL4117 CT6B 626 RU 087100

2 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Push Pull BF 111x73C/73CL US32D-MS RO 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Mop Plate K1050 4" high BEV CSK US32D-MS RO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Threshold 1546A PE 087100

1 Door Bottom 434APKL 36" PE 087100

1 S776BL PE 087100

Set: 29.0

Doors: 28A

Description: Storage

3 Hinge TA2714 US26D MK 087100

1 Storeroom Lock ML2057 ASA CT6B 626 RU 087100

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

Notes: Verify door width not required to have closer to 180 Deg.

Set: 30.0

Page 42: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 18

Doors: 43A

Description: Patrol Room

3 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Push Pull BF 111x73C/73CL US32D-MS RO 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Threshold 176A MSES25SS-2 PE 087100

2 Gasketing S773 PE 087100

1 Door Bottom 434APKL 36" PE 087100

Set: 31.0

Doors: 44A

Description: Break Room

3 Hinge (heavy weight) T4A3786 US26D MK 087100

1 Passage Latch ML2010 ASA 626 RU 087100

1 Surface Closer PR 8501 or R8501 as req'd 689 NO 087100

1 Kick Plate K1050 10" BEV CSK US32D-MS RO 087100

1 Wall Stop 401 or 441H as req'd US26D RO 087100

1 Gasketing S88 PE 087100

Set: 32.0

Doors: 39A, 39B

Description: BI-Pass

1 Sliding Door Hdwe HBP200A 6' PE 087100

2 Flush Pull 400 PE 087100

1 Fascia F134C 72" PE 087100

Set: 98.0

Doors: 33A, 35A, 36A

Description: Cell Door

1 All Hardware by Others Cell Door Hardware Grey SS Detention

Page 43: A D D E N D U M No. 2

Town of Avon CBI Consulting, LLC

New Police Station Boston, Massachusetts

Avon, Massachusetts Tel: (617) 268-8977

CBI JOB NO. 17143 Fax: (617) 464-2971

SECTION 08 06 71 – DOOR HARDWARE SETS

ADDENDUM NO.2

DOOR HARDWARE SETS

08 06 71 - 19

Set: 99.0

Doors: OH1, OH2

Description: OH Door

1 Security Interchangeable

Core 8600 VKC0 GMK 626 RU 087100

1 Mortise Cylinder Housing 1070-138- 6-Pin 626 RU 087100

END OF SECTION 08 06 71