Loading...
HomeMy WebLinkAbout2021.07.14 YarmouthPD_Project Manual_Bid HVAC REPLACEMENTS AT YARMOUTH POLICE STATION 340 HIGGINS CROWELL ROAD WEST YARMOUTH, MASSACHUSETTS 02673 TOWN OF YARMOUTH DEPARTMENT OF PUBLIC WORKS 99 BUCK ISLAND ROAD WEST YARMOUTH, MA 02673 JULY 14, 2021 BLW ENGINEERS, INC. 311 Great Road Post Office Box 1551 Littleton, MA 01460 Tel: 978.486.4301 Fax: 978.428.0067 bidding@blwengineers.com TABLE OF CONTENTS - 1 TABLE OF CONTENTS FOR PROJECT MANUAL TITLE PAGE TABLE OF CONTENTS PART A - BIDDING REQUIREMENTS, CONTRACT FORMS, AND GENERAL CONDITIONS TOWN OF YARMOUTH INVITATION FOR BIDS 1.0 INTRODUCTION 1.1 PURPOSE 1.2 BACKGROUND INFORMATION 2.0 SUMMARY INFORMATION AND CALENDAR 3.0 SCOPE OF SERVICES AND SPECIFICATIONS 3.1 PURCHASE DESCRIPTION/SCOPE OF SERVICES 3.2 CONTRACT TERM LENGTH AND RENEWAL OPTIONS 3.3 SUBSTITUTIONS 3.4 WORK SCHEDULE, TIME LIMITS, AND NOTICE TO PROCEED 3.3 ADDITIONAL INFORMATION OR SPECIFICATIONS 4.0 INFORMATION & INSTRUCTIONS TO BIDDERS 4.1 ISSUING OFFICE 4.2 NOTICE OF PRE-BID CONFERENCE 4.3 QUESTIONS AND CLARIFICATIONS 4.4 CHANGES TO THE IFB (ADDENDA) 4.5 BID DEPOSITS 4.6 RESPONSIVE BID (INCLUDES SUBMISSION REQUIREMENTS AND BID SPECIFICATIONS) 4.7 BID ACCEPTANCE AND REJECTION 4.8 INCORPORATION OF BID CONTENT 4.9 EXPENSES 4.10 TERM OF VALIDITY OF BIDS 4.11 ACCEPTANCE OF IFB TERMS AND CONDITIONS, BIDDER REPRESENTATIONS 4.12 BID MODIFICATIONS AND WITHDRAWALS 4.13 UNEXPECTED CLOSURE OR DELAYS 4.14 LATE SUBMISSIONS 4.15 RULE FOR AWARD 4.16 EXECUTION OF CONTRACT 4.17 TAXES 4.18 PERFORMANCE BONDS AND PAYMENT BONDS 4.19 INSURANCE 4.20 LICENSES AND PERMITS 4.21 INDEMNIFICATION 5.0 FORM OF SUBMISSION 5.1 SUBMISSION REQUIREMENTS 6.0 MINIMUM CRITERIA TABLE OF CONTENTS - 2 TOWN OF YARMOUTH STANDARD CONTRACT FORM FOR FILED SUB-BID FORM FOR GENERAL BID UNIT PRICE FORM BIDDERS REFERENCE FORM SPECIAL CONDITIONS PERFORMANCE BOND LABOR AND MATERIALS PAYMENT BOND BID BOND CERTIFICATION OF PAYMENT OF TAXES NON-COLLUSION AFFIDAVIT CERTIFICATE OF AUTHORITY CERTIFICATION OF GOOD FAITH SUPPLEMENTARY CONDITIONS CLASSIFICATIONS AND MINIMUM WAGE RATES PART B - TECHNICAL SPECIFICATIONS DIVISION 01 – GENERAL REQUIREMENTS 01 00 00 – GENERAL REQUIREMENTS 01 10 00 – SPECIAL CONDITIONS 01 14 00 – WORK RESTRICTIONS 01 31 00 – SCOPE OF THE WORK 01 33 00 – SUBMITTALS 01 40 10 – UNIT PRICES 01 40 20 – ALTERNATES 01 50 00 – CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 60 00 – MATERIALS AND EQUIPMENT 01 70 00 – CONTRACT CLOSEOUT DIVISION 02 – EXISTING CONDITIONS 02 49 19 – SELECTIVE DEMOLITION DIVISION 09 – FINISHES 09 21 16 – GYPSUM BOARD ASSEMBLIES TABLE OF CONTENTS - 3 09 50 00 – ACOUSTICAL CEILING TILES 09 90 00 – PAINTING DIVISION 22 – PLUMBING 22 00 00 – PLUMBING DIVISION 23 – HEATING, VENTILATING AND AIR CONDITIONING 23 00 00 – HEATING, VENTILATING AND AIR CONDITIONING DIVISION 26 – ELECTRICAL 26 00 00 – ELECTRICAL* *FILED SUB-BID REQUIRED HVAC REPLACEMENTS AT YARMOUTH POLICE STATION 340 HIGGINS CROWELL ROAD WEST YARMOUTH, MASSACHUSETTS 02673 TOWN OF YARMOUTH DEPARTMENT OF PUBLIC WORKS 99 BUCK ISLAND ROAD WEST YARMOUTH, MA 02673 PART A BIDDING REQUIREMENTS, CONTRACT FORMS AND GENERAL CONDITIONS TOWN OF YARMOUTH, MASSACHUSETTS 1146 Route 28 South Yarmouth, MA 02664 (508) 398-2231 INVITATION FOR BIDS FOR New HVAC system Police Station NOTE: The Town of Yarmouth publishes its solicitations, attachments, and addenda online and they are available for viewing and downloading at the following internet address: http://www.yarmouth.ma.us/bids.aspx TOWN OF YARMOUTH, MASSACHUSETTS INVITATION FOR BIDS FOR New HVAC for Police Station TABLE OF CONTENTS 1.0 Introduction 1.1 Purpose 1.2 Background Information 2.0 Summary Information and Calendar 3.0 Scope of Services and Specifications 3.1 Purchase Description/Scope of Services 3.2 Contract Term Length and Renewal Options 3.3 Substitutions 3.4 Work Schedule, Time Limits, and Notice to Proceed 3.3 Additional Information or Specifications 4.0 Information & Instructions to Bidders 4.1 Issuing Office 4.2 Notice of Pre-Bid Conference 4.3 Questions and Clarifications 4.4 Changes to the IFB (addenda) 4.5 Bid Deposits 4.6 Responsive Bid (includes submission requirements and bid specifications) 4.7 Bid Acceptance and Rejection 4.8 Incorporation of Bid Content 4.9 Expenses 4.10 Term of Validity of Bids 4.11 Acceptance of IFB Terms and Conditions, Bidder Representations 4.12 Bid Modifications and Withdrawals 4.13 Unexpected Closure or Delays 4.14 Late Submissions 4.15 Rule for Award 4.16 Execution of Contract 4.17 Taxes 4.18 Performance Bonds and Payment Bonds 4.19 Insurance 4.20 Licenses and Permits 4.21 Indemnification 5.0 Form of Submission 5.1 Submission Requirements 6.0 Minimum Criteria 1 1.0 INTRODUCTION 1.1 Purpose On behalf of the Town of Yarmouth, the Department of Public Works Administrative Supervisor is soliciting responses from interested parties for HVAC replacement at the existing Yarmouth Police Station, 340 Higgins Crowell Road, West Yarmouth, MA 02673. This solicitation is being conducted in accordance with the provisions of M.G.L. c. 149. 1.2 Background Information The existing Police Station HVAC System is to be replaced. See general requirements for more information. 2.0 SUMMARY INFORMATION AND CALENDAR Procurement Contact #672 lhayden@yarmouth.ma.us 508-398-2231, Ext. 1250 EVENT DATE DESCRIPTION Advertisement July 14, 2021 Advertisements will be posted in the Register newspaper, Massachusetts’ online procurement platforms COMMBUYS, The Central Register, and the Town website; and 99 Buck Island Road, West Yarmouth, MA. Invitation for Bid Available July 14, 2021 IFB documents containing information and details of bidding requirements may be obtained at: 99 Buck Island Road, West Yarmouth, MA 02673, or by email request using the following email: lhayden@yarmouth.ma.us Time And Place For Pre-Bid Conference July 21, 2021 At 3:30 P.M. local time. Yarmouth Police Station, 340 Higgins Crowell Road, West Yarmouth, MA 02673 Deadline for Written Questions Sub-Bids: July 16, 2021 General Bids: July 27, 2021 At 4:00 P.M. local time. Via email to: lhayden@yarmouth.ma.us Clearly label questions by using the following subject line: QUESTION – Police HVAC Addenda May be issued up to 3 days prior to due date of responses. If any changes are made to this bid, an addendum will be issued. Addenda will be e-mailed to all bidders on record as having received the bid package and posted to the Town’s Website. All respondents are required to acknowledge all addenda in their response. When and Where Bids are Due, IFB Opening Sub-Bids: July 28, 2021 General Bids: August 4, 2021 Bids must be received by the due date and time at: Yarmouth DPW office, 99 Buck Island Road, West Yarmouth, MA 02673. Late submissions will not be considered. No faxed or emailed submissions will be accepted. Bids will be 2 At 2:00 P.M. local time opened at this date/time, and the Bidder and Price will be announced. Anticipated Evaluation Period August 4, 2021 3.0 SCOPE OF SERVICES AND SPECIFICATIONS 3.1 Purchase Description/Scope of Services The work for this project consists of the HVAC Police Station. Please see the General requirements for more information. Town meeting funding will be requested at the May 22, 2021 Town meeting. 3.2 Contract Term Length and Renewal Options After selection of the lowest price responsive and responsible bid, a written contract containing the terms of this IFB and the bidder’s response shall be executed by the successful respondent and the Town. The contract period is from the date of award until April 15, 2021. The start date will be determined to be the date mutually agreed upon between the Town and successful respondent and approval of funding. Please reference the Standard Contract Terms and Conditions for the form of contract and minimum terms and conditions. Any terms or conditions imposed by a respondent must be contained within their response, and must not conflict with the requirements and/or specifications contained within this IFB. 3.3 Substitutions Bids shall be based on using the products as specified and provided in the IFB documents. Where several materials are specified by name for one use, any of those so specified may be supplied. Whenever the specified products are specified exclusively by trade name, by manufacturer’s name, or by catalog reference, only such items shall be provided, unless the Town’s written approval for substitution is secured in accordance with the conditions of the IFB and/or contract. 3.4 Work Schedule, Time Limits, and Notice to Proceed When required by the IFB documents, bidders shall furnish a proposed work schedule, in writing, with their bid. A final work schedule shall be submitted at the time of delivery of the executed contract to the Town, allowing for completion of the contract work prior to the date specified in the IFB documents and final contract. The Town will review the completed documents, proposed schedule, ask for revisions or corrections, if any, and issue a “Notice to Proceed,” indicating the Town’s agreement with the final contract terms and schedule. Work may begin upon receipt of the Notice to Proceed. 3.5 Additional Information or Specifications Please include references from the past year. You must include proof of insurance for Workers Compensation, general liability, and motor vehicle liability. A payment bond is required for at least 100% of the contract. A Anticipated Award August 12, 2021 Contract executed Within 90 days of the due date Prior to Contract Execution Bid Deposit Bid opening 5% Bid Deposit Payment Bond Date of contract 100% Payment Bond Required Performance Bond Date of contract 100% performance bond required Insurance Refer to contract terms Certificate of insurance will need to be provided upon execution of the contract 3 performance bond is required for at least 100% of the contract. All work shall be in accordance with the Division of Capital Asset Management and Maintenance (DCAMM)), the Supplemental Specifications, the Construction Standard Details, and OSHA Requirements, , all as amended, and the Plans, the General Conditions and the Special Provisions. The Plans, the General Conditions and the Special Provisions shall take precedence over the General Requirements of the Standard Specifications. The contractor will carry out the obligations of this contract in full compliance with all of the requirements established by the Commissioner of Labor and Industries pursuant to the provisions of Massachusetts General Laws Chapter 151, Section 1, et seq. (minimum wage law and chapter 149, Sections 26 to 27D inclusive, as amended. See prevailing wage rate pages with request number 20210503-023). 4.0 INFORMATION & INSTRUCTIONS TO BIDDERS 4.1 ISSUING OFFICE This IFB is issued by the Department of Public Works on behalf of the Town of Yarmouth. The contact is: Laura Hayden, DPW Administrative Supervisor 99 Buck Island Road West Yarmouth, MA 02673 lhayden@yarmouth.ma.us This department will follow the requirements of Massachusetts General Laws and the instructions noted below in administering this IFB process, including responding to questions and clarifications resulting from this IFB. 4.2 NOTICE OF PRE-BID CONFERENCE July 21, 2021 at 3:30 P.M. local time. Meeting at Yarmouth Police Station, 340 Higgins Crowell Road, West Yarmouth, MA 02673. Highly recommended to attend this pre-bid conference. 4.3 QUESTIONS AND CLARIFICATIONS Questions requiring clarification shall be submitted in writing via email to the DPW Administrative Supervisor at lhayden@yarmouth.ma.us. Questions must be submitted no later than 5 days prior to the due date of response for this IFB. This affords the Town adequate time to respond with a correction or additional information prior to the deadline for submission of bids. Should it be found necessary, a written addendum will be incorporated into the IFB and will become part of the contract. Those who have received a copy of the IFB will be notified of such changes. 4.4 CHANGES TO THE IFB (Addenda) This solicitation is being conducted in accordance with the provisions of Massachusetts General Laws Chapter 149, and all contracts must be strictly awarded in accordance with the requirements of the Invitation for Bid. The Town has no discretion under the law to consider bids that fail to comply with those requirements, except for minor informalities as permitted by MGL c.30, §39M. If it becomes necessary to revise any part of this IFB, or otherwise provide additional information, an addendum will be issued to all prospective bidders who received copies of the original request. Each Respondent shall acknowledge receipt of any and all addendum issued to the Invitation for Bid by so indicating in their response. Failure to do so may be cause to reject the bid as being unresponsive. Addenda will be emailed; if an email address was not provided, then it will be faxed. If a fax number was not provided, then the addenda will be mailed. Addenda will also be posted to the website. Please check back on the website for addendums before submitting your bid to the Town. Respondents may not be notified 4 individually of Addendums. Failure of a Respondent to receive or acknowledge any addendum shall not release the Respondents from the obligations under their response. 4.5 BID DEPOSITS Five (5) percent (%) Bid Deposit of the total value of the bid is required at the time of Bid Opening. 4.6 RETAINAGE Five (5) percent (%) retainage of the total value of the bid will be withheld. 4.7 RESPONSIVE BID A responsive bid is one that has been properly and timely submitted in a sealed envelope, contains all required attachments, and follows the form of submission outlined below and in Section 5 of this IFB. 4.7.1 Submission Requirements Bids must be submitted by the due date and time and submitted in a sealed envelope as follows: One (1) original bid. The bid must be placed in its own sealed envelope which is marked: “BID ENCLOSED FOR – Police HVAC Construction” Submitted by: (Name of Respondent/Bidder) Bids shall be delivered, or mailed, to the following address: Yarmouth Department of Public Works Laura Hayden, Administrative Supervisor 99 Buck Island Road, West Yarmouth, MA 02673 All bids must be received no later than 2:00 pm, local time, on July 28, 2021 for Sub-Bids and August 4, 2021 for General Bids. Bids, or any parts thereof, received after the time and date stated above will be rejected as non-responsive to the IFB. Delivery of bids to any office or location other than the location specified above will not constitute receipt by the Town. It is the sole responsibility of the Respondent to ensure that bids are received at the proper location, prior to the stated deadline. Respondents should plan accordingly for timely delivery. Faxed or emailed bids will not be accepted. 4.7.2 Bid Specifications  Bids must follow the specifications and requirements outlined in Section 5 of this IFB.  The Respondent should ensure their bid provides the information and/or documentation necessary to satisfy the Minimum Criteria set forth in Section 6 of this IFB.  The Respondent should ensure their bid acknowledges all addenda that have been received and includes all required attachments as indicated in Section 5 of this IFB. 4.8 BID ACCEPTANCE AND REJECTION Notice of the acceptance of the bid will be provided to the successful proposer via a Notice of Award letter from the Town, which shall include the agreed upon contract between the Town of Yarmouth and the Respondent. The Respondent shall deliver the Contract, duly signed, and properly executed, within ten (10) calendar days of receipt of the notice of acceptance. The acceptance of the Bid shall bind the successful bidder to the contract. The rights and obligations provided for in the contract shall become effective and binding upon the parties only upon its formal execution. 5 The Town reserves the right to reject any or all bids, or any part(s) thereof, if in the best interest of either to do so and to amend any contract to the extent permitted by law and as the Town deems to be in their best interest. The Town reserves the right to waive any mistakes or informalities in the bids received and may request supplementary information from any particular bidder if it is determined that the granting of such waiver or the receipt of such additional information would be in the best interest of the Town. Each “Out-of-State” proposer shall furnish with its proposal a certification from the Office of the Secretary of State verifying that it is legally authorized to do business in the Commonwealth of Massachusetts. Any proposal which fails to include any material information or documentation specified in the bid submission requirements is non-responsive and will be rejected. Discrepancies between words and figures will be resolved in favor of written words. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. In the event there are tied best prices from responsive and responsible bidders, the following methods of breaking the tie shall be employed unless otherwise provided for in the bid documents: The names of the tied bidders will be written on a piece of paper and placed in a container. The award shall then be made to the bidder whose slip of paper is drawn from the container. This drawing will be performed with at least one witness, and be performed in the presence of the tied bidders, unless they waive their right to be present. 4.9 INCORPORATION OF BID CONTENT All, or part, of the successful bid submitted shall become incorporated into the final contract documents. 4.10 EXPENSES Expenses for developing bids are entirely the responsibility of the bidder and shall not be chargeable in any manner to the Town. All costs of meeting the requirements of this IFB and any resulting contracts, including those for insurance, professional services, or licensure, shall likewise be the exclusive responsibility of the proposer and not the Town. 4.11 TERM OF VALIDITY OF BIDS All bids shall remain valid for a minimum period of 90 days from the due date, and the Respondent shall specifically reference said provision within their bids. Negligence on the part of the Respondent in preparing the bid confers no rights for the withdrawal of the proposal after it has been opened. 4.12 ACCEPTANCE OF IFB TERMS AND CONDITIONS, BIDDER REPRESENTATIONS Submission of a bid shall be conclusive evidence that the Respondent has examined this IFB and is familiar with the terms of this IFB and all provisions of the contract included with this IFB, and accepts all terms and conditions of both. Upon finding any omissions or discrepancy in this IFB, each Respondent shall notify the Town immediately so that any necessary addenda may be issued. Failure of a Respondent to investigate completely this IFB and/or to be thoroughly familiar with this IFB shall in no way relieve the Respondent from any obligation with regards to their bid. Each Respondent represents they understand the bidding documents, including any reports, test results, drawings, or other documents provided pursuant to this IFB. If required or needed, a site visit was completed in order to become familiar with local conditions under which work will be performed. Drawings and specifications have been compared to the site and bidders have satisfied themselves as to the conditions of delivery and all other matters that may be incidental to the work before submitting their bid. 6 The Respondent’s bid will be incorporated within the Contract. If the Respondent’s bid does not comply with the requirements of this Invitation for Bid, or if an item is not understood in any way, a copy of that section of the IFB must then be included in the Respondent’s bid (and all copies) clearly stating the deviation, additions, or other comments. 4.13 BID MODIFICATIONS AND WITHDRAWALS Bidders may correct, modify, or withdraw the original bids on or before the date and time as stated in the Notice of Invitation for Bid. Corrections or modifications shall be in sealed envelopes, clearly marked to indicate the contents, with the name and address of the bidder. Any late correction or modification to the bid will not be accepted. A bidder who wishes to withdraw a bid must make a request in writing. 4.14 UNEXPECTED CLOSURE OR DELAYS If, at the time of the scheduled bid submission deadline, the designated location for delivery of the bid is closed due to uncontrolled events such as fire, snow, ice, wind, building evacuation, etc., the deadline will be postponed until 2:00 p.m. on the next normal business day (Monday through Friday, excluding Holidays). Bids will be accepted at the same location until that date and time. 4.15 LATE SUBMISSIONS Any bids received after the date and time stated in the “Legal Advertisement” will be deemed “non-responsive” and shall not be considered. 4.16 RULE FOR AWARD Any contract resulting from this IFB shall be awarded to the lowest responsive and responsible bidder offering the lowest Base Bid. Any bids which submit a price that is abnormally low or high, as determined by the Town, may be rejected as not responsible. As used herein, the terms “responsive” and “responsible” shall have the meanings given to such terms in M.G.L. c.149. In evaluating qualifications of bidders, the Town will consider past performance with the Town and outside references. Negative or poor references, or poor performance on past work/projects for the Town, shall constitute a reason to consider the bid non-responsible. 4.17 EXECUTION OF CONTRACT Upon receiving a Notice of Award, the successful bidder will be responsible for executing and signing all contract documents. Any contractor whose bid is accepted will be required to execute the contract within ten (10) days, Saturdays, Sundays, and legal holidays excluded, after the notice that the contract has been awarded to them. 4.18 TAXES Purchases made by the Town are exempt from the payment of Federal excise tax, and the payment of Commonwealth of Massachusetts sales tax, and any such taxes must not be included in the price(s) offered. If requested, the Town will provide the awarded respondent with a copy of the Town’s Certificate of Exemption. 4.19 PERFORMANCE BONDS AND PAYMENT BONDS If required, the successful respondent(s) shall supply the required Performance/Maintenance Bond and Labor/Materials (Payment) Bond, and shall provide the Bonds for each to the Town upon execution of contract documents and/or after receiving a written Notice to Proceed. Every such bond shall have a power of attorney attached thereto, authorizing the Town of Yarmouth to enter judgment thereon in any court in the United States of America, or elsewhere, against the obligors therein named for the amount therein named and shall be conditioned for the honest and faithful compliance with all provisions of the bidder or bidders. 7 4.19.1 Performance Bond Requirements – Required/ applicable for this IFB/contact. The performance bond shall guarantee the satisfactory completion of the project and that the contractor will make good any faults or defects in their work which may develop during the period of said guarantee as a result of improper or defective workmanship, material or apparatus. The full performance bond shall remain in effect until final payment is received by the awarded respondent(s). 4.19.2 Payment Bond Requirements – Required/applicable for this IFB/contract, if you are using a sub- contractor. The payment bond shall guarantee that the contractor shall pay in full all persons, firms, or corporations who furnish labor or material, or both labor and materials, for or on account of the work included herein. Payment bonds will be in effect until such time as the contractor furnishes proof that payment in full has been made for all materials used on the contract work. The bonds shall be paid for by the contractor. The Town of Yarmouth shall have the right to demand proof that parties signing the bonds are duly authorized to do so. 4.20 INSURANCE Insurance coverages and limits are included as part of the Town of Yarmouth Contract terms and conditions. Review all contract documents in the Exhibits to this IFB to ensure compliance with these requirements. 4.21 LICENSES AND PERMITS The proposer is responsible for attaining and holding in good standing all relevant permits, licenses, and certificates associated with the completion of these services, as applicable. Evidence of these requirements is to be made part of the bid. If a permit is not currently held, or the application process is pending, the bidder should indicate such. The Town of Yarmouth reserves the sole right to decide if the Contract may be awarded to the successful bidder despite the failure to produce the actual permits, or copies thereof. Licenses and permits must be held in force throughout the terms of the services, as contracted. See Section 6 for additional information. 4.22 INDEMNIFICATION The Contractor shall indemnify, defend, and save harmless the Town, all of the Town officers, agents and employees from and against all suits and claims of liability of every name and nature, including attorney’s fees and costs of defending any action or claim, for or on account of any claim, loss, liability or injuries to persons or damage to property of the Town or any person, firm, corporation or association arising out of or resulting from any act, omission, or negligence of the Respondent, subcontractors and their agents or employees in the performance of the work covered by this Contract and/or their failure to comply with terms and conditions of this Contract . The foregoing provisions shall not be deemed to be released, waived, or modified in any respect by reason of any surety or insurance provided by the Respondent under contract with the Town. 4.23 PROHIBITIONS Bidders are prohibited from communicating directly with any employee of the procuring department regarding this IFB, except as specified in this IFB, and no other individual Town employee or representative is authorized to provide any information, or respond to any question or inquiry, concerning this IFB. Bidders may contact the contact person using the contact information provided in Section 2 in the event that this IFB is incomplete or the information is missing. 4.24 PUBLIC RECORDS LAW All quotes and information submitted in response to this IFB are subject to the Massachusetts Public Records Law, MGL c.66, §10, and to c.4, §7, Subsection 26. Any statements in submitted responses that are inconsistent with these statutes shall be disregarded. 8 5.0 FORM OF SUBMISSION Follow the instructions below for the format to be used in responding to this IFB. Submission of these bids should follow the requirements outlined in Section 4 of this IFB. 5.1 SUBMISSION REQUIREMENTS All bids should be submitted on the Bid Response Form included and signed by an individual authorized to negotiate for and contractually bind the Respondent. All prices must be reflective of all costs for delivery or surcharges (i.e. fuel or vehicle surcharges). Price adjustments will not be allowed. Prices should reflect all government and industry standards; warranty requirements; quality requirements; and delivery requirements as indicated in the IFB documents. In addition to the Bid Response Form, the following items included in the Attachments Section of this IFB must be submitted with your bid: 1. Certifications – Complete and sign the Combined Certification Form included. 2. Bid Form- Compete and sign bid form included BF 3. Unit Bid Form- Complete Unit Bid Form and submit with general bid. 4. Addenda – Complete and sign the Addenda Acknowledgment Form included on bid form. 5. References – Use the Reference Form included to provide a list of all clients where you have been engaged to perform similar engagements since January 1, 2018, including name, contact information, and type of engagement. 6. Certificate of Eligibility-Issued by DCAMM. M.G.L. C 149 § 44D. To obtain a Certificate of Eligibility, and Update Statement, a contractor must submit a standard form application to DCAMM containing information regarding the contractor’s qualifications, past performance, financial condition, bonding capacity and other relevant issues. 7. Other Attachments - Please ensure all other IFB attachments including but not limited to Bid Bond, Certificate of Payment of Taxes, Non-Collusion Affidavit, Certificate of Authority, and Certificate of Good Faith, are properly executed and included in your response, as necessary, per the IFB instructions. 6.0 MINIMUM CRITERIA Respondent’s submitting a bid for this IFB must satisfy all of the Minimum Criteria listed below. Respondents should ensure that bids clearly identify meeting these criteria so that it is easily noted and determined to be met by the evaluator(s). Bids that do not demonstrate compliance with the Minimum Criteria will be considered non-responsive and will not be further considered. 1. The Respondent must be from an established business, corporation, partnership, firm, or individuals who normally furnish such services as part of their principal business for which it is formed, which has been in business for a minimum of five (5) years. 2. The Respondent (individual or company) must have a minimum of five (5) years’ experience in providing similar services to a municipality or equivalent. 3. The Respondent (individual or company) must have completed at least three (3) similar engagements (or engagements containing similar elements of the Scope of Work) for other municipalities or similar businesses. 4. All persons assigned to this engagement must each have three (3) years’ experience providing similar services to which they are assigned in this engagement. 5. The Respondent must be certified by DCAMM. TOWN OF YARMOUTH, MASSACHUSETTS – STANDARD CONTRACT FORM V e r s i o n M a y , 2 0 1 9 P a g e 1 | 4 This form is used as the default contract for Town of Yarmouth departments when another form is not otherwise prescribed. Additional non- conflicting terms may be added by Attachment. Contractors may not require any additional agreements, engagement letters, contract forms or other additional terms as part of this Contract without prior approval from the Town. The Town of Yarmouth Standard Terms & Conditions are incorporated into this Contract by reference. CONTRACT NAME: HVAC Police Station CONTRACT NUMBER: This Contract is entered into on, or as of this date by and between the Town of Yarmouth and the Contractor, as indicated below: Town of Yarmouth, Massachusetts Contractor Name & Address Business Address for Notice Town Administrator BUSINESS NAME 1146 Route 28 ADDRESS South Yarmouth, MA 02664 CITY, STATE, ZIP ADDL. Contract Manager Contact Person NAME Jeff Colby NAME DEPT. Public Works ADDRESS 99 Buck Island Road ADDRESS CITY, STATE, ZIP West Yarmouth, MA 02673 CITY, STATE, ZIP PHONE 508-398-2231 ext. 1250 PHONE EMAIL jcolby@yarmouth.ma.us EMAIL 1. Contract for the procurement of the following The Services for Engineering/Design for the HVAC replacement repair at the Yarmouth Police Station: The following documents are incorporated into this contract:  Request for Qualifications: HVAC Police Station  Respondents’ response (proposal) dated TBD, 2021  Respondents’ scope of services and proposed fee dated TBD, 2021 2. The Contract price: $TBD 3. Payment terms and conditions 3.1. Fees and Reimbursable Costs combined shall not exceed $TBD as more fully set forth in the Contractor Documents. 3.2. There shall be no further costs, fees or reimbursable charges due the Contractor under this Contract unless said fees and/or costs are so set forth in writing. The Town will not pay any surcharge or premium on top of the direct out of pocket expenses, if any. All payments for reimbursement of costs must follow current Town policies and documentation standards. 3.3. Final payment including any unpaid balance of the Contractor’s compensation shall be due and payable when the Project/Goods/Services is/are delivered to the Town when the project is completed and the services are complete and/or the goods are delivered and accepted. 3.4. Payments will be made by electronic methods either by credit card or ACH / direct bank deposit to the Contractor’s account. The Contractor must provide a completed and signed ACH / direct deposit TOWN OF YARMOUTH, MASSACHUSETTS – STANDARD CONTRACT FORM V e r s i o n M a y , 2 0 1 9 P a g e 2 | 4 form. The Contractor must provide the Town an updated form if the bank account used for the deposit is changed during the term of this Contract. 3.5. If any portion of the contract price is to be paid by a private citizen(s) no work shall be performed until a sum has been deposited with the Town Treasurer, upon an estimate made by the board, committee or officer having charge of the work, sufficient to cover the payment for the portion of the said work chargeable to the private citizen(s). 4. Security (Surety is not required for contracts for most purchases of goods and most services. Surety in the form of a 100% performance bond; 100% payment bond and 5% bid surety is ALWAYS required for construction contracts.) The following are the security requirements applicable to this Contract: N/A 5. Term of Contract and Time for Performance This Contract shall be fully performed by the Contractor in accordance with the provisions of the Contract Documents on or before June 30, 2021, unless extended, in writing, at the sole discretion of the Town, and not subject to assent by the Contractor, and subject to the availability and appropriation of funds as certified by the Town Accountant. Time is of the essences for the completion of the Contract. 6. Contactor’s Personnel The Contractor shall utilize only its employees and shall not utilize any third-party contractors without prior written approval of the Town. 7. Insurance 7.1 Workers Compensation Insurance The Contractor shall provide by insurance for the payment of compensation and the furnishing of other benefits under Chapter 152 of the General Laws of Massachusetts (The Worker’s Compensation Act) to all employees of the Contractor who are subject to the provisions of Chapter 152 of the General Laws of Massachusetts. Failure to provide and continue in force such insurance during the period of this Contract shall be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this Article. The Contractor shall furnish to the Town a certificate evidencing such insurance prior to the execution of this Contract before the same shall be binding on the parties thereto, except if specifically waived by the Town. 7.2 Professional Liability Insurance Minimum liability coverage of $1 million per claim and $3 million in the aggregate. If applicable, the Contractor shall have Professional Liability Insurance with a minimum of the listed amounts. Failure to provide and continue in force such insurance during the period of this Contract shall be deemed a material breach of this Contract, shall operate as an immediate termination thereof, and Contractor shall indemnify the Town for all losses, claims, and actions resulting from the failure to provide the insurance required by this article. TOWN OF YARMOUTH, MASSACHUSETTS – STANDARD CONTRACT FORM V e r s i o n M a y , 2 0 1 9 P a g e 3 | 4 7.3 Other Insurance Requirements (a) Comprehensive commercial general liability insurance with limits of at least $1 Million per occurrence and $3 Million annual aggregate for property damage and $1 Million per person and $3 Million per occurrence for bodily injury, which shall include the Town of Yarmouth as an additional insured, and which shall cover bodily injury, sickness or disease, or death of any person including employees and those persons other than the Contractor’s employees, and claims insured by usual personal liability coverage, death, or property damage arising out of the Work including injury or destruction of tangible property, including loss of use resulting therefrom. (b) Motor vehicle insurance for any motor vehicles used in performing the Work, with limits of at least $500,000 per person, and $1 Million per accident. (c )The intent of the Specifications regarding insurance is to specify minimum coverage and minimum limits of liability acceptable under the Contract. However, it shall be the Contractor’s responsibility to purchase and maintain insurance of such character and in such amounts as will adequately protect it and the Town from and against all claims, damages, losses and expenses resulting from exposure to any casualty liability in the performance of the work, including and not limited to Professional liability insurance where applicable. (d) All policies shall identify the Town as an additional insured (except Workers' Compensation and Professional Liability). The Contractor shall notify the Town immediately upon the cancellation or amendment to any policy. Renewal Certificates shall be filed with the Town at least ten (10) days prior to the expiration of the required policies. Certificates evidencing all such coverage shall be provided to the Town upon the execution of this Agreement, and upon the renewal of any such coverage. Each such certificate shall specifically refer to this Contract and shall state that such insurance is as required by this Contract. Failure to provide the notices required in this Section or to continue in force such insurance shall be deemed a material breach of this Contract and shall be grounds for immediate termination. Said insurance shall include: Workers Compensation/Employers' Liability Insurance, Business Automobile Liability Insurance, and Commercial General Liability Insurance (CGL). The CGL policy shall include coverage for liability arising from premises, operations, independent Contractors, personal injury, contractual liability. All Certificates of Insurance shall be on the “MIIA” or “ACORD” Certificate of Insurance form, shall contain true transcripts from the policies, authenticated by the proper officer of the Insurer, evidencing in particular those insured, the extent of coverage, the location and operations to which the insurance applies, the expiration date and the above-mentioned notice clauses. All insurance shall be written on an occurrence basis. Coverage’s shall be maintained without interruption from date of the Contract until date of final payment and termination of any coverage required to be maintained after payment. (e) The Contractor shall obtain and maintain during the term of this Contract the insurance coverage in companies licensed to do business in the Commonwealth of Massachusetts and acceptable to the Town. 8. Town of Yarmouth Standard Terms & Conditions Are part of this Contract and are incorporated into this Contract by reference. TOWN OF YARMOUTH, MASSACHUSETTS – STANDARD CONTRACT FORM V e r s i o n M a y , 2 0 1 9 P a g e 4 | 4 In witness whereof the parties have hereto set forth their hands and executed this as an instrument under seal as of the dates indicated below. FOR INTERNAL USE ONLY Appropriation Account(s) 10001925-582000-S2118 Purchase Order # Contract # 653 Contract Documents Contract Documents Received (Y) Yes, (N) No, N/A Combined Certification Form (Not Public Construction) Combined Certification Form (Public Construction) Contractor W9 Form EFT Authorization Form Insurance Certificate ADDITIONAL INFORMATION FOR THE TOWN OF YARMOUTH FOR THE CONTRACTOR Acknowledged: Department/Division Head Date Name of Company Approved as to Procurement: Chief Procurement Officer Date Authorized Signature Date Approved as to Availability of Funds: Town Accountant Date Print Name & Title Contract Approval: Town Administrator Date HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR SUB-BID - 1 FORM FOR SUB-BID (To all general Bidders, except those excluded) 1.1 PREPARATION OF SUB-BIDS A. Work of the Sub-Contractor: Item 1: The work of the sub-contractor shall furnish all labor and materials required for completing, in accordance with the hereinafter described Plans, Specifications and Addenda, all work specified in Section 26 00 00 - Electrical other than that of Item 2 TRADE: ________________________________________________________________ of the Specifications and in any plans specified in such SECTION, prepared by BLW Engineers, Inc., 311 Great Road, P.O. Box 1551, Littleton, Massachusetts, 01460, for the HVAC REPLACEMENT AT YARMOUTH POLICE STATION, Yarmouth, Massachusetts, for the Contract Sum of ________________________________________________________Dollars (In Words) $_________________________ (In Numbers) B. Add Alternatives: Item 2: The Sub-bidder agrees to complete all work and comply with all requirements as described in Bid Documents, Drawings and Specifications for Add Alternate work. For Alternate No. 1: GAS FIRED BOILER #3 Add $__________________ (In Numbers) _______________________________________________________Dollars (In Words) For Alternate No. 2: LIGHT FIXTURES Add $__________________ (In Numbers) _______________________________________________________Dollars (In Words) For Alternate No.3: LIGHTING CONTROLS Add $__________________ (In Numbers) _______________________________________________________Dollars (In Words) C. The Sub-Bid includes Addenda numbered . HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR SUB-BID - 2 D. This Sub-Bid: May be used by any General Bidder, except May be used only by the following General Bidders [To exclude General Bidders, insert “X” in one box only, and fill in the blank following that box. Do not answer C if no General Bidders are excluded.] E. The undersigned agrees that, if he is selected as the Sub-Bidder, he will within five (5) days, Saturdays, Sundays, and legal holidays excluded, after presentation of a Sub- Contract by the General Contractor, execute with such General Bidder a Sub-Contract in accordance with the terms of his sub-bid and contingent upon the execution of the General Contract and, if requested so to do in the General Bid by such General Bidder, who shall pay the premiums therefore, furnish a performance bond, also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority and each in the sum of the Contract Price. Performance and labor and materials payment bonds shall be T-Listed; Surety company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. F. The names of all persons, firms and corporations furnishing to the undersigned labor or labor and materials for class or classes, or part thereof, of work for which the provisions of the specifications for this sub-trade require a listing in this paragraph, (including the undersigned if customarily furnished by persons on his own payroll and in the absence of a contrary provision in the specifications), the name of each sub class of work, or part thereof, and the bid price for ache such class of work or part thereof are: Name: Class of Work: Bid Price: __ _______________________________________________________________________ _______________________________________________________________________ G. The undersigned further agrees to be bound to the General Contractor by the terms of the hereinbefore described plans, specifications, including all general conditions stated therein, and addenda, and to assume toward him all the obligations and responsibilities that he, by those documents, assumes toward the Awarding Authority. HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR SUB-BID - 3 H. The undersigned offers the following information as evidence for his qualifications to perform the work as bid upon according to all requirements of the plans and specifications: 1. Have been in business under the present business name ____________ years. 2. Ever failed to complete any work awarded? ______________. 3. List one or more recent buildings with names of General Contractor and Architect on which you served as Sub-Contractor for work of similar character as required for the above-named building: GENERAL AMOUNT OF BUILDING ARCHITECT CONTR. CONTACT CONTRACT (1) $ (2) $ (3) $ 4. Bank Reference Contact Info: I. The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work and that he will comply fully with all laws and regulations applicable to awards of subcontract subject to Section 44A. J. The undersigned hereby certifies, under the penalties of perjury that this sub-bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection, the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. K. The undersigned further certifies under penalties of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. DATE: , 2021 Name of Sub-Bidder By: HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR SUB-BID - 4 Business Address City and State Telephone: Facsimile: END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 1 FORM FOR GENERAL BID To the Awarding Authority: 1.1 The undersigned proposes to furnish all labor and materials required for the HVAC RRPLACEMENT AT YARMOUTH POLICE STATION, Yarmouth, Massachusetts, in accordance with the accompanying Contract Documents, Drawings, and Specifications, prepared by BLW Engineers, Inc., P.O. Box 1551 - 311 Great Road, Littleton, MA 01460, for the contract prices specified below, subject to additions and deductions according to the terms of the Bid Documents, Drawings and Specifications. A. The Bid includes Addenda numbered . 1.2 Work of the General Contractor Item 1: The Work of the General Contractor, being all work other than that covered by Item 2 (NOT INCLUDING ALTERNATES) is: $_________________________ (In Numbers) ________________________________________________________Dollars (In Words) 1.3 Work of the Filed Sub-bid Contractors Item 2: The work of the Filed Sub-Bids indicated by class of work and name of Filed Sub- Bidder: SUBTRADE NAME OF SUB BIDDER AMOUNT BONDS REQUIRED; INDICATE “YES” or “NO” Electrical $ TOTAL OF ITEM 2 $ The undersigned agrees that each of the above-named sub-bidders will be used for the work indicated at the amount stated, unless a substitution is made. The undersigned further agrees to pay the premium for the performance and payment bonds furnished by sub-bidders as requested herein and that all of the cost of all such premiums is included in the amount set forth. 1.4 The Proposed Total Contract Price (Item 1 + Item 2) is: ______________________________________________________________Dollars (In Words) $_________________________ (In Numbers) THIS SECTION SHALL BE COMPLETED BY ALL BIDDERS HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 2 ITEM 3: The bidder agrees to complete all work and comply with all requirements as described in the Bid Documents, Drawings and Specifications for Add Alternate work including Add Alternate Prices of Filed Sub-Bidders: ADD Alternates: For Alternate No. 1: GAS FIRED BOILER #3 $_________________________ (In Numbers) ________________________________________________________Dollars (In Words) For Alternate No. 2: LIGHT FIXTURES $_________________________ (In Numbers) ________________________________________________________Dollars (In Words) For Alternate No. 3: LIGHTING CONTROLS $_________________________ (In Numbers) ________________________________________________________Dollars (In Words) 1.5 BIDDER accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. BIDDER promises and agrees that this Bid will remain subject to acceptance for thirty days after the day of Bid opening. 1.6 In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: A. BIDDER has examined copies of all the Bidding Documents. B. BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the work. C. BIDDER has studied carefully all reports and drawings of physical conditions included with these specifications, and accepts that all measurements and technical data included herein is ENGINEER’S estimates and BIDDER has made such investigations of his own as necessary and has based his bid on those investigations. D. BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies (in addition to or which pertain to the physical conditions at the site or otherwise may affect the cost, progress, performance or furnishing of the Work) as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports, or similar information or data are or will be required by BIDDER for such purposes. HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 3 E. BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. F. BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. G. This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham bid; BIDDER has not solicited or induced any person, firm or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other bidder or over OWNER. 1.7 BIDDER agrees that the work shall be completed in the specified number of working days from the date of the Notice to Proceed. 1.8 The terms used in this Bid which are defined in the General Conditions of the Construction Contract (AIA Document A201) included as part of the Contract Documents have the meanings assigned to them in the General Conditions. 1.9 The undersigned agrees that, if he is selected as General Contractor, he will within five (5) days, Saturdays, Sundays, and legal holidays excluded, after presentation thereof by the Awarding Authority, execute a Contract in accordance with the terms of his general bid and furnish a performance bond, also a labor and materials or payment bond, each of a surety company qualified to do business under the laws of the Commonwealth and satisfactory to the Awarding Authority and each in the sum of one hundred percent (100%) of the Contract Price, the premiums for which are to be paid by the General Contractor and are included in the Contract Price. Performance and labor and materials payment bonds shall be T-Listed: Surety company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. 1.10 The undersigned hereby certifies that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed on the work and that he will comply fully with all laws and regulations applicable to awards made subject to Section 44A of Chapter 149 of the General Laws. 1.11 The undersigned further certifies under penalties of perjury that the said undersigned is not presently debarred from doing public construction work in the Commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. 1.12 The undersigned hereby certifies, under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection, the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. 1.13 List References for Similar Projects: HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 4 1.____________________________________________________________________________ 2.____________________________________________________________________________ 3.____________________________________________________________________________ 4.____________________________________________________________________________ 5.____________________________________________________________________________ THIS BID IS SUBMITTED ON the 2021 (month) (day) ____________________________________________ Print Name of General Bidder By__________________________________________ Name of Person Signing Bid and Title ____________________________________________ Business Address SSN or Federal Identification Number: __________________ ____________________________________________ City, State and Zip Code Telephone:___________________________________ FAX:_______________________________________ Note: If the Bidder is a corporation, indicate state of incorporation; if a partnership, give full name and addresses of all partners; and if an individual, provide residential address if different from business address. Use the following spaces: If a Corporation: Incorporated in what state: _______________________________________________________________ President: ____________________________________________________________________________ Treasurer: ____________________________________________________________________________ Secretary: ____________________________________________________________________________ If a foreign corporation (incorporated or organized under laws other than laws of the Commonwealth of Massachusetts), is the corporation registered with the Secretary of State of Massachusetts? Yes______ No ______. HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 5 If the bidder is selected for the work referred to above, it is required under MGL c 30 39L to furnish to the awarding authority a certificate to the Secretary of State stating that the corporation has complied with MGL c 181 3, 5 and the date of such compliance. If a Partnership: (name all partners) Name of Partner: ____________________________________________________________ Residence: _________________________________________________________________ Name of Partner: ____________________________________________________________ Residence: _________________________________________________________________ If an Individual: _____________________________________________________________ Name: _____________________________________________________________________ Residence: _________________________________________________________________ If an Individual doing business under a firm name: Name: _____________________________________________________________________ Name of Individual: _________________________________________________________ Business Address: ___________________________________________________________ Residence: _________________________________________________________________ Other form of business organization: __________________________________________________________________________ __________________________________________________________________________ __________________________________________________________________________ The bidder will give below the name and address of the Surety Company who will sign the bonds. Surety Company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. __________________________________________________________________________ Bid Bond (or equivalent) attached (See Invitation to Bid) HVAC Replacement Police Station Yarmouth, Massachusetts FORM FOR GENERAL BID - 6 END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts UNIT PRICE FORM - 1 UNIT PRICE FORM 1.01 The following unit prices will be used to add to or deduct from the Contract Sum for the items listed below. These unit prices are submitted in accordance with paragraph 1.01 of SECTION 01 40 10, UNIT PRICES: 1.02 Unit Prices: A. UP-1: Removal, Storage and Reinstallation of Existing Acoustical Ceiling Tile & Grid: Estimated Unit Unit Price Total Amount Section Unit Quantity Measure Dollars/Cents Dollars/Cents 23 00 00 AT1 8,000 Square Feet $__________ $__________ 23 00 00 AT2 1,250 Square Feet $__________ $__________ 23 00 00 AT3 575 Square Feet $__________ $__________ 23 00 00 AT4 300 Square Feet $__________ $__________ B. UP-2: New Acoustical Ceiling Tile and/or Grid to Replace Damaged Existing Ceiling Tile and/or Grid including disposal of damaged ceiling tiles and/or Grid: Estimated Unit Unit Price Total Amount Section Unit Quantity Measure Dollars/Cents Dollars/Cents 23 00 00 AT1 320 Square Feet $__________ $__________ 23 00 00 AT2 52 Square Feet $__________ $__________ 23 00 00 AT3 24 Square Feet $__________ $__________ 23 00 00 AT4 12 Square Feet $__________ $__________ C. UP-1: Removal and Replacement of Existing Gypsum Board Ceilings including Painting new and existing adjacent ceiling: 23 00 00 ARGB 1946 Square Feet $__________ $__________ 23 00 00 GB 1573 Square Feet $__________ $__________ 23 00 00 GB1 73 Square Feet $__________ $__________ HVAC Replacement Police Station Yarmouth, Massachusetts UNIT PRICE FORM - 1 23 00 00 GB2 124 Square Feet $__________ $__________ 23 00 00 MRGB 33 Square Feet $__________ $__________ Total (UP-1, UP-2 & UP-3) $__________ D. The total amount above, total (UP-1, UP-2 & UP-3), and shall be included in the amount of on the Form for General Bid. 1.03 The unit prices quoted herein shall include actual labor time at the site including bonds, insurances, overhead, profit, travel time to and from the site, transportation costs, equipment, staging and other materials required for the emergency labor. 1.04 Any unit price proposal that contains a unit price which is unduly high or low may be rejected as unbalanced; the Awarding Authority may reject the general bid of which it is part. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts BIDDER’S REFERENCE FORM - 1 BIDDER’S REFERENCE FORM Bidders Name ____________________________ Phone: (__)___________________________________ Project Title: _____________________________ Email: _______________________________________ The bidder must provide five (5) business references for projects performed & completed within the past five (5) years. Attach additional pages if necessary. (1) Reference Name: _______________________ Phone: (__)____________________________ Address: _____________________________________ Email: _________________________________ Description and date(s) of work: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ (2) Reference Name: _______________________ Phone: (__)____________________________ Address: _____________________________________ Email: _________________________________ Description and date(s) of work: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ (3) Reference Name: _______________________ Phone: (__)____________________________ Address: _____________________________________ Email: _________________________________ Description and date(s) of work: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ (4) Reference Name: _______________________ Phone: (__)____________________________ Address: _____________________________________ Email: _________________________________ Description and date(s) of work: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ (5) Reference Name: _______________________ Phone: (__)____________________________ Address: _____________________________________ Email: _________________________________ Description and date(s) of work: ___________________________________________________________ _____________________________________________________________________________________ _____________________________________________________________________________________ References will be contacted to confirm the bidder's skills, abilities and qualifications to faithfully perform the work as specified. The Awarding Authority reserves the right to contact references not listed above. The Bidder will be given the opportunity to explain any unfavorable references received from such outreach. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 1 SPECIAL CONDITIONS 1.01 The CONTRACTOR shall provide all plant, labor, materials, tools and equipment and shall perform all work and operations as required for HVAC REPLACEMENT AT YARMOUTH POLICE STATION, 340 HIGGENS CROWELL ROAD, YARMOUTH, MA in accordance with the specifications, drawing and the terms and conditions of the bid documents and contract document which are included herein. 1.02 SPECIAL CONDITIONS A. Definitions: Wherever used in any of the Contract documents, the following meaning shall be given to the terms herein defined: 1. Project Area: Shall mean the Yarmouth Police Station, 340 Higgens Crowell Road, Yarmouth, Ma 2. Awarding Authority: The Town of Yarmouth, acting by and through, it’s Building Department, or his designee, who is responsible for the administration of the contract. B. Communications: 1. All notices, requests, instructions, approvals and proposals relating to the contract shall be in written form, addressed to: Town of Yarmouth, Attn: Laura Hayden, Town Office Building, 1146 Route 28, Yarmouth, MA 02664. See Contract Clauses for instructions regarding claims, disputes and change orders. C. Responsibilities of CONTRACTOR 1. The CONTRACTOR shall provide, at its expense, all materials, labor, tools, equipment, water, light, heat, power, transportation, superintendence, temporary construction of every nature, charges, levies, permits, fees and all other expenses incurred and all other services and facilities of every nature whatsoever necessary for his performance of the contract within the specified time. D. Existing Conditions/Site Inspection 1. Prior to submitting a bid, the CONTRACTOR shall make a thorough examination of the conditions at the site and shall check requirements of the Specifications. 2. No claim for extra compensation or extension of time will be allowed on account of the CONTRACTOR’S failure to properly estimate the quantities, locations and measurements of all items required to complete the work. The Contractor shall take field measurements. 3. Report any discrepancies to the AWARDING AUTHORITY and request their interpretation. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 2 4. Ensure that utilities serving the building remain in service at all times. 5. Coordinate all work with the Project Engineer and the designated Awarding Authority’s representative. 6. During construction notify the occupant, the designated Awarding Authority’s representative and the Project Engineer when access to an area or areas of the building will be restricted due to construction activities. A minimum 24-hour notification is required. E. Adverse Weather 1. The CONTRACTOR shall take all preparations for adverse weather conditions which may affect access to or work at the project site, including but not limited to, rain, water, wind, severe storm conditions and shall take all precautions to maintain the integrity and safety of the work site. 2. No claims for compensation shall be made to the AWARDING AUTHORITY for additional project costs incurred by the CONTRACTOR due to adverse weather conditions. F. Sanitary Facilities 1. Contractor employees will be allowed access to sanitary facilities at the site. The occupant will designate the location of the facilities to be used. G. Use of Premises 1. The CONTRACTOR shall confine its equipment, storage of materials, demolition and site operations to the area in the immediate vicinity of the work site, or as may be directed by the AWARDING AUTHORITY. 2. The CONTRACTOR shall comply with all reasonable instructions of the Town and the ordinances and codes of the AWARDING AUTHORITY and the Massachusetts State Building Code, Latest Edition, regarding installation of materials, means and methods of construction. H. Permits and Codes 1. All operations shall be completed in accordance with Massachusetts General Laws, Ordinances and Codes of the Town of Yarmouth and the Massachusetts State Building Code, latest edition. All disconnections and demolition shall comply with all applicable ordinances and codes including all written waivers. Extensions for the time of completion as established in the Contract shall not be granted due to the CONTRACTOR’S failure to obtain permits or give notices as required, prior to the commencement of work. 2. The CONTRACTOR shall obtain all permits required to perform the work as required by the Building Department. There shall be no fee for the building permit; however, the following fees apply; HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 3 a. Wiring: $500.00 b. Plumbing: $500.00 c. Gas: $500.00 1.03 FACILITY IN USE A. The facility will be in use by the Awarding Authority for the duration of the contract. The Contractor shall coordinate all deliveries, work, and shipments so as the routine operation of the facility shall suffer the least disruption for the shortest time, as well as extend full cooperation to the Awarding Authority in all matters involving the use of facilities. At no time shall the Contractor cause or allow to be caused conditions which may cause risk or hazard to occupants of the building outside the work area or conditions that might impair safe use of the facility. B. The Contractor shall prearrange with the Awarding Authority as to when services can be shut down and the length of shutdown periods. C. The use of the facility's electricity, water, or like utilities by the Contractor shall be thoroughly coordinated with the Awarding Authority. 1.04 CONTINUOUS WORK A. The Contractor, without regard to contract time allowed, shall carry out work on a continuous basis, unless work is ahead of schedule and written notice is given to Awarding Authority at least 24 hours before planned interruption. Awarding Authority reserves the right to assess penalties for failure to perform in said fashion that stem from direct costs to the Awarding Authority associated with this project, such as consultants’ fees, and to charge these against monies due the Contractor for performing the work under this contract. 1.05 NOTIFICATION, PERMITS A. It is the specific responsibility of the Contractor to make, in proper and timely fashion, all necessary notifications to relevant federal, state, and local governing bodies and to obtain and comply with the provisions of all permits or applications required by the work specified, as well as to make all required submittals required under those auspices. The Contractor shall indemnify the Awarding Authority from, and pay for all claims resulting from failure to adhere to these premises. B. Care of Work 1. The CONTRACTOR shall be responsible for all damages to persons or property that occur as a result of his fault or negligence in connection with the prosecution of the work and shall be responsible for the proper care and protection of all work performed until completion and final acceptance, whether or not the same has been covered in whole or in part by payments made by the AWARDING AUTHORITY to the CONTRACTOR. 2. The CONTRACTOR shall safely secure the worksite, to include materials and equipment, every day, including Saturdays, Sundays and holidays. The site shall HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 4 be secured and protected in such a manner that is acceptable to the AWARDING AUTHORITY. 3. The CONTRACTOR shall avoid damaging, the structure or any other property, public or private, (except that which is to be replaced or removed) either on or adjacent to the site. He shall repair, at his own expense and in a manner satisfactory to the AWARDING AUTHORITY, or adjacent property Awarding Authority, any damage thereto caused by his operations. 4. The CONTRACTOR shall shore, brace, underpin, secure, and protect as may be necessary all parts of structures on the project site, or which are adjacent to or in the vicinity of the site, and which may be in any way affected by his operations. Proper barriers shall protect and secure the building. The CONTRACTOR shall indemnify and save harmless the AWARDING AUTHORITY from liability for any injury or damage to said structures and their premises or to persons due to his operations. 5. Throughout the progress of work, do not interfere with use of or access to the buildings or property. 6. Maintain accessibility from street at all times to any fire hydrants within construction area. 7. Maintain operational heat, air conditioning, fire sprinkler system, smoke/co detectors, and elevator for the staff and general public. 8. Provide for safe pedestrian travel adjacent to buildings or property. 9. In an emergency affecting health or safety the CONTRACTOR shall take immediate measures to minimize or reduce the hazard, contact local public safety officials, OSHA (when appropriate) and the AWARDING AUTHORITY. 1.06 COPYRIGHTS AND PATENTS A. The Contractor is responsible to pay all licensing fees, royalties, and other costs necessary for the use of any copyrighted or patented product, design, invention or process in the performance of the job specified in these Contract Specifications. The Contractor shall be solely responsible for costs, damages, or losses resulting from any infringement of these patent rights or copyrights. The Contractor shall hold the Awarding Authority and the Awarding Authority's Representative harmless from any costs, damages, and losses resulting from any infringement of these patent rights or copyrights. If the Contract Specifications request the use of any product, design, invention, or process that requires a licensing fee or royalty fee for use in the performance of the job, the Contractor shall be responsible for the fee or royalty fee and shall disclose the existence of such rights. 1.07 STORAGE A. Limited storage space will be provided by the Awarding Authority inside the facility. Storage areas outside of the building will be coordinated with the Town of Yarmouth. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 5 Contractor will supply any additional temporary storage as needed. All materials and equipment are to be kept in orderly fashion in designated areas, free and clear of halls and doorways, and in conformance with all regulations, codes, and in consideration of building usage. Contractor shall leave waste dumpster in specified location at specified times, and shall secure it at all times. 1.08 WORKING HOURS A. The working hours for this project shall be coordinated with the Awarding Authority. Arrangements for additional hours shall be made with the Building Department/Facilities Department. Delivery and on-site storage of equipment shall be coordinated with Awarding Authority. 1.09 UTILITIES A. Water, electric power, lighting and other utilities, toilets, and other facilities, shall be provided by the Awarding Authority from existing sources where Contractor's use is not excessive and does not interfere with buildings normal use. Where existing utilities of the facility are not adequate or cannot be used, the Contractor is responsible for providing alternative sources, the cost of which is to be included in bid price. The use of the Facility's utilities shall be coordinated through the Awarding Authority. B. Removal of Debris, Cleaning, Etc. 1. All rubbish shall be removed from the building daily and legally disposed of off site by the CONTRACTOR, who shall keep the Project Area and public rights- of-way reasonably clear at all times. The CONTRACTOR will be permitted to locate a dumpster on site, with prior approval of the Awarding Authority. 2. Upon completion of the work, the CONTRACTOR shall remove all temporary construction, equipment, trash and debris of all kinds leaving the entire Project Area in a neat and orderly condition. Disposal of demolition and site debris shall be at a certified facility that accepts construction debris. The name and location of disposal facilities shall be provided to the Project Engineer prior to the issuance of a Demolition permit. C. Notices 1. The CONTRACTOR shall notify the AWARDING AUTHORITY forty-eight (48) hours before the start of construction operations. D. Final Inspection 1. When the work is substantially complete, the CONTRACTOR shall notify the AWARDING AUTHORITY or its representative, in writing, that the work will be ready for final inspection on a definite date, which shall be stated in such notice. The notice shall bear the signed concurrence of the AWARDING AUTHORITY and shall be given at a reasonable time prior to the date stated for final Inspection. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 6 2. If the AWARDING AUTHORITY determines that the work is completed as represented, it will make the arrangements necessary to have final inspection commenced on the date stated in such notice, or as soon thereafter as is practicable. E. Time for Completion 1. The time limits stated in the contract documents are of the essence of the contract. 2. Work shall commence on or about 8/23/2021. 3. Work shall be substantially complete on 3/18/2022. 4. Work under this contract shall be complete no later than 4/1/2022. 5. Unless otherwise authorized by the AWARDING AUTHORITY, all work under this contract must be conducted between the hours of 7:00 A.M. and 5:00 P.M., Monday through Friday. 6. No work shall be done on the Awarding Authority’s observed holidays, Saturdays, or Sundays, other than for emergencies, unless written approval is granted by the AWARDING AUTHORITY. F. Liquidated Damages 1. The work shall be completed on or before said dates. In case the work embraced in this contract shall not have been completed due to the failure of the Contractor to complete the work or any part of the work within the time specified, the AWARDING AUTHORITY shall recover as liquidated damages $500.00 per day for every day beyond the contract completion dates or completion dates as extended in accordance with Article 8.3 of A201-2017. 2. Awarding Authority and Contractor recognize that Awarding Authority will suffer financial loss if the work is not completed on schedule, thus, such liquidated damages for delay reflect an agreed upon approximation of loss suffered by Awarding Authority because of such delay and do not constitute a penalty. G. Site Work 1. Prior to the start of any demolition work, the CONTRACTOR shall obtain all permits and give all notifications as required by the specifications and terms and conditions of the contract. 2. The CONTRACTOR shall meet with the AWARDING AUTHORITY, or his representative, for the proper interpretation of these specifications. H. Guarantee HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS - 7 1. All materials and workmanship shall be guaranteed by the contractor and each product manufacturer for a period of one (1) year from the date of final completion and acceptance by the Awarding Authority. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts PERFORMANCE BOND 1.01 The “Performance Bond”, the American Institute of Architects, Document No. A-312, current edition, is hereby made a part of these Contract Documents. The bond is binding upon the Owner and Contractor as if written out in full in these Contract Documents. 1.02 The Performance Bond shall be in the amount of one hundred percent (100%) of the Contract price for faithful performance of this Contract. 1.03 The Performance Bond shall be T-Listed; Surety company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. 1.04 The cost of the Performance Bond shall be included in the Contract bid amount. END OF SECTION PERFORMANCE BOND FORM - 1 HVAC Replacement Police Station Yarmouth, Massachusetts LABOR AND MATERIALS PAYMENT BOND 1.01 The “Labor and Materials Payment Bond” the American Institute of Architects Document No. A- 312, current edition, is hereby made a part of these Contract Documents. The bond is binding upon the Owner and Contractor as if written out in full in these Contract Documents. 1.02 The Payment Bond shall be in the amount of one hundred percent (100%) of the Contract Price for payments of all labor and materials required for use in the performance of this Contract. 1.03 The Payment Bond shall be T-Listed; Surety company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. 1.04 The cost of the Payment Bond shall be included in the Contract bid amount. END OF SECTION LABOR AND MATERIALS PAYMENT BOND FORM - 1 HVAC Replacement Police Station Yarmouth, Massachusetts BID BOND 1.01 The “Bid Bond”, the American Institute of Architects, Document No. A310, current edition, is hereby made a part of these Contract Documents. The bond is binding upon the Owner and Contractor as if written out in full in these Contract Documents. 1.02 The Bid Bond shall be in the amount of five percent (5%) of the total bid amount. 1.03 The Bid Bond shall be T-Listed; Surety company(ies) shall be listed in the U.S. Treasury Department Circular 570, most recent edition, as amended. 1.04 The cost of the Bid Bond shall be included in the Contract bid amount. END OF SECTION BID BOND FORM - 1 CERTIFICATIONS REQUIRED BY LAW FOR PUBLIC CONSTRUCTION CONTRACTS You must COMPLETE and SIGN the following certifications. You must also print, at the bottom of this page, the name of the contractor for whom these certifications are submitted. TAX COMPLIANCE Pursuant to Chapter 62C of the Massachusetts General Laws, Section 49A(b), I, the undersigned, authorized signatory for the below named contractor, do hereby certify under the pains and penalties of perjury that said contractor has complied with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. NON-COLLUSION The undersigned certifies under the penalties of perjury that this bid is in all respects bona fide, fair and made without collusion or fraud with any other person. As used in this subsection the word "person'' shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. PUBLIC CONTRACTOR DEBARMENT The undersigned certifies under penalty of perjury that the below named contractor is not presently debarred from doing public construction work in the commonwealth under the provisions of section twenty-nine F of chapter twenty-nine, or any other applicable debarment provisions of any other chapter of the General Laws or any rule or regulation promulgated thereunder. OSHA TRAINING Pursuant to G.L. c. 30, §39S, the Contractor hereby certifies under penalties of perjury as follows: (1) Contractor is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) All employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and they shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) All employees to be employed in the work subject to this contract have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. REGISTRATION WITH THE MASSACHUSETTS SECRETARY OF STATE If the undersigned is a Foreign Corporation (located outside of Massachusetts), I hereby certify that I comply with the provisions of Massachusetts General Laws, Chapter 30, Section 39L and Chapter 156D as they relate to Foreign Corporations and am registered and in good standing with the Massachusetts Secretary of State. COMPLETE AND SIGN BELOW: ________________________________________________ ______________________ Authorized Person’s Signature Date ____________________________________________ Print Name & Title of Signatory ________________________________________________ Name of Contractor HVAC Replacement Police Station Yarmouth, Massachusetts CERTIFICATION OF PAYMENT OF STATE TAXES - 1 CERTIFICATION OF PAYMENT OF TAXES Legislation enacted by the Commonwealth of Massachusetts effective July 1, 1983, requires that the attestation below is signed: Pursuant to M.G.L. Ch 62C, Section 49A, I certify under the penalties of perjury that I, to the best of my knowledge and belief, have filed all state tax returns and paid all state taxes required under law. If an Individual: Social Security Number If a Corporation: Federal Tax ID Number Signature Title Subscribed and sworn to before me, this day of , 2021. My Commission Expires: HVAC Replacement Police Station Yarmouth, Massachusetts NON-COLLUSION AFFIDAVIT - 1 NON-COLLUSION AFFIDAVIT State of: County of: Being first duly sworn deposes and says that: A. He/She is of , the Bidder that has submitted the attached Bid; B. He/She is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such bid; C. Such Bid is genuine and is not a collusive or sham Bid; D. Neither the said Bidder nor any of its officers, partners, agents, representatives, employees or parties of interest, including this affidavit, has in any way colluded, conspired, connived or agreed, directly or indirectly with any other Bidder, firm or person to submit a collusive or sham Bid in connection with the Contract for which the attached Bid has been submitted or to refrain from bidding in connection with such Contract, or has in any manner directly or indirectly, sought by agreement or collusion or communication or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any other Bidder, or to fix overhead, profit or cost element of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the Owner, or any person interested in the proposed Contract; and E. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its officers, partners, agents, representatives, employees or parties of interest, including this affidavit. Signature Title Subscribed and sworn to before me, this day of , 2021 . My Commission Expires: HVAC Replacement Police Station Yarmouth, Massachusetts CERTIFICATE OF AUTHORITY - 1 CERTIFICATE OF AUTHORITY At a duly authorized meeting of the Board of Directors of the (name of corporation) held on ______________ Directors were present or waived notice, it was voted that (date) ___________________________________ of this company, be and hereby is authorized to execute (officer and title) contracts and bonds in the name and behalf of said company, and affix its Corporate Seal thereto, and such execution of any contract or bond of obligation in this company's name on its behalf of such _______________________ under seal of the company shall be valid and binding upon this company. (officer) A TRUE COPY, ATTEST: ______________________________ Place of Business: ______________________________ ______________________________ I hereby certify that I am the _________________ of the ________________________ (Title) (Name of Corporation) that ______________________________ is the duly elected ______________________ (Name of Officer) (Title) of said company, and the above vote has not been amended or rescinded and remains in full force and effect as of the date of this contract. Signature: ______________________________ Name/Title: ______________________________ Date: ______________________________ (Corporate Seal) COMMONWEALTH OF MASSACHUSETTS WORCESTER, SS. , 2021 Then personally appeared the above named and acknowledged the foregoing instrument to be his/her free act and deed before me. ______________________________ Notary Public My commission expires: HVAC Replacement Police Station Yarmouth, Massachusetts CERTIFICATION OF GOOD FAITH - 1 THE CONTRACTOR SHALL CERTIFY TO THE FOLLOWING: CERTIFICATION OF GOOD FAITH The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals. ______________________________ _____________________________ COMPANY NAME DATE ______________________________ _____________________________ BY: SIGNATURE AND TITLE VICE PRESIDENT STATEMENT OF TAX COMPLIANCE Pursuant to Massachusetts General Laws Chapter 62C, Section 49A, I certify under the penalties of perjury that, ____________________________________ to the best of my knowledge and belief, has (Name of bidder) complied with all laws of the Commonwealth of Massachusetts relating to taxes, reporting of employees and contractors, and withholding and remitting child support. ______________________________ ____________ ___________________ COMPANY NAME DATE FEDERAL ID# ______________________________ _____________________________ BY: SIGNATURE AND TITLE PRINT NAME Approval of a contract or other agreement shall not be granted unless this certification clause is signed by the applicant. Your social security number will be furnished to the Massachusetts Department of Revenue to determine whether you have met tax filing or tax payment obligations. Providers who fail to correct their non-filing or delinquency will not have a contract or other agreement issued, renewed or extended. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 1 SUPPLEMENTARY CONDITIONS 1.1 This form supplements the Town of Yarmouth, “General Conditions,” and applies only to contracts for the construction, reconstruction, alteration, remodeling or repair of public works or public buildings. 1.2 Wherever the law requires one contracting with a city or town to be bonded, such obligation shall be understood to be a term and condition of this Contract. The CONTRACTOR agrees to secure such bond (where required) and provide an original thereof to the AWARDING AUTHORITY prior to the commencement of performance. 1.3 Equality: A. In the case of a closed Specification written for a specific item or items to be furnished under the Base Bid, such Specifications shall, as applicable, be in compliance with the Massachusetts General Laws, Chapter 30, Section 39M and Chapter 149, Section 44A et seq. B. Where the name of an item, material or manufacturer is mentioned in the Specifications or on the Drawings, except as above noted, the intent is to establish a standard and in no way should be construed to exclude any item or manufacturer not mentioned by name, but whose product meets the Specifications as to design, utility and quality. Final decision shall rest with the Project Representative as to its acceptability. 1.4 The CONTRACTOR shall carry out the obligations of this contract in full compliance with all of the requirements imposed by or pursuant to General Laws Chapter 151, Sec. 1, et seq. (Minimum Wage Law) and any executive orders, rules, regulations, and requirements of the Commonwealth of Massachusetts as they may from time to time be amended. The CONTRACTOR shall at all times comply with the wage rates as determined by the Commissioner of the Department of Labor and Industries, under the provisions of General Laws Chapter 149, Sections 26 to 27D (Prevailing Wage), as shall be in force and as amended. 1.5 The CONTRACTOR shall continuously maintain adequate protection of all work from damage and shall protect the property of the Town and others, including adjacent property, from injury or loss arising in connection with the Contract. The CONTRACTOR shall make good any such damage, injury or loss, except as may be directly due to errors in the Contract Documents or caused by agents or employees of the Town, or due to causes beyond the CONTRACTOR’S control and not the CONTRACTOR’S fault or negligence. 1.6 The CONTRACTOR shall take all necessary precautions for the safety of employees on the work, and shall comply with all applicable provisions of federal, state and local laws and codes to prevent accidents or injury to persons on, about or adjacent to the premises where the work is being performed. The CONTRACTOR shall erect and properly maintain at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public, shall post danger signs warning against the hazards created by such features of construction as pits, protruding nails, hoists, well holes, elevator hatchways, scaffolding, window openings, stairways and falling materials; and shall designate a responsible member of its organization on the work, whose duty shall be the prevention of accidents. HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 2 1.7 The AWARDING AUTHORITY shall at all times have access to the work whenever it is in preparation or progress and the CONTRACTOR shall provide suitable accommodations for such access. 1.8 The CONTRACTOR shall appoint a competent superintendent and any necessary assistants satisfactory to the AWARDING AUTHORITY. 1.9 The CONTRACTOR shall give efficient supervision to the work, using its best skill and attention. The CONTRACTOR shall carefully study and compare all drawings, specifications and other instructions and shall at once report to the AWARDING AUTHORITY any error, inconsistency or omission which shall be discovered, but will not be liable to the Town for any damage resulting from errors or deficiencies in the Contract Documents. Included in this responsibility shall be supervision of all work performed by subcontractors on the work. 1.10 If the CONTRACTOR should neglect to prosecute the work properly, or fail to perform the contract or any of its provisions, the AWARDING AUTHORITY, upon three days written notice, may, without prejudice to any other remedy it may have, make good such deficiencies and may deduct the cost thereof from the payment then or thereafter due the CONTRACTOR. 1.11 Inspection by the Awarding Authority’s Project Representative: A. The Town shall have the right to designate a Project Representative who may make periodic visits to the site to familiarize the AWARDING AUTHORITY generally with the progress and quality of the work, and to determine in general if the work is proceeding in accordance with the Contract Documents. The Project Representative will not be required to make exhaustive or continuous on-site inspections to check the quality or quantity of the work, and will not be responsible for the CONTRACTOR’S failure to carry out the construction work in accordance with the Contract Documents. During such visits and on the basis of these observations while at the site, the Project Representative will keep the AWARDING AUTHORITY informed on the progress of the work, will endeavor to guard the AWARDING AUTHORITY against defects and deficiencies in the work of contractors, and may condemn structural work as failing to conform to the Contract Documents. The Project Representative shall have authority to act on behalf of the AWARDING AUTHORITY only to the extent expressly delegated by the AWARDING AUTHORITY, while shall be shown to the CONTRACTOR, and shall have authority to stop the work whenever such stoppage may reasonably be necessary to insure the proper execution of the Contract. B. In connection with the work the Project Representative shall not be responsible for construction methods, means, techniques, sequences or procedures employed by the CONTRACTOR or the CONTRACTOR’S safety programs, requirements, regulations or precautions. 1.12 Decisions of the Project Representative: A. The Project Representative shall, within a reasonable time, make decisions on all claims of the Town or the CONTRACTOR and on all other matters relating to the execution and progress of the structural work or the interpretation of the Contract Documents. HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 3 B. The Project Representative’s decision, in matters relating to the project, shall be final, if within the terms of the Contract Documents. C. If, however, the Project Representative fails to render a decision within ten days after the parties have presented their evidence, either party may then avail itself of the remedies provided in the contract or available to it by law. If the Project Representative renders a decision after such remedies have commenced, such decision may be entered as evidence but shall not disturb or interrupt such proceedings except where such decision is acceptable to the parties concerned. 1.13 Use of Premises by the CONTRACTOR: A. The CONTRACTOR shall confine its apparatus, the storage of materials and the operations of its workmen to limits indicated by law, by-laws, permits or directions of the Town and shall not unreasonably encumber the premises with its materials. B. The CONTRACTOR shall not load or permit any part of the structure to be loaded with a weight that will endanger its safety. 1.14 Maintenance of Premises: A. The CONTRACTOR shall at all times keep the premises free from accumulation of waste materials or rubbish caused by its employees or work, and at the completion of the work it shall remove all its rubbish from and about the work site and all its tools, scaffolding and surplus materials and shall leave its work “broom-clean,” or its equivalent, unless more exactly specified. In case of dispute, Town may remove the rubbish and charge the cost to the several contractors, as the Town shall determine to be just. 1.15 Right to Terminate: A. If the CONTRACTOR should (1) be adjudged a bankrupt, (2) make a general assignment for the benefit of creditors, (3) have a receiver appointed on account of its insolvency, (4) persistently or repeatedly refuse or fail to supply enough personnel and resources to perform the contract, (5) fail to make prompt payment to subcontractors or to providers of materials or labor, (6) persistently disregard laws and regulations or lawful directives of the AWARDING AUTHORITY, or (7) be guilty of a substantial violation of any provision of the Contract, then the AWARDING AUTHORITY may, without prejudice to any other right or remedy and after giving the CONTRACTOR (any surety) seven days written notice, terminate the contract and the employment of the CONTRACTOR and take possession of the premises and of all materials, tools and appliance thereon and finish the work by whatever method it deems appropriate. In such case, the CONTRACTOR shall not be entitled to receive any further payment until the work is finished. If the unpaid balance of the Contract price shall exceed the expense of finishing the work, including compensation for additional architectural, managerial and administrative services, such excess shall be paid to the CONTRACTOR. If such expenses shall exceed such unpaid balances, the CONTRACTOR shall pay the difference to the AWARDING AUTHORITY. 1.16 Progress Payments: See Contract Clauses HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 4 1.17 Withholding of Payment: A. The AWARDING AUTHORITY may withhold or, on account of subsequently discovered evidence, nullify the whole or a part of any payment to such extent as may be necessary in its reasonable opinion to protect the AWARDING AUTHORITY from loss on account of; B. Defective work not remedied. C. Claims filed or reasonable evidence indicating probable filing of claims. D. Failure of the CONTRACTOR to make payments property to Subcontractors or for material or labor. E. A reasonable doubt that the Contract can be completed for the balance then unpaid. F. Damage to another CONTRACTOR. G. Withholding of payments shall be in strict compliance with statutory requirements. 1.18 Damages: A. Should either party to the Contract suffer damages because of any wrongful act or neglect of the other party, or of anyone employed by him, claim shall be made in writing to the party liable within a reasonable time of the first observance of such damage and not later than the Final Payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be adjusted by agreement, or by recourse to remedies provided by law or by provisions of the contract. 1.19 Liens: A. Neither the Final Payment nor any part of the retained percentage shall become due until the CONTRACTOR, if required, shall deliver to the AWARDING AUTHORITY a complete release of all liens arising out of the Contract, or receipts in full in lieu thereof and, if required in either case, an affidavit that as far as it has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. The CONTRACTOR shall comply with all statutory provisions of the General Laws of the Commonwealth of Massachusetts with regard to liens, Chapter 254 and 149 as amended (as a minimum requirement). 1.20 The CONTRACTOR’S Responsibility: A. Should the CONTRACTOR cause damage to any separate contractor on the work, the CONTRACTOR agrees, upon due notice, to settle with such contractor by agreement, or by recourse to remedies provided by law or by the provisions of the contract. If such separate contractor sues the AWARDING AUTHORITY on account of any damage alleged to have been so sustained, the AWARDING AUTHORITY shall notify the CONTRACTOR, who shall defend such proceedings at the Town's expense and, if any judgment against the Town arises therefrom, the CONTRACTOR shall pay or satisfy it and pay all costs incurred by the Owner. HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 5 1.21 Separate Contracts: A. The AWARDING AUTHORITY reserves the right to let other Contracts in connection with this work under similar General Conditions. The CONTRACTOR shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work, and shall properly connect and coordinate its work with theirs. B. If any part of the CONTRACTOR’S work depends, for proper execution or results, upon the work of any other contractor, the CONTRACTOR shall inspect and promptly report to the AWARDING AUTHORITY any defects in such work that render it unsuitable for such proper execution and results. Failure of the CONTRACTOR so to inspect and report shall constitute an acceptance of the other contractor's work as fit and proper for the reception of its work except as to defects which may develop in the other CONTRACTOR’S work after the execution of its work. C. To insure the proper execution of its subsequent work the CONTRACTOR shall measure work already in place and shall at once report to the AWARDING AUTHORITY any discrepancy between the executed work and the Drawings. 1.22 Subcontracts: A. All Subcontracts shall be awarded in conformity with the requirements of the General Laws, Commonwealth of Massachusetts, Chapter 149, Sections 44A to 44L inclusive. B. The CONTRACTOR agrees that it is as fully responsible to the AWARDING AUTHORITY for the acts and omissions of its Subcontractors and of persons either directly or indirectly employed by them, as it is for the acts and omissions of persons directly employed by it. C. Nothing contained in the Contract Documents shall create any contractual relations between any Subcontractor and the AWARDING AUTHORITY. 1.23 CONTRACTOR-Subcontractor Relations: A. The CONTRACTOR agrees to bind every Subcontractor, and every Subcontractor agrees to be bound, by the terms of the Agreement, the General Conditions of the Contract, the Supplementary General Conditions, the Drawings and Specifications, as far as applicable to its work, including the provisions of the General Laws, Commonwealth of Massachusetts, Chapter 149, Section 44A, et seq. 1.24 OSHA TRAINING – Text of section added by 2004, 306, Sec. 2 effective July 1, 2006. See 2005 Sec 5. A. Section 39S. (a) As used in this section the word “person” shall mean any natural person, joint venture, partnership, corporation or other business or legal entity. Any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, alteration, remodeling or repair of any public work by the commonwealth, or political subdivision thereof, or by any county, town, district, or housing authority, and estimated by the awarding authority to cost more than $10,000, HVAC Replacement Police Station Yarmouth, Massachusetts SUPPLEMENTARY CONDITIONS - 6 and any person submitting a bid for, or signing a contract to work on, the construction, reconstruction, installation, demolition, maintenance or repair of any building by a public agency, estimated to cost more than $10,000, shall certify on the bid, or contract, under penalties of perjury, as follows: 1. (1) that he is able to furnish labor that can work in harmony with all other elements of labor employed or to be employed in the work; (2) that all employees to be employed at the worksite will have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration at the time the employee begins work and who shall furnish documentation of successful completion of said course with the first certified payroll report for each employee; and (3) that all employees to be employed in the work subject to this bid have successfully completed a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration. 2. Any employee found on a worksite subject to this section without documentation of successful completion of a course in construction safety and health approved by the United States Occupational Safety and Health Administration that is at least 10 hours in duration shall be subject to immediate removal. 3. The attorney general, or his designee, shall have the power to enforce this section including the power to institute and prosecute proceedings in the superior court to restrain the award of contract and the performance of contracts in all cases where, after investigation of the facts, he has made a finding that the award or performance has resulted in violation, directly or indirectly, of subsection (d), and he shall not be required to pay the clerk of the court an entry fee in connection with the institution of the proceeding. END OF SECTION Notice to Awarding Authorities The Massachusetts Prevailing Wage Law M.G.L. c. 149, §§26-27 NOTICE TO AWARDING AUTHORITIES  The enclosed wage schedule applies only to the specific project listed at the top of the schedule, and these rates will remain in effect for the duration of the project, except in the case of multi- year projects. For projects lasting longer than one year, awarding authorities must request updated rates.  You should request an updated wage schedule from the Department of Labor Standards if you have not opened bids or selected a contractor within 90 days of the date of issuance of the enclosed wage schedule.  The wage schedule shall be incorporated in any advertisement or call for bids for the project for which it has been issued.  Once a contractor has been selected by the awarding authority, the wage schedule shall be made a part of the contract for that project. NOTICE TO CONTRACTORS  The enclosed wage schedule must be posted in a conspicuous place at the work site during the life of the project.  The wages listed on the enclosed wage schedule must be paid to employees on public works projects regardless of whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor.  The enclosed wage schedule applies to all phases of the project, including the final clean-up. Contractors whose only role is to perform final clean-up must pay their employees according to this wage schedule.  All apprentices must be registered with the Massachusetts Division of Apprenticeship Training (DAT) in order to be paid at the lower apprentice rates. All apprentices must keep his/her apprentice identification card on his/her person during all work hours. If a worker is not registered with DAT, they must be paid the "total rate" listed on the wage schedule regardless of experience or skill level. For further information, please call 617-626-5409, or write to: DAT, 19 Staniford Street, 1 st Floor, P.O. Box 146759, Boston, MA 02114. THE COMMONWEALTH OF MASSACHUSETTS DEPARTMENT OF LABOR STANDARDS As determined by the Director under the provisions of the Massachusetts General Laws, Chapter 149, Sections 26 to 27H EXECUTIVE OFFICE OF LABOR AND WORKFORCE DEVELOPMENT Prevailing Wage Rates CHARLES D. BAKER ROSALIN ACOSTA SecretaryGovernor MICHAEL FLANAGAN Yarmouth Police Station - Installation of new VRF heat recovery unit heat pumps on equipment stands with piping to interior branch boxes on each level. Director Awarding Authority:Town of Yarmouth City/Town:Contract Number:YARMOUTH Description of Work: Job Location:340 Higgins Crowell Road, West Yarmouth, MA 02673 Information about Prevailing Wage Schedules for Awarding Authorities and Contractors •This wage schedule applies only to the specific project referenced at the top of this page and uniquely identified by the “Wage Request Number” on all pages of this schedule. •An Awarding Authority must request an updated wage schedule from the Department of Labor Standards (“DLS”) if it has not opened bids or selected a contractor within 90 days of the date of issuance of the wage schedule. For CM AT RISK projects (bid pursuant to G.L. c.149A), the earlier of: (a) the execution date of the GMP Amendment, or (b) the bid for the first construction scope of work must be within 90-days of the wage schedule issuance date. •The wage schedule shall be incorporated in any advertisement or call for bids for the project as required by M.G.L. c. 149, § 27. The wage schedule shall be made a part of the contract awarded for the project. The wage schedule must be posted in a conspicuous place at the work site for the life of the project in accordance with M.G.L. c. 149 § 27. The wages listed on the wage schedule must be paid to employees performing construction work on the project whether they are employed by the prime contractor, a filed sub-bidder, or any sub-contractor. •All apprentices working on the project are required to be registered with the Massachusetts Department of Labor Standards, Division of Apprentice Standards (DLS/DAS). Apprentice must keep his/her apprentice identification card on his/her person during all work hours on the project. An apprentice registered with DAS may be paid the lower apprentice wage rate at the applicable step as provided on the prevailing wage schedule. Any apprentice not registered with DLS/DAS regardless of whether or not they are registered with any other federal, state, local, or private agency must be paid the journeyworker's rate for the trade. •The wage rates will remain in effect for the duration of the project, except in the case of multi-year public construction projects. For construction projects lasting longer than one year, awarding authorities must request an updated wage schedule. Awarding authorities are required to request these updates no later than two weeks before the anniversary of the date the contract was executed by the awarding authority and the general contractor. For multi-year CM AT RISK projects, awarding authority must request an annual update no later than two weeks before the anniversary date, determined as the earlier of: (a) the execution date of the GMP Amendment, or (b) the execution date of the first amendment to permit procurement of construction services. Contractors are required to obtain the wage schedules from awarding authorities, and to pay no less than these rates to covered workers. The annual update requirement is not applicable to 27F “rental of equipment” contracts. •Every contractor or subcontractor which performs construction work on the project is required to submit weekly payroll reports and a Statement of Compliance directly to the awarding authority by mail or email and keep them on file for three years. Each weekly payroll report must contain: the employee’s name, address, occupational classification, hours worked, and wages paid. Do not submit weekly payroll reports to DLS. A sample of a payroll reporting form may be obtained at http://www.mass.gov/dols/pw. •Contractors with questions about the wage rates or classifications included on the wage schedule have an affirmative obligation to inquire with DLS at (617) 626-6953. •Employees not receiving the prevailing wage rate set forth on the wage schedule may report the violation to the Fair Labor Division of the office of the Attorney General at (617) 727-3465. •Failure of a contractor or subcontractor to pay the prevailing wage rates listed on the wage schedule to all employees who perform construction work on the project is a violation of the law and subjects the contractor or subcontractor to civil and criminal penalties. KARYN E. POLITO Lt. Governor Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date Construction (2 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.68 06/01/2021 $12.91 $0.00 $35.95 $14.82 $64.18 08/01/2021 $13.41 $0.00 $35.95 $14.82 $65.37 12/01/2021 $13.41 $0.00 $35.95 $16.01 (3 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.75 06/01/2021 $12.91 $0.00 $36.02 $14.82 $64.25 08/01/2021 $13.41 $0.00 $36.02 $14.82 $65.44 12/01/2021 $13.41 $0.00 $36.02 $16.01 (4 & 5 AXLE) DRIVER - EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.87 06/01/2021 $12.91 $0.00 $36.14 $14.82 $64.37 08/01/2021 $13.41 $0.00 $36.14 $14.82 $65.56 12/01/2021 $13.41 $0.00 $36.14 $16.01 ADS/SUBMERSIBLE PILOT PILE DRIVER LOCAL 56 (ZONE 2)$135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" AIR TRACK OPERATOR LABORERS - ZONE 2 $60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 $62.80 06/01/2022 $8.60 $0.00 $37.56 $16.64 $63.65 12/01/2022 $8.60 $0.00 $38.41 $16.64 $64.55 06/01/2023 $8.60 $0.00 $39.31 $16.64 $65.45 12/01/2023 $8.60 $0.00 $40.21 $16.64 For apprentice rates see "Apprentice- LABORER" AIR TRACK OPERATOR (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) ASBESTOS REMOVER - PIPE / MECH. EQUIPT. HEAT & FROST INSULATORS LOCAL 6 (BOSTON) $60.35 12/01/2020 $12.80 $0.00 $38.10 $9.45 ASPHALT RAKER LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" ASPHALT RAKER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) ASPHALT/CONCRETE/CRUSHER PLANT-ON SITE OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BACKHOE/FRONT-END LOADER OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" BARCO-TYPE JUMPING TAMPER LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 Issue Date:Wage Request Number:07/09/2021 Page 2 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER LABORERS - ZONE 2 $60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 $62.80 06/01/2022 $8.60 $0.00 $37.56 $16.64 $63.65 12/01/2022 $8.60 $0.00 $38.41 $16.64 $64.55 06/01/2023 $8.60 $0.00 $39.31 $16.64 $65.45 12/01/2023 $8.60 $0.00 $40.21 $16.64 For apprentice rates see "Apprentice- LABORER" BLOCK PAVER, RAMMER / CURB SETTER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) BOILER MAKER BOILERMAKERS LOCAL 29 $71.15 01/01/2020 $7.07 $0.00 $46.10 $17.98 BOILERMAKER - Local 29Apprentice - 01/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $29.97 $7.07 $11.69 $0.00 $48.73 65 2 $29.97 $7.07 $11.69 $0.00 $48.73 65 3 $32.27 $7.07 $12.59 $0.00 $51.93 70 4 $34.58 $7.07 $13.49 $0.00 $55.14 75 5 $36.88 $7.07 $14.38 $0.00 $58.33 80 6 $39.19 $7.07 $15.29 $0.00 $61.55 85 7 $41.49 $7.07 $16.18 $0.00 $64.74 90 8 $43.80 $7.07 $17.09 $0.00 $67.96 95 Notes: Apprentice to Journeyworker Ratio:1:4 BRICK/STONE/ARTIFICIAL MASONRY (INCL. MASONRY WATERPROOFING) BRICKLAYERS LOCAL 3 (NEW BEDFORD) $89.23 02/01/2021 $11.39 $0.00 $55.75 $22.09 $90.79 08/01/2021 $11.39 $0.00 $57.15 $22.25 $91.38 02/01/2022 $11.39 $0.00 $57.74 $22.25 Issue Date:Wage Request Number:07/09/2021 Page 3 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date BRICK/PLASTER/CEMENT MASON - Local 3 New BedfordApprentice - 02/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $27.88 $11.39 $22.09 $0.00 $61.36 50 2 $33.45 $11.39 $22.09 $0.00 $66.93 60 3 $39.03 $11.39 $22.09 $0.00 $72.51 70 4 $44.60 $11.39 $22.09 $0.00 $78.08 80 5 $50.18 $11.39 $22.09 $0.00 $83.66 90 08/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $28.58 $11.39 $22.25 $0.00 $62.22 50 2 $34.29 $11.39 $22.25 $0.00 $67.93 60 3 $40.01 $11.39 $22.25 $0.00 $73.65 70 4 $45.72 $11.39 $22.25 $0.00 $79.36 80 5 $51.44 $11.39 $22.25 $0.00 $85.08 90 Notes: Apprentice to Journeyworker Ratio:1:5 BULLDOZER/GRADER/SCRAPER OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" CAISSON & UNDERPINNING BOTTOM MAN LABORERS - FOUNDATION AND MARINE $68.14 06/01/2021 $8.60 $0.00 $41.82 $17.72 $69.15 12/01/2021 $8.60 $0.00 $42.83 $17.72 For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING LABORER LABORERS - FOUNDATION AND MARINE $66.99 06/01/2021 $8.60 $0.00 $40.67 $17.72 $68.00 12/01/2021 $8.60 $0.00 $41.68 $17.72 For apprentice rates see "Apprentice- LABORER" CAISSON & UNDERPINNING TOP MAN LABORERS - FOUNDATION AND MARINE $66.99 06/01/2021 $8.60 $0.00 $40.67 $17.72 $68.00 12/01/2021 $8.60 $0.00 $41.68 $17.72 For apprentice rates see "Apprentice- LABORER" CARBIDE CORE DRILL OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" CARPENTER CARPENTERS -ZONE 2 (Eastern Massachusetts) $71.89 03/01/2021 $9.40 $0.00 $43.54 $18.95 $72.54 09/01/2021 $9.40 $0.00 $44.19 $18.95 $73.14 03/01/2022 $9.40 $0.00 $44.79 $18.95 $73.79 09/01/2022 $9.40 $0.00 $45.44 $18.95 $74.39 03/01/2023 $9.40 $0.00 $46.04 $18.95 Issue Date:Wage Request Number:07/09/2021 Page 4 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date CARPENTER - Zone 2 Eastern MAApprentice - 03/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.77 $9.40 $1.73 $0.00 $32.90 50 2 $26.12 $9.40 $1.73 $0.00 $37.25 60 3 $30.48 $9.40 $13.76 $0.00 $53.64 70 4 $32.66 $9.40 $13.76 $0.00 $55.82 75 5 $34.83 $9.40 $15.49 $0.00 $59.72 80 6 $34.83 $9.40 $15.49 $0.00 $59.72 80 7 $39.19 $9.40 $17.22 $0.00 $65.81 90 8 $39.19 $9.40 $17.22 $0.00 $65.81 90 09/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $22.10 $9.40 $1.73 $0.00 $33.23 50 2 $26.51 $9.40 $1.73 $0.00 $37.64 60 3 $30.93 $9.40 $13.76 $0.00 $54.09 70 4 $33.14 $9.40 $13.76 $0.00 $56.30 75 5 $35.35 $9.40 $15.49 $0.00 $60.24 80 6 $35.35 $9.40 $15.49 $0.00 $60.24 80 7 $39.77 $9.40 $17.22 $0.00 $66.39 90 8 $39.77 $9.40 $17.22 $0.00 $66.39 90 Notes: % Indentured After 10/1/17; 45/45/55/55/70/70/80/80 Step 1&2 $30.72/ 3&4 $36.75/ 5&6 $55.37/ 7&8 $61.45 Apprentice to Journeyworker Ratio:1:5 CARPENTER WOOD FRAME CARPENTERS-ZONE 3 (Wood Frame)$35.17 04/01/2021 $7.21 $0.00 $23.16 $4.80 $35.67 04/01/2022 $7.21 $0.00 $23.66 $4.80 $36.17 04/01/2023 $7.21 $0.00 $24.16 $4.80 All Aspects of New Wood Frame Work Issue Date:Wage Request Number:07/09/2021 Page 5 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date CARPENTER (Wood Frame) - Zone 3Apprentice - 04/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $13.90 $7.21 $0.00 $0.00 $21.11 60 2 $13.90 $7.21 $0.00 $0.00 $21.11 60 3 $15.05 $7.21 $0.00 $0.00 $22.26 65 4 $16.21 $7.21 $0.00 $0.00 $23.42 70 5 $17.37 $7.21 $3.80 $0.00 $28.38 75 6 $18.53 $7.21 $3.80 $0.00 $29.54 80 7 $19.69 $7.21 $3.80 $0.00 $30.70 85 8 $20.84 $7.21 $3.80 $0.00 $31.85 90 04/01/2022 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $14.20 $7.21 $0.00 $0.00 $21.41 60 2 $14.20 $7.21 $0.00 $0.00 $21.41 60 3 $15.38 $7.21 $0.00 $0.00 $22.59 65 4 $16.56 $7.21 $0.00 $0.00 $23.77 70 5 $17.75 $7.21 $3.80 $0.00 $28.76 75 6 $18.93 $7.21 $3.80 $0.00 $29.94 80 7 $20.11 $7.21 $3.80 $0.00 $31.12 85 8 $21.29 $7.21 $3.80 $0.00 $32.30 90 Notes: % Indentured After 10/1/17; 45/45/55/55/70/70/80/80 Step 1&2 $17.63/ 3&4 $19.95/ 5&6 $27.22/ 7&8 $29.54 Apprentice to Journeyworker Ratio:1:5 CEMENT MASONRY/PLASTERING BRICKLAYERS LOCAL 3 (NEW BEDFORD)$84.85 01/01/2020 $12.75 $0.62 $49.07 $22.41 CEMENT MASONRY/PLASTERING - Eastern Mass (New Bedford)Apprentice - 01/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $24.54 $12.75 $15.41 $0.00 $52.70 50 2 $29.44 $12.75 $17.41 $0.62 $60.22 60 3 $31.90 $12.75 $18.41 $0.62 $63.68 65 4 $34.35 $12.75 $19.41 $0.62 $67.13 70 5 $36.80 $12.75 $20.41 $0.62 $70.58 75 6 $39.26 $12.75 $21.41 $0.62 $74.04 80 7 $44.16 $12.75 $22.41 $0.62 $79.94 90 Notes: Steps 3,4 are 500 hrs. All other steps are 1,000 hrs. Apprentice to Journeyworker Ratio:1:3 Issue Date:Wage Request Number:07/09/2021 Page 6 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date CHAIN SAW OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" CLAM SHELLS/SLURRY BUCKETS/HEADING MACHINES OPERATING ENGINEERS LOCAL 4 $81.28 06/01/2021 $13.75 $0.00 $51.73 $15.80 $82.43 12/01/2021 $13.75 $0.00 $52.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" COMPRESSOR OPERATOR OPERATING ENGINEERS LOCAL 4 $62.95 06/01/2021 $13.75 $0.00 $33.40 $15.80 $63.74 12/01/2021 $13.75 $0.00 $34.19 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DELEADER (BRIDGE) PAINTERS LOCAL 35 - ZONE 2 $83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75 PAINTER Local 35 - BRIDGES/TANKSApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $26.03 $8.25 $0.00 $0.00 $34.28 50 2 $28.63 $8.25 $6.16 $0.00 $43.04 55 3 $31.24 $8.25 $6.72 $0.00 $46.21 60 4 $33.84 $8.25 $7.28 $0.00 $49.37 65 5 $36.44 $8.25 $19.39 $0.00 $64.08 70 6 $39.05 $8.25 $19.95 $0.00 $67.25 75 7 $41.65 $8.25 $20.51 $0.00 $70.41 80 8 $46.85 $8.25 $21.63 $0.00 $76.73 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 DEMO: ADZEMAN LABORERS - ZONE 2 $66.99 06/01/2021 $8.60 $0.00 $40.82 $17.57 $68.00 12/01/2021 $8.60 $0.00 $41.83 $17.57 $69.00 06/01/2022 $8.60 $0.00 $42.83 $17.57 $70.00 12/01/2022 $8.60 $0.00 $43.83 $17.57 $71.00 06/01/2023 $8.60 $0.00 $44.83 $17.57 $72.25 12/01/2023 $8.60 $0.00 $46.08 $17.57 For apprentice rates see "Apprentice- LABORER" DEMO: BACKHOE/LOADER/HAMMER OPERATOR LABORERS - ZONE 2 $67.99 06/01/2021 $8.60 $0.00 $41.82 $17.57 $69.00 12/01/2021 $8.60 $0.00 $42.83 $17.57 $70.00 06/01/2022 $8.60 $0.00 $43.83 $17.57 $71.00 12/01/2022 $8.60 $0.00 $44.83 $17.57 $72.00 06/01/2023 $8.60 $0.00 $45.83 $17.57 $73.25 12/01/2023 $8.60 $0.00 $47.08 $17.57 For apprentice rates see "Apprentice- LABORER" Issue Date:Wage Request Number:07/09/2021 Page 7 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date DEMO: BURNERS LABORERS - ZONE 2 $67.74 06/01/2021 $8.60 $0.00 $41.57 $17.57 $68.75 12/01/2021 $8.60 $0.00 $42.58 $17.57 $69.75 06/01/2022 $8.60 $0.00 $43.58 $17.57 $70.75 12/01/2022 $8.60 $0.00 $44.58 $17.57 $71.75 06/01/2023 $8.60 $0.00 $45.58 $17.57 $73.00 12/01/2023 $8.60 $0.00 $46.83 $17.57 For apprentice rates see "Apprentice- LABORER" DEMO: CONCRETE CUTTER/SAWYER LABORERS - ZONE 2 $67.99 06/01/2021 $8.60 $0.00 $41.82 $17.57 $69.00 12/01/2021 $8.60 $0.00 $42.83 $17.57 $70.00 06/01/2022 $8.60 $0.00 $43.83 $17.57 $71.00 12/01/2022 $8.60 $0.00 $44.83 $17.57 $72.00 06/01/2023 $8.60 $0.00 $45.83 $17.57 $73.25 12/01/2023 $8.60 $0.00 $47.08 $17.57 For apprentice rates see "Apprentice- LABORER" DEMO: JACKHAMMER OPERATOR LABORERS - ZONE 2 $67.74 06/01/2021 $8.60 $0.00 $41.57 $17.57 $68.75 12/01/2021 $8.60 $0.00 $42.58 $17.57 $69.75 06/01/2022 $8.60 $0.00 $43.58 $17.57 $70.75 12/01/2022 $8.60 $0.00 $44.58 $17.57 $71.75 06/01/2023 $8.60 $0.00 $45.58 $17.57 $73.00 12/01/2023 $8.60 $0.00 $46.83 $17.57 For apprentice rates see "Apprentice- LABORER" DEMO: WRECKING LABORER LABORERS - ZONE 2 $66.99 06/01/2021 $8.60 $0.00 $40.82 $17.57 $68.00 12/01/2021 $8.60 $0.00 $41.83 $17.57 $69.00 06/01/2022 $8.60 $0.00 $42.83 $17.57 $70.00 12/01/2022 $8.60 $0.00 $43.83 $17.57 $71.00 06/01/2023 $8.60 $0.00 $44.83 $17.57 $72.25 12/01/2023 $8.60 $0.00 $46.08 $17.57 For apprentice rates see "Apprentice- LABORER" DIRECTIONAL DRILL MACHINE OPERATOR OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" DIVER PILE DRIVER LOCAL 56 (ZONE 2)$101.22 08/01/2020 $9.40 $0.00 $68.70 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER PILE DRIVER LOCAL 56 (ZONE 2)$81.59 08/01/2020 $9.40 $0.00 $49.07 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" DIVER TENDER (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2)$106.12 08/01/2020 $9.40 $0.00 $73.60 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" DIVER/SLURRY (EFFLUENT) PILE DRIVER LOCAL 56 (ZONE 2) $135.57 08/01/2020 $9.40 $0.00 $103.05 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" DRAWBRIDGE OPERATOR (Construction) DRAWBRIDGE - SEIU LOCAL 888 $37.53 07/01/2020 $6.67 $0.16 $26.77 $3.93 ELECTRICIAN ELECTRICIANS LOCAL 223 $69.22 09/01/2020 $10.90 $0.00 $43.66 $14.66 Issue Date:Wage Request Number:07/09/2021 Page 8 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date ELECTRICIAN - Local 223Apprentice - 09/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $17.46 $10.90 $0.52 $0.00 $28.88 40 2 $19.65 $10.90 $0.59 $0.00 $31.14 45 3 $21.83 $10.90 $0.65 $0.00 $33.38 50 4 $24.01 $10.90 $6.28 $0.00 $41.19 55 5 $26.20 $10.90 $6.77 $0.00 $43.87 60 6 $28.38 $10.90 $7.24 $0.00 $46.52 65 7 $30.56 $10.90 $7.73 $0.00 $49.19 70 8 $32.75 $10.90 $8.21 $0.00 $51.86 75 Notes: Apprentice to Journeyworker Ratio:2:3*** ELEVATOR CONSTRUCTOR ELEVATOR CONSTRUCTORS LOCAL 4 $98.66 01/01/2021 $15.88 $0.00 $63.47 $19.31 $101.86 01/01/2022 $16.03 $0.00 $65.62 $20.21 ELEVATOR CONSTRUCTOR - Local 4Apprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $31.74 $15.88 $0.00 $0.00 $47.62 50 2 $34.91 $15.88 $19.31 $0.00 $70.10 55 3 $41.26 $15.88 $19.31 $0.00 $76.45 65 4 $44.43 $15.88 $19.31 $0.00 $79.62 70 5 $50.78 $15.88 $19.31 $0.00 $85.97 80 01/01/2022 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $32.81 $16.03 $0.00 $0.00 $48.84 50 2 $36.09 $16.03 $20.21 $0.00 $72.33 55 3 $42.65 $16.03 $20.21 $0.00 $78.89 65 4 $45.93 $16.03 $20.21 $0.00 $82.17 70 5 $52.50 $16.03 $20.21 $0.00 $88.74 80 Notes: Steps 1-2 are 6 mos.; Steps 3-5 are 1 year Apprentice to Journeyworker Ratio:1:1 ELEVATOR CONSTRUCTOR HELPER ELEVATOR CONSTRUCTORS LOCAL 4 $79.62 01/01/2021 $15.88 $0.00 $44.43 $19.31 $82.17 01/01/2022 $16.03 $0.00 $45.93 $20.21 For apprentice rates see "Apprentice - ELEVATOR CONSTRUCTOR" FENCE & GUARD RAIL ERECTOR (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 Issue Date:Wage Request Number:07/09/2021 Page 9 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date For apprentice rates see "Apprentice- LABORER (Heavy and Highway) FIELD ENG.INST.PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 $75.08 05/01/2021 $13.50 $0.00 $45.88 $15.70 $76.08 11/01/2021 $13.50 $0.00 $46.88 $15.70 $77.23 05/01/2022 $13.50 $0.00 $48.03 $15.70 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENG.PARTY CHIEF-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 $76.60 05/01/2021 $13.50 $0.00 $47.40 $15.70 $77.61 11/01/2021 $13.50 $0.00 $48.41 $15.70 $78.77 05/01/2022 $13.50 $0.00 $49.57 $15.70 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIELD ENG.ROD PERSON-BLDG,SITE,HVY/HWY OPERATING ENGINEERS LOCAL 4 $52.11 05/01/2021 $13.50 $0.00 $22.91 $15.70 $52.71 11/01/2021 $13.50 $0.00 $23.51 $15.70 $53.38 05/01/2022 $13.50 $0.00 $24.18 $15.70 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FIRE ALARM INSTALLER ELECTRICIANS LOCAL 223 $69.22 09/01/2020 $10.90 $0.00 $43.66 $14.66 For apprentice rates see "Apprentice- ELECTRICIAN" FIRE ALARM REPAIR / MAINTENANCE / COMMISSIONINGELECTRICIANS LOCAL 223 $60.21 09/01/2020 $10.90 $0.00 $36.86 $12.45 For apprentice rates see "Apprentice- TELECOMMUNICATIONS TECHNICIAN" FIREMAN (ASST. ENGINEER) OPERATING ENGINEERS LOCAL 4 $70.86 06/01/2021 $13.75 $0.00 $41.31 $15.80 $71.81 12/01/2021 $13.75 $0.00 $42.26 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" FLAGGER & SIGNALER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$49.74 06/01/2021 $8.60 $0.00 $24.50 $16.64 $49.74 12/01/2021 $8.60 $0.00 $24.50 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) FLOORCOVERER FLOORCOVERERS LOCAL 2168 ZONE II $74.93 03/01/2021 $9.40 $0.00 $46.28 $19.25 $75.73 09/01/2021 $9.40 $0.00 $47.08 $19.25 $76.53 03/01/2022 $9.40 $0.00 $47.88 $19.25 Issue Date:Wage Request Number:07/09/2021 Page 10 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date FLOORCOVERER - Local 2168 Zone IIApprentice - 03/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $23.14 $9.40 $1.79 $0.00 $34.33 50 2 $25.45 $9.40 $1.79 $0.00 $36.64 55 3 $27.77 $9.40 $13.88 $0.00 $51.05 60 4 $30.08 $9.40 $13.88 $0.00 $53.36 65 5 $32.40 $9.40 $15.67 $0.00 $57.47 70 6 $34.71 $9.40 $15.67 $0.00 $59.78 75 7 $37.02 $9.40 $17.46 $0.00 $63.88 80 8 $39.34 $9.40 $17.46 $0.00 $66.20 85 09/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $23.54 $9.40 $1.79 $0.00 $34.73 50 2 $25.89 $9.40 $1.79 $0.00 $37.08 55 3 $28.25 $9.40 $13.88 $0.00 $51.53 60 4 $30.60 $9.40 $13.88 $0.00 $53.88 65 5 $32.96 $9.40 $15.67 $0.00 $58.03 70 6 $35.31 $9.40 $15.67 $0.00 $60.38 75 7 $37.66 $9.40 $17.46 $0.00 $64.52 80 8 $40.02 $9.40 $17.46 $0.00 $66.88 85 Notes: Steps are 750 hrs. % After 09/1/17; 45/45/55/55/70/70/80/80 (1500hr Steps) Step 1&2 $31.99/ 3&4 $38.37/ 5&6 $57.47/ 7&8 $63.88 Apprentice to Journeyworker Ratio:1:1 FORK LIFT/CHERRY PICKER OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GENERATOR/LIGHTING PLANT/HEATERS OPERATING ENGINEERS LOCAL 4 $62.95 06/01/2021 $13.75 $0.00 $33.40 $15.80 $63.74 12/01/2021 $13.75 $0.00 $34.19 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" GLAZIER (GLASS PLANK/AIR BARRIER/INTERIOR SYSTEMS) GLAZIERS LOCAL 1333 $60.43 06/01/2020 $10.80 $0.00 $39.18 $10.45 Issue Date:Wage Request Number:07/09/2021 Page 11 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date GLAZIER - Local 1333Apprentice - 06/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $19.59 $10.80 $1.80 $0.00 $32.19 50 2 $22.04 $10.80 $1.80 $0.00 $34.64 56 3 $24.49 $10.80 $2.45 $0.00 $37.74 63 4 $26.94 $10.80 $2.45 $0.00 $40.19 69 5 $29.39 $10.80 $3.15 $0.00 $43.34 75 6 $31.83 $10.80 $3.15 $0.00 $45.78 81 7 $34.28 $10.80 $10.45 $0.00 $55.53 88 8 $36.73 $10.80 $10.45 $0.00 $57.98 94 Notes: Apprentice to Journeyworker Ratio:1:3 HOISTING ENGINEER/CRANES/GRADALLS OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 Issue Date:Wage Request Number:07/09/2021 Page 12 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date OPERATING ENGINEERS - Local 4Apprentice - 06/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $27.90 $13.75 $0.00 $0.00 $41.65 55 2 $30.44 $13.75 $15.80 $0.00 $59.99 60 3 $32.97 $13.75 $15.80 $0.00 $62.52 65 4 $35.51 $13.75 $15.80 $0.00 $65.06 70 5 $38.05 $13.75 $15.80 $0.00 $67.60 75 6 $40.58 $13.75 $15.80 $0.00 $70.13 80 7 $43.12 $13.75 $15.80 $0.00 $72.67 85 8 $45.66 $13.75 $15.80 $0.00 $75.21 90 12/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $28.53 $13.75 $0.00 $0.00 $42.28 55 2 $31.13 $13.75 $15.80 $0.00 $60.68 60 3 $33.72 $13.75 $15.80 $0.00 $63.27 65 4 $36.32 $13.75 $15.80 $0.00 $65.87 70 5 $38.91 $13.75 $15.80 $0.00 $68.46 75 6 $41.50 $13.75 $15.80 $0.00 $71.05 80 7 $44.10 $13.75 $15.80 $0.00 $73.65 85 8 $46.69 $13.75 $15.80 $0.00 $76.24 90 Notes: Apprentice to Journeyworker Ratio:1:6 HVAC (DUCTWORK) SHEETMETAL WORKERS LOCAL 17 - B $69.74 07/01/2021 $13.65 $2.03 $36.91 $17.15 $70.77 10/01/2021 $13.65 $2.06 $37.91 $17.15 $71.80 04/01/2022 $13.65 $2.09 $38.91 $17.15 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (ELECTRICAL CONTROLS) ELECTRICIANS LOCAL 223 $69.22 09/01/2020 $10.90 $0.00 $43.66 $14.66 For apprentice rates see "Apprentice- ELECTRICIAN" HVAC (TESTING AND BALANCING - AIR) SHEETMETAL WORKERS LOCAL 17 - B $69.74 07/01/2021 $13.65 $2.03 $36.91 $17.15 $70.77 10/01/2021 $13.65 $2.06 $37.91 $17.15 $71.80 04/01/2022 $13.65 $2.09 $38.91 $17.15 For apprentice rates see "Apprentice- SHEET METAL WORKER" HVAC (TESTING AND BALANCING -WATER) PLUMBERS & PIPEFITTERS LOCAL 51 $74.64 08/31/2020 $10.15 $0.00 $44.69 $19.80 $76.64 08/30/2021 $10.15 $0.00 $46.69 $19.80 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" HVAC MECHANIC PLUMBERS & PIPEFITTERS LOCAL 51 $74.64 08/31/2020 $10.15 $0.00 $44.69 $19.80 $76.64 08/30/2021 $10.15 $0.00 $46.69 $19.80 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" Issue Date:Wage Request Number:07/09/2021 Page 13 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date HYDRAULIC DRILLS LABORERS - ZONE 2 $60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 $62.80 06/01/2022 $8.60 $0.00 $37.56 $16.64 $63.65 12/01/2022 $8.60 $0.00 $38.41 $16.64 $64.55 06/01/2023 $8.60 $0.00 $39.31 $16.64 $65.45 12/01/2023 $8.60 $0.00 $40.21 $16.64 For apprentice rates see "Apprentice- LABORER" HYDRAULIC DRILLS (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.99 06/01/2021 $8.60 $0.00 $35.75 $16.64 $61.90 12/01/2021 $8.60 $0.00 $36.66 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) INSULATOR (PIPES & TANKS) HEAT & FROST INSULATORS LOCAL 6 (BOSTON)$79.94 09/01/2020 $13.80 $0.00 $49.00 $17.14 $82.34 09/01/2021 $13.80 $0.00 $51.40 $17.14 $84.79 09/01/2022 $13.80 $0.00 $53.85 $17.14 ASBESTOS INSULATOR (Pipes & Tanks) - Local 6 BostonApprentice - 09/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $24.50 $13.80 $12.42 $0.00 $50.72 50 2 $29.40 $13.80 $13.36 $0.00 $56.56 60 3 $34.30 $13.80 $14.31 $0.00 $62.41 70 4 $39.20 $13.80 $15.25 $0.00 $68.25 80 09/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $25.70 $13.80 $12.42 $0.00 $51.92 50 2 $30.84 $13.80 $13.36 $0.00 $58.00 60 3 $35.98 $13.80 $14.31 $0.00 $64.09 70 4 $41.12 $13.80 $15.25 $0.00 $70.17 80 Notes: Steps are 1 year Apprentice to Journeyworker Ratio:1:4 IRONWORKER/WELDER IRONWORKERS LOCAL 37 $67.26 03/16/2021 $7.70 $0.00 $42.46 $17.10 Issue Date:Wage Request Number:07/09/2021 Page 14 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date IRONWORKER - Local 37Apprentice - 03/16/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $29.72 $7.70 $17.10 $0.00 $54.52 70 2 $31.85 $7.70 $17.10 $0.00 $56.65 75 3 $33.97 $7.70 $17.10 $0.00 $58.77 80 4 $36.09 $7.70 $17.10 $0.00 $60.89 85 5 $38.21 $7.70 $17.10 $0.00 $63.01 90 6 $40.34 $7.70 $17.10 $0.00 $65.14 95 Notes: Apprentice to Journeyworker Ratio:1:4 JACKHAMMER & PAVING BREAKER OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" LABORER LABORERS - ZONE 2 $60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 $62.05 06/01/2022 $8.60 $0.00 $36.81 $16.64 $62.90 12/01/2022 $8.60 $0.00 $37.66 $16.64 $63.80 06/01/2023 $8.60 $0.00 $38.56 $16.64 $64.70 12/01/2023 $8.60 $0.00 $39.46 $16.64 Issue Date:Wage Request Number:07/09/2021 Page 15 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date LABORER - Zone 2Apprentice - 06/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.00 $8.60 $16.64 $0.00 $46.24 60 2 $24.50 $8.60 $16.64 $0.00 $49.74 70 3 $28.00 $8.60 $16.64 $0.00 $53.24 80 4 $31.50 $8.60 $16.64 $0.00 $56.74 90 12/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.55 $8.60 $16.64 $0.00 $46.79 60 2 $25.14 $8.60 $16.64 $0.00 $50.38 70 3 $28.73 $8.60 $16.64 $0.00 $53.97 80 4 $32.32 $8.60 $16.64 $0.00 $57.56 90 Notes: Apprentice to Journeyworker Ratio:1:5 LABORER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 LABORER (Heavy & Highway) - Zone 2Apprentice - 06/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.00 $8.60 $16.64 $0.00 $46.24 60 2 $24.50 $8.60 $16.64 $0.00 $49.74 70 3 $28.00 $8.60 $16.64 $0.00 $53.24 80 4 $31.50 $8.60 $16.64 $0.00 $56.74 90 12/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.55 $8.60 $16.64 $0.00 $46.79 60 2 $25.14 $8.60 $16.64 $0.00 $50.38 70 3 $28.73 $8.60 $16.64 $0.00 $53.97 80 4 $32.32 $8.60 $16.64 $0.00 $57.56 90 Notes: Apprentice to Journeyworker Ratio:1:5 Issue Date:Wage Request Number:07/09/2021 Page 16 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date LABORER: CARPENTER TENDER LABORERS - ZONE 2 $60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 $62.05 06/01/2022 $8.60 $0.00 $36.81 $16.64 $62.90 12/01/2022 $8.60 $0.00 $37.66 $16.64 $63.80 06/01/2023 $8.60 $0.00 $38.56 $16.64 $64.70 12/01/2023 $8.60 $0.00 $39.46 $16.64 For apprentice rates see "Apprentice- LABORER" LABORER: CEMENT FINISHER TENDER LABORERS - ZONE 2 $60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 $62.05 06/01/2022 $8.60 $0.00 $36.81 $16.64 $62.90 12/01/2022 $8.60 $0.00 $37.66 $16.64 $63.80 06/01/2023 $8.60 $0.00 $38.56 $16.64 $64.70 12/01/2023 $8.60 $0.00 $39.46 $16.64 For apprentice rates see "Apprentice- LABORER" LABORER: HAZARDOUS WASTE/ASBESTOS REMOVER LABORERS - ZONE 2 $60.39 06/01/2021 $8.60 $0.00 $35.09 $16.70 $61.30 12/01/2021 $8.60 $0.00 $36.00 $16.70 $62.20 06/01/2022 $8.60 $0.00 $36.90 $16.70 $63.05 12/01/2022 $8.60 $0.00 $37.75 $16.70 $63.95 06/01/2023 $8.60 $0.00 $38.65 $16.70 $64.85 12/01/2023 $8.60 $0.00 $39.55 $16.70 For apprentice rates see "Apprentice- LABORER" LABORER: MASON TENDER LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" LABORER: MASON TENDER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) LABORER: MULTI-TRADE TENDER LABORERS - ZONE 2 $60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 $62.05 06/01/2022 $8.60 $0.00 $36.81 $16.64 $62.90 12/01/2022 $8.60 $0.00 $37.66 $16.64 $63.80 06/01/2023 $8.60 $0.00 $38.56 $16.64 $64.70 12/01/2023 $8.60 $0.00 $39.46 $16.64 For apprentice rates see "Apprentice- LABORER" LABORER: TREE REMOVER LABORERS - ZONE 2 $60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 $62.05 06/01/2022 $8.60 $0.00 $36.81 $16.64 $62.90 12/01/2022 $8.60 $0.00 $37.66 $16.64 $63.80 06/01/2023 $8.60 $0.00 $38.56 $16.64 $64.70 12/01/2023 $8.60 $0.00 $39.46 $16.64 This classification applies to the removal of standing trees, and the trimming and removal of branches and limbs when related to public works construction or site clearance incidental to construction . For apprentice rates see "Apprentice- LABORER" Issue Date:Wage Request Number:07/09/2021 Page 17 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date LASER BEAM OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" LASER BEAM OPERATOR (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) MARBLE & TILE FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE $74.10 02/01/2021 $11.39 $0.00 $42.57 $20.14 $75.38 08/01/2021 $11.39 $0.00 $43.69 $20.30 $75.85 02/01/2022 $11.39 $0.00 $44.16 $20.30 MARBLE & TILE FINISHER - Local 3 Marble & TileApprentice - 02/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.29 $11.39 $20.14 $0.00 $52.82 50 2 $25.54 $11.39 $20.14 $0.00 $57.07 60 3 $29.80 $11.39 $20.14 $0.00 $61.33 70 4 $34.06 $11.39 $20.14 $0.00 $65.59 80 5 $38.31 $11.39 $20.14 $0.00 $69.84 90 08/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.85 $11.39 $20.30 $0.00 $53.54 50 2 $26.21 $11.39 $20.30 $0.00 $57.90 60 3 $30.58 $11.39 $20.30 $0.00 $62.27 70 4 $34.95 $11.39 $20.30 $0.00 $66.64 80 5 $39.32 $11.39 $20.30 $0.00 $71.01 90 Notes: Apprentice to Journeyworker Ratio:1:3 MARBLE MASONS,TILELAYERS & TERRAZZO MECH BRICKLAYERS LOCAL 3 - MARBLE & TILE $89.24 02/01/2021 $11.39 $0.00 $55.77 $22.08 $90.80 08/01/2021 $11.39 $0.00 $57.17 $22.24 $91.37 02/01/2022 $11.39 $0.00 $57.74 $22.24 Issue Date:Wage Request Number:07/09/2021 Page 18 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date MARBLE-TILE-TERRAZZO MECHANIC - Local 3 Marble & TileApprentice - 02/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $27.89 $11.39 $22.08 $0.00 $61.36 50 2 $33.46 $11.39 $22.08 $0.00 $66.93 60 3 $39.04 $11.39 $22.08 $0.00 $72.51 70 4 $44.62 $11.39 $22.08 $0.00 $78.09 80 5 $50.19 $11.39 $22.08 $0.00 $83.66 90 08/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $28.59 $11.39 $22.24 $0.00 $62.22 50 2 $34.30 $11.39 $22.24 $0.00 $67.93 60 3 $40.02 $11.39 $22.24 $0.00 $73.65 70 4 $45.74 $11.39 $22.24 $0.00 $79.37 80 5 $51.45 $11.39 $22.24 $0.00 $85.08 90 Notes: Apprentice to Journeyworker Ratio:1:5 MECH. SWEEPER OPERATOR (ON CONST. SITES) OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MECHANICS MAINTENANCE OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" MILLWRIGHT (Zone 2) MILLWRIGHTS LOCAL 1121 - Zone 2 $69.57 03/01/2021 $8.58 $0.00 $39.42 $21.57 $70.82 01/03/2022 $8.58 $0.00 $40.67 $21.57 $72.07 01/02/2023 $8.58 $0.00 $41.92 $21.57 Issue Date:Wage Request Number:07/09/2021 Page 19 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date MILLWRIGHT - Local 1121 Zone 2Apprentice - 03/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.68 $8.58 $5.72 $0.00 $35.98 55 2 $25.62 $8.58 $17.93 $0.00 $52.13 65 3 $29.57 $8.58 $18.98 $0.00 $57.13 75 4 $33.51 $8.58 $20.01 $0.00 $62.10 85 01/03/2022 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $22.37 $8.58 $5.72 $0.00 $36.67 55 2 $26.44 $8.58 $17.93 $0.00 $52.95 65 3 $30.50 $8.58 $18.98 $0.00 $58.06 75 4 $34.57 $8.58 $20.01 $0.00 $63.16 85 Notes: Step 1&2 Appr. indentured after 1/6/2020 receive no pension, but do receive annuity. (Step 1 $5.72, Step 2 $6.66) Steps are 2,000 hours Apprentice to Journeyworker Ratio:1:5 MORTAR MIXER LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" OILER (OTHER THAN TRUCK CRANES,GRADALLS) OPERATING ENGINEERS LOCAL 4 $52.95 06/01/2021 $13.75 $0.00 $23.40 $15.80 $53.53 12/01/2021 $13.75 $0.00 $23.98 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OILER (TRUCK CRANES, GRADALLS) OPERATING ENGINEERS LOCAL 4 $57.81 06/01/2021 $13.75 $0.00 $28.26 $15.80 $58.49 12/01/2021 $13.75 $0.00 $28.94 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" OTHER POWER DRIVEN EQUIPMENT - CLASS II OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PAINTER (BRIDGES/TANKS) PAINTERS LOCAL 35 - ZONE 2 $83.06 01/01/2021 $8.25 $0.00 $52.06 $22.75 Issue Date:Wage Request Number:07/09/2021 Page 20 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date PAINTER Local 35 - BRIDGES/TANKSApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $26.03 $8.25 $0.00 $0.00 $34.28 50 2 $28.63 $8.25 $6.16 $0.00 $43.04 55 3 $31.24 $8.25 $6.72 $0.00 $46.21 60 4 $33.84 $8.25 $7.28 $0.00 $49.37 65 5 $36.44 $8.25 $19.39 $0.00 $64.08 70 6 $39.05 $8.25 $19.95 $0.00 $67.25 75 7 $41.65 $8.25 $20.51 $0.00 $70.41 80 8 $46.85 $8.25 $21.63 $0.00 $76.73 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2 $73.96 01/01/2021 $8.25 $0.00 $42.96 $22.75 PAINTER Local 35 Zone 2 - Spray/Sandblast - NewApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $21.48 $8.25 $0.00 $0.00 $29.73 50 2 $23.63 $8.25 $6.16 $0.00 $38.04 55 3 $25.78 $8.25 $6.72 $0.00 $40.75 60 4 $27.92 $8.25 $7.28 $0.00 $43.45 65 5 $30.07 $8.25 $19.39 $0.00 $57.71 70 6 $32.22 $8.25 $19.95 $0.00 $60.42 75 7 $34.37 $8.25 $20.51 $0.00 $63.13 80 8 $38.66 $8.25 $21.63 $0.00 $68.54 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER (SPRAY OR SANDBLAST, REPAINT) PAINTERS LOCAL 35 - ZONE 2 $72.02 01/01/2021 $8.25 $0.00 $41.02 $22.75 Issue Date:Wage Request Number:07/09/2021 Page 21 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date PAINTER Local 35 Zone 2 - Spray/Sandblast - RepaintApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $20.51 $8.25 $0.00 $0.00 $28.76 50 2 $22.56 $8.25 $6.16 $0.00 $36.97 55 3 $24.61 $8.25 $6.72 $0.00 $39.58 60 4 $26.66 $8.25 $7.28 $0.00 $42.19 65 5 $28.71 $8.25 $19.39 $0.00 $56.35 70 6 $30.77 $8.25 $19.95 $0.00 $58.97 75 7 $32.82 $8.25 $20.51 $0.00 $61.58 80 8 $36.92 $8.25 $21.63 $0.00 $66.80 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER / TAPER (BRUSH, NEW) * * If 30% or more of surfaces to be painted are new construction, NEW paint rate shall be used.PAINTERS LOCAL 35 - ZONE 2 $72.56 01/01/2021 $8.25 $0.00 $41.56 $22.75 PAINTER - Local 35 Zone 2 - BRUSH NEWApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $20.78 $8.25 $0.00 $0.00 $29.03 50 2 $22.86 $8.25 $6.16 $0.00 $37.27 55 3 $24.94 $8.25 $6.72 $0.00 $39.91 60 4 $27.01 $8.25 $7.28 $0.00 $42.54 65 5 $29.09 $8.25 $19.39 $0.00 $56.73 70 6 $31.17 $8.25 $19.95 $0.00 $59.37 75 7 $33.25 $8.25 $20.51 $0.00 $62.01 80 8 $37.40 $8.25 $21.63 $0.00 $67.28 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER / TAPER (BRUSH, REPAINT) PAINTERS LOCAL 35 - ZONE 2 $70.62 01/01/2021 $8.25 $0.00 $39.62 $22.75 Issue Date:Wage Request Number:07/09/2021 Page 22 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date PAINTER Local 35 Zone 2 - BRUSH REPAINTApprentice - 01/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $19.81 $8.25 $0.00 $0.00 $28.06 50 2 $21.79 $8.25 $6.16 $0.00 $36.20 55 3 $23.77 $8.25 $6.72 $0.00 $38.74 60 4 $25.75 $8.25 $7.28 $0.00 $41.28 65 5 $27.73 $8.25 $19.39 $0.00 $55.37 70 6 $29.72 $8.25 $19.95 $0.00 $57.92 75 7 $31.70 $8.25 $20.51 $0.00 $60.46 80 8 $35.66 $8.25 $21.63 $0.00 $65.54 90 Notes: Steps are 750 hrs. Apprentice to Journeyworker Ratio:1:1 PAINTER TRAFFIC MARKINGS (HEAVY/HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.24 06/01/2021 $8.60 $0.00 $35.00 $16.64 $61.15 12/01/2021 $8.60 $0.00 $35.91 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) PANEL & PICKUP TRUCKS DRIVER TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.51 06/01/2021 $12.91 $0.00 $35.78 $14.82 $64.01 08/01/2021 $13.41 $0.00 $35.78 $14.82 $65.20 12/01/2021 $13.41 $0.00 $35.78 $16.01 PIER AND DOCK CONSTRUCTOR (UNDERPINNING AND DECK) PILE DRIVER LOCAL 56 (ZONE 2) $78.63 08/01/2020 $9.40 $0.00 $46.11 $23.12 For apprentice rates see "Apprentice- PILE DRIVER" PILE DRIVER PILE DRIVER LOCAL 56 (ZONE 2)$78.63 08/01/2020 $9.40 $0.00 $46.11 $23.12 PILE DRIVER - Local 56 Zone 2Apprentice - 08/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $0.00 $0.00 $0.00 $0.00 $0.00 0 Notes: Apprentice wages shall be no less than the following Steps; (Same as set in Zone 1) 1$57.06/2$61.96/3$66.87/4$69.32/5$71.78/6$71.78/7$76.68/8$76.68 Apprentice to Journeyworker Ratio:1:5 PIPELAYER LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" Issue Date:Wage Request Number:07/09/2021 Page 23 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date PIPELAYER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) PLUMBER & PIPEFITTER PLUMBERS & PIPEFITTERS LOCAL 51 $74.64 08/31/2020 $10.15 $0.00 $44.69 $19.80 $76.64 08/30/2021 $10.15 $0.00 $46.69 $19.80 PLUMBER/PIPEFITTER - Local 51Apprentice - 08/31/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $17.88 $10.15 $2.50 $0.00 $30.53 40 2 $22.35 $10.15 $2.50 $0.00 $35.00 50 3 $26.81 $10.15 $8.73 $0.00 $45.69 60 4 $31.28 $10.15 $10.60 $0.00 $52.03 70 5 $35.75 $10.15 $17.45 $0.00 $63.35 80 08/30/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $18.68 $10.15 $2.50 $0.00 $31.33 40 2 $23.35 $10.15 $2.50 $0.00 $36.00 50 3 $28.01 $10.15 $8.73 $0.00 $46.89 60 4 $32.68 $10.15 $10.60 $0.00 $53.43 70 5 $37.35 $10.15 $17.45 $0.00 $64.95 80 Notes: Steps 2000hrs. Prior 9/1/05; 40/40/45/50/55/60/65/75/80/85 Apprentice to Journeyworker Ratio:1:3 PNEUMATIC CONTROLS (TEMP.) PLUMBERS & PIPEFITTERS LOCAL 51 $74.64 08/31/2020 $10.15 $0.00 $44.69 $19.80 $76.64 08/30/2021 $10.15 $0.00 $46.69 $19.80 For apprentice rates see "Apprentice- PIPEFITTER" or "PLUMBER/PIPEFITTER" PNEUMATIC DRILL/TOOL OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" PNEUMATIC DRILL/TOOL OPERATOR (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY) $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) POWDERMAN & BLASTER LABORERS - ZONE 2 $61.24 06/01/2021 $8.60 $0.00 $36.00 $16.64 $62.15 12/01/2021 $8.60 $0.00 $36.91 $16.64 $63.05 06/01/2022 $8.60 $0.00 $37.81 $16.64 $63.90 12/01/2022 $8.60 $0.00 $38.66 $16.64 $64.80 06/01/2023 $8.60 $0.00 $39.56 $16.64 $65.70 12/01/2023 $8.60 $0.00 $40.46 $16.64 Issue Date:Wage Request Number:07/09/2021 Page 24 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date For apprentice rates see "Apprentice- LABORER" POWDERMAN & BLASTER (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$61.24 06/01/2021 $8.60 $0.00 $36.00 $16.64 $62.15 12/01/2021 $8.60 $0.00 $36.91 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) POWER SHOVEL/DERRICK/TRENCHING MACHINE OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (CONCRETE) OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" PUMP OPERATOR (DEWATERING, OTHER) OPERATING ENGINEERS LOCAL 4 $62.95 06/01/2021 $13.75 $0.00 $33.40 $15.80 $63.74 12/01/2021 $13.75 $0.00 $34.19 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" READY-MIX CONCRETE DRIVER TEAMSTERS 653 - Southeastern Concrete (Weymouth)$43.31 05/01/2021 $12.41 $0.00 $24.00 $6.90 $43.81 08/01/2021 $12.91 $0.00 $24.00 $6.90 $44.31 05/01/2022 $12.91 $0.00 $24.50 $6.90 $44.81 08/01/2022 $13.41 $0.00 $24.50 $6.90 $45.31 05/01/2023 $13.41 $0.00 $25.00 $6.90 $45.81 08/01/2023 $13.91 $0.00 $25.00 $6.90 RECLAIMERS OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" RIDE-ON MOTORIZED BUGGY OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" ROLLER/SPREADER/MULCHING MACHINE OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" ROOFER (Inc.Roofer Waterproofng &Roofer Damproofg) ROOFERS LOCAL 33 $76.03 02/01/2021 $12.28 $0.00 $46.60 $17.15 $77.46 08/01/2021 $12.28 $0.00 $48.03 $17.15 $78.89 02/01/2022 $12.28 $0.00 $49.46 $17.15 Issue Date:Wage Request Number:07/09/2021 Page 25 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date ROOFER - Local 33Apprentice - 02/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $23.30 $12.28 $4.31 $0.00 $39.89 50 2 $27.96 $12.28 $17.15 $0.00 $57.39 60 3 $30.29 $12.28 $17.15 $0.00 $59.72 65 4 $34.95 $12.28 $17.15 $0.00 $64.38 75 5 $39.61 $12.28 $17.15 $0.00 $69.04 85 08/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $24.02 $12.28 $4.31 $0.00 $40.61 50 2 $28.82 $12.28 $17.15 $0.00 $58.25 60 3 $31.22 $12.28 $17.15 $0.00 $60.65 65 4 $36.02 $12.28 $17.15 $0.00 $65.45 75 5 $40.83 $12.28 $17.15 $0.00 $70.26 85 Notes: ** 1:5, 2:6-10, the 1:10; Reroofing: 1:4, then 1:1 Step 1 is 2000 hrs.; Steps 2-5 are 1000 hrs. (Hot Pitch Mechanics' receive $1.00 hr. above ROOFER) Apprentice to Journeyworker Ratio:** ROOFER SLATE / TILE / PRECAST CONCRETE ROOFERS LOCAL 33 $76.28 02/01/2021 $12.28 $0.00 $46.85 $17.15 $77.71 08/01/2021 $12.28 $0.00 $48.28 $17.15 $79.14 02/01/2022 $12.28 $0.00 $49.71 $17.15 For apprentice rates see "Apprentice- ROOFER" SHEETMETAL WORKER SHEETMETAL WORKERS LOCAL 17 - B $69.74 07/01/2021 $13.65 $2.03 $36.91 $17.15 $70.77 10/01/2021 $13.65 $2.06 $37.91 $17.15 $71.80 04/01/2022 $13.65 $2.09 $38.91 $17.15 Issue Date:Wage Request Number:07/09/2021 Page 26 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date SHEET METAL WORKER - Local 17-BApprentice - 07/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $14.76 $13.65 $4.02 $0.99 $33.42 40 2 $16.61 $13.65 $4.52 $1.07 $35.85 45 3 $18.46 $13.65 $11.08 $1.32 $44.51 50 4 $20.30 $13.65 $11.08 $1.38 $46.41 55 5 $22.15 $13.65 $14.12 $1.50 $51.42 60 6 $23.99 $13.65 $14.38 $1.56 $53.58 65 7 $25.84 $13.65 $14.63 $1.62 $55.74 70 8 $27.68 $13.65 $14.88 $1.69 $57.90 75 9 $29.53 $13.65 $15.14 $1.75 $60.07 80 10 $31.37 $13.65 $15.39 $1.81 $62.22 85 10/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $15.16 $13.65 $4.02 $0.98 $33.81 40 2 $17.06 $13.65 $4.52 $1.06 $36.29 45 3 $18.96 $13.65 $11.08 $1.31 $45.00 50 4 $20.85 $13.65 $11.08 $1.37 $46.95 55 5 $22.75 $13.65 $14.12 $1.52 $52.04 60 6 $24.64 $13.65 $14.38 $1.58 $54.25 65 7 $26.54 $13.65 $14.63 $1.64 $56.46 70 8 $28.43 $13.65 $14.88 $1.71 $58.67 75 9 $30.33 $13.65 $15.14 $1.77 $60.89 80 10 $32.22 $13.65 $15.39 $1.84 $63.10 85 Notes: Apprentice to Journeyworker Ratio:1:3 SPECIALIZED EARTH MOVING EQUIP < 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82 $64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82 $65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01 SPECIALIZED EARTH MOVING EQUIP > 35 TONS TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $64.26 06/01/2021 $12.91 $0.00 $36.53 $14.82 $64.76 08/01/2021 $13.41 $0.00 $36.53 $14.82 $65.95 12/01/2021 $13.41 $0.00 $36.53 $16.01 SPRINKLER FITTER SPRINKLER FITTERS LOCAL 550 - (Section B) Zone 2 $87.46 03/01/2021 $10.00 $0.00 $56.21 $21.25 Issue Date:Wage Request Number:07/09/2021 Page 27 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date SPRINKLER FITTER - Local 550 (Section B) Zone 2Apprentice - 03/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $19.67 $10.00 $11.99 $0.00 $41.66 35 2 $22.48 $10.00 $12.70 $0.00 $45.18 40 3 $25.29 $10.00 $13.41 $0.00 $48.70 45 4 $28.11 $10.00 $14.13 $0.00 $52.24 50 5 $30.92 $10.00 $14.84 $0.00 $55.76 55 6 $33.73 $10.00 $15.55 $0.00 $59.28 60 7 $36.54 $10.00 $16.26 $0.00 $62.80 65 8 $39.35 $10.00 $16.98 $0.00 $66.33 70 9 $42.16 $10.00 $17.69 $0.00 $69.85 75 10 $44.97 $10.00 $18.40 $0.00 $73.37 80 Notes: Apprentice entered prior 9/30/10: 40/45/50/55/60/65/70/75/80/85 Steps are 850 hours Apprentice to Journeyworker Ratio:1:3 STEAM BOILER OPERATOR OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TAMPERS, SELF-PROPELLED OR TRACTOR DRAWN OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TELECOMMUNICATION TECHNICIAN ELECTRICIANS LOCAL 223 $60.21 09/01/2020 $10.90 $0.00 $36.86 $12.45 TELECOMMUNICATION TECHNICIAN - Local 223Apprentice - 09/01/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $0.00 $0.00 $0.00 $0.00 $0.00 0 Notes: See Electrician Apprentice Wages Telecom Apprentice Wages shall be the same as the Electrician Apprentice Wages Apprentice to Journeyworker Ratio:2:3*** TERRAZZO FINISHERS BRICKLAYERS LOCAL 3 - MARBLE & TILE $88.17 02/01/2021 $11.39 $0.00 $54.69 $22.09 $89.73 08/01/2021 $11.39 $0.00 $56.09 $22.25 $90.32 02/01/2022 $11.39 $0.00 $56.68 $22.25 Issue Date:Wage Request Number:07/09/2021 Page 28 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date TERRAZZO FINISHER - Local 3 Marble & TileApprentice - 02/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $27.35 $11.39 $22.09 $0.00 $60.83 50 2 $32.81 $11.39 $22.09 $0.00 $66.29 60 3 $38.28 $11.39 $22.09 $0.00 $71.76 70 4 $43.75 $11.39 $22.09 $0.00 $77.23 80 5 $49.22 $11.39 $22.09 $0.00 $82.70 90 08/01/2021 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $28.05 $11.39 $22.25 $0.00 $61.69 50 2 $33.65 $11.39 $22.25 $0.00 $67.29 60 3 $39.26 $11.39 $22.25 $0.00 $72.90 70 4 $44.87 $11.39 $22.25 $0.00 $78.51 80 5 $50.48 $11.39 $22.25 $0.00 $84.12 90 Notes: Apprentice to Journeyworker Ratio:1:3 TEST BORING DRILLER LABORERS - FOUNDATION AND MARINE $68.39 06/01/2021 $8.60 $0.00 $42.07 $17.72 $69.40 12/01/2021 $8.60 $0.00 $43.08 $17.72 For apprentice rates see "Apprentice- LABORER" TEST BORING DRILLER HELPER LABORERS - FOUNDATION AND MARINE $67.11 06/01/2021 $8.60 $0.00 $40.79 $17.72 $68.12 12/01/2021 $8.60 $0.00 $41.80 $17.72 For apprentice rates see "Apprentice- LABORER" TEST BORING LABORER LABORERS - FOUNDATION AND MARINE $66.99 06/01/2021 $8.60 $0.00 $40.67 $17.72 $68.00 12/01/2021 $8.60 $0.00 $41.68 $17.72 For apprentice rates see "Apprentice- LABORER" TRACTORS/PORTABLE STEAM GENERATORS OPERATING ENGINEERS LOCAL 4 $79.74 06/01/2021 $13.75 $0.00 $50.19 $15.80 $80.88 12/01/2021 $13.75 $0.00 $51.33 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" TRAILERS FOR EARTH MOVING EQUIPMENT TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $64.55 06/01/2021 $12.91 $0.00 $36.82 $14.82 $65.05 08/01/2021 $13.41 $0.00 $36.82 $14.82 $66.24 12/01/2021 $13.41 $0.00 $36.82 $16.01 TUNNEL WORK - COMPRESSED AIR LABORERS (COMPRESSED AIR)$79.67 06/01/2021 $8.60 $0.00 $52.90 $18.17 $80.68 12/01/2021 $8.60 $0.00 $53.91 $18.17 For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - COMPRESSED AIR (HAZ. WASTE) LABORERS (COMPRESSED AIR) $81.67 06/01/2021 $8.60 $0.00 $54.90 $18.17 $82.68 12/01/2021 $8.60 $0.00 $55.91 $18.17 For apprentice rates see "Apprentice- LABORER" TUNNEL WORK - FREE AIR LABORERS (FREE AIR TUNNEL)$71.74 06/01/2021 $8.60 $0.00 $44.97 $18.17 $72.75 12/01/2021 $8.60 $0.00 $45.98 $18.17 For apprentice rates see "Apprentice- LABORER" Issue Date:Wage Request Number:07/09/2021 Page 29 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date TUNNEL WORK - FREE AIR (HAZ. WASTE) LABORERS (FREE AIR TUNNEL) $73.74 06/01/2021 $8.60 $0.00 $46.97 $18.17 $74.75 12/01/2021 $8.60 $0.00 $47.98 $18.17 For apprentice rates see "Apprentice- LABORER" VAC-HAUL TEAMSTERS JOINT COUNCIL NO. 10 ZONE B $63.97 06/01/2021 $12.91 $0.00 $36.24 $14.82 $64.47 08/01/2021 $13.41 $0.00 $36.24 $14.82 $65.66 12/01/2021 $13.41 $0.00 $36.24 $16.01 WAGON DRILL OPERATOR LABORERS - ZONE 2 $60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 $62.30 06/01/2022 $8.60 $0.00 $37.06 $16.64 $63.15 12/01/2022 $8.60 $0.00 $37.91 $16.64 $64.05 06/01/2023 $8.60 $0.00 $38.81 $16.64 $64.95 12/01/2023 $8.60 $0.00 $39.71 $16.64 For apprentice rates see "Apprentice- LABORER" WAGON DRILL OPERATOR (HEAVY & HIGHWAY) LABORERS - ZONE 2 (HEAVY & HIGHWAY)$60.49 06/01/2021 $8.60 $0.00 $35.25 $16.64 $61.40 12/01/2021 $8.60 $0.00 $36.16 $16.64 For apprentice rates see "Apprentice- LABORER (Heavy and Highway) WASTE WATER PUMP OPERATOR OPERATING ENGINEERS LOCAL 4 $80.28 06/01/2021 $13.75 $0.00 $50.73 $15.80 $81.43 12/01/2021 $13.75 $0.00 $51.88 $15.80 For apprentice rates see "Apprentice- OPERATING ENGINEERS" WATER METER INSTALLER PLUMBERS & PIPEFITTERS LOCAL 51 $74.64 08/31/2020 $10.15 $0.00 $44.69 $19.80 $76.64 08/30/2021 $10.15 $0.00 $46.69 $19.80 For apprentice rates see "Apprentice- PLUMBER/PIPEFITTER" or "PLUMBER/GASFITTER" Outside Electrical - East CABLE TECHNICIAN (Power Zone) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $40.81 08/30/2020 $9.25 $0.00 $29.67 $1.89 For apprentice rates see "Apprentice- LINEMAN" CABLEMAN (Underground Ducts & Cables) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $61.55 08/30/2020 $9.25 $0.00 $42.03 $10.27 For apprentice rates see "Apprentice- LINEMAN" DRIVER / GROUNDMAN CDL OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $53.94 08/30/2020 $9.25 $0.00 $34.62 $10.07 For apprentice rates see "Apprentice- LINEMAN" DRIVER / GROUNDMAN -Inexperienced (<2000 Hrs) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $38.27 08/30/2020 $9.25 $0.00 $27.20 $1.82 For apprentice rates see "Apprentice- LINEMAN" EQUIPMENT OPERATOR (Class A CDL) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $65.63 08/30/2020 $9.25 $0.00 $42.03 $14.35 For apprentice rates see "Apprentice- LINEMAN" EQUIPMENT OPERATOR (Class B CDL) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $57.21 08/30/2020 $9.25 $0.00 $37.09 $10.87 For apprentice rates see "Apprentice- LINEMAN" GROUNDMAN OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $38.27 08/30/2020 $9.25 $0.00 $27.20 $1.82 For apprentice rates see "Apprentice- LINEMAN" GROUNDMAN -Inexperienced (<2000 Hrs.) OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $33.32 08/30/2020 $9.25 $0.00 $22.25 $1.82 For apprentice rates see "Apprentice- LINEMAN" JOURNEYMAN LINEMAN OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $76.18 08/30/2020 $9.25 $0.00 $49.45 $17.48 Issue Date:Wage Request Number:07/09/2021 Page 30 of 3120210709-019 Classification Total RateBase Wage Health Pension Supplemental UnemploymentEffective Date LINEMAN (Outside Electrical) - East Local 104Apprentice - 08/30/2020 Health Pension Supplemental UnemploymentStepApprentice Base Wage Total Ratepercent Effective Date - 1 $29.67 $9.25 $3.39 $0.00 $42.31 60 2 $32.14 $9.25 $3.46 $0.00 $44.85 65 3 $34.62 $9.25 $3.54 $0.00 $47.41 70 4 $37.09 $9.25 $5.11 $0.00 $51.45 75 5 $39.56 $9.25 $5.19 $0.00 $54.00 80 6 $42.03 $9.25 $5.26 $0.00 $56.54 85 7 $44.51 $9.25 $7.34 $0.00 $61.10 90 Notes: Apprentice to Journeyworker Ratio:1:2 TELEDATA CABLE SPLICER OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $38.60 02/04/2019 $4.70 $0.00 $30.73 $3.17 TELEDATA LINEMAN/EQUIPMENT OPERATOR OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $36.77 02/04/2019 $4.70 $0.00 $28.93 $3.14 TELEDATA WIREMAN/INSTALLER/TECHNICIAN OUTSIDE ELECTRICAL WORKERS - EAST LOCAL 104 $36.77 02/04/2019 $4.70 $0.00 $28.93 $3.14 Additional Apprentice Information: Minimum wage rates for apprentices employed on public works projects are listed above as a percentage of the pre-determined hourly wage rate established by the Commissioner under the provisions of the M.G.L. c. 149, ss. 26-27D. Apprentice ratios are established by the Division of Apprenticeship Training pursuant to M.G.L. c. 23, ss. 11E-11L. All apprentices must be registered with the Division of Apprenticeship Training in accordance with M.G.L. c. 23, ss. 11E-11L. All steps are six months (1000 hours.) Ratios are expressed in allowable number of apprentices to journeymen or fraction thereof, unless otherwise specified. ** Multiple ratios are listed in the comment field. *** APP to JM; 1:1, 2:2, 2:3, 3:4, 4:4, 4:5, 4:6, 5:7, 6:7, 6:8, 6:9, 7:10, 8:10, 8:11, 8:12, 9:13, 10:13, 10:14, etc. **** APP to JM; 1:1, 1:2, 2:3, 2:4, 3:5, 4:6, 4:7, 5:8, 6:9, 6:10, 7:11, 8:12, 8:13, 9:14, 10:15, 10:16, etc. Issue Date:Wage Request Number:07/09/2021 Page 31 of 3120210709-019 09/11 WEEKLY PAYROLL RECORDS REPORT & STATEMENT OF COMPLIANCE In accordance with Massachusetts General Law c. 149, §27B, a true and accurate record must be kept of all persons employed on the public works project for which the enclosed rates have been provided. A Payroll Form has been printed on the reverse of this page and includes all the information required to be kept by law. Every contractor or subcontractor is required to keep these records and preserve them for a period of three years from the date of completion of the contract. In addition, every contractor and subcontractor is required to submit a copy of their weekly payroll records to the awarding authority. This is required to be done on a weekly basis. Once collected, the awarding authority is also required to preserve those records for three years from the date of completion of the project. Each such contractor or subcontractor shall furnish to the awarding authority directly within 15 days after completion of its portion of the work, a statement, executed by the contractor, subcontractor or by any authorized officer thereof who supervised the payment of wages, this form. STATEMENT OF COMPLIANCE _______________, 20_______ I,___________________________________,___________________________________ (Name of signatory party) (Title) do hereby state: That I pay or supervise the payment of the persons employed by ___________________________________ on the ______________________________ (Contractor, subcontractor or public body) (Building or project) and that all mechanics and apprentices, teamsters, chauffeurs and laborers employed on said project have been paid in accordance with wages determined under the provisions of sections twenty-six and twenty-seven of chapter one hundred and forty nine of the General Laws. Signature _________________________ Title _____________________________ MASSACHUSETTS WEEKLY CERTIFIED PAYROLL REPORT FORMCompany's Name:Address:Phone No.:Payroll No.:Employer's Signature:Title:Contract No: Tax Payer ID No. Work Week Ending:Awarding Authority's Name:Public Works Project Name:Public Works Project Location:Min. Wage Rate Sheet No.General / Prime Contractor's Name:Subcontractor's Name:"Employer" Hourly Fringe Benefit Contributions(B+C+D+E)(A x F)Employee Name & Complete AddressWork Classification:Appr. Rate (%)Su.Mo.Tu.We.Th.Fr.Sa.All Other HoursHourly Base Wage (B)Health & Welfare Insurance (C')ERISA Pension Plan (D)Supp. Unemp. (E)Total Hourly Prev. Wage (F)Total Gross WagesCheck No. (H)NOTE: Pursuant to MGL Ch. 149 s.27B, every contractor and subcontractor is required to submit a "true and accurate" copy of their weekly payroll records directly to the awarding authority. Failure to comply may result in the commencement of a criminal action or the issuance of a civil citation. Date recieved by awarding authorityPage of / / Hours WorkedProject Gross Wages (G)Project Hours (A) HVAC REPLACEMENTS AT YARMOUTH POLICE STATION 340 HIGGINS CROWELL ROAD WEST YARMOUTH, MASSACHUSETTS 02673 TOWN OF YARMOUTH DEPARTMENT OF PUBLIC WORKS 99 BUCK ISLAND ROAD WEST YARMOUTH, MA 02673 PART B TECHNICAL SPECIFICATIONS HVAC Replacement Police Station Yarmouth, Massachusetts GENERAL REQUIREMENTS 01 00 00 - 1 DIVISION 01 SECTION 01 00 00 GENERAL REQUIREMENTS PART 1 - SUMMARY OF WORK 1.1 CONTRACT DOCUMENTS A. The general provisions of the Contract Documents and General Conditions apply to the work specified in this section. 1.2 SPECIFICATION ARRANGEMENT A. Titles to and arrangements of sections and paragraphs in these specifications are used merely for convenience and shall not be taken as a correct or complete segregation of the several categories of materials, equipment and labor, nor as an attempt to outline or define jurisdictional procedures. 1.3 INTENT A. The entire work provided for in these technical specifications and on the Drawings shall be constructed and finished in every respect in a good workmanlike and substantial manner. All parts necessary for the proper and complete execution of the work whether the same may have been specifically mentioned or not, or indicated in a manner corresponding with the rest of the work shall be provided as if the same were particularly described and specifically provided for herein. It is not intended that the Drawings shall show every detailed piece of material or equipment, but such parts and pieces as may be in accordance with the best practices and regulatory requirements, even though not shown, shall be furnished and installed. All materials and equipment shall be new, unless specifically stated otherwise in these Contract Documents. 1.4 SCOPE A. The work required by these specifications shall include furnishing all labor, skill, supervision, tools, construction plant, equipment and materials and performing all operations necessary for the properly completed contract work as shown on the Drawings, as mentioned in these specifications, and as evidently required, to the complete satisfaction of the Engineer. 1.5 GENERAL DESCRIPTION OF WORK A. Yarmouth Police Station, 340 Higgins Crowell Road, Yarmouth, MA. 1. HVAC: Removal and replacement of HVAC system. 1.6 ORDER OF AND COMPLETION OF WORK HVAC Replacement Police Station Yarmouth, Massachusetts GENERAL REQUIREMENTS 01 00 00 - 2 A. Upon the award of the contract, the Contractor shall commence work immediately, carry it on with all reasonable and proper activity and dispatch, give all notices, take out all permits and pay all charge, fees and rates therefore, and bring the work to entire completion within the period of time specified in the contract. “Entire Completion” as herein used, shall be construed as meaning the completion of all work as called for by these specifications and the contract executed in accordance herewith and the date when such completion takes place will be decided by the Engineer. 1.7 PROTECTION - IN GENERAL A. The Contractor is to cover and protect his work and materials from all damage during the process of the work and deliver the whole in a clean perfect condition. 1.8 CONSTRUCTION RISKS A. The Contractor will understand that the materials, work in place and equipment, are entirely at his risk, including loss by theft or fire during the construction period, and he will be held responsible and liable for its safety. 1.9 SANITARY ACCOMMODATIONS A. The Contractor shall use a designated toilet within the building. 1.10 UTILITIES A. Water and electric power shall be available from existing sources where Contractor’s use is not excessive and does not interfere with normal use of the building. Where existing utilities of the facility are not adequate or cannot be used, the Contractor is responsible for providing alternative sources, the cost of which is to be included in bid price. The use of the facility's utilities shall be coordinated through the Engineer. B. Fuel oil, temporary lighting, gas and other utilities (except for heating the building) shall be provided by the Contractor, the cost of which is to be included in the Bid Price. C. The Contractor shall provide all wiring, cables, hoses, safety devices, switches, etc., necessary for the utilities used by the Contractor and remove the same upon completion. 1.11 RECORD DRAWINGS A. The Contractor shall maintain at the job site, at all times, a complete and separate set of black line prints of the Drawings on which he shall mark clearly, accurately, and promptly as the work progresses, any changes in the work made by change orders or other instructions issued by the Engineer. These drawings shall be used daily to record the progress of the work by coloring in the various pipes, equipment and associated appurtenances when installed. This progress shall incorporate both the above stated changes together with all other deviations from the design, whether resulting from the job conditions encountered in the field or from any other cause. Principal dimensions of all concealed work and valve numbers shall be recorded as applicable. HVAC Replacement Police Station Yarmouth, Massachusetts GENERAL REQUIREMENTS 01 00 00 - 3 B. The marked-up prints shall be used as a guide in determining the progress of work installed. The Engineer will inspect these prints periodically and if found to be inaccurate or incomplete, they shall be corrected immediately. 1.12 At completion of work these marked-up prints shall be the basis of the preparation of the final record drawings. Each drawing shall be marked “RECORD AS BUILT DRAWINGS” and dated when printed. Two complete and reproducible sets of as-built drawings must be submitted before final acceptance of the work. The cost of preparing the record drawings shall be borne by the Contractor. 1.13 ENGINEERING (Refer to “General Specifications”) 1.14 OFFICE A. None required. 1.15 VISITATION TO SITE A. All bidders shall, before submitting a bid, visit the site to familiarize themselves with existing conditions. Lack of knowledge of on-site conditions shall not be cause for changes to the contract values. 1.16 DISPOSAL OF WASTE MATERIALS A. The Contractor shall be responsible for the removal of all waste material and equipment from the site. B. The Contractor shall be responsible for the removal of all hazardous materials and improperly licensed disposal sites, disposal and transportation permits. 1.17 BUILDING SECURITY A. The Owner will provide security for the building, however, it shall be the responsibility of the Contractor to secure all exit doors in the area where work is to be performed, coordinating same with the chief custodian or an assigned representative of the Owner. The Owner will not provide security or be responsible for the Contractor’s property, fixtures, fittings, tools, equipment, etc. 1.18 ACCESS TO BUILDING A. The building will be opened during regular working hours. Exceptions to this clause may be made by mutual agreement between the Owner and the Contractor in the initial phase of the project. 1.19 PUBLIC PROTECTION A. While the work is in progress, erect safe barricades to effectively protect persons from injury. HVAC Replacement Police Station Yarmouth, Massachusetts GENERAL REQUIREMENTS 01 00 00 - 4 B. Protect all ground areas where stationary equipment is placed and protect wall areas from hoisting or material conveyers. C. Power-brooming may create a dust problem in finished areas. The Contractor will be responsible for spreading drop cloths or plastic over furniture. Clean up of these areas so affected will be the responsibility of the Contractor. D. During the demolition and boiler rigging work, plywood barriers shall be installed at all corridors leading to the loading dock. 1.20 CUTTING AND PATCHING A. General Requirements: 1. All of the contract documents including General and Supplementary Conditions and Division 01 General Requirements, apply to the work of this Section. B. Work Included: 1. The intent of this Section is to describe, in general, procedures for performance of minor alterations, minor removals, and cutting and patching including: a. All necessary cutting, coring, drilling, grouting, and patching to fit together the several parts of the work including repairs in kind of disturbed existing surfaces. b. Where conflicts exist between the requirements specified herein and those of the Technical Trade Sections, those of the Trade Sections shall prevail. c. The Contractor shall be responsible for all his cutting, coring, drilling, grouting, fitting and patching of the work that may be required to make its several parts come together properly and fit, as shown upon, or reasonably implied by, Drawings and Specifications for completed structure, and he shall make good after them as Engineer may direct. d. Expense caused by defective or ill-timed work shall be borne by party responsible therefore. C. Cutting and Patching Operations: 1. Patch and refinish to match adjacent work in quality and appearance at locations where installed work has been installed and requires reworking to accommodate other work, or has been damaged. 2. Patch and match using skilled mechanics. The quality of patched or extended work shall be not less than that specified for new work. HVAC Replacement Police Station Yarmouth, Massachusetts GENERAL REQUIREMENTS 01 00 00 - 5 3. Patch or replace any portion of a finished surface which is found to be damaged, lifted, discolored, or shows other imperfections, with matching material. a. Provide adequate support or substrate prior to patching the finish. b. Refinish patched portions of painted or coated surfaces in a manner to produce uniform color and texture over entire surface. c. When surface finish cannot be matched, refinish the entire surface to the nearest intersections. 4. Make the transition as smooth and workmanlike as possible. Patched work shall match adjacent work in texture and appearance so that the patch or transition is invisible to the naked eye at a distance of five feet. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 1 DIVISION 01 SECTION 01 10 00 SPECIAL CONDITIONS PART 1 - GENERAL 1.1 RESPONSIBILITY AND COMPLIANCE A. All requirements set forth under this Section are directed to the General Contractor. B. Be responsible for arranging for facilities as specified herein and as required for proper and expeditious prosecution of the work. Pay costs for such general services and temporary facilities, except as otherwise specified, until final acceptance of the work, and remove same at completion of work. C. Comply with applicable OSHA, state, and municipal regulations and requirements for services and facilities required under this section, and in performance of all requirements of this Contract. 1.2 COORDINATION OF THE WORK A. The Contractor shall coordinate all work with all adjacent work and shall cooperate with all other trades so as to facilitate general progress of the work. Each trade shall afford all other trades every reasonable opportunity for the installation of their respective work and for the storage of their materials and equipment. The Contractor shall be responsible for coordination. B. The Contractor shall assume responsibility for the correctness and adequacy of his work. The Contractor shall be responsible for and pay for all damages done by his work or his workmen. C. The Contractor shall cooperate with and provide access and working area to other Owner’s contractors for the performance of specific work assigned to them. 1.3 PROJECT MEETINGS A. The Contractor will be required to meet with the Owner, Engineer and the Owner’s representatives, at the site of the work, at regular intervals during the course of the contract for purposes of progress review, coordination of shop schedules, sample submittals, and any other items of work requiring such coordination. 1.4 EXISTING BUILDING CONDITIONS A. Before ordering any materials or doing any work, verify all measurements and existing building conditions and be responsible for the correctness of same. No extra charge or compensation will be allowed on account of difference between actual dimensions and HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 2 the measurements indicated on the Drawings; any difference which may be found shall be submitted to the Engineer in writing for consideration before proceeding with the work. 1.5 PROTECTION OF EXISTING CONDITIONS A. Take all proper precautions to protect the Owner and adjoining property from injury and unnecessary interference; and replace or put in good condition any existing items which are damaged or injured in carrying out the work, unless designated to permanently be removed or demolished. B. Keep all access drives and walks clear of debris during building operations. Repair streets, drives, curbs, sidewalks, poles, and the like, where disturbed by building operation and leave them in as good condition after completion of the work as before operations started. 1.6 TESTS AND INSPECTION A. Make, or have made, such tests and inspections on workmanship and materials as may be required by the building code, state or municipal laws, or as called for under the various sections of this Specification. B. Bear all expense to such tests and inspections, unless otherwise specified under the various sections of the Specifications and furnish all labor, tools, instruments, water, temporary power and light, construction, and equipment necessary for these tests and inspection. Furnish records of all tests and inspections to the Engineer. Remove all temporary work, materials, and equipment upon completion of tests and inspections. C. Where, the various sections of the Specifications, inspections and testing of materials, processes, and the like is called for, the selection of bureaus, laboratories, and/or agencies for such inspection and testing shall be subject to the approval of the Engineer. D. Should any material or work be found, after testing or inspections, to be defective or inferior, remove and replace such material and/or work with new sound materials and/or work as approved by the Engineer, and bear all costs thereof. 1.7 FIRE PROTECTION AND PREVENTION A. Comply with the following minimum requirements for fire prevention: 1. Provide sufficient quantity of carbon dioxide fire extinguishers in all areas of work. 2. Do not permit an accumulation of inflammable rubbish to stay in the building overnight. 3. Store no more than one gallon, in an approved safety can or sealed container, of any volatile inflammable liquid in any portion of the building. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 3 4. Keep all used paint rags in a can with sufficient water to cover. 5. Make arrangements for periodic inspection by local fire protection authorities and insurance underwriters’ inspections. Cooperate with said authorities to facilitate proper inspection of the premises. Comply with all applicable laws and ordinances and with the Owner’s fire prevention requirements. 6. Ensure that tarpaulins that may be used during construction of work are made of material which is resistant to fire, water, and weather, are U.L. approved, and comply with FS-CCC-D-746. 1.8 ACCIDENT PREVENTION A. Comply with all federal, state and municipal recommendations and requirements for safety, and accident prevention, and those of the Associated General Contractors of America, and the American Standards Association Standard A10.2. Ensure that the field superintendent conducts regular, frequent inspections of the site for compliance with safety regulations. B. Neither the Owner nor the Engineer shall be responsible for providing a safe working place for the Contractor, contractors, or their employees, or any individual responsible to them for the work. 1.9 WELDING AND CUTTING A. Where electric or gas welding or cutting work is done above or within then (10) feet of combustible material or above space that may be occupied by persons, use interposed shields of incombustible material to protect against fire damage or injury due to sparks and hot metal. B. Place tank supplying gases for gas welding or cutting at no greater distance from the work than is necessary for safety, securely fastened and maintained in an upright position where practicable. Such tanks, when stored for use, shall be remote from any combustible material and free from exposure to the rays of the sun or high temperatures. C. Maintain suitable fire extinguishing equipment near all welding and cutting operations. When operations cease for the noon hour or at the end of the day, thoroughly wet down the surroundings adjacent to welding and cutting operations. D. Station a workman equipped with suitable fire extinguishing equipment near welding and cutting operations to see that sparks do not lodge in floor cracks or pass through floor or wall openings or lodge in any combustible material. Keep the workman at the source of work which offers special hazards for thirty (30) minutes after the job is completed to make sure that smoldering fires have not been started. E. Place a qualified electrician in charge of installing and repairing electric or arc welding equipment. F. All welding and cuttings shall be performed by certified welders. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 4 G. Contractor shall be responsible for all costs associated with fire details required by the Local Fire Department during welding and cutting operations. 1.10 OVERLOADING A. Do not permit materials and fabricated work to be stacked on, or be transported over, floor and roof construction that would stress any of said construction beyond the designed live loads. 1.11 RUBBISH REMOVAL A. Ensure that each workman engaged upon the work bears his full responsibility for cleaning up during and immediately upon completion of his work, and removes all rubbish, waste, tools, equipment, and appurtenances caused by and used in the execution of his work, but this shall in no way be construed to relieve the Contractor of his primary responsibility for maintaining the building and site clean and free of debris, leaving all work in a clean and proper condition satisfactory to the Engineer and/or Owner. B. Do not permit rubbish to be thrown from the windows of the building. C. Immediately after unpacking, all packing materials, case lumber, excelsior, wrapping or other rubbish, flammable or otherwise, shall be collected and removed from the building and premises. 1.12 BLASTING A. No blasting will be permitted. 1.13 WORK AREAS, STORAGE, ACCESS, AND PARKING A. The Contractor’s work areas shall be as designated on the Drawings and shall be strictly adhered to. Access to the existing building shall be kept free of all obstructions at all times. Assume full responsibility for trespass on and/or damage to other property by a person employed on the project. B. Storage trailer shall be provided by the Contractor for storage of materials on site. Trailer location shall be coordinated with Owner. Storage of materials beyond the designated area will not be permitted. C. Vehicular access to the site, and parking for employees’ vehicles shall be restricted only to the specific areas designated by the Owner. 1.14 TEMPORARY SCAFFOLDING AND CONVEYANCES A. Furnish, install, maintain, remove and pay for all temporary staging and planking, ladders, hoisting (including operator), rigging, and safety devices for all trades. B. Staging shall be approved design, erected and removed by experienced stage builders and shall have all accident prevention devices required by state and local laws. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 5 C. Permit no materials to be passed through the finished openings of exterior walls, without first providing protection to the opening thereof of a type as approved by the Engineer. Be responsible, and bear all costs, for repairs and/or replacement of damaged work caused thereby. 1.15 TEMPORARY PROTECTION A. Furnish, erect, and maintain for the duration of the work period, temporary fire-retardant, dustproof coverings as required to prevent the spread of dust beyond the immediate area where work is being performed. 1.16 ADVERTISING MATTER A. Signs or advertisements will not be allowed on building enclosure or premises, unless written approval has been obtained from the Owner. B. Advertising matter shall not appear on equipment, unless so specified. However, nameplates of a nominal size and inconspicuous nature will be permitted. 1.17 MUNICIPAL POLICE AND FIRE DEPARTMENT SERVICES A. Make all necessary arrangements with the municipal police and fire departments in advance of times when regular off-duty, or reserve police officers or firemen will be needed for traffic control protection or fire watch, due to the operations performed under this Contract. Pay police officers and firemen at the prevailing wage rates in the municipality for such services. Extend the Workingmen’s Compensation Insurance and Employer’s Liability Insurance, required under the General Contract to cover police and firemen used on the project. 1.18 USE AND OCCUPANCY PRIOR TO ACCEPTANCE BY THE OWNER A. Prior to the date of completion as stipulated in the Contract, or authorized extension thereof, the Contractor agrees to permit selected use and occupancy of the building(s) or any portion thereof before final acceptance by the Owner. The building will be occupied, for normal function thereof, during the stipulated construction period. B. If the project has not been completed and accepted by the Owner, by the date of completion, the Owner at his election may from time to time occupy the building(s) or any portion of any building as the work in connection therewith is completed to such a degree as will, in the opinion of the Owner, permit the use of the building(s) or other portions of the project for the purpose for which they are intended. C. The Owner will, prior to any such partial occupancy, give notice to the Contractor thereof and such occupancy shall be predicated upon the following items: 1. In the case of partial occupancy prior to the stipulated completed date, the Owner shall secure endorsement from the insurance carrier and consent of the surety permitting occupancy of the building or use of the project during the remaining period of construction. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 6 2. In the case of partial occupancy after the stipulated completion date, the Contractor shall extend all the necessary insurance coverage as stipulated until the date of final acceptance of the project is issued by the Owner. It is further noted that the use and occupancy prior to the formal acceptance does not relieve the Contractor of his responsibility to maintain the insurance coverage as required under the supplementary conditions. 3. The one-year guarantee period called for in the contract documents shall not commence until the date of Substantial Completion of all work under the Contract, as determined by the Engineer. 4. The occupancy of the building or any portion thereof by the Owner shall not constitute an acceptance of work not performed in accordance with the contract documents or relieve the Contractor of liabilities, to perform any work required by the Contract, but not completed at the time of occupancy. 5. The Contractor shall be relieved of all maintenance costs on the portion of the building occupied under this agreement. 6. The Contractor will not be held responsible for wear and tear or damage resulting solely from temporary occupancy. 1.19 GLASS BREAKAGE A. The contractor shall be responsible for all breakage of glass as a direct or indirect result of his work or actions of his workmen, from the time the construction operations commence until the project is complete. Replace all broken glass and deliver the building with all glazing intact and clean. 1.20 DAMAGE TO EXISTING SURFACES A. The Contractor shall be fully responsible for any damage to existing surfaces caused by the operations of this Contract and shall correct all such damage to the Owner’s satisfaction, at no additional cost to the Contract. 1.21 FINAL CLEANING A. Before the final inspection, thoroughly clean the entire exterior and interior areas of the building where construction work has been performed, the immediate surrounding areas, and corridors, stairs, halls, storage areas, temporary offices and toilets, including the following: 1. Remove all construction facilities, debris, and rubbish from the Owner’s property and legally dispose of same beyond the site limits. 2. Sweep, dust, wash, and polish all finished surfaces. This includes cleaning of the work of all finished trades where needed, whether or not cleaning for such trades is included in their respective sections. HVAC Replacement Police Station Yarmouth, Massachusetts SPECIAL CONDITIONS 01 10 00 - 7 3. Leave pipe and duct spaces, chases, and furred spaces thoroughly clean. 4. Wash and polish all new glass on both sides, such work being performed by a window cleaning contractor specializing in such work. 5. Clean all new and altered ceilings, wall surfaces, floors, window and door frames, hardware, metal work, glass, glazing, enameled metals, and the like. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts WORK RESTRICTIONS 01 14 00 - 1 DIVISION 01 SECTION 01 14 00 WORK RESTRICTIONS PART 1 - GENERAL 1.1 SECTION INCLUDES A. Use of site. B. Access to Site. C. Coordination with occupants. D. Worker conduct, appearance and Work Rules. 1.2 USE OF SITE A. Use of, and access to, site will be Subject to special requirements of the Owner, as directed. 1. Prior to beginning the Work of this Contract, the Contractor shall meet with the Owner’s Project Manager, and the Engineer to determine procedures regarding access and use of the site, locations and access to staging and storage areas, tree protection, temporary barriers and fencing, and any special site conditions or restrictions regarding the use of the site areas surrounding the construction. 2. Hours of construction, must be verified with the Owner’s Project Manager. Provisions for working hours other than those originally agreed upon, must be arranged with the Owner and confirmed 48 hours before the phase of Work requiring special work hours begins. 3. The work schedule shall be conducted generally between the hours of 7:00 A.M. to 6:00 P.M. Monday – Friday; exclusive of holidays. 4. Any work performed beyond regular working hours will be subject to overtime custodial rates. The custodial overtime rate will be based on $46.00 per hour for time and half occurrences, anything in excess of eight (8) hours in a day or Saturdays, and $60.00 per hour for double time, which will cover Sundays and holidays. 5. Interior work involving cutting, drilling, hammering or other dust and noise generating procedures must be verified with the Owner. 6. Use of Owner’s receiving/shipping areas and loading dock: Contractor is responsible to deliver and receive all materials and equipment. Contractor is not HVAC Replacement Police Station Yarmouth, Massachusetts WORK RESTRICTIONS 01 14 00 - 2 permitted to have supplies or equipment shipped directly to them in care of the Owner. 7. The Owner will supply storage facilities for equipment and furnishings scheduled for salvage and reuse, except equipment scheduled for refinishing or repair. 8. Security: Owner access must be permitted at all times in all construction areas, for purposes of security. B. The Contractor, subcontractors and their personnel are not permitted to use any of the Building’s facilities or be present, unless by specific invitation, in any areas of the building which are under control of, or occupied by the Owner. C. Confine operations to areas within Contract limits indicated on the Drawings. Portions of the site and building beyond areas in which construction operations are indicated are not to be disturbed. 1. Use of on-site areas for storage of materials must be prearranged with Owner. Schedule deliveries to minimize requirements for storage of materials. 1.3 ACCESS TO SITE A. The Owner intends to occupy parking areas and access roads during construction. Notify the Owner of work which will affect the use of these areas; coordinate work schedule with Owner. The Contractor shall consult with the Owner on the best ways to provide access and on changes to access areas as the work progresses. B. Keep all public roads and walks, and access drive to facility clear of debris caused by this Work during building operations. 1.4 COORDINATION WITH OCCUPANTS A. General: Perform all work in such a manner as to prevent interference with the Owner’s functions of the Buildings, nor endanger the health, safety and well-being of the facility, staff and building’s occupants. 1. Take all measures to insure the safety of staff and the general public. The Contractor must take every reasonable precaution and employ all necessary measures including extra cleaning, special supervisory personnel, and additional temporary barriers and signage to facilitate the clean, quiet, safe, and continual operation of the facility. 2. The work will be done in an occupied building, on an active site, that is accessible to the public. It is imperative that the Contractor, its subcontractors and all their personnel treat the building occupants with consideration and respect. No unnecessary noise or disruption of the academic or social activities of the Building will be permitted. HVAC Replacement Police Station Yarmouth, Massachusetts WORK RESTRICTIONS 01 14 00 - 3 B. Interruption of services: Any major work entailing disruption to heating, lighting, life safety system utility connections or other similar major disruption to building functioning must be coordinated with the Owner, and temporary services, safety precautions, or connections provided. Do not shut down any service without approval of the Owner’s Project Manager. 1. Provide both Owner’s Project Manager and Engineer with 48 hour notification for any disruption of service; provide notification for connecting, disconnecting, turning on or turning off any service which may affect Owner’s operations. 2. Provide 48 hour notice to local fire department of disruptions in electrical services, fire alarm services and emergency power services. 3. Any action either planned or unplanned, by the Contractor which impairs the operation of anyone or the activation of the fire alarm detection and or suppression system shall cause notification of the appropriate party. In case of unplanned, accidental, impairment, the Contractor will immediately notify the Owner’s Project Manager. The Contractor should be prepared to provide assistance as required to correct the problem. 1.5 WORKER CONDUCT, APPEARANCE AND WORK RULES A. The conduct and appearance of each worker at the job site is of paramount importance. The Owner’s Project Manager, acting in behalf of the Owner, reserves the right to require any worker to be banished from the Site. B. Privacy: Conduct all work of the Contract with the maximum effort to maintain the privacy of the Owner’s operations and staff. Do not permit the workers to peer into other areas of the building visible from the work area. Invasion of privacy is a major infraction of the work rules. C. General Conduct and Demeanor: All construction workers shall treat all other workers, Owner’s staff and the public with respect and courtesy. D. Physical Appearance: Require each worker to dress appropriately in a clean, neat, and professional manner. Workers may not be “shirtless” at anytime. E. Radios and Television: The use of entertainment devices, including personal devices with headphones or earphones is strictly prohibited at all times. Control the volume of communication radios and loudspeakers to avoid creating a nuisance. F. Smoking: Smoking is strictly prohibited on building property. G. Language: Foul and rude language is strictly prohibited. H. Physical Actions: Running, horseplay, fighting, and other unprofessional conduct is prohibited. Fighting is a major infraction of the work rules. HVAC Replacement Police Station Yarmouth, Massachusetts WORK RESTRICTIONS 01 14 00 - 4 I. Stealing: Stealing of any materials, objects, furnishings, equipment. fixtures, supplies, clothing, or other items will not be tolerated and is a major infraction of the work rules. J. Sexual Harassment: All forms of physical and verbal sexual harassment will not be tolerated and is a major infraction of the work rules. Sexual harassment includes, without limitation: touching, whistling, sexually explicit stories, jokes, drawings, photos and similar representations, exhibitionism and all other sexually oriented offensive behavior. K. Employees of the contractor, vendors, sub-contractors, sub-sub contractors and any and all workers shall wear identification badges at all limes during work on the site. Badges shall be issued by the General Contractor. L. Warnings and Dismissal: 1. For minor infractions of the rules, the Owner’s Project Manager may issue a warning. Only one warning will be allowed per worker. A second infraction will result in immediate dismissal of the worker from the Site. 2. For major infractions of the rules, the worker shall be dismissed immediately without warning and is subject to possible criminal prosecution. M. Notification of Workers: Clearly notify and educate each worker about these Work Rules and the requirements for worker conduct and appearance. 1. Recommendation: The Owner’s Project Manager recommends that the Contractor notify each worker of the work rules in writing and obtain a signed acknowledgment of the worker’s understanding of the work rules as a condition of employment on this project. PART 2 - PRODUCTS - Not Used PART 3 - EXECUTION - Not Used END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts SUMMARY OF WORK 01 31 00 - 1 DIVISION 1 SECTION 01 31 00 SCOPE OF WORK PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. The Contractor, as a minimum, shall fulfill the Contract Schedule specified hereinafter. B. Provide all necessary manpower, overtime work, materials and equipment, permits, etc., to complete the contract schedule. The building will be available to the Contractor from 7:00 A.M. to 6:00 P.M. If, in the opinion of the Town of Yarmouth, the Contractor is disruptive to the station operation or safety of the occupants, the Contractor shall perform all work during non-business hours at no additional cost to the Owner. C. All cutting in occupied areas shall be performed during non-occupied periods. D. A legal means of egress shall be maintained during construction at all times. 1.2 SCOPE OF WORK A. Project shall commence work on or about August 23, 2022. B. Existing air conditioning system including air cooled condensing units shall remain operational until the end of the cooling season, on or about October 15, 2020 C. Existing heating system including existing boilers, pumps and appurtenances shall remain operational until new VRF heating and cooling system is operation, on or about February 18, 2022. D. Existing air handling units shall remain operational unit new VRF heating and cooling system is operational, on or about February 18, 2022. E. Existing controls shall be removed from existing Tridium Niagra Building controller as equipment is removed; new controls, including dynamic graphics shall be extended to new equipment as equipment is installed from existing Tridium Niagra Building controller to remain. F. The design intent is to keep existing systems operational in existing building while taking systems offline at the ends of existing system distributions and turning over to new system. G. The existing building and renovated building shall provide heating, air condition and ventilation to all areas of the building during the renovation except areas that are being renovation. HVAC Replacement Police Station Yarmouth, Massachusetts SUMMARY OF WORK 01 31 00 - 2 H. Phased renovation areas will be coordinated with the Town of Yarmouth and Yarmouth Police Department so as to minimize disruptions to the Police Department operations as much as possible. I. Installation of new VRF heat recovery unit heat pumps on equipment stands with piping to interior branch boxes on each level. J. Alternate 1- Gas Fired Boiler #3: A third gas fired boiler and boiler pump is to be installed with all associated piping, insulation and accessories. A. Alternate 2 - Light Fixtures: Light fixture replacement in all ceiling areas that are not being touched due to new ductwork being installed. K. Alternate 3- Lighting Controls: Replacement of all lighting controls. L. Renovation shall begin with removal of existing VAV with reheat coils shall and replacement with new VRF fan coil units, refrigerant piping, reheat coils, ductwork modifications, piping modifications and appurtenances at the ends of the existing systems distribution working back to main air and water distribution systems. M. Upon completion of the VRF system renovation throughout the building, the existing air handling units will be removed and replaced with new energy recovery units. N. Upon VRF system renovation throughout the building, the existing boilers, pumps and appurtenances will be removed and replaced with new boilers, pumps and appurtenances. O. Upon completion of all systems in the building, the existing duct systems to remain shall be internally cleaned, new hot water system shall be balanced, new air distribution piping systems shall be balanced, entire system shall be commissioned to provide the sequences of operation indication, project site shall be final cleaned and project site personnel shall be trained on operation/maintenance of new HVAC systems. P. Project shall be substantially complete by March 18, 2022. Q. Project shall be Final complete by April 1, 2022. 1.3 SPECIAL PROJECT REQUIREMENTS A. Custodial Costs: 1. Town of Yarmouth requires that a custodian be present during the course of any construction work within the building. Contractor shall be responsible for all additional custodial costs for periods (after hours, holidays, weekends) not covered during the normal custodial hours (6:00 a.m. to 9:45 p.m. Monday through Friday) as defined by the Town of Yarmouth. B. Fire Watches: HVAC Replacement Police Station Yarmouth, Massachusetts SUMMARY OF WORK 01 31 00 - 3 1. Contractor shall coordinate and pay all associated costs of fire watches required by the Town of Yarmouth Fire Department. 1.4 INTENT A. The entire work provided for in these technical specifications and on the Drawings shall be constructed and finished in every respect in a good workmanlike and substantial manner. All parts necessary for the proper and complete execution of the work whether the same may have been specifically mentioned or not, or indicated in a manner corresponding with the rest of the work shall be provided as if the same were particularly described and specifically provided for herein. It is not intended that the Drawings shall show every detailed piece of material or equipment, but such parts and pieces as may be in accordance with the best practices and regulatory requirements, even though not shown, shall be furnished and installed. All materials and equipment shall be new, unless specifically stated otherwise in these Contract Documents. 1.5 CONTRACT AND PHASING SCHEDULE A. Time for Completion 1. The time limits stated in the contract documents are of the essence of the contract. 2. Work under this contract shall be complete no later than April 1, 2022. 3. Unless otherwise authorized by the OWNER, all work under this contract must be conducted between the hours of 7:00 A.M. and 6:00 P.M., Monday through Friday. 4. No work shall be done on holidays, Saturdays, or Sundays, other than for emergencies, unless written approval is granted by the OWNER. 1.6 LIQUIDATED DAMAGES A. The work shall be completed on or before said dates. In case the work embraced in this contract shall not have been completed due to the failure of the Contractor to complete the work or any part of the work within the time specified, the Town of Yarmouth shall recover as liquidated damages $1,000.00 per day for every day beyond the contract completion dates or completion dates as extended in accordance with contract. B. Owner and Contractor recognize that Owner will suffer financial loss if the work is not completed on schedule, thus, such liquidated damages for delay reflect an agreed upon approximation of loss suffered by Owner because of such delay and do not constitute a penalty. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts SUBMITTALS 01 33 00 - 1 DIVISION 01 SECTION 01 33 00 SUBMITTALS PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01; “General Requirements” shall apply and are hereby made a part of this section of the Specifications. 1.2 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES A. Samples: 1. Samples of sufficient size and quantity shall clearly illustrate: a. Functional characteristics of product or material, with integrally related parts and attachment devices. b. Full range or color samples. B. General Contractor’s Responsibilities: 1. Coordinate each submittal with requirements of contract documents. 2. The General Contractor’s responsibility for errors and omissions in submittals is not relieved by the Engineer’s review and approval of submittals. 3. Notify the Engineer in writing at time of submission, of deviations in submittals from requirements of contract documents or previous submissions. 4. Work that requires submittals shall not commence unless submittals with Engineer’s stamp and initials or signature indicating review and approval. 5. After Engineer’s review and approval, distribute copies. C. Submission Requirements: 1. Make submittals promptly in accordance with approved schedules, and in such sequence as to cause no delay in the work. HVAC Replacement Police Station Yarmouth, Massachusetts SUBMITTALS 01 33 00 - 2 2. Shop drawings shall be submitted in accordance with Division 01 - Contract Documents. 3. Submit number of samples specified in each Section of the Specification. 4. Forward submittals with transmittal letter, in duplicate. 5. Submittals shall include: a. Date and revision dates b. Project title and number c. The names of: 1) Engineer 2) General Contractor 3) Supplier 4) Manufacturer 5) Separate detailer when pertinent d. Identification of product or material e. Relation to adjacent structure or materials f. Field dimensions, clearly identified as such g. Specification section number h. Applicable standards, such as ASTM number i. A blank space, five-inch by four-inch, for designer’s stamp j. Identification of deviations from contract documents k. General Contractor’s stamp, initialed or signed certifying review and approval of submittal. D. Re-submission Requirements: 1. Product Data and Samples: Submit new data and samples as required from previous submittals. E. Distribution of Submittals After Review and Approval: HVAC Replacement Police Station Yarmouth, Massachusetts SUBMITTALS 01 33 00 - 3 1. Distribute copies of shop drawings and product data that display the Engineer’s stamp to appropriate Sub-Contractors. 2. Distribute one approved copy of shop drawings and product data to the project manager. 3. Distribute samples as directed by the Engineer. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts Unit Prices Page 1 DIVISION 01 SECTION 01 40 10 UNIT PRICES PART 1 - GENERAL 1.01 CONTRACT DOCUMENTS A. The “Standard Form of Agreement Between Owner and Contractor”, AIA. Document A101, 2017 Edition - Electronic Format, as published by The American Institute of Architects, together with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The Sections of these Specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01 “General Requirements” shall apply and are hereby made a part of this section of the Specifications. 1.02 RELATED DOCUMENTS A. SECTION 23 00 00 – HEATING, VENTILATION AND AIR CONDITIONING 1.03 UNIT PRICES A. UP-1 – Existing Acoustical Tile Ceilings: Removal, Storage and Reinstallation of Existing Acoustical Ceiling Tile & Grid. AT1 Acoustical Tile 24”x24”x5/8” (NRC 0.60) AT2 Acoustical Tile 24”x24”x3/4” (NRC 0.65) AT3 Acoustical Tile 24”x24”x1.5” (NRC 0.90) AT4 Acoustical Tile 24”x24”x5/8” moisture resistant (NRC 0.55) B. UP-2 – New Acoustical Tiles: New Acoustical Ceiling Tile to Replace Damaged Existing Ceiling Tiles. AT1 Acoustical Tile 24”x24”x5/8” (NRC 0.60) AT2 Acoustical Tile 24”x24”x3/4” (NRC 0.65) AT3 Acoustical Tile 24”x24”x1.5” (NRC 0.90) AT4 Acoustical Tile 24”x24”x5/8” moisture resistant (NRC 0.55) C. UP-3 – Existing Gypsum Board Ceilings: Removal and Replacement of Existing Gypsum Board Ceilings including Painting new and existing adjacent ceiling. ARGB Assault Resistant Gypsum Board/Paint CPE Cement Plaster/Paint GB Gypsum Board/Paint HVAC Replacement Police Station Yarmouth, Massachusetts Unit Prices Page 2 GB1 Two Layers Gypsum Board/Paint (1Hr Assembly) GB2 Two Layers FRGB Core Board/Paint (2Hr Assembly) MRGB Moisture Resistant Gypsum Board/Paint PART 2 – PRODUCTS NOT USED PART 3 – EXECUTION NOT USED END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts ALTERNATES 01 40 20 - 1 DIVISION 01 SECTION 01 40 20 ALTERNATES PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. The GENERAL REQUIREMENTS, DIVISION 01, and BIDDING AND CONTRACT REQUIREMENTS, DIVISION 0, are hereby made a part of this Specification Section. 1.2 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions,” “Minimum Wage Determination,” and Division 01, “General Requirements” shall apply and are hereby made a part of this section of the Specifications. C. Examine all Drawings and all Sections of the Specifications for requirements therein affecting the work and this Section. The exact scope of work cannot be determined without a thorough review of all specification sections and other contract documents. D. Each General Bidder shall be held fully responsible for examining the scope of the alternate generally defined herein and for recognizing any modifications to his work caused by any Alternate, whether or not his particular trade section is mentioned therein. E. General Bidders shall enter a single amount in the appropriate space provided in the Form for General Bid which total amount shall consist of the amount for all work to be performed. F. The work to be performed under Alternates shall be in strict accordance with the requirements of the Specifications. 1.3 ALTERNATE NO. 1 – GAS FIRED BOILER #3 A. A third gas fired boiler and boiler pump is to be installed with all associated piping, venting, external air, insulation, automatic temperature controls, electrical and accessories. 1.4 ALTERNATE NO. 2 – LIGHT FIXTURES A. Light fixture replacement throughout the building. HVAC Replacement Police Station Yarmouth, Massachusetts ALTERNATES 01 40 20 - 2 1.5 ALTERNATE NO. 3– LIGHTING CONTROLS A. New lighting controls. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 1 DIVISION 01 SECTION 01 50 00 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01; “General Requirements” shall apply and are hereby made a part of this section of the Specifications. 1.2 REQUIREMENTS A. Temporary Water B. Weather Protection C. Temporary Power D. Hoisting Equipment and Machinery E. Staging F. Maintain Access G. Dust Control H. Noise Control I. Cleaning and Protection During Construction J. Toilet Facilities K. Use of Site 1.3 TEMPORARY WATER A. The Contractor shall arrange with the Owner if he requires water for use during construction. Water will be furnished without cost to the Contractor, but he shall pay for the cost to install, maintain and remove any necessary temporary connections. HVAC Replacement Police Station Yarmouth, Massachusetts CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 2 B. Use of water may be discontinued by the Owner if, in the opinion of the Owner, it is wastefully used. C. The General Contractor shall provide an adequate supply of drinking water from approved sources of acceptable quality, satisfactorily cooled, for his employees. 1.4 WEATHER PROTECTION A. The General Contractor shall provide protection of interior spaces from moisture during inclement weather. B. Installation of weather protection and heating devices shall comply with all safety regulations including provisions for adequate ventilation and fire protection devices. 1.5 TEMPORARY POWER A. The General Contractor shall utilize existing 120 volt receptacles and panelboards for any power requirements. B. The Owner shall pay for the cost of electric energy consumed by himself. C. The General Contractor shall furnish all extension cords, sockets, motors and accessories required for their work. 1.6 HOISTING EQUIPMENT AND MACHINERY A. All hoisting equipment and machinery required for the proper and expeditious prosecution and progress of the work shall be furnished, installed, operated and maintained in safe condition by the General Contractor. All costs for hoisting operating services shall be borne by the General Contractor. 1.7 STAGING A. All staging required to be over eight feet in height, shall be furnished and erected by the general contractor and maintained in safe condition by him. 1.8 MAINTAIN ACCESS A. The General Contractor shall maintain all entrances and exits from the building for the duration of the contract as well as access to and around the building for vehicular traffic and authorized personnel. B. All materials resulting from demolition and removal operations shall be transported to the ground into dumpster bodies. 1.9 DUST CONTROL A. The General Contractor shall provide adequate means for the purpose of preventing dust caused by construction operations throughout the period of the construction contract. HVAC Replacement Police Station Yarmouth, Massachusetts CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 3 B. The committing of nuisances and creating dust on the land and adjacent property shall be rigorously prohibited and adequate steps taken to prevent it. C. This provision does not supersede any specific requirements for methods of construction or applicable general conditions set forth in the Contract Articles with added regard to performance obligations of the general contractor. 1.10 NOISE CONTROL A. Develop and maintain a noise-abatement program and enforce strict discipline over all personnel to keep noise to a minimum. B. Execute construction work by methods and by use of equipment which will reduce excess noise. 1. Equip air compressors with silencers, and power equipment with mufflers. 2. Manage vehicular traffic and scheduling to reduce noise. 1.11 CLEANING AND PROTECTION DURING CONSTRUCTION A. Unless otherwise specified under the various trade sections of the specifications, the General Contractor shall perform clean-up operations during construction as herein specified. Location of any dumpsters, storage trailers, or equipment left overnight shall be closely coordinated with and approved by the Owner. B. Control accumulation of waste materials and rubbish; periodically dispose of off-site. The General Contractor shall bear all costs, including fees resulting from such disposal. C. Maintain project in accordance with all local, Commonwealth of Massachusetts and Federal Regulatory Requirements. D. Store volatile wastes in covered metal containers and remove from premises. E. Prevent accumulation of wastes which create hazardous conditions. F. Conduct cleaning and disposal operations to comply with local ordinances and anti- pollution laws. 1. Do not burn or bury rubbish and waste materials on site. 2. Do not dispose of volatile wastes such as mineral spirits, oil, or paint thinner in storm or sanitary drains. G. All areas of the grounds, walks, bushes, etc., shall be restored to their original condition prior to construction and any damage caused by workmen, staging, chemicals, etc., shall be repaired by contractor at no cost to the Owner. 1.12 TOILET FACILITIES HVAC Replacement Police Station Yarmouth, Massachusetts CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS 01 50 00 - 4 A. The Contractor shall be allowed to use the existing toilet facilities in the building. However, if the Owner determines that the Contractor is not maintaining the facilities, then the use of the toilets can be revoked and the cost for temporary facilities shall be paid for by the Contractor. 1.13 USE OF SITE A. New construction and alterations work shall be scheduled and performed in a workmanlike manner. Light, ventilation, power, vehicle access and legal egress shall be maintained in the building at all times. B. The work schedule shall be conducted generally between the hours of 7:00 A.M. to 5:30 P.M. Monday – Friday; Saturdays between 9:30 A.M. to 5:30 P.M., exclusive of holidays. C. Any work performed beyond regular working hours will be subject to overtime custodial rates. The custodial overtime rate will be based on $46.00 per hour for time and half occurrences, anything in excess of eight (8) hours in a day or Saturdays, and $60.00 per hour for double time, which will cover Sundays and holidays. D. Use only those areas so designated for construction and personnel parking, storage needs, etc. E. Arrange and maintain materials in orderly manner with use of walks, drives, roads, and entrances unencumbered. F. Before starting work, a barricade or fence shall be erected around the construction area. The barricade shall be moved or relocated from time to time as the work progresses in order to safeguard the town and the public from the hazards of the construction area. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts MATERIALS AND EQUIPMENT 01 60 00 - 1 DIVISION 01 SECTION 01 60 00 MATERIALS AND EQUIPMENT PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01; “General Requirements” shall apply and are hereby made a part of this section of the Specifications. PART 2 - PRODUCTS 2.1 PRODUCTS A. Comply with industry standards except when more restrictive tolerances or specified requirements indicate more rigid standards or more precise workmanship. B. Perform work by persons qualified to produce workmanship of specified quality. C. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, and racking. 2.2 MANUFACTURING INSTRUCTIONS A. When work is specified to comply with manufacturer’s instructions, submit copies as specified in Section 01 33 00 Submittals, and distribute copies to persons involved, and maintain one set in field office. B. Perform work in accordance with details of instructions and specified requirements. 2.3 TRANSPORTATION AND HANDLING A. Refer to Contract and General Conditions and Specifications sections for requirements pertaining to transportation and handling of materials and equipment. B. Transport products by method to avoid product damage; deliver in undamaged condition in manufacturer’s unopened containers or packaging, dry. C. Provide equipment and personnel to handle products by methods to prevent soiling or damage. HVAC Replacement Police Station Yarmouth, Massachusetts MATERIALS AND EQUIPMENT 01 60 00 - 2 D. Promptly inspect shipments to assure that products comply with requirements, that quantities are correct, and products are undamaged. 2.4 STORAGE AND PROTECTION A. Refer to Contract and General Conditions and Specification section for requirement pertaining to transportation and storage and protection of materials and equipment. B. Store products in accordance with manufacturer’s instructions, with seals and labels intact and legible. Store sensitive products in weather-tight enclosures; maintain within temperature and humidity ranges required by manufacturer’s instructions. C. For exterior storage of fabricated products, place on sloped supports above ground. Cover products subject to deterioration with impervious sheet covering; provide ventilation to avoid condensation. D. Arrange storage to provide access for inspection. Periodically inspect to assure that products are undamaged and are maintained under required conditions. E. No extended storage of materials will be permitted on site. Delivery of materials shall be scheduled in a manner that will limit “on site time” to 30 days or less before installation. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts CONTRACT CLOSEOUT 01 70 00 - 1 DIVISION 01 SECTION 01 70 00 CONTRACT CLOSEOUT PART 1 - GENERAL 1.1 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01; “General Requirements” shall apply and are hereby made a part of this section of the Specifications. 1.2 FINAL CLEANING A. Unless otherwise specified under the various sections of the specifications, the General Contractor shall perform final cleaning operations as herein specified prior to final inspection. B. Maintain project site free from accumulations of waste, debris, and rubbish, caused by operations. At completion of work, remove water, materials, rubbish, tools, equipment, machinery and surplus materials, and clean all sight-exposed surfaces; leave project clean and ready for occupancy. C. Cleaning shall include all surfaces, interior and exterior in which the General Contractor has performed work and has used as access to areas where work was performed whether existing or new. D. Refer to sections of the specifications for cleaning of specific products or work. E. Use only those materials which will not create hazards to health or property and which will not damage surfaces. F. Use only those cleaning materials and methods that are recommended by the manufacturer or surface material to be cleaned. G. Employ experienced workmen, or professional cleaners, for final cleaning operations. H. Remove grease, mastic, adhesives, dust, dirt, stains, fingerprints, labels, and other foreign materials from sight-exposed interior and exterior surfaces. I. Repair, patch and touch up marred surfaces to specified finish, to match adjacent surfaces. HVAC Replacement Police Station Yarmouth, Massachusetts CONTRACT CLOSEOUT 01 70 00 - 2 J. Prior to final completion, the General Contractor shall conduct an inspection of sight- exposed interior and exterior surfaces, and all work areas, to verify that the entire work is clean. K. Broom clean exterior paved surfaces and rake clean other surfaces of the grounds. 1.3 GLASS A. The General Contractor shall survey the worksite prior to the start of construction and identify all existing broken or cracked glass. All glass broken during performance of the work of this contract shall be replaced at the expense of the General Contractor. B. Prior to final completion, or User Agency Use and Occupancy, the General Contractor shall conduct an inspection of sight-exposed interior and exterior surfaces, and all work areas, to verify that the entire work is clean. 1.4 RECORD DRAWINGS A. Record drawings shall consist of all the contract drawings. B. The General Contractor and all subcontractors shall be required to maintain one set of record drawings, as the work relates to their sections of the specifications at the site. C. The record drawings shall be stored and maintained in the field apart from other documents used for construction. The record drawings shall be maintained in a clean, dry and legible condition and shall not be used for construction purposes. D. Record drawings, as submitted by the General Contractor, shall be verified in the field by the Architect. Verification by the Architect shall occur during the construction process and prior to the related work being completed and covered up. E. The record drawing shall be available at all time for inspection by the Engineers. All deficiencies noted shall be promptly corrected. F. The following information shall be indicated on the record drawings: 1. Record all changes, including change orders, in the location, size, number and type both horizontally and vertically of all elements of the project that deviate from those indicated on all the contract drawings. G. The Engineer shall review the drawings and shall verify by letter to Town of Yarmouth that the work is accurate. The Contractor shall arrange to have all changes incorporated on the original drawings. The Contractor shall submit to the Engineer, reproducible drawings on AUTOCAD disks and Adobe Acrobat files with two sets of prints to be used for the final inspection of the project. Inaccuracies in record drawings, as determined by the Engineer, may be grounds for postponement of the final inspection until such inaccuracies are corrected. 1.5 OPERATING AND MAINTENANCE REQUIREMENTS HVAC Replacement Police Station Yarmouth, Massachusetts CONTRACT CLOSEOUT 01 70 00 - 3 A. At least one month prior to the time of turning over this contract to the Owner for Use and Occupancy or Final Acceptance, the General Contractor shall secure and deliver to the Owner via the Engineer two complete maintenance manuals, shop drawings, and other data. 1. Catalog sheets, maintenance manuals, and approved shop drawings of all equipment, piping and valve tag charts. 2. Names, address and telephone numbers of repair and service companies for each of the major systems installed under this contract. 1.6 CLOSEOUT REQUIREMENTS AND SUBMITTALS A. Final Inspection: 1. The General Contractor shall submit written certification that: a. Project has been inspected for compliance with contract documents and has satisfied the Building Department and the Yarmouth Fire Department. b. Equipment and systems have been tested in the presence of Engineer and are operational and satisfactory. c. Project is completed, and ready for final inspection. 2. Building Department Use and Occupancy Permit: a. Arrange for a final inspection and secure the signed Certificate of Inspection for Use and Occupancy from the Building Department if required. 1.7 GUARANTEES AND WARRANTIES A. Submit to the Engineer all extended guarantees and warranties that have been specified in various, individual sections of the specifications. 1.8 COMMISSIONING AGENT PENDING ISSUES: A. Address and close all of commissioning agent pending issues, if any. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 1 DIVISION 02 SECTION 02 41 19 SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. The Contractor, Subcontractors, and/or suppliers providing goods or services referenced in or related to this Section shall also be bound by the Documents identified in Division 01. 1.2 SUMMARY A. This Section includes the following: 1. Demolition and removal of selected portions of building or structure, as indicated. 2. Demolition and removal of portions of interior partitions, as indicated. 3. Demolition and removal of finish systems, including ceilings and floor finishes as indicated. B. Related Sections include the following: 1. Division 01 Section “Alternates” for selective demolition related to alternate scopes of work. 2. Division 01 for use of premises and Owner-occupancy requirements. 3. Division 01 for temporary construction and environmental-protection measures for selective demolition operations. 4. Division 01 for cutting and patching procedures. 5. Division 02 Abatement sections. 1.3 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site, unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Salvage: Detach items from existing construction and deliver them to Owner. C. Remove and Reinstall: Detach items from existing construction, prepare them for reuse, and reinstall them where indicated. HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 2 D. Existing to Remain: Existing items of construction that are not to be removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.4 MATERIALS OWNERSHIP A. Unless otherwise indicated, demolition waste becomes property of Contractor. B. Historic items, relics, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be encountered during selective demolition remain Owner's property. C. Carefully remove and salvage each item or object in a manner to prevent damage and deliver promptly to Owner. 1.5 PRE-DEMOLITION MEETINGS A. Pre-demolition Conference: Conduct conference at Project site to comply with requirements in Division 01. Review methods and procedures related to selective demolition including, but not limited to, the following: 1. Inspect and discuss condition of construction to be selectively demolished. 2. Review structural load limitations of existing structure. 3. Review and finalize selective demolition schedule and verify availability of materials, demolition personnel, equipment, and facilities needed to make progress and avoid delays. 4. Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 5. Review areas where existing construction is to remain and requires protection. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For refrigerant recovery technician. B. Proposed Protection Measures: Submit report, including drawings, that indicates the measures proposed for protecting individuals and property for environmental protection, for dust control and for noise control. Indicate proposed locations and construction of barriers. C. Schedule of Selective Demolition Activities: Indicate the following: 1. Detailed sequence of selective demolition and removal work, with starting and ending dates for each activity. Ensure Owner's on-site operations are uninterrupted. HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 3 2. Interruption of utility services. Indicate how long utility services will be interrupted. 3. Coordination for shutoff, capping, and continuation of utility services. 4. Use of stairs. 5. Locations of proposed dust- and noise-control temporary partitions and means of egress. 6. Coordination of Owner's continuing occupancy of portions of existing building. 7. Means of protection for items to remain and items in path of waste removal from building. D. Predemolition Photographs or Video: Submit before Work begins. E. Statement of Refrigerant Recovery: Signed by refrigerant recovery technician responsible for recovering refrigerant, stating that all refrigerant that was present was recovered and that recovery was performed according to EPA regulations. Include name and address of technician and date refrigerant was recovered. F. Warranties: Documentation indicated that existing warranties are still in effect after completion of selective demolition. 1.7 CLOSEOUT SUBMITTALS A. Inventory: After selective demolition is complete, submit a list of items that have been removed and salvaged. B. Landfill Records: Indicate receipt and acceptance of hazardous wastes by a landfill facility licensed to accept hazardous wastes. 1.8 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. 1. Comply with waste ban regulations of the Massachusetts Department of Environmental Protection (MassDEP), 310 CMR 19.017, for disposal of asphalt pavement, brick, concrete, metal, and wood. B. Standards: Comply with ANSI A10.6 and NFPA 241. 1.9 PROJECT CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 4 area. Conduct selective demolition so Owner's operations will not be disrupted. 1. Comply with requirements specified in Division 01 Section "Summary." B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: Hazardous materials are not expected to be present in construction to be selectively demolished. 1. Hazardous material remediation is specified in other Division 02 Sections. 2. If unidentified hazardous materials are encountered during the work, do not disturb hazardous materials or items suspected of containing hazardous materials. Stop all work on the project and immediately notify Architect. E. Storage or sale of removed items or materials on-site is not permitted. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.10 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. Notify warrantor before proceeding. Existing warranties include the following: 1. Membrane roofing system. B. Notify warrantor on completion of selective demolition, and obtain documentation verifying that existing system has been inspected and warranty remains in effect. Submit documentation at Project closeout. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 5 PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. Inventory and record the condition of items to be removed and reinstalled and items to be removed and salvaged. D. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Engineer. E. Engage a professional engineer to survey condition of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective demolition operations. F. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. 1. Comply with requirements specified in Division 01. 2. Inventory and record the condition of items to be removed and salvaged. Provide photographs of conditions that might be misconstrued as damage caused by salvage operations. 3. Before selective demolition or removal of existing building elements that will be reproduced or duplicated in final Work, make permanent record of measurements, materials, and construction details required to make exact reproduction. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems: Maintain services/systems, except as noted, indicated to remain and protect them against damage during selective demolition operations. 1. Comply with requirements for existing services/systems interruptions specified in Division 01. B. Service/System Requirements: Locate, identify, disconnect, and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be selectively demolished. 1. Owner will arrange to shut off indicated services/systems when requested by Contractor. 2. If services/systems are required to be removed, relocated, or abandoned, HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 6 before proceeding with selective demolition provide temporary services/systems that bypass area of selective demolition and that maintain continuity of services/systems to other parts of building. 3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC a. Systems, equipment, and components indicated to be removed. b. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or plug remaining piping with same or compatible piping material. c. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or compatible piping material. d. Equipment to Be Removed: Disconnect and cap services and remove equipment. remove, clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment operational. e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove equipment and deliver to Owner. f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug remaining ducts with same or compatible ductwork material. g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork material. C. Refrigerant: Remove refrigerant from mechanical equipment to be selectively demolished according to 40 CFR 82 and regulations of authorities having jurisdiction. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris- removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1. Comply with requirements for access and protection specified in Division 01. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 1. Provide protection to ensure safe passage of people around selective demolition area and to and from occupied portions of building. 2. Provide temporary weather protection, during interval between selective demolition of existing construction on exterior surfaces and new construction, to HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 7 prevent water leakage and damage to structure and interior areas. 3. Protect walls, ceilings, floors, and other existing finish work that are to remain or that are exposed during selective demolition operations. 4. Cover and protect furniture, furnishings, and equipment that have not been removed. 5. Comply with requirements for temporary enclosures, dust control, heating, and cooling specified in Division 01. 6. Comply with indoor air quality requirements specified in Division 01. C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to preserve stability and prevent movement, settlement, or collapse of construction and finishes to remain, and to prevent unexpected or uncontrolled movement or collapse of construction being demolished. 1. Strengthen or add new supports when required during progress of selective demolition. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4. Do not use cutting torches until work area is cleared of flammable materials. At concealed spaces, such as duct and pipe interiors, verify condition and contents of hidden space before starting flame-cutting operations. Maintain portable fire- suppression devices during flame-cutting operations. 5. Maintain adequate ventilation when using cutting torches. 6. Remove decayed, vermin-infested, or otherwise dangerous or unsuitable materials HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 8 and promptly dispose of off-site. 7. Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 8. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 9. Dispose of demolished items and materials promptly. B. Removed and Salvaged Items: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until delivery to Owner. 4. Transport items to Owner's storage area designated by Owner. 5. Protect items from damage during transport and storage. C. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. Paint equipment to match new equipment. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. 5. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A. Masonry: Demolish in small sections. Cut masonry at junctures with construction to remain, using power-driven saw, then remove masonry between saw cuts. B. Air-Conditioning Equipment: Remove equipment without releasing refrigerants. 3.6 DISPOSAL OF DEMOLISHED MATERIALS HVAC Replacement Police Station Yarmouth, Massachusetts SELECTIVE DEMOLITION 024119 - 9 A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property. Separate, salvage, recycle, and legally dispose of materials in accordance with the Commonwealth of Massachusetts Waste Ban, 310 CMR 19.017. 1. Include cost of all transportation and disposal. 2. Provide verification of all disposal trips. 3. Hazardous materials are to be handled and disposed of in accordance with all State, Local, and Federal regulations. 3.7 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts GYPSUM BOARD ASSEMBLIES 092116 - 1 DIVISION 09 SECTION 092116 GYPSUM BOARD ASSEMBLIES PART 1 - GENERAL 1.1 GENERAL PROVISIONS A. Part A and Division 01 of Part B are hereby made a part of this Section. 1.2 GENERAL CONDITIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The Sections of these Specifications entitled "Special Conditions", "Minimum Wage Determination", and Division 1 "General Requirements" shall apply and are hereby made a part of this section of the Specifications. 1.3 WORK INCLUDED A. Furnish all labor, materials, tools and equipment required for the complete removal of all gypsum wallboard systems as required for the structural work. Include metal stud and furring systems, ceiling systems, gypsum wallboard, gypsum sheathing, and required accessories and fastening devices. 1.4 RELATED WORK IN OTHER SECTIONS A. Section 260000 - ELECTRICAL 1.5 SAMPLED A. Samples of the various materials to be furnished and installed under this section shall be submitted to the Engineer for approval before starting the work of this section. 1.6 PROTECTION AND CLEANING A. Protect existing and new finishes against soiling and damage from the work of this trade. B. Upon completion, remove all rubbish, debris, scaffolding and tools from the work. Clean off any of the materials of this section from glass, brick, trim and all other finish surfaces, and leave the floors "broom clean." PART 2 - PRODUCTS 2.1 MANUFACTURERS HVAC Replacement Police Station Yarmouth, Massachusetts GYPSUM BOARD ASSEMBLIES 092116 - 2 A. Materials and methods shall be in accordance with manufacturer's printed recommendations. B. Wallboard, interior partition framing, furring, ceiling suspension systems, gypsum wallboard, sheathing, joint tape, joint compounds, and other accessories shall be as manufactured by the National Gypsum Co., U.S. Gypsum Co., Johns-Manville, Georgia- Pacific or approved equal. Products of National Gypsum Company are specified to establish type and quality of materials. 2.2 MATERIALS A. Gypsum Wallboard – thickness and type shall be indicated on the drawing. B. Steel Studs - 20 gauge galvanized steel non-load bearing standard screw studs; width 3-5/8 inch and 4” for interior partitions unless otherwise specified or noted on the drawings and 6 inch 20 gauge galvanized steel non-load bearing standard screw studs for exterior walls. C. Screw Stud Track - 25 gauge galvanized steel. D. Furring channels - 7/8" x 2-3/4" hat type screw furring channels. E. Runner Angles - 2" x 2" x 20 gauge galvanized steel. F. Stiffening Channels - 1-1/2 CR channels 475 lbs./1000 LF. G. Control Joints - E-Z strip expansion joint. H. Screws 1. Drywall to metal framing; Type S Bugle Head 2. Metal components to Concrete or Masonry; HWH Tapcon Anchors I. Corner Beads - 1-1/4" x 1-1/4" galvanized standard corner bead with 1/8" ground. J. Casing Beads - No. 233 with vinyl gasket K. Acoustical Sealant - US Gypsum, National Gypsum or Tremco. L. Tape - Gold Bond Joint Tapes M. Joint Treatment Compound Sta-Smooth Joint Compound and Ready-Mix Topping Compound or approved equal. N. Adhesive - MC Adhesive. O. Ceiling and soffit framing screw type furring channels @ 16" o .c. supported by cold rolled channels or steel studs in accordance with manufacturers recommendations based on a 15 PSF load. HVAC Replacement Police Station Yarmouth, Massachusetts GYPSUM BOARD ASSEMBLIES 092116 - 3 PART 3 - EXECUTION 3.1 GENERAL REQUIREMENTS A. This Contractor shall inspect job conditions and related work and report to the General Contractor conditions affecting his work. Commencement of work will constitute acceptance of conditions. B. Work under this section shall be properly coordinated with the work of other sections. In no case shall work of other sections that will be concealed by the work of this section be so concealed until it has been inspected and approved. C. The drawings shall be taken as diagrammatic. This Contractor shall fit his work to the building structure, and other finishes and around mechanical and electrical work previously installed, to produce a finished result. D. Protect all gypsum materials from moisture both during shipment and in storage. Do not store outdoors or in potentially damp locations. Protect metal goods from rusting. 3.2 INSTALLATION A. Interior partitions shall be constructed with screw studs, gypsum wallboard as detailed on the drawings. B. Metal stud framing and wallboard installation shall be in accordance with National Gypsum Co. General Specifications 1 and 2 for Drywall Products and Systems. All studs spaced not over 16 inches o c C. Gypsum wallboard ceilings and exterior soffits shall be constructed with 7/8" x 2-9/16" galvanized steel hat type screw furring channels, CR channels, strap hangers, and gypsum wallboard and gypsum soffits board. D. All exterior corners shall be provided with corner beads and where gypsum wallboard abuts dissimilar material a casing bead shall be installed. E. Gypsum wallboard and soffit board shall be installed and finished in accordance with the National Gypsum Company’s Architectural Specifications/Drywall Products and Systems using the specified materials. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts ACOUSTICAL CEILING TILES 095000 - 1 DIVISION 09 SECTION 095000 ACOUSTICAL CEILING TILES PART 1 - GENERAL 1.1 SUMMARY A. This section includes the providing of ceiling tiles where necessary due to damaged tiles, by the contractor, during removal of ceiling tiles and grid for the structural related work above the ceiling. 1.2 GENERAL CONDITIONS: A. The “General Conditions, Supplementary General Conditions”, and DIVISION 1 govern work under this Division, form a part of this specification and contract and shall be carefully examined by each bidder before submitting his proposal. 1.3 DEFINITIONS: A. “Provide” shall mean furnish and install. B. “Remove” shall mean to “dismantle”, remove and dispose of the equipment indicated. C. “Relocate” shall mean to “disconnect” for relocation of the existing equipment. D. “Remain” shall mean the existing equipment is to remain in place, in operating condition. 1.4 SCOPE OF WORK: A. Work Included: Provide labor, materials, equipment, accessories, and services necessary for proper and complete fabrication and installation of acoustical ceiling systems as shown on the Drawings and/or as herein specified, or as required due to contractor damaging tiles during structural related work. 1. Suspension systems, acoustic tile, trim angles and bracing and hangers. 2. Provide hinged 24”x24” ceiling tiles, to replace any tiles damaged by contractor while performing his work. 1.5 JOB CONDITIONS: A. Provide all necessary scaffolding, staging planks, etc., required for the execution of this work. HVAC Replacement Police Station Yarmouth, Massachusetts ACOUSTICAL CEILING TILES 095000 - 2 B. Coordinate installation of acoustic tile work so that the installation of other work may be properly executed to fulfill the design requirements. Check shop drawings of other sections to ensure proper installation. 1.6 PROTECTION OF WORK AND MATERIAL STORAGE: A. Deliver and store all materials in manufacturer’s original unopened containers with all labels intact and legible. B. Store materials in a dry area in a manner to prevent damage or contamination, and with containers opened as required to stabilize moisture content and temperature. C. Handle materials so as to prevent breakage, scratching, distorting and defacing of finished surfaces. D. Do not begin installation until sufficient materials to complete a room are received. 1.7 REFERENCES: A. Acoustical Material Association: “Specifications for Acoustical Tile and Lay-In Panel Ceiling Suspension Systems”. PART 2 - PRODUCTS 2.1 ACOUSTICAL CEILING SYSTEM A. Acoustical Ceiling System: Acoustical Ceiling Systems to be used in tile ceiling areas. 1. Surface Texture: Medium 2. Composition: Mineral Fiber 3. Color: White 4. Size: Thickness and type to be indicated on drawings 5. Edge Profile: Angled Tegular for interface with Prelude ML 15/16” Exposed Tee. 6. Noise Reduction Coefficient (NRC): ASTM C 423; Classified with UL label on product carton. 7. Ceiling Attenuation Class (CAC): ASTM C 1414; Classified with UL label on product carton. 8. Emissions Testing: Section 01350 Protocol, < 13.5 ppb of formaldehyde when used under typical conditions required by ASHRAE Standard 62.1-2004, “Ventilation for Acceptable Indoor Air Quality” 9. Flame Spread: ASTM E 1264; Class A (UL) 10. Light Reflectance (LR): ASTM E 1477; White Panel: Light Reflectance: 0.81. 11. Dimensional Stability: Standard -Space is enclosed, weatherproofed, HVAC systems operating. 12. Antimicrobial Protection: None 13. Acceptable Product: Fissured, 705 as manufactured by Armstrong World Industries. HVAC Replacement Police Station Yarmouth, Massachusetts ACOUSTICAL CEILING TILES 095000 - 3 B. Suspension Systems 1. Components: All main beams and cross tees shall be commercial quality hot- dipped galvanized (galvanized steel, aluminum, or stainless steel) as per ASTM A 653. Main beams and cross tees are double-web steel construction with type exposed flange design. Exposed surfaces chemically cleansed, capping pre- finished galvanized steel (aluminum or stainless steel) in baked polyester paint. Main beams and cross tees shall have rotary stitching (exception: extruded aluminum or stainless steel). a. Structural Classification: ASTM C 635 Intermediate Duty. b. Color: White and match the actual color of the selected ceiling tile, unless noted otherwise. c. Acceptable Product: Prelude ML 15/16” Exposed Tee as manufactured by Armstrong World Industries, Inc. 2. High Humidity Finish: Comply with ASTM C 635 requirements for Coating Classification for Severe Environment Performance where high humidity finishes are indicated. a. SS Prelude Plus by Armstrong World Industries, Inc. - 100% Type 304 STAINLESS Steel. b. AL Prelude Plus by Armstrong World Industries, Inc. - all ALUMINUM c. Prelude Plus XL Fire Guard by Armstrong World Industries, Inc., G-60 Hot dipped galvanized /aluminum capping d. Structural Classification: ASTM C 635 duty class. e. Color: [Stainless for SS only][White aluminum] [Clear Anodized Aluminum] 3. Attachment Devices: Size for five times design load indicated in ASTM C 635, Table 1, Direct Hung unless otherwise indicated. 4. Wire for Hangers and Ties: ASTM A 641, Class 1 zinc coating, soft temper, pre- stretched, with a yield stress load of at least time three design load, but not less than 12 gauge. 5. Edge Moldings and Trim: Metal or extruded aluminum of types and profiles indicated or, if not indicated, manufacturer’s standard moldings for edges and penetrations, including light fixtures, that fit type of edge detail and suspension system indicated. Provide moldings with exposed flange of the same width as exposed runner. 6. Accessories PART 3 - EXECUTION 3.1 ACOUSTICAL CEILINGS INSTALLATION A. Examination: Do not proceed with installation until all wet work such as concrete, terrazzo, plastering and painting has been completed and thoroughly dried out, unless expressly permitted by manufacturer’s printed recommendations. HVAC Replacement Police Station Yarmouth, Massachusetts ACOUSTICAL CEILING TILES 095000 - 4 B. Preparation 1. Measure each ceiling area and establish layout of acoustical units to balance border widths at opposite edges of each ceiling. Avoid use of less than half width units at borders, and comply with reflected ceiling plans. Coordinate panel layout with mechanical and electrical fixtures. 2. Coordination: Furnish layouts for preset inserts, clips, and other ceiling anchors whose installation is specified in other sections. a. Furnish concrete inserts and similar devices to other trades for installation well in advance of time needed for coordination of other work. C. Installation 1. Install suspension system and panels in accordance with the manufacturer’s instructions, and in compliance with ASTM C 636 and with the authorities having jurisdiction. 2. Suspend main beam from overhead construction with hanger wires spaced 4-0 on center along the length of the main runner. Install hanger wires plumb and straight. 3. Install wall moldings at intersection of suspended ceiling and vertical surfaces. Miter corners where wall moldings intersect or install corner caps. 4. For reveal edge panels: Cut and reveal or rabbet edges of ceiling panels at border areas and vertical surfaces. 5. Install acoustical panels in coordination with suspended system, with edges resting on flanges of main runner and cross tees. Cut and fit panels neatly against abutting surfaces. Support edges by wall moldings. D. Adjusting And Cleaning 1. Replace damaged and broken panels. 2. Clean exposed surfaces of acoustical ceilings, including trim, edge moldings, and suspension members. Comply with manufacturer’s instructions for cleaning and touch up of minor finish damage. Remove and replace work that cannot be successfully cleaned and repaired to permanently eliminate evidence of damage. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts PAINTING 09 90 00 - 1 DIVISION 09 SECTION 09 90 00 PAINTING PART 1 - GENERAL 1.1 GENERAL PROVISIONS A. Part A and Division 01 of Part B are hereby made a part of this Section. 1.2 GENERAL CONDITIONS A. The “General Conditions, Supplementary General Conditions”, and DIVISION 01 govern work under this Division, form a part of this specification and contract and shall be carefully examined by each bidder before submitting his proposal. 1.3 RELATED DOCUMENTS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01, “General Requirements” shall apply and are hereby made a part of this section of the Specifications. C. Examine all Drawings and all other Sections of the Specifications for requirements and provisions affecting the work of this Section. 1.4 WORK TO BE PERFORMED A. Furnish all labor, materials, services and equipment necessary for the complete application of all painting as indicated on the Drawings and/or as specified herein. B. The Contractor shall examine the specifications of the various other trades and be thoroughly familiar with all of their provisions regarding painting and understand that all new materials installed that necessitate painting and which are left unfinished by the requirements of said other sections of these specifications shall be painted, finished or treated to completion under this Section. C. It is required that this Specifications shall cover the painting and finishing as specified on surfaces as to make a thoroughly complete job. D. The work under this Section shall include, but is not limited to, the following: 1. All new patched surfaces shall be painted to match existing. 2. All gas and gas vent piping. HVAC Replacement Police Station Yarmouth, Massachusetts PAINTING 09 90 00 - 2 1.5 COLOR AND SAMPLES A. The Owner shall have final approval of all colors for each area and surface. All colors shall be mixed in accordance with manufacturer’s instructions. B. Colors of priming coats (and body coats where specified) shall be lighter than those of finish coat. The Owner shall have unlimited choice of colors without extra cost, including custom accent colors. C. Colors shall be pure, non-fading pigments, mildew-proof, sun-proof, finely ground-in approved medium. Colors used on masonry or plaster surfaces (as applicable) shall be lime-proof. All materials shall be subject to the Engineer’s approval. D. Samples of all colors, stains, and finishes, where requested, shall be prepared in advance of requirements so as not to delay work and shall be submitted to the Engineer for approval before any work is commenced. Any work done without such approval shall be redone to the Engineer’s satisfaction at the Contractor’s expense. Samples shall be on separate 8" x 10" x 1/8" tempered hardboard panels. 1.6 SCAFFOLDING A. Furnish, erect, maintain, and remove, when directed, all scaffolds, staging and rigging where required for painting work complying with all applicable laws and codes. 1.7 PROTECTION A. Furnish and lay suitable drop cloths in all areas where painting is being done to protect floors and all other surfaces from damage during the work. B. The Contractor will remove and replace all finish hardware applied to doors, cabinets, etc. The Contractor will remove and replace, where necessary, accessories, plates, lighting fixtures, heating units, and all other finished items. C. In no case shall the Contractor attempt to paint around finish hardware or other removable items that are already fitted in place. D. At completion of work in each area, remove all paint spots, oil and stain from all surfaces, including finish hardware. 1.8 STORAGE AND USE OF MATERIALS A. All materials shall be stored in designated spaces in a manner which meets the requirements of applicable codes and fire regulations. When not in used, such spaces shall be kept locked and inaccessible to those not employed under this SECTION. Each space shall be provided with a fire extinguisher of carbon dioxide or dry chemical type bearing the label of the National Board of Fire Underwriters and tag of recent inspection. B. All materials shall be brought to the building and stored in manufacturer’s original sealed containers bearing the manufacturers standard label indicating type and color. HVAC Replacement Police Station Yarmouth, Massachusetts PAINTING 09 90 00 - 3 C. Materials shall be delivered in sufficient quantities in advance of the time needed in order that work will not be delayed in any way. D. No claim by the Contractor concerning the unsuitability of any material specified, or his ability to produce first class work with same, will be entertained after the Contractor is signed. E. Before application, painter’s materials in containers shall be thoroughly stirred, unless otherwise directed by the manufacturer of the paint used, to ensure uniformity of color and mass, and all paint skins or other materials which would cause lumps of roughness shall be strained out. Materials shall be applied without the addition of any ingredients and without reducing and thinning, except in conformance with the regulations of the Environmental Protection Agency (EPA), subject to the approval of the Engineer. 1.9 COMPATIBILITY OF SHOP AND FIELD PAINTS A. It is essential that paints applied in the shop and in the field will be mutually compatible. Shop Drawings for fabricated items will indicate manufacturer and type of shop coat applied. B. The Contractor shall determine that the materials specified in the Painting Schedule are compatible with shops to which these materials are to be applied and he shall bring to the Engineer’s attention any condition which may require a change in the Specifications before proceeding with his work. Failure to do so shall be construed as acceptance to the paints specified and the Contractor shall correct, at his own expense, any defects in his work resulting from the use of such materials. PART 2 - MATERIALS 2.1 MANUFACTURERS A. When a manufacturer makes more than one (1) grade of any material specified, the Contractor shall use the highest grade of each type whether or not the material is mentioned by any trade name in these Specifications. B. All paints and finishes used for this project shall be as manufactured by the following manufacturers or equal: 1. Sherwin Williams 2. Glidden Coating Systems 3. P.P.G. Industries C. To establish a standard of quality and kind of material desired, the schedule is based on products of Sherwin Williams, except where other manufacturers are specifically mentioned. Products of the manufacturers listed above equal to those scheduled herein may be substituted upon submission to the Engineer of equivalent painting schedule and approval thereof. HVAC Replacement Police Station Yarmouth, Massachusetts PAINTING 09 90 00 - 4 2.2 PAINTING SCHEDULE A. All patch areas: 1. Masonry, Concrete and Aluminum: a. First coat: Self-prime b. Second coat: DTM Acrylic Gloss c. Third coat: DTM Acrylic Gloss 2. Steel: a. First Coat: DTM Acrylic Primer/Finish b. Second Coat: DTM Acrylic Gloss c. Third Coat: DTM Acrylic Gloss 3. Concrete Block: a. First Coat: Heavy Duty Block Filler b. Second Coat: DTM Acrylic Gloss c. Third Coat: DTM Acrylic Gloss B. Gas Piping: Yellow 1. First Coat: DTM Acrylic Primer/Finish 2. Second Coat: DTM Acrylic Gloss 3. Third Coat: DTM Acrylic Gloss C. Color shall be as selected by the Owner. PART 3 - INSTALLATION 3.1 PREPARATION OF SURFACES AND WORKMANSHIP A. The surfaces are to be clean, smooth and thoroughly dry. B. The starting of work under this SECTION will be construed as acceptance of such surfaces as being satisfactory and any defects in work resulting from such accepted surfaces shall be corrected by the Contractor at his own expense. C. All spaces shall be broom-clean and all surfaces dry before painting is started. All dust, dirt, plaster, grease and other extraneous matter affecting the finish work shall be removed prior to the commencement of painting. HVAC Replacement Police Station Yarmouth, Massachusetts PAINTING 09 90 00 - 5 D. No varnish, lacquer, or enamel finish shall be applied where room or exterior temperature is below the standard temperature in ºF as recommended by the paint manufacturers. E. All nail holes and cracks on both exterior and interior work shall be carefully putty colored to match. Puttying shall be done after primer coat or sealer coat has been applied. F. Remove blisters or other imperfections in previous coats caused by foreign substances or paint skins from all painted surfaces before the subsequent coat is applied. Smooth- finished surfaces shall be sanded before finishing and between coats as required to smooth out rough areas and to assure smooth, even finish. All surfaces to receive paint shall be smooth and free of all sandpaper scratches, mill marks and other imperfections and, except for coats applied in shop, shall be inspected and approved by the Engineer before application of prime and finish coats. G. No painter’s finish shall be applied until the preceding coat is thoroughly dry and, in no case, in less than two (2) days for interior work, except for surfaces coated with latex base material which may be re-coated the next day. H. Touch up finish coats of factory finished items that become damaged before completion of the building. Sand damaged areas smooth and apply specified primer before applying finish coat. Where touch-up cannot be done neatly and blended smooth with other finish material, repaint entire surface or panel as approved by the Engineer. 3.2 COMPLETION A. Cleaning – At the completion of the work, the Contractor shall remove all paint spots and oil or grease stains caused by his work from all surfaces including floors, fixtures, hardware and equipment, leaving their finishes in satisfactory condition. He shall remove all his staging equipment, all debris and materials and leave the work in a clean condition as far as his work is concerned. B. NOTE: Any retouch work required after painted surfaces have been accepted by the Engineer in writing shall be at the Owner’s expense. 3.3 PROTECTION AND CLEAN UP A. Properly protect adjacent surfaces and equipment from any damage or spotting due to work performed under this SECTION. B. Upon completion of all work required under this SECTION, clean up all refuse incurred and thoroughly clean any adjacent surfaces defaced or otherwise spotted from the painting and finishing applications. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 1 DIVISION 21 SECTION 210000 FIRE PROTECTION PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Include GENERAL CONDITIONS, SUPPLEMENTARY GENERAL CONDITIONS and applicable parts of Division 01 as part of this Section. B. Examine all Project Specifications and Drawings for requirements which affect work of this Section whether or not such work is specifically mentioned in this Section. C. Coordinate work with that of all other trades affecting or affected by work of this Section. Cooperate with such trades to assure the steady progress of all work under Contract. D. When open-flame or spark producing tools such as blower torches, welding equipment, etc., are required in the process of executing the work, the General Contractor shall be notified not less than 24 hours in advance of the time that the work is to begin and the location where the work is to be performed. Provide, where necessary, fire protective covering and maintain a constant non-working fire watch where work is being performed and until completed. E. The following definitions apply to the Drawings and Specifications: 1. Furnish: The term “furnish” is used to mean “supply and deliver to the Project site, ready for unloading, unpacking, assembly, installation, and similar operations.” 2. Install: The term “install” is used to describe operations at project site including actual “unloading, unpacking, rigging in place, assembly, erection, placing, anchoring, applying, working to dimension, finishing, curing, protecting, cleaning, and similar operations.” 3. Provide: The term “provide” means to “furnish and install, complete and ready for intended use.” 4. Installer: An “installer” is the contractor or an entity engaged by the contractor, either as an employee, subcontractor, or sub-subcontractor for a performance of a particular construction activity, including installation, erection, application and similar operations. Installers are required to be experienced in the operations they are engaged to perform. 5. Contractor: “Sprinkler Contractor” 1.2 SCOPE OF WORK A. Sprinkler Contractor shall provide modifications to the existing wet pipe sprinkler systems in accordance with NFPA-13 in areas designated and hydraulic calculations and HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 2 sprinkler shop drawings as required by NFPA-13, Local Authority and the Owners Insurance Authority for fully sprinklered systems for the Facility as shown on the drawings. The sprinkler contractor shall coordinate with all trades and all existing conditions in order to design and install complete, automatic fire sprinkler systems as indicated on the drawings. All design, installation, testing and flushing work shall be in accordance with NFPA-13 and the Massachusetts State Building Code, latest edition. B. The work shall be installed within an existing building and within a new building addition. The new sprinkler systems and modifications to existing fire pump and sprinkler systems shall be connected to the existing sprinkler systems within the existing building. All existing conditions shall be determined in the field. All points of new connections to the existing systems shall be determined in the field. C. Work includes but is not limited to the following: 1. Modify the existing wet pipe sprinkler systems for the areas shown on the drawings. 2. Sprinkler Heads, Piping Fittings, Hangers and Valves 3. Hydraulic Calculations and sprinkler system shop drawings as outlined in NFPA- 13. 4. Sleeves, Escutcheons, Hangers, Access Panels, and Miscellaneous Steel Supports 5. Low Point Drains 6. Testing and Adjusting all Equipment 7. Obtaining Approval, Permits and Certificates 8. Provide any other component or related system (whether or not listed) which is part of the overall design and basic equipment and deemed necessary for its completion, thoroughness and ready for operation in perfect condition. 9. Include in the fire protection work all necessary supervision and the issuing of all coordination information to any other trades who are supplying work to accommodate the fire protection installation. 10. Working plans (shop drawings) and hydraulic calculations, stamped by the contractors, Registered Professional Engineer which shall have the approval of the Local authority (Town of Auburn Inspectional Services) and owner’s insurance authority. 11. Cutting Coring and patching 12. Seismic Bracing 13. Furnish, set up and maintain all derricks, hoisting machinery, scaffolds, staging and planking as required for the work. 14. The sprinkler contractor shall conduct a new pump flow test at the site to obtain current flow and pressure data of the existing city water supplies to the building. The sprinkler contractor shall provide all required labor, materials, tools, pay all fees and perform all coordination with the local water authority and owner for the conducting of the fire pump test. The fire pump flow test shall be conducted in strict accordance with NFPA-20. Provide all necessary coordination with the owner, the local water department and the local fire department in order to perform the test. The sprinkler contractor shall provide all labor, tools, gauges, equipment and fees necessary to perform the fire pump flow test. 15. The work shall be within portions of the existing building. Existing ceilings conditions for the existing building are as intended. Existing structural conditions HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 3 within the existing building are unknown. The existing ceilings shall be removed by the General Contractor. It shall be the responsibility of the sprinkler contractor to coordinate with the General Contractor for the ceiling removal schedule. Upon completion of the existing ceiling removal it shall be the responsibility of the sprinkler contractor to conduct a field survey of all existing conditions within the existing building spaces. The sprinkler contractor shall be responsible for documenting all existing ceiling conditions, all existing structural conditions, all existing light fixture conditions, all existing HVAC conditions and all obstruction conditions throughout the entirety of the existing building spaces. The sprinkler contractor shall be responsible for creating a complete set of coordination drawings indicating all existing building conditions throughout the existing building spaces. The sprinkler contractor shall be responsible for determining the routing of all piping and the locations of all sprinkler heads in the field and in conjunction with the field survey. The sprinkler contractor shall be responsible for indicating, on the sprinkler contractors coordination drawings, all existing building conditions, all existing obstructions, the routing of all sprinkler piping, the locations of all sprinkler heads, all new work by all trades, all new building conditions, all new building ceiling conditions and the interaction of the new sprinkler and standpipe work with the conditions described above. The sprinkler contractor shall be responsible for coordinating with the architect and the owner for the pipe routing through the existing and new building and for filed determining the best routes and locations of all sprinkler and standpipe piping and all sprinkler heads. This coordination work shall be indicated on the sprinkler contractors coordination drawings and on the sprinkler contractors final design drawings. 16. This specification and any contract drawings that may be included are intended to be used as a performance specification only and are intended to give general direction for scope of work and are not intended to be used in any way by the sprinkler contractor for any aspect of any of the fire sprinkler systems design. The fire sprinkler contractor is completely responsible for the entire fire sprinkler systems design, creation of all design drawings, hydraulic calculations and performing all coordination with all trades, trade drawings and all architectural drawings and all existing building conditions and existing fire sprinkler system conditions. Nothing in this specification is intended to relieve the fire protection contractor from completely designing, coordinating, furnishing and installing all fire protection work in a neat and professional manner and in strict accordance with the state fire protection code and all applicable state recognized standards and regulations as well as all rules and regulations of the local code officials and in strict coordination with the local fire department and the architect for specific design criteria. Design drawings will not be provided for the work, instead it shall be the responsibility of the fire protection contractor to create all required design drawings, perform all coordination with the existing building and all existing building conditions, the owner, the local fire department, the architect and all other trades working on the project. It shall be the fire protection contractors responsibility to attend all meetings, visit the site to familiarize himself will all aspects of the project and all existing conditions, obtain all plans and details from the architect, civil engineer, and all other trades working on the project and use these plans and details to create fire protection design drawings and hydraulic HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 4 calculations. The fire protection design drawings shall be complete in every way and appropriate for complete working fire protection systems in accordance with all codes as referenced above. The fire protection design drawings shall be fully coordinated with the local fire department, architectural drawings, civil drawings and all other trade drawings. These drawings shall be submitted to the architect and to the local fire department for approval prior to the commencement of any fire protection work or other work that affects any and all fire protection systems. 17. The sprinkler contractor shall be responsible for shutting down and draining of the existing sprinkler piping systems in order to accommodate the work. The sprinkler contractor shall coordinate with the owner and the local fire department authority for all periods of the existing fire pump and fire sprinkler systems shut down. The sprinkler contractor shall provide a fire department staffed fire watch during all periods of the existing fire pump and fire sprinkler systems shut down. The duration of all fire watches shall be determined by the local fire department. 1.3 RELATED WORK SPECIFIED UNDER OTHER SECTIONS A. 22 00 00 – PLUMBING B. 23 00 00 - HEATING, VENTILATING AND AIR CONDITIONING C. 26 00 00 - ELECTRICAL WORK D. 09 90 00 – PAINTING E. 01 91 13 – GENERAL COMMISSIONING REQUIREMENTS 1.4 CODES, PERMITS AND FEES A. Unless otherwise specified or indicated, materials, workmanship and equipment performance shall conform with the latest governing edition of the following standards, codes, specifications, requirements, and regulations, but not limited to: 1. All Applicable NFPA Standards 2. New Hampshire State Building Code, latest edition 3. American Society of Mechanical Engineers 4. American Society of Testing and Materials 5. American National Standards Institute 6. State and Local Plumbing and Gas Codes 7. Underwriters' Laboratories, Inc. 8. Occupational Safety and Health Administration 9. Owners Insurance Authority guidelines 10. Massachusetts D.E.P. B. Any other local codes or authorities having jurisdiction, including any other standards specifically indicated in other paragraphs of this specification. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 5 C. Under this Section of the Specification, pay all fees, submit all necessary documents, obtain all permits, certificates and necessary approvals from authorities having jurisdiction. Prior to installation, provide copies of all permits, approvals and certificates to the supervising Architect/Engineer for his record. All costs for these requirements shall be borne under this section of the specification. 1.5 SURVEYS AND MEASUREMENTS A. Under this section of the Specification, base all required measurements, both horizontal and vertical, from referenced points established and be responsible for correctly laying out of the work required under this section of the specification. B. In the event of discrepancy between actual measurements and those indicated, notify the Architect in writing and do not proceed with the related work until instructions have been issued. C. Prior to bid, The Contractor shall visit the site and review the drawings to familiarize himself with the areas of work as well as all of the existing conditions to which the work of this section is to be installed, prior to design or installation. Any apparent discrepancies or conflicts between the new work and any existing conditions shall be submitted to the Architect in writing. Failure of the contractor to familiarize himself with all aspects of the new work and the existing conditions will not be a basis for extra costs to the contract. 1.6 COORDINATION AND COOPORATION WITH OTHER TRADES A. Work shall be performed in cooperation with other trades on the project and so scheduled as to allow speedy and efficient completion of the project. B. Furnish to all other trades advance information on location and size of all equipment, frames, boxes, sleeves, and openings needed for the work under this section of the specifications, and also furnish layout information and shop drawings necessary to permit trades affected by the work under this section of the specifications to install their work properly coordinated and without delay. C. Where there is evidence that work installed under this section of the specifications interferes with the work of other trades, assist in working out space conditions to make satisfactory adjustments. D. With the approval of the Architect/Engineer and without extra cost to the Owner, make reasonable modifications in work specified under this section of the specifications required to coordinate with normal structural interferences, lights, diffusers, or for proper execution of specified work. E. If work is installed before coordinating with other trades so as to cause interference with the work of such trades, make all necessary changes in work under this section of the specifications at no additional cost to the Contract. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 6 F. Protect all materials and work of other trades from damage that may be caused by the work required under this section of the specifications and be responsible for repairing any damages caused by such work without any additional cost to the Contract. G. Where work of this section will be installed in close proximity to work of other sections or where there is evidence that the work of this section will interfere with work of other sections or existing conditions, assist in working out space conditions to make satisfactory adjustment. Prepare and submit for approval 3/8" scale or larger working drawings and sections, clearly showing how this work is to be installed in relation to the work of other sections. If the work of this section is installed before coordinating with other trades or so to cause interference with work of other trades, make changes necessary to protect conditions without extra charge. H. The sprinkler contractor shall carefully coordinate with all existing conditions at the site while preparing the sprinkler systems design drawings. All sprinkler work shown on the sprinkler contractors design drawings shall be fully coordinated with all existing conditions at the site to insure that all work shall fit in the spaces. The sprinkler contractor shall make reasonable changes to the contract drawings in order to accommodate existing conditions without extra charge. I. This contractor shall submit Requests for Information (RFI’s) regarding the work of this section in accordance with the provisions of Division 01. 1.7 COORDINATION DRAWINGS A. General: General Contractor shall prepare and provide one accurately scaled set of building “base sheets” in CAD format for production of Coordination Drawings. The Coordination Drawings shall at not less than 1/4" for Mechanical and Electrical spaces and at 1/8" for all other areas. General Contractor shall establish CAD layer standards for each trade and shall be responsible for distribution to each trade. The sequence of Coordination Drawings shall be Contractor-Structural-HVAC-Electrical-Plumbing-Fire Protection-Contractor. Upon review and approval of coordination drawings, the General Contractor shall provide a complete set to the owner on 4 mil reproducible mylar and electronic files in CAD format. B. The Sprinkler Contractor, The HVAC subcontractor, the plumbing subcontractor, the electrical subcontractor, and the Contractor shall coordinate all HVAC, plumbing, electrical, structural and fire protection work with that of each trade in order to: 1. Avoid interferences between general construction, mechanical, electrical, structural and other specialty trades. 2. Maintain clearances and advise other trades of clearance requirements for operation, repair, removal and testing of mechanical equipment. 3. Indicate aisle ways and access ways required on coordinated shop drawings for mechanical equipment rooms, electrical rooms, computer room, and kitchens. 4. Coordinate location of sleeves and inserts. 5. Coordinate installation sequence. C. Fire Protection Coordination Drawings HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 7 1. The Fire Protection Contractor shall prepare Coordination Drawings showing all work to be installed as part of Section 21 00 00. The Fire Protection Coordination Drawings shall show all equipment, work, pipes, sleeves, inserts, valves, sprinkler heads, and supports. 2. The Fire Protection Contractor, after showing all of the Fire Protection work, shall forward the reproducible coordination drawings to the General Contractor. 3. The Fire Protection Contractor shall attend a series of meetings arranged by the Contractor to resolve any real or apparent interferences or conflicts with the work of the other contractors or with ceiling heights shown on the drawings. 4. The Fire Protection Contractor shall then make adjustments to his work on the Coordination Drawings to resolve any real or apparent interferences or conflicts and forward to the Contractor. 5. After any real or apparent interferences and conflicts have been resolved and incorporated into the Coordination Drawings, the Contractor shall prepare the final Coordination Drawings and submit to the Architect. 6. The Fire Protection Contractor shall not install any of his work prior to the preparation of the final Coordination Drawings. If Fire Protection work proceeds prior to the final Coordination Drawings, any change to the Fire Protection work to correct the interferences and conflicts which result will be made by the Fire Protection Contractor at no additional cost to the Owner. 7. Coordination Drawings are for the Fire Protection Contractor's and Architect's use during construction and shall not be construed as replacing any shop, "as-built", or Record Drawings required elsewhere in these Contract Documents. 8. Review of Coordination Drawings shall not relieve the Fire Protection Contractor from his overall responsibility for coordination of all work performed pursuant to the Contract or from any other requirements of the Contract. 9. The work shall be installed within a new building addition and within portions of the existing building. Existing ceilings conditions for the existing building are unknown. Existing structural conditions within the existing building are unknown. Existing light fixture conditions are unknown. Existing HVAC conditions within the existing building are unknown. Conditions above the existing ceilings within the existing building are unknown. The existing ceilings shall be removed by the General Contractor. It shall be the responsibility of the sprinkler contractor to coordinate with the General Contractor for the ceiling removal schedule. Upon completion of the existing ceiling removal it shall be the responsibility of the sprinkler contractor to conduct a field survey of all existing conditions within the existing building spaces. The sprinkler contractor shall be responsible for documenting all existing ceiling conditions, all existing structural conditions, all existing light fixture conditions, all existing HVAC conditions and all obstruction conditions throughout the entirety of the existing building spaces. The sprinkler contractor shall be responsible for creating a complete set of coordination drawings indicating all existing building conditions throughout the existing building spaces. The sprinkler contractor shall be responsible for determining the routing of all piping and the locations of all sprinkler heads in the field and in conjunction with the field survey. The sprinkler contractor shall be responsible for indicating, on the sprinkler contractors coordination drawings, all existing building conditions, all existing obstructions, the routing of all sprinkler piping, the locations of all sprinkler heads, all new work by all trades, all new building HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 8 conditions, all new building ceiling conditions and the interaction of the new sprinkler and standpipe work with the conditions described above. The sprinkler contractor shall be responsible for coordinating with the architect and the owner for the pipe routing through the existing and new building and for filed determining the best routes and locations of all sprinkler and standpipe piping and all sprinkler heads. This coordination work shall be indicated on the sprinkler contractors coordination drawings and on the sprinkler contractors final design drawings. D. Contractor shall submit for review, all shop and coordination drawings to the architect. 1.8 CUTTING AND PATCHING A. All cutting and patching necessary for the proper installation of work to be performed under this Section and subsections shall be performed by the Sprinkler Contractor. All cutting and patching associated with demolition work required for the installation of work under this section shall be by the General Contractor. B. Execute cutting and drilling by methods which will prevent damage to the other work and will provide proper surfaces to receive installation of sprinkler piping. C. Prior to cutting or drilling existing surfaces, examine surfaces to be cut. Take corrective action before proceeding if unsafe or unsatisfactory conditions are encountered. D. Do not cut away any structural wood, steel, concrete, brickwork, floor construction or arches, or dig under any foundation or into walls, or in any case, allow the same to be done without the full knowledge and consent of the Architect/Engineer. This Contractor will be held responsible for any damage resulting from such work so done. E. All drilling and patching for expansion bolts, hangers, and other supports shall be done by this Contractor. F. All cutting and patching made necessary by reason of neglect, error or defects of material and labor furnished by him shall be done and paid for by this Contractor. G. Where possible, use materials that are identical to existing materials. Restore exposed finishes of patched areas in a manner that will eliminate evidence of patching and refinishing. Existing painted surfaces shall be repainted to match. H. The fire resistance rating of floors, walls and ceilings shall be maintained. UL listed firestopping shall be installed in accordance with manufacturer's recommendations. Firestopping shall be provided and installed in strict accordance with Division 07. I. All cutting of, or damage to, any existing conditions, shall be repaired to the satisfaction of the owner, at no extra cost to the contract. 1.9 ACCESSIBILITY HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 9 A. All work provided under this Section of the Specification shall be installed so that parts requiring periodic inspection, maintenance and repair are readily accessible. Minor deviations from the drawings may be made to accomplish this, but changes of substantial magnitude shall not be made prior to written approval from the Architect/Engineer. 1.10 ACCESS PANELS A. Furnish access panels for installation in walls, ceiling and floors at locations to permit access for adjustment, removal, replacement and servicing of all concealed equipment, valves and materials installed under this Section of the specifications. B. Access panels will be installed under the Section of the related trades of the finished surfaces in which they are located. C. All access panels shall be located in a workmanlike manner, in closets, storage rooms and/or other non-public areas, positioned so that the equipment can be easily reached, and the size shall be sufficient for this purpose (min. 12" x 12"). When access panels are required in corridors, lobby or other habitable areas, they will be located as directed by the Architect. D. Access panels shall be in strict conformance with Division 08. Access panel shop drawings shall be submitted to the Architect for approval. 1.11 PORTABLE OR DETACHABLE PARTS A. For all work provided under this Section of the Specifications, retain in possession and be responsible for all portable and/or detachable parts and equipment and portions of the installation and all other devices or materials that are relative to and necessary for proper operation and maintenance of the specified systems until final completion of the contract, such items shall be given to the Owner. B. Replace, free of cost, all stolen, lost or damaged items and equipment provided under this section of the specifications relative to the installation and operation of the specified systems before the system is accepted by the Owner. 1.12 SLEEVES, INSERTS AND ANCHOR BOLTS A. Coordinate with other trades the location of and maintaining in proper positions, sleeves, inserts and anchor bolts to be supplied and/or set in place under this section of the specifications. In the event of incorrectly located preset sleeves, inserts and anchor bolts, etc., all required cutting and patching of finished work shall be done under this section of the specifications. B. Unless otherwise specified herein, all pipes passing through rated floors, walls, ceilings or partitions shall be provided with sleeves. All sleeves through the computer room and plenum walls shall be sealed air-tight. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 10 C. Filed drilling (core drilling), when required, shall be performed under this section of the specifications, after receipt of approval by the Architect/Engineer and the General Contractor. 1.13 TOOLS, EQUIPMENT, STAGING AND HOISTING EQUIPMENT A. Necessary tools and equipment such as staging for erection of equipment shall be furnished, installed and maintained at job site under this section of the specifications for fabrication and erecting of all related equipment covered by this section of the specification. Provide all tools, equipment, staging, labor and materials necessary for a complete and code compliant installation in accordance with the contract documents and the sprinkler contractor’s fire protection shop drawings. 1.14 SUPPLEMENTARY STEEL, CHANNELS AND SUPPORTS A. Provide all supplementary steel, factory fabricated channels and supports required for proper installation, mounting and support of all equipment and systems provided under this section of the specification. B. Supplementary steel and factory fabricated channels shall be firmly connected to building construction in a manner approved by the Architect, as shown on the drawings, or hereinafter specified. C. The type and size of the supporting channels and supplementary steel provided under this section of the specifications shall accommodate all deflections in conformance with the manufacturer's requirements for the specific loading on the system installed therein. D. All supplementary steel and factory fabricated channels shall be installed in a neat and workmanlike manner parallel to the walls, floors and ceiling construction. All turns shall be made with 90 degree and 45 degree fittings, as required to suit the construction and installation conditions. E. All supplementary steel including factory fabricated channels, supports and fittings shall be Underwriters' Laboratories, Inc. approved, shall be galvanized steel where exposed or subject to rust producing atmosphere and shall be manufactured by Unistrut, Powerstrut or approved equal. 1.15 CROSS AND INTERCONNECTIONS A. No equipment, devices or piping shall be installed which will provide a cross or interconnection between a distribution water supply and a drainage, soil or waste pipe which will permit or make possible the backflow of sewage, polluted water or waste into the water supply system. 1.16 TYPICAL DETAILS A. Typical details where shown on the drawings shall apply to each and every item of the systems covered under this section of the specifications where such items are applicable. They are not reproduced in full on the drawings, which in many cases are diagrammatic HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 11 only, but with the intention that any other methods proposed to be provided under this Section of the Specifications shall have prior written approval from the Architect/Engineer before installation. 1.17 SUBMITTALS A. Conform to the requirements of the submittals section for schedule and form of all submittals. Coordinate this submittal with submittals for all other finishes. B. Materials List: Before purchasing materials for the work, submit to the Architect/Engineer a complete list showing (1) the materials specified, and (2) the equivalent materials proposed for use, including description of product, if the Subcontractor desires to use materials other than those specified. 1. All materials shall be approved by the Architect before commitment for materials is made. Intention of using specified materials shall not relieve the Subcontractor from submitting on the items. C. Where, under this section of the specification, a proposal has been made to use an item of material or equipment other than that shown or specified in the Contract Documents, this Contractor shall assume the cost of and entire responsibility for coordination with all other trades involved. In addition, make such arrangement and assume costs occasioned by changes in the work of other trades that may be required in order to install the approved substitution. Such changes shall not be a matter for subsequent change order for extra work to the Contract. D. No documents will be accepted for approval and/or review, unless they include complete information pertaining to appurtenances and accessories, are submitted as a package, and where they consist of catalog sheets containing information on non-related materials and equipment, they shall be clearly marked to show which particular items are proposed for use. E. List of Submittals: 1. Piping, Fittings, Couplings and Accessories 2. Control Valve, Test & Drain Valves, and zone control stations 3. Flow and Tamper (Supervisory) Switches 4. Sprinkler Heads 5. Working Plans (Shop Drawings) and hydraulic calculations, stamped by the contractors, Professional Engineer which shall have the approval of the Local fire department and owner’s insurance underwriter. F. Submit Material Safety Data Sheet (MSD) on each product with submittal. G. The Contractor shall submit a complete set of working fire protection drawings and hydraulic calculations as outlined in NFPA-13 stamped and signed by the contractors registered engineer, to the Town of Auburn Inspectional Services fire department and the owners insurance carrier for approval, prior to the start of any installation. The shop drawings and hydraulic calculations shall be complete in every way and shall show all HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 12 aspects of the sprinkler systems including but not limited to, piping, fittings, valves, hangers, seismic bracing, service entrance, backflow preventer, alarm check valves, hose stations, sprinkler heads and coordination with the existing conditions. The shop drawings shall be designed in strict accordance with NFPA-13. 1.18 DEFINITIONS A. As used in this section, the following terms are understood to have the following meanings: 1. "Work" shall mean all labor, materials, equipment, apparatus, controls, accessories, and all other items required for a proper and complete installation. 2. "Piping" shall mean, in addition to pipe or tubing, all fittings, flanges, unions, valves, strainers, drains, hangers and other accessories relative to such piping. 3. "Concealed" shall mean hidden from sight in chases, furred spaces, shafts, embedded in construction or in crawl space. 4. Exposed" shall mean not installed underground or concealed as defined above. 5. “Contractor” shall mean sprinkler contractor 6. “Provide” shall mean furnish and install 1.19 DRAWINGS, SPECIFICATIONS AND COORDINATION A. It is the intention of the Contract Documents to call for complete, finished work, fully tested and ready for continuous operation. B. Manufacturer's catalog numbers specified herein are intended only as a guide to type and quality to be provided by this Contractor. C. Any apparatus, appliance, material or work not shown on the drawings by mention or reference in the specifications, or vice versa, or incidental accessories necessary to make the work complete and acceptable in all respects and ready for operation shall be furnished, delivered and installed under this section of the specification without additional expense to the Owner. D. Should there appear to be discrepancies or question of intent in the work to be done under this section of the specifications, refer the matter to the Architect/Engineer for decision before ordering any materials, or equipment or before start of any related work. Interpretations of the Architect/Engineer shall be final, conclusive and binding. E. Drawings are generally diagrammatic and are intended to convey scope of work and indicated general arrangements of equipment, piping, fixtures, etc. F. Location of items indicated that are not definitely fixed by dimensions are approximate only. Exact locations necessary to secure best conditions and results must be determined at the project and shall have the Architects approval before being installed. G. Follow drawings in layout work, check drawings of, and coordinate with, other trades to verify special provisions, installation requirements and spaces in which work provided under this Section of the Specifications will be installed and maintain maximum HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 13 headroom or space conditions at all points. Where headroom or space conditions appear inadequate, notify the Architect/Engineer before proceeding. H. Attend regular coordination and job progress meetings as required. I. Provide and maintain, on site, field office and storage facilities. J. Maintain premises and public properties free from accumulations of waste, debris, and rubbish Maintain a clean, pre-action, legible, and current record drawing. 1.20 SUBCONTRACTS AND SUPPLIERS A. Wherever hereinafter warranties of durability, operating capacity, proper functioning of equipment and the like are called for in this section of the specifications or wherever it is specified herein that the manufacturers shall furnish detail drawings, test certificates, or performance curves, that the manufacturer shall supervise the installation, keep it in repair for a stated period, or render other similar services, responsibility for the performance of the specified service under the actual conditions of installation shall be included as a part of this section of the specifications. B. The same shall apply to cases where special adjustment by manufacturer or other services are necessary to insure proper and efficient functioning of apparatus, and to meet manufacturer's warranty requirements, even though not specifically hereinafter called for. C. Where due to union regulations or trade agreements, any of the work shown of the drawings or specified herein is considered work of other trades, the work in question shall be subcontracted as a part of this section of the specifications and responsibility for the complete installation shall be included in this section of the specifications. 1.21 DELIVERY AND STORAGE A. Deliver materials to job site in original, new and unopened packages and containers bearing manufacturer's name and label, and following information: 1. Name or Title of Material 2. Federal Spec. Number, if Applicable 3. Manufacturer's Stock Number and Date of Manufacturer 4. Manufacturer's Name 1.22 SUPERVISION A. This contractor shall supply the services of an experienced and competent supervisor who shall be in charge of the contractor's work at the site. 1.23 WARRANTIES HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 14 A. This contractor shall submit manufacturer's warranties for products as specified in this section. All warranties shall be submitted to the Architect/Engineers prior to the FINAL PAYMENT. B. All materials, types of equipment and workmanship furnished under this section shall carry standard warranty against all defects in material and workmanship for a period of not less than one (1) year from date of acceptance by Owner, unless otherwise noted. 1.24 HOISTING, SCAFFOLDING AND PLANKING A. The work to be done under this Section of the Specifications shall include the furnishing, set-up and maintenance of all derricks, hoisting machinery, scaffolds, staging and planking as required for the work. 1.25 OPERATING AND MAINTENANCE INSTRUCTIONS A. Prior to completion of the Contract, provide field operating instructions to the Owner's designated representative with respect to operation functions and maintenance procedures for the equipment and systems installed. B. All equipment provided under this Section of the Specifications shall be placed in operation and shall function continuously in an operation test for a period of one week, without shut down due to mechanical failure. C. Prior to scheduling the project final inspection and after completion of the entire installation period, provide all work required to adjust all controls, and all maintenance to place the systems in operation to meet the requirements of this Section of the Specifications and Contract Documents. D. Provide to the Owner through the Architect/Engineer, six (6) complete sets of operating, service, maintenance instruction manuals containing replacement data for the equipment which will require operating, maintenance or replacement and one copy of this literature shall be available during the instruction of the operating personnel while the others are checked for completeness by the Architect. E. Sufficient advance notice shall be given to the Owner's designated operating personnel for the specific instruction period. Upon completion of instruction, obtain from the representative(s) written verification that the above mentioned instruction has been performed. Such verification shall be forwarded to the Owner. F. Each copy of the approved operating and maintenance manual shall contain copies of approved shop drawings, equipment literature, cuts, bulletins performance charts, details, equipment and engineering data sheets and typewritten instructions relative to the care and maintenance for the operation of the equipment, all properly indexed and bound in a hard-back three ring binder. Flysheets shall be placed before instructions covering each section. The instruction sheets shall be in 8—1/2" by 11" with large sheets of drawings folded in neatly. Each manual shall have the following minimum contents: 1. Table of Contents HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 15 2. Maintenance a. Maintenance Instructions 1) Replacement Charts 2) Preventive Maintenance Recommendations 3) Trouble-shooting Charts for Equipment Components 4) Testing Instructions for each Typical Component 5) System Draining and Filling Instructions 6) Two types sets of instructions for ordering spare parts. Each set shall include name, telephone number and address of where they may be obtained. 3. Manufacturer's Literature a. The equipment for which shop drawings have been submitted and approved. b. Wiring Diagrams c. Installation Drawings d. Manufacturer's Representative and Contract Information e. Guarantees 1.26 SAFETY PRECAUTIONS A. Life safety shall be a primary consideration. The contractor shall provide all required and prudent material, labor and equipment to comply with applicable safety regulations. Further, the contractor shall similarly provide all material, labor and equipment to comply with reasonable or generally accepted safety precautions as directed by the Owner or the Architect. B. Comply with all of the safety requirements of OSHA throughout the entire construction period of the project. C. Furnish, place and maintain proper guards for prevention of accidents and any other necessary construction required to secure safety of life and property. D. Perform work only in areas of the building as approved by the Owner or his representative. Personnel and equipment access to the site, laydown areas, parking areas and areas of work shall only be as designated and allowed by the Owner. E. Also refer to Division 01, Safety Requirements. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 16 PART 2 PRODUCTS 2.1 PIPE, FITTINGS AND JOINTS A. Piping and fittings shall conform to the latest ANSI, ASTM, and NFPA and AWWA Standards including latest amendments and shall be in conformance with state and local plumbing codes, material standards. B. Each length of pipe, each pipe fitting, trap, materials and/or device used in the respective system shall have cast, stamped or indelibly marked on it, the maker's name or mark, weight and quality of the product when such marking is required by the approved standard that applies. C. Service: 1. Fire Protection/Sprinkler Above Ground (1” and smaller) 2. Pipe Material: Schedule 40 Black Steel for wet pipe system 3. Fitting Material: Cast Iron 175 psi W.P. 4. Pipe Joint: Cast iron Screwed fittings for wet pipe system Service 5. Fire Protection/Sprinkler Above Ground (1- 1/4" and larger) 6. Pipe Material: Schedule 10 Black Steel for wet pipe systems Fire Protection Pipe: 2-1/2" through 5" shall have a minimum wall thickness of Schedule 10; .134" wall thickness for 6" pipe and .188" for 8" and 10" pipe. 7. Fitting Material: Malleable Iron 175 psi W.P. 8. Pipe Joint: Roll-Grooved with Victaulic fittings D. Joints: 1. Joints in steel pipe above ground shall be threaded/flanged or a listed mechanical compression type coupling consisting of a neoprene collar, ductile iron coupling with zinc plated bolts and nuts all assembled to provide seal. 2. Steel, copper and brass pipe and fittings with threaded ends shall have IPS threads cut clean and true and in conformance with the ANSI Specifications B2-1 for taper threads. 3. Pipe roll grooving shall be in accordance with manufacturer's specifications contained in their latest published literature and NFPA 13. 4. All sprinkler piping in exposed areas shall be of a type suitable for painting. 2.2 VALVES A. General 1. Shutoff valves on the aboveground Fire Protection System shall be UL, FM butterfly, or OS&Y gate valves on sizes 2-1/2" and larger, valves up to 2" shall be UL, FM Ball Valves. All isolation valves shall be electronically supervised. 2. Check valves shall be 175 pound class for fire protection. 3. Valves shall be provided with seats suitable for the service intended. 4. Where isolation valves or inspectors test & drain valves are installed above suspended ceiling tiles, the ceiling tiles under the valve shall be clearly labeled as HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 17 to identify the type, function, and location of the isolation valve. The valve control shall be located for accessibility. 5. All fire department hose valves shall be approved by the local fire department prior to purchase and installation. 2.3 SPRINKLER SYSTEM VALVES A. Valves shall be as manufactured by Nibco, Victaulic, Wallworth, Milwaukee or approved equal. B. All valves specified herein shall be UL/FM approved 175 PSI minimum working pressure. All control valves shall be provided with tamper (supervisory) switches. All valves shall be approved for fire protection service. 2.4 HANGERS AND SUPPORTS A. Hangers shall be installed, as required, to meet NFPA compliance as to location/spacing. B. Hanger material shall be compatible with piping materials with which it comes into contact. C. Hangers shall be installed, in addition to the above, at all changes of direction (horizontal and vertical), valves and equipment connections. Hangers shall be located so that their removal is not required to service, assemble or remove equipment. D. Horizontal runs may use band hangers up to 4" size. Piping larger than 4" shall be provided with clevis type. E. Vertical support shall be by means of riser clamps (anchors with split ring type allowable up to 2" size only) and adjustable pipe support with flange anchored to floor. F. Rods, clamps and hangers shall be electro-galvanized coated. G. All nuts, inserts and hardware shall be stainless steel. H. Size of hanger rods shall not be less than the following: 3/4" to 1-1/2" pipe 3/8" rod 2" to 3-1/2" pipe 1/2" rod 4" to 6" pipe 5/8" rod 2.5 SLEEVES AND ESCUTCHEONS A. All pipes passing through rated floors, walls, or partitions shall be provided with sleeves having an internal diameter with a minimum of one inch larger than the outside diameter of the pipe. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 18 B. Sleeves through interior masonry floors and walls shall be Schedule 40, black, steel pipe. Sleeves through interior non-masonry walls or partitions shall be 22 gauge galvanized sheet steel. C. The sleeves through walls shall be provided with pipe to wall penetration closures. Seals shall be mechanical type of interlocking rubber links shaped to fill space between pipe and sleeve. Links shall be assembled with bolts to form a belt around the pipe with pressure plate under each bolt head and nut. After seal assembly is positioned, tightening of bolts will provide watertight seal. This Contractor shall determine the required inside diameter of each individual sleeve before ordering, fabricating or installing. The inside diameter of each sleeve shall be sized as recommended by the manufacturer to fit the pipe and to assure a watertight joint. All sleeves shall be sealed air-tight. D. Sleeves through walls shall terminate flush with face of wall. Sleeves through floor shall terminate 1" above finished floor. E. Required fire resistance of floors and walls shall be maintained where penetrations occur. Fire stopping at sleeves shall be UL listed material. F. Escutcheons shall be provided with a set screw to properly hold escutcheon in place and provided at all exposed floor and wall penetrations. 2.6 SPRINKLER SYSTEM A. The modified sprinkler system serving the Area indicated shall be automatic, wet type as noted on Drawings and as manufactured by Viking, Victaulic, Reliable or Grinnell. All sprinkler systems, valves, piping, hangers, supports, switches, and all associated equipment and material shall be UL listed and FM approved for use with fire protection systems. All equipment as mentioned above shall be rated at 175 psi working pressure. 1. System shall be complete packaged with all necessary controls and including, but not limited to the following: a. Sprinkler Heads and Related Piping and Valves 2. System shall be designed, installed, and tested in accordance with NFPA-13 and NFPA-14 latest accepted editions and the rules and regulations of all local authorities and the owner’s insurance authority and the New Hampshire State Building Code, latest edition. B. Sprinkler Heads 1. Sprinkler heads shall be installed in the new building addition in accordance with architectural reflected ceilings in all areas. The contractor shall coordinate with the architectural ceiling plans and the electrical lighting plans for exact locations of ceilings and light fixtures and for laying out all final locations of sprinkler heads and piping. All sprinkler heads in suspended ceilings shall be installed in center of ceiling tiles unless otherwise directed by the owner. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 19 2. Sprinkler heads shall be installed in the existing building in accordance with the new ceiling conditions, existing structural conditions, existing obstruction conditions, new HVAC and Light fixture conditions and all existing building conditions throughout the existing building spaces. The sprinkler contractor shall be responsible for field surveying all existing building conditions. The sprinkler contractor shall be responsible for determining the routing of all sprinkler pipe and the locations of all sprinkler heads in the field. 3. Automatic Sprinklers: Sprinklers, in general, shall be automatic closed type with a 1/2" nominal size orifice. Unless otherwise indicated on the drawings, temperature rating of fusible elements shall be in accordance with NFPA-13. Automatic sprinklers of standard temperature rating (165 °F) shall be used except in areas above normal temperatures, will occur. In such areas intermediate temperature sprinklers (212 °F) shall be provided. Sprinkler heads, escutcheon plates and finishes shall be UL listed and / or FM approved. 4. Sprinkler heads in unfinished ceiling areas shall be upright style with rough brass finish and glass bulb fusible elements as manufactured by Viking, Victaulic or Reliable and shall be as listed on the drawings. 5. High temperature sprinkler heads shall be located in the mechanical room, all electrical rooms, all attic spaces, and as noted on the drawings. 6. All Sprinkler heads in all areas shall be listed quick response. 7. Sprinkler heads in finished ceiling areas shall be concealed pendent style or concealed sidewall style, as indicated, in factory applied finishes to match the walls and ceilings to which the sprinkler heads will be installed. All escutcheon plates and concealed head covers shall be provided with factory applied finishes to match the finishes of the ceilings and walls to which the sprinkler heads will be installed and shall be as manufactured by Viking, Victaulic or Reliable and shall be as listed on the drawings. 8. Sprinkler heads above ceilings within the concealed spaces shall be special listed concealed space sprinklers. C. Transmitting equipment provided under this Section of the specification for alarm valve and tamper switch alarms located in fire alarm central panel must be compatible in all respects with fire alarm supervisory control system. Refer to Electrical Section 26 00 00 for requirements before purchasing transmitting equipment as herein specified for fire protection equipment. 2.7 SPRINKLER SHOP DRAWINGS A. Contractor shall provide shop drawings and hydraulic calculations for approval for entire system. 1. Provide a full set of hydraulic calculations. Hydraulic calculations shall be complete and correct in every respect in accordance with NFPA 13 for wet pipe systems, latest accepted edition. Final construction design shall be based on these calculations and drawings. The areas indicated shall be equipped throughout with an approved automatic fire suppression system. 2. The Contractor shall prepare working plans and hydraulic calculations stamped by a registered Professional Engineer of the entire systems in accordance with NFPA- 13, latest accepted edition, and shall have these drawings and calculations HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 20 approved by the Town of Auburn Inspectional Services Fire Department and the Owner's insuring authority and so stamped and signed, and submit such stamped and signed drawings to the Architect for approval. No work shall be installed by this Contractor until the drawings have been returned to the Contractor with the above approvals in addition to the Architect's approval. 3. The contract drawings are not intended to show the exact number and location of heads or the exact routing and sizing of all piping or the exact locations and sizes of equipment in all of the areas to be protected with sprinklers, or the exact method of installing the sprinkler system. The Contractor shall be responsible for this and shall indicate this on his sprinkler system shop drawings and hydraulic calculations. 4. Hydraulic calculations shall be performed on the remote sprinkler area for each floor of the building and for each floor zone. The remote design areas shown on the contractor drawings are not intended to be used by the sprinkler contractor for performing the shop drawing hydraulic calculations. The sprinkler contractor shall be responsible for determining all remote areas of hydraulic calculations. These areas shall be determined in accordance with NFPA-13. B. Refer to the fire protection drawings for design criteria’s. 2.8 SEISMIC RESTRAINT A. Seismic restrain shall be installed in accordance with New Hampshire State Building Code, latest edition, and NFPA-13 latest edition. B. Maximum distance between braces in the lateral direction shall be 30' for piping 2" and smaller and 40' for piping 2-1/2" and larger. C. Maximum distance between braces in the longitudinal direction shall be 80'. D. Tops of risers shall be provided with 4 way braces. E. Flexible couplings shall be provided within 12" of floor and wall non-frangible penetrations and within 24" of all building expansion joints. F. Hangers closest to the sway bracing shall be installed with an extended rod to the piping to resist upward movement of the piping. G. Lateral sway bracing shall not be required on piping supported with rods less than 6" long. H. Seismic bracing for lateral and longitudinal bracing may be of the splayed wire (tension type), or pipe and fixed hanger (tension/compression type), and shall be complete with manufacturers recommended sizing, locations and calculations. One system only (tension or compression/ tension) shall be installed. I. Clamps for attachment to the building structure must be provided with retaining straps. 1. 4 way bracing may be of the splayed wire type or fixed Angle brace with U bolt. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 21 PART 3 EXECUTION 3.1 IDENTIFICATION A. General 1. Equipment, piping and valves provided under this Section of the Specifications shall be marked for ease of identification as indicated below. 2. Marking shall be done using self-adhering labels applied to clean, smooth surfaces. All lettering shall have a sharply contrasting background for ease of identification. Colors shall be in accordance with ANSI Standards. Samples of stickers together with color schedules shall be submitted for approval. B. Pipe Identification 1. Provide color coded pipe identification markers on all new fire protection mains. Pipe markers shall be heavy plastic faced cloth labels with heat resistant backing, "Set Mark" by Seton Nameplate Corporation, Zipper Tubing Co. or equal by the W.H. Brady Company or approved equal. 2. Provide an arrow marker with each pipe content marker to indicate the direction of flow. 3. Piping mains shall be labeled at 20' intervals and on entrance and exit from the Fire Service Entrance Rooms, adjacent to each valve and at both sides of wall penetrations. 4. The following color coding shall be used with names in black letters on backgrounds indicated. 5. Schedule of Piping Identification: a. Service: Fire Protection b. Legend: Fire Protection Water c. Background Color: Red 6. In general, a 2" high legend shall be used for pipe lines 4" diameter and larger, and a 3/4" high legend shall be used for pipe lines 3" diameter and smaller. 7. All markers shall be OSHA approved. C. Valve Tags 1. All valves on pipes of every description shall have neat circular black and white laminated fiber-engraved white showing through tags of at least 1-1/2" in diameter, attached with a brass hook to each valve stem. Stamp on these valves tags in letters, as large as practical, the number of the valve and the service such as indicated on the "Valve List". The numbers on each service shall be consecutive. All valves on tanks and pumps shall be numbered by 3" black and white laminated fiber-engraved white showing through discs with white numbers 2" secured to stem of valves by means of brass hooks or small solid link brass chain. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 22 2. The valve numbers shall correspond with numbers indicated for valves and controls on two printed valve lists prepared by the Contractor. These printed lists shall state the numbers and locations of each valve and control and the section, fixture or equipment which it controls, and other necessary information, such as requiring the opening or closing of another valve when one valve is to be opened or closed. 3. The valve lists shall be prepared in a form to meet the approval of the Architect and shall be mounted framed under glass at the direction of the Owner. 3.2 TESTING A. General 1. All labor, materials, instruments, devices and power required for testing shall be provided by this Contractor. The tests shall be performed in the presence and to the satisfaction of the Architect, Fire Department and the Owners Insurance Authority, and such other parties as may have legal jurisdiction. No piping in any location shall be closed up, furred in, or covered before testing. 2. Where portions of piping systems is to be covered or concealed before completion of the project, those portions shall be tested separately in the manner specified herein for the respective entire system. 3. Any piping or equipment that has been left unprotected and subject to mechanical or other injury in the opinion of the Architect shall be retested in part or in whole as directed. 4. The Architect retains the right to request a recheck or resetting of any instrument by this contractor during the guarantee period at no additional cost to the Contractor. 5. Repair, or if directed, replace any defective work with new work without extra charge to the Contract. Repeat tests as directed, until the work is proven to meet the requirements specified herein. 6. Restore to its finished condition any work, damaged or disturbed, provided by other contractors and engage the original contractor to do the work of restoration to the damaged or disturbed work. 7. Caulking of screwed joints or holes in piping will not be acceptable. 8. This Contractor shall notify the Architect, Town of Auburn Inspectional Services Fire Department, The Owner, the Owners Insurance Authority, and any inspectors having jurisdiction, a minimum of 48 hours in advance of making any required tests so that arrangements may be made for their presence to witness his scheduled tests. B. Specific: 1. Sprinkler Systems a. Testing shall be in accordance with NFPA-13, latest accepted edition. b. Each system shall be tested to a hydrostatic pressure of 200 PSI for two hours. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 23 c. Flushing shall be performed at a minimum rate of 390 GPM for systems supplied by a 4" alarm valve and 880 GPM for systems with a 6" alarm valve. d. All water flow detecting devices and circuits shall be flow tested through the inspector's test connection and activate within five minutes of initiation. e. The wet pipe and pre-action sprinkler systems shall undergo a live test to verify their performance. Testing shall be in accordance with the manufacturers instructions. f. All testing shall be witnessed by the local fire department. 3.3 CLEANING AND ADJUSTING A. Cleaning and Adjusting 1. At the completion of the work, all parts of the installation shall be thoroughly cleaned. All equipment, pipe, valves and fittings shall be cleaned of grease, metal cuttings and sludge which may have accumulated by operation of the system for testing. 2. Any stoppage or discoloration or other damage to parts of the building, its finish, or furnishings, due to this Contractor's failure to properly clean the piping system shall be repaired by this Contractor at no increase in Contract costs. 3. All items of equipment shall be thoroughly inspected and any items dented, scratched or otherwise damaged in any manner shall be replaced or repaired and painted to match the original finish. All items so repaired and refinished shall be brought to the attention of the Construction Manager for inspection and approval. 4. Continuously remove debris from work areas and remove debris, waste, scrap, excess materials, etc., from the work on completion in any area. 3.4 SPECIAL TOOLS A. Provide any and all special tools, recommended by the manufacturer of items furnished, noted as not being commonly available. 3.5 CERTIFICATES OF APPROVAL A. Upon completion of the work, furnish to the Owner in duplicate, certificates of inspection and/or approval from state and local inspection authorities having jurisdiction indicating the installed systems compliance to their requirements. 3.6 QUIET OPERATION A. All work provided under this Section of the Specifications shall operate under conditions of load without sound or vibration which is abnormally objectionable for such equipment in the opinion of the Architect. In case of moving machinery, sound or vibration noticeable outside of the room in which it is installed, or annoyingly noticeable inside its own room will be considered objectionable shall be corrected in an approved manner by this Contractor at no change in Contract amount. 3.7 SYSTEMS HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 24 A. Fire Protection Systems 1. This Contractor shall comply with rules, codes, ordinances, regulations and requirements of all legally constituted authorities having jurisdiction over the whole, or any part of the work herein specified. These rules and regulations supplement this Specification and shall take precedence in any case of conflict. 2. Materials and equipment furnished in connection with the installations shall be new and furnished in accordance with the requirements of the Standards of the NFPA Bulletin Nos. 13 and they shall be the best grade and quality of their respective kinds, free from natural, manufacturing or construction flaws, deflects or irregularities and the finish, fitting and workmanship shall be equal to the highest commercial grade. 3. Fire Protection System shall be installed in such a manner as to harmonize with the special architectural features of the building. All information required by this Contractor concerning the special architectural features of the building may be obtained from the Contract Documents. 4. Systems shall include, but are not limited to, sprinkler heads and escutcheons, control valves, check valves, electric alarms, piping, fittings, hangers, drains, Inspector's test connections, flow switches, control valve monitor switches, signs and other identification markings as required. 3.8 GENERAL INSTALLATION REQUIREMENTS A. Piping Installation 1. Piping shall be installed straight and direct as possible forming right angles or parallel lines with building walls, other piping and neatly spaced. 2. The horizontal runs of piping, except where concealed in partitions, shall be installed as high as possible. 3. Piping or other apparatus shall not be installed in such a manner so as to not interfere with the full swing of the doors and access to other equipment. 4. The arrangement, positions and connections of pipes, drains, valves, and the like, indicated on the drawings shall be followed as closely as possible, but the right is reserved by the Architect to change locations and elevations to accommodate the work, without additional compensation for such change. 5. It shall be possible to drain the water from all sections of each aboveground sprinkler piping system. Pitch piping back to drain valves. 6. Screwed piping of brass or chrome plated brass shall be made up with special care to avoid marring or damaging pipe and fitting exterior and interior surfaces. 7. Small fittings shall be screwed up close to the shoulders of male threads. Lampwick, cord, wool, or any other similar material shall not be used to make up thread joints. 8. Screwed pipe and copper tubing shall be reamed smooth before installation. 9. Reducing fittings, unless otherwise approved in special cases, shall be provided in making reduction in size of pipe. Bushings will not be allowed. 10. Vertical risers shall be firmly supported by riser clamps, properly installed to relieve all weight from the fittings. 11. Any piece of pipe six inches or less in length shall be considered a nipple. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 25 12. All fire protection service piping shall be kept a sufficient distance from other work to permit finished covering to be not less than 1" from other work. 13. The pipe and fittings shall be manufactured in the United States of America and in accordance with the Commercial Standards, American National Standards Institute and American Society of Testing Materials. 14. All work associated with the grooving, threading, or cutting of piping shall be done outside of the building. Finished pipe sections shall be brought into the building and care shall be taken so as not to damage pipe ends. No pipe cutting or grooving equipment will be allowed inside the building. 15. After all work and testing are complete and after acceptance of the system, the contractor shall remove all debris, tools, equipment, etc., from the work areas both inside and outside the building. 16. Special care shall be given when making pipe joint connections so as not to produce leaks or dampness around the joints. During pressure testing, any dampness detected around joints and couplings shall be fixed by disassembling the joint or coupling, thoroughly cleaning and pre-actioning the pipe and couplings, reassembling the joint or coupling, and re-testing the sprinkler system. 17. Victaulic “Pressfit” system shall be installed in strict accordance with the manufacturer’s instructions and all applicable codes. B. Hanger Installation 1. All piping shall be supported from the building structure by means of approved hangers and supports, to maintain proper grading and pitching of lines, to prevent vibration and to secure piping in place, and shall be so arranged as to provide for expansion and contraction. 2. Vertical hanger rods to support piping from the structure or supplementary steel shall not exceed four feet in total length vertically, this Contractor shall provide factory fabricated channels and all associated accessories. 3. Friction clamps shall be installed at the base of the risers and at each floor (above or below floor slabs). Friction clamps installed above floor slabs shall not be supported from or rest on floor sleeves. 4. Provide hangers at a maximum distance of two feet from all changes in direction (horizontal and vertical), on both sides of concentrated loads (equipment) and at valves. 5. Hangers, in general, for all horizontal piping shall be A Band type hangers for piping up to 4" size and Clevis type for piping 5" and larger. 6. All supplementary steel including factory fabricated channels and associated accessories throughout both suspended and floor mounted shall be provided by this Contractor and shall be subject to the approval of the Architect. 7. Wire, tape or wood fastenings for shims or support of any pipe or tubing shall not be used. 8. Remove all rust from the ferrous galvanized hanger equipment (hangers and rods) and apply one coat of galvanized paint immediately after erection. 9. Piping at all equipment and each control valve shall be supported to prevent strains or distortions in the connected equipment and control valves. Piping and equipment shall be supported to allow for removal of equipment, valves and HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 26 accessories with a minimum of dismantling and without requiring additional support after these items are removed. 10. All piping shall be independently supported from the building structure and not from the piping, ductwork, conduit or ceiling suspension systems of other systems. 11. Installation of hangers which permit wide lateral motion of any pipe will not be acceptable. 12. All hangers in contact with un-insulated piping shall be compatible with piping material. C. Installation of Sleeves, Inserts and Escutcheons 1. Sleeves in floors shall set one (1) inch above the finished floor surface or as indicated on the Architectural Drawings. 2. Sleeves through interior masonry or non-masonry walls or partitions shall be set flush with the finished surfaces of the wall or partition. 3. Field drilling for inserts required for work under this section of the specifications shall be provided by this Contractor. 4. Each interior wall or partition sleeve shall be packed with foam, glass wool or approved substitute flush with each face of wall. 5. Escutcheons shall be installed around all exposed piping passing through floor, wall or ceiling. Escutcheons shall fit snugly around the bare or insulated pipe. 3.9 WATERPROOFING A. Pipes passing through slabs shall have the sleeve extended 1/4" above floors of finished spaces and 2" above floors of mechanical equipment rooms. Except as specified below, the space between the pipe and sleeve shall be caulked with lead wool. The top shall be sealed with lead and the bottom shall be sealed with monolastic caulking compound. 3.10 MISCELLANEOUS IRON AND STEEL A. Provide steel supports and hangers as shown on the drawings or required to support valves, pipe, ductwork, and other equipment or materials. B. All work shall be cut, assembled, welded and finished by skilled mechanics. Welds shall be ground smooth. Stands, brackets, and framework shall be properly sized and firmly constructed. C. Measurements shall be taken on the job and worked out to suit adjoining and connecting work. All work shall be by experienced metal working mechanics. Members shall be straight and true and accurately fitted. Scale, rust, and burrs shall be removed. Welded joints shall be ground smooth where exposed. Drilling, cutting and fitting shall be done as required to properly install the work and accommodate the work of other trades as directed by them. D. Members shall be generally welded, except that bolting may be used for field assembly where welding would be impractical. Welders shall be skilled. HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 27 E. All shop fabricated iron and steel work shall be cleaned and dried and given a shop coat of paint on all surfaces and in all openings and crevices. F. Submit details of all equipment supports and attachments for approval. 3.11 CUTTING AND PATCHING A. All cutting and patching necessary for the proper installation of work to be performed under this Section and subsections shall be performed by the Contractor. B. All work shall be fully coordinated with all phases of construction, in order to minimize the requirements for cutting and patching. C. The Contractor shall form all chases or openings for the installation of his own work, or shall cut the same in existing work and shall see that all sleeves or forms are in the work and properly set in ample time to prevent delays. He shall see that all such chases, openings, and sleeves are located accurately and are of the proper size and shape and shall consult with the Architect and the Contractors or subcontractors concerned in reference to this work. In so doing, he shall confine the cutting to the smallest extent possible consistent with the work to be done. In no case shall piers or structural members be cut without the approval of the Architect. D. The Contractor shall carefully fit around, close up, repair, patch, and point around the work specified herein to match the existing adjacent surfaces and to the entire satisfaction of the Architect. E. The Contractor shall fill and patch all openings or holes left in the existing structures by the removal of existing equipment by himself. F. All of this work shall be carefully done by workmen competent to do such work and with the proper and smallest tools applicable. G. Any cost caused by defective or ill-timed work shall be borne by the contractor responsible therefore. H. Provide all cutting and patching work required for installation of materials and equipment under this section of the specifications, in such a manner so as to leave the work complete and in a condition that matches existing corresponding area. I. When, in order to accommodate the work required under this section of the specifications, finished materials of other trades must be cut or fitted, furnish the necessary drawings and information to the trades whose materials must be cut or fitted. J. Do all required drilling and cutting of holes in concrete walls and floors for the installation of sleeves and supports provided under this section of the specification. K. After installation of pipe lines, the Contractor shall neatly patch, repair, and replace existing work where damaged, removed or altered for pipe line installation. This work shall be similar and equal in quality to the work removed or damaged, unless otherwise HVAC Replacement Police Station Yarmouth, Massachusetts FIRE PROTECTION 210000 - 28 shown or specified. Such work shall include replacement of existing lines at points of connections to new lines, patching of masonry work, and wherever any such patching work is indicated on drawings or otherwise required. 3.12 PAINTING AND EARTHWORK A. All painting and earthwork shall be provided under section 31 00 00 – EARTHWORK, and section 09 90 00 – PAINTING. 3.13 EQUIPMENT A. Equipment shall be installed complete with all required hangers and supports in accordance with the manufacturer's recommendations. B. All equipment provided under this Section shall be installed in strict accordance with manufacturer’s written installation instructions. C. Furnish and install all steel structural support members for proper hanging and support of equipment. Provide vibration isolation on all hangers. 3.14 RECYCLING/DISPOSAL A. The contractor shall perform all necessary procedures in accordance with Specifications Section 01 57 00 and with the LEED requirements for Materials & Resources MR2.1, 2.2, and a LEED Innovation Credit for 87.5%. 3.15 COMMISSIONING A. Fire Protection sub-contractor and all other sub-contractors required for the work of this section shall provide all labor, materials and equipment required to assist with the building commissioning of this project in accordance with the requirements outlined in Division 01. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 1 DIVISION 22 SECTION 22 00 00 PLUMBING PART 1 - GENERAL 1.1 GENERAL PROVISIONS A. The “Town of Yarmouth Owner and Contractor Contract”, along with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The sections of these specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01; “General Requirements” shall apply and are hereby made a part of this section of the Specifications. C. Examine all Drawings and all other Sections of the Specifications for requirements and provisions affecting the work of this Section. 1.2 SCOPE OF WORK A. Provide demolition of existing systems to be removed B. Provide new gas piping systems and connection to meter by Gas Co. C. Related work specified elsewhere: 1. Section 23 00 00: Heating, Ventilating and Air Conditioning 1.3 CODES, PERMITS AND FEES A. Unless otherwise specified or indicated, materials, workmanship and equipment performance shall conform with the latest governing edition of the following standards, codes, specifications, requirements, and regulations, but not limited to: 1. All Applicable NFPA Standards 2. State and Local Building Code 3. American Society of Mechanical Engineers 4. American Society of Testing and Materials 5. American National Standards Institute 6. State and Local Plumbing Code HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 2 7. Underwriters’ Laboratories, Inc. 8. Occupational Safety and Health Administration 9. Water and Sewer Authority Regulations B. Any other local codes or authorities having jurisdiction including any other standards specifically indicated in other paragraphs of this specification. C. Under this Section of the Specification, pay all fees, submit all necessary documents, obtain all permits, certificates and necessary approvals from authorities having jurisdiction, provide copies of all permits, approvals and certificates to the supervising Engineer for his record. All costs for these requirements shall be borne under this section of the specification. 1.4 SURVEYS AND MEASUREMENTS A. Under this section of the Specification, base all required measurements, both horizontal and vertical, from referenced points established by the Contractor and be responsible for correctly laying out the work required under this section of the specification. B. In the event of discrepancy between actual measurements and those indicated, notify the Contractor in writing and do not proceed with the related work until instructions have been issued. 1.5 COORDINATION A. Work shall be performed in cooperation with other trades on the project and so scheduled as to allow speedy and efficient completion of the project. B. Furnish to all other trades advance information on location and size of all frames, boxes, sleeves, and openings needed for the work under this section of the specifications, and also furnish information and shop drawings necessary to permit trades affected by the work under this section of the specifications to install their work properly coordinated and without delay. C. Where there is evidence that work installed under this section of the specifications interferes with the work of other trades, assist in working out space conditions to make satisfactory adjustments. D. With the approval of the Engineer and without extra cost to the Owner, make reasonable modifications in work specified under this section of the specifications required to coordinate with normal structural interferences, or for proper execution of specified work. E. If work is installed before coordinating with other trades, so as to cause interference with the work of such trades, make all necessary changes in work under this section of the specifications at no additional cost to the Contract. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 3 F. Provide all coordination as needed with Gas Company for new meter and utility service location. G. Protect all materials and work of other trades from damage that may be caused by the work required under this section of the specifications and be responsible for repairing any damages caused by such work without any additional cost to the Contract. 1.6 CUTTING AND PATCHING A. Provide all cutting and patching work required for installation of materials and equipment under this section of the specifications, in such a manner so as to leave the work complete and in a condition that matches existing corresponding area. B. When, in order to accommodate the work required under this section of the specifications, finished materials of other trades must be cut or fitted in the shop, furnish the necessary drawings for transmittal to the trades whose materials must be cut or fitted. C. Do all drilling and cutting of holes in concrete walls and floors for the installation of sleeves and supports provided under this section of the specification. 1.7 ACCESSIBILITY A. All work provided under this Section of the Specification shall be installed so that parts requiring periodic inspection, operation, maintenance and repair are readily accessible. Minor deviations from the drawings may be made to accomplish this, but changes of substantial magnitude shall not be made prior to written approval from the Engineer. 1.8 FIREPROOFING A. Provide all patching and repairing of existing fireproofing due to cutting or damage to the fireproofing by the installation of work provided under this section of the specifications. 1.9 SLEEVES, INSERTS AND PLATES A. Coordinate with other trades the location of and maintaining in proper positions, sleeves, inserts and anchor bolts to be supplied and/or set in place under this section of the specifications. In the event of incorrectly located preset sleeves, inserts and anchor bolts, etc., all required cutting and patching of finished work shall be done under this section of the specifications. B. Unless otherwise specified herein, all pipes passing through floors, walls or partitions shall be provided with sleeves. C. Field drilling (core drilling), when required, shall be performed under this section of the specifications, after receipt of approval by the Engineer and the Contractor. 1.10 TOOLS, EQUIPMENT, STAGING AND HOISTING EQUIPMENT HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 4 A. Necessary tools and equipment such as pipe bending machines and staging for erection of equipment shall be furnished at job site under this section of the specifications for fabrication and erecting of all related equipment covered by this section of the specification. 1.11 SUPPLEMENTARY STEEL, CHANNELS AND SUPPORTS A. Provide all supplementary steel, factory fabricated channels and supports required for proper installation, mounting and support of all equipment and systems provided under this section of the specification. B. Supplementary steel and factory fabricated channels shall be firmly connected to building construction in a manner approved by the Engineer as shown on the drawings, or hereinafter specified. C. The type and size of the supporting channels and supplementary steel provided under this section of the specifications shall accommodate all deflections in conformance with the manufacturer’s requirements for the specific loading on the system installed therein. D. All supplementary steel and factory fabricated channels shall be installed in a neat and workmanlike manner parallel to the walls, floors and ceiling construction. All turns shall be made with 90 degree and 45-degree fittings, as required to suit the construction and installation conditions. E. All supplementary steel including factory fabricated channels, supports and fittings shall be Underwriters’ Laboratories, Inc. approved, shall be galvanized steel where exposed or subject to rust producing atmosphere and shall be manufactured by Unistrut, Powerstrut or approved equal. 1.12 TYPICAL DETAILS A. Typical details where shown on the drawings shall apply to each and every item of the systems covered under this section of the specifications where such items are applicable. They are not reproduced in full on the drawings, which in many cases are diagrammatic only, but with the intention that any other methods proposed to be provided under this Section of the Specifications shall have prior written approval from the Engineer before installation. 1.13 SHOP DRAWINGS A. Submit six (6) copies of shop drawings of the following in accordance with Division 01: 1. Piping, Fittings, Hangers and Accessories, each type 2. Valves, each type 3. Gas pressure regulators 1.14 DEFINITIONS HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 5 A. As used in this section, the following terms are understood to have the following meanings: 1. The “General Contractor” or “Contractor” shall be the General Bidder. 2. “Furnish” shall mean purchase and deliver to the project site, complete with every necessary appearance and support. 3. “Install” shall mean unload at the delivery point at the site and perform all work necessary to establish secure mounting, proper location and operation in the project. 4. “Provide” shall mean furnish and install. 5. “Work” shall mean all labor, materials, equipment, apparatus, controls, accessories, and all other items required for a proper and complete installation. 6. “Piping” shall mean, in addition to pipe or tubing, all fittings, flanges, unions, valves, strainers, drains, hangers and other accessories relative to such piping. 7. “Concealed” shall mean hidden from sight in chases, furred spaces, shafts, embedded in construction or in crawl space. 8. “Exposed” shall mean not installed underground or concealed as defined above. 9. “Furnished by others” shall mean materials or equipment purchased and set in place under other sections of the general contract and connected to the systems covered by this section of the specifications by this Plumbing Contractor. 10. “Coordinate” shall mean all work provided under this section of the specification shall be in compliance with work of other trades. 1.15 DRAWINGS, SPECIFICATIONS AND COORDINATION A. It is the intention of the Contract Documents to call for complete, finished work, fully tested and ready for continuous operation. B. Any apparatus, appliance, material or work not shown on the drawings by mention or reference in the specifications, or vice versa, or incidental accessories necessary to make the work complete and acceptable in all respects and ready for operation shall be furnished, delivered and installed under this section of the specification without additional expense to the Owner. C. Should there appear to be discrepancies or question of intent in the work to be done under this section of the specifications, refer the matter to the Engineer for decision before ordering any materials, or equipment or before start of any related work. Interpretations of the Engineer shall be final, conclusive and binding. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 6 D. Drawings are generally diagrammatic and are intended to convey scope of work and indicated general arrangements of equipment, piping, fixtures, etc. Do not scale drawings for locations. E. Location of items indicated that are not definitely fixed by dimensions are approximate only. Exact locations necessary to secure best conditions and results must be determined at the project and shall have the Engineer’s approval before being installed. F. Follow drawings in layout work, check drawings of, and coordinate with, other trades to verify special provisions, installation requirements and spaces in which work provided under this Section of the Specifications will be installed and maintain maximum headroom or space conditions at all points. Where headroom or space conditions appear inadequate, notify the Engineer before proceeding. G. Attend regular coordination and job progress meetings as required by the Contractor. H. Maintain premises and public properties free from accumulations of waste, debris, and rubbish caused by plumbing construction work. 1.16 WARRANTIES A. Submit manufacturer’s warranties for products as specified in this section. All warranties shall be submitted to the Engineer prior to the FINAL PAYMENT. B. All materials, types of equipment and workmanship furnished under this section shall carry standard warranty against all defects in material and workmanship for a period of not less than one (1) year from date of acceptance by Owner, unless otherwise noted. PART 2 - PRODUCTS 2.1 PIPE, FITTINGS AND JOINTS A. Gas piping and gas vent piping shall be Schedule 40 Black Steel with threaded malleable iron fittings up to and including 2-1/2"; piping 3" and larger shall be welded with Buttweld fittings. All above ground exterior gas piping (including gas vents), fittings, and valves shall be protected against corrosion by coating with a high-density polyethylene or wrapping with an inert material per manufacturers recommendations. 2.2 VALVES AND SUNDRIES A. Gas System Valves: Valves in the gas system shall be as manufactured by Apollo, Jenkins, Crane, and Milwaukee or approved equal. Manufacturers' model numbers specified herein are intended as a guide for the type and quality to be provided. 1. For piping 2" and smaller shall be Apollo 80-100 series, threaded, modified with tee type handles. 2. For piping 3" and larger: Wallworth figure 1700 F lubricated plug valve. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 7 2.3 HANGERS AND SUPPORTS A. Grinell, Fee & Mason, Carpenter & Patterson or approved equal. Carpenter & Patterson catalog numbers specified herein are intended only as a guide for the type and quality to be provided, where applicable, hangers are to be sized for continuous insulation installation and in accordance with MSS standard SP-69. B. Band hangers shall be figure 1A, 1A PVC or 1 ACT up to 4" size and figure 100, 100 CT and 100 PVC for piping larger than 4" size. C. Extension type split ring hangers with wall plates shall be equal to Figures 65, 66, 81, and 81 CT for iron, steel and copper up to 2" size. D. All horizontal piping with individual hangers shall be suspended from the building by mild steel rod connecting the pipe hanger to inserts, beam clamps, and angle brackets as required by the building construction in accordance with the following: Pipe Size 3/4 5 10 in to to to Inches 4 8 12 Rod Diameter 3/8 1/2 5/8 in Inches E. Hanger rods for gang hangers shall be sized in accordance with the recommended load capacities of ASTM Specifications Designation A-107, latest amendment. F. Exposed rods, clamps and hangers shall be electro-galvanized coated. G. Valve and piping supports, from the floor, shall be equal to figure 101, adjustable pipe support and complete with pipe standard and flange, anchored to floor. 1. Supports shall be installed at each riser tee or elbow and where any unsupported section exceeds 4'-0" in length measured along piping centerline. H. Provide pipe clamps for securing gas train vents to the exterior of building. 2.4 SLEEVES, INSERTS AND ESCUTCHEONS A. All pipes passing through floors, walls, or partitions shall be provided with sleeves having an internal diameter one inch larger than the outside diameter of the pipe or insulation on covered lines. B. Sleeves through outside walls shall be Schedule 40 black steel pipe with a 150-pound black steel slip on welding flanges, welded at the center of the sleeve and shall be painted with one coat of bitumastic paint, inside and outside. C. Sleeves through masonry floors and interior masonry walls shall be Schedule 40, black, steel pipe. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 8 D. The sleeves through outside walls and slab on grade shall be provided with pipe to wall penetration closures equal to Link-Seal Thunderlike Corporation. Seals shall be mechanical type of interlocking rubber links shaped to fill space between pipe and sleeve. Links shall be assembled with bolts to form a belt around the pipe with pressure plate under each bolt head and nut. After seal assembly is positioned, tightening of bolts will provide watertight seal. The Plumbing Contractor shall determine the required inside diameter of each individual sleeve before ordering, fabricating or installing. The inside diameter of each sleeve shall be sized as recommended by the manufacturer to fit the pipe and Link-Seal to assure a watertight joint. E. Sleeves through interior non-masonry walls or partitions shall be 22-gauge galvanized sheet steel. F. Pre-set inserts shall be individual or strip type pressed steel construction with accommodation for removable nuts and threaded rods up to 5/8" diameter, permitting lateral adjustment. Individual inserts shall have an opening at the top to allow reinforcing rods up to 1/2" diameter to be passed through the insert body. Strip inserts shall have attached rods with hooked ends to allow fastening to reinforcing rods. Field installed inserts shall be Hilti or approved equal expansion type, toggle bolt and rod and plate installations shall be reviewed by the Engineer prior to installation. G. Required fire resistance of floors, walls and ceilings shall be maintained where pipe penetrations are made. Packing of space between pipe and sleeve shall be per manufacturer’s recommendation. H. Interior Water System Piping: 1. All new and existing interior cold water, and hot water and hot water return system piping and all non-potable water system piping shall be four-pound density, fiberglass with factory applied white, fire retardant, reinforced, foil faced, kraft paper, vapor barrier jacket, 1" thick for all piping. Insulation shall be continuous through sleeves. Aluminum jacket shall be provided over insulation installed on pipes passing through floor sleeves and shields installed at all hangers. 2. Ends of insulation at termination points shall be sealed with a factory molded type fitting. 3. Finish: Provide PVC jackets (color coded per the engineer) for all existing and new plumbing piping in mechanical room; PART 3 - EXECUTION HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 9 3.1 HOISTING, SCAFFOLDING, STAGING AND PLANKING A. Provide, set up and maintain al required derricks, hoisting machinery, scaffolding, staging and planking. Perform all hoisting required to complete the work of this section as indicated and specified. B. Scaffolding is to have solid backs and flows to prevent dropping material therefrom to the floors or ground. C. All items of existing work indicated to be removed or are necessary to remove to permit proper installation of new work to be taken down and be immediately removed from the premises. 3.2 DEMOLITION A. Perform all plumbing demolition work indicated on the Contract Drawings. B. Perform all demolition work in conformance with the requirements of Industrial Bulletin No. 12, Division of Industrial Safety, Department of Labor and Industry, the Department of Public Safety, Commonwealth of Massachusetts, OSHA regulations, US Department of Labor and all other codes having jurisdiction. 3.3 GENERAL A. Provide all material, labor and equipment to install the Plumbing systems as specified and indicated. 3.4 TESTING A. General: 1. All labor, materials, instruments, devices and power required for testing shall be provided by the Plumbing Contractor. The tests shall be performed in the presence and to the satisfaction of the Engineer and such other parties as may have legal jurisdiction. No piping in any location shall be closed up, furred in, or covered before testing. 2. Any piping or equipment that has been left unprotected and subject to mechanical or other injury in the opinion of the Engineer shall be retested in part or in whole as directed. 3. The Engineer retains the right to request a recheck or resetting of any instrument by the Plumbing Contractor during the guarantee period at no additional cost to the Owner. 4. Repair, or if directed by the Engineer, replace any defective work with new work without extra charge to the Owner. Repeat tests as directed, until the work is proven to meet the requirements specified herein. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 10 5. Restore to its finished condition any work, damaged or disturbed, provided by other contractors and engage the original contractor to do the work of restoration to the damaged or disturbed work. 6. Caulking of screwed joints or holes in piping will not be acceptable. 7. The Plumbing Contractor shall notify the Engineer and any inspectors having jurisdiction, a minimum of 48 hours in advance of making any required tests so that arrangements may be made for their presence to witness his scheduled tests. a. Natural Gas Systems 3.5 PATCHING, REPLACEMENT AND MODIFICATION OF EXISTING WORK A. After installation of pipe lines, the Plumbing Contractor shall neatly patch, repair, and replace existing work where damaged, removed or altered for pipe line installation. This work shall be similar and equal in quality to the work removed or damaged, unless otherwise shown or specified. Such work shall include replacement of existing lines at points of connections to new lines, patching of masonry work, and wherever any such patching work is indicated on drawings or otherwise required. 3.6 GENERAL INSTALLATION REQUIREMENTS A. Piping Installation: 1. Install piping approximately as shown on the drawings and as directed during installation by the Contractor or the Engineer. 2. Piping shall be installed straight and direct as possible forming right angles or parallel lines with building walls, other piping and neatly spaced. 3. The horizontal runs of piping, except where concealed in partitions, shall be installed as high as possible. 4. Piping or other apparatus shall not be installed in such a manner so as to not interfere with the full swing of the doors and access to other equipment. 5. The arrangement, positions and connections of pipes, fixtures, drains, valves, and the like, indicated on the drawings shall be followed as closely as possible, but the right is reserved by the Contractor or the Engineer to change locations and elevations to accommodate the work, without additional compensation for such change. 6. Screwed piping of brass or chrome plated brass shall be made up with special care to avoid marring or damaging pipe and fitting exterior and interior surfaces. 7. Small fittings shall be screwed up close to the shoulders of male threads. Lampwick, cord, wool, or any other similar material shall not be used to make up thread joints. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 11 8. Screwed pipe shall be reamed smooth before installation. 9. Reducing fittings, unless otherwise approved in special cases, shall be provided in making reduction in size of pipe. Bushings will not be allowed unless specifically approved. 10. Remove and replace new materials, any copper or brass piping (chrome plated or unplated) showing visible tool marks. 11. Vertical risers shall be firmly supported by riser clams, properly installed to relieve all weight from the fittings. 12. Any piece of pipe six inches or less in length shall be considered a nipple. 13. All water service piping shall be kept a sufficient distance from other work to permit finished covering to be not less than 1" from other work. 14. The pipe and fittings shall be manufactured in the United States of America and in accordance with the Commercial Standards, American National Standards Institute and American Society of Testing Materials. B. Hanger Installation 1. All piping shall be supported from the building structure by means of approved hangers and supports, to maintain proper grading and pitching of lines, to prevent vibration and to secure piping in place, and shall be so arranged as to provide for expansion and contraction. 2. Maximum spacing of hangers on runs of pipe (vertical and horizontal) having no concentration of weight shall be as follows: a. Schedule: Material: Steel and Copper Pipe Size (Inches) Hanger Spacing in Feet/Pipe .50 6 6 .75 8 6 1.00 8 6 1.25 10 10 1.50 10 10 2.00 10 10 2.50 10 10 3.00 10 10 3.50 10 10 4.00 10 10 HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 12 5.00 10 10 6.00 10 10 3. Provide hangers at a maximum distance of two feet from all changes in direction (horizontal and vertical), on both sides of concentrated loads (equipment) and at valves. 4. Hangers, in general, for all horizontal piping shall be A Band type hangers for piping up to 4" size and Clevis type for piping 5" and larger. 5. All vertical drops and runouts including insulated pipes shall be supported by split ring hangers with extension rods and wall plates or stamped type up to 2" size only. 6. Lock nuts or retaining straps shall be provided with all beam clamps. 7. All supplementary steel including factory fabricated channels and associated accessories, including 12" long sheet metal shields, throughout both suspended and floor mounted shall be provided by this Contractor and shall be subject to the approval of the Engineer. 8. Hangers shall not pierce the insulation on any insulated pipe except when prior approval is given. 9. Wire, tape or wood fastenings for shims or support of any pipe or tubing shall not be used. 10. Remove all rust from the ferrous hanger equipment (hangers, rods, and bolts) and apply one coat of red lead immediately after erection. 11. All piping shall be independently supported from the building structure and not from the piping, ductwork, conduit or ceiling suspension systems of other systems. 12. Installation of hangers which permit wide lateral motion of any pipe will not be acceptable. 13. All hangers in contact with uninsulated piping shall be compatible with piping material. C. Installation of Sleeves, Inserts and Escutcheons: 1. Sleeves in floors shall set one 1" above the finished floor surface or as indicated on the Architectural Drawings. 2. Sleeves through interior masonry or non-masonry walls or partitions shall be set flush with the finished surfaces of the wall or partition. HVAC Replacement Police Station Yarmouth, Massachusetts PLUMBING 22 00 00 - 13 3. Field drilling for inserts required for work under this section of the specifications shall be provided by this Contractor. 4. Each interior wall or partition sleeve shall be packed with foam, glass wool or approved substitute flush with each face of wall and shall maintain fire rating of wall or partition. 5. Escutcheons shall be installed around all exposed insulated or bare pipe, passing through a finished floor, wall or ceiling. Escutcheons shall fit snugly around the bare or insulated pipe. D. Valve Installation: 1. Location of Valves: There shall be valves where indicated on the drawings and where specified as follows: a. Valves shall be located to permit easy operation, replacement or repairs. 3.7 SPECIAL TOOLS A. Provide any and all special tools, recommended by the manufacturer of items furnished, noted as not being commonly available. 3.8 CERTIFICATES OF APPROVAL A. Upon completion of the work, furnish to the Owner through the Engineer in duplicate, certificates of inspection and/or approval from state and local inspection authorities having jurisdiction indicating the installed systems compliance to their requirements. 3.9 QUIET OPERATION A. All work provided under this Section of the Specifications shall operate under conditions of load without sound or vibration which is abnormally objectionable for such equipment in the opinion of the Engineer. In case of moving machinery, sound or vibration noticeable outside of the room in which it is installed, or annoyingly noticeable inside its own room will be considered objectionable shall be corrected in an approved manner by Contractor at no change in Contract amount. END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 1 DIVISION 23 SECTION 230000 HEATING, VENTILATING AND AIR CONDITIONING PART 1 - GENERAL 1.1 GENERAL REQUIREMENTS A. The GENERAL REQUIREMENTS, DIVISION 01, and PROCUREMENT AND CONTRACTING REQUIREMENTS, DIVISION 01, are hereby made a part of this Specification Section. B. Examine all Drawings and all Sections of the Specifications for requirements therein affecting the work and this Section. 1.2 SCOPE OF WORK A. The work under this Section shall include the furnishing of all materials, labor, equipment and supplies and the performance of all operations to provide complete working systems, in general, to include the following items: 1. Condensing Type Gas Fired Boilers 2. Boiler Flue and Intake Piping 3. Pumps 4. Automatic Temperature Controls 5. BMS programming for integration within building management system. 6. Piping Specialties 7. Piping Hangers/Supports 8. Hot Water Coils 9. Expansion Tanks 10. Hydraulic Separator 11. Thermometers and Pressure Gauges 12. Bypass Shot Feeder 13. Insulation 14. Hydronic Pipe & Fittings HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 2 15. Hot Water Unit Heaters 16. Variable Refrigerant Flow (VRF) Heat Pump Systems 17. Split System Air Conditioners 18. Air Outlets 19. Energy Recovery Ventilators 20. Variable Air Volume Terminal Unit with Hot Water Reheat Coils 21. Refrigerant Pipe and Fittings 22. Curbs 23. Hydronic Valves & Specialties 24. Roof Exhaust Fans 25. Variable Frequency Drives 26. Sheet Metal Ductwork 27. Duct Fittings 28. Access Panels 29. Exterior Refrigerant PVC Jacketing with UV protection 30. Vibration Isolation 31. Water Treatment 32. Boiler system supply water feed, Autofill PRV and valves B. Provide any other component or related system (whether or not listed) which is part of the overall design and basic equipment and deemed necessary for its completion, thoroughness and readiness for operation in perfect condition. C. Furnish, set up and maintain all derricks, hoisting machinery, scaffolds, staging and planking as required for the work. D. Supply the service of an experienced and competent supervisor who shall be in charge of the HVAC contractor's work at the site. E. The HVAC contractor shall be held responsible for subletting any work shown or specified herein, but not classified as HVAC work in order to avoid any jurisdictional disputes and work stoppage arising therefrom. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 3 F. All electrical apparatus and controls furnished as a part of the HVAC work shall conform to applicable requirements under SECTION 26 00 00 - ELECTRICAL. G. All work shall be coordinated with the Construction Schedule. 1.3 EXAMINATION OF SITE AND DOCUMENTS A. Bidders are expected to examine and to be thoroughly familiar with all contract documents and with the conditions under which work will be carried out. The Awarding Authority (Owner) will not be responsible for errors, omissions and/or charges for extra work arising from failure to familiarize themselves with the Contract Documents or existing conditions. By submitting a bid, the Bidder agrees and warrants that he has had the opportunity to examine the site and the Contract Documents, that he is familiar with the conditions and requirements of both and where they require, in any part of the work a given result to be produced, that the Contract Documents are adequate and that he will produce the required results. B. Pre-Bid Conference: Bidders are strongly encouraged to attend the Pre-Bid conference; refer to Advertisement for Bids for time and date. 1.4 CODES, ORDINANCES, AND PERMITS A. Installation of systems and equipment provided under this section shall be done in strict accordance with Massachusetts Department of Public Safety Codes, Massachusetts Department of Environmental Protection, Massachusetts State Building and Mechanical Code, and Town of Clinton Regulations having jurisdiction. B. All pressure vessels shall conform to ASME and state codes and regulations. C. All work, where applicable, shall conform to NFPA codes and all material shall be U.L. approved. D. All electrical apparatus furnished under this section shall be approved by the U.L. and shall be so labeled or listed where such is applicable. Where custom-built equipment is specified and the U.L. label or listing is not applicable to the completed product, all components used in the construction of such equipment shall be labeled or listed by U.L. where such is applicable to the component. E. Give notices, file plans, obtain permits and licenses, pay fees and obtain necessary approvals from authorities having jurisdiction. Deliver certificates of inspection to Engineer. No work shall be covered before examination and approval by Engineer, inspectors, and authorities having jurisdiction. Replace imperfect or condemned work conforming to requirements, satisfactory to Engineer, and without extra cost to the Owner. If work is covered before due inspection and approval, the installing contractors shall pay costs of uncovering and reinstalling the covering, whether it meets contract requirements or not. 1.5 RECORD DRAWINGS A. Refer to DIVISION 01 - GENERAL REQUIREMENTS, of the Specifications for record drawings, closeout procedures and closeout submittals to be provided under this section. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 4 1.6 CLEANING A. During the progress of the heating, ventilating and air conditioning work, clean up and remove all oil, grease and other debris caused by this work. At completion, the Contractor shall clean all equipment, piping and duct systems and leave all work in perfect operating condition. 1.7 RESPONSIBILITY A. The structure and its appurtenances, clearances and the related services, such as plumbing, heating, ventilation and electric service have been planned to be legal, adequate and suitable for the installation of equipment specified under this section. The Owner will not assume any increase in cost caused by differing requirements peculiar to a particular make or type of equipment, and any incidental cost shall be borne by the HVAC Contractor. He shall be responsible for the proper location of his required sleeves, chases, inserts, etc., and see that they are set in the forms before the concrete is poured. He shall be responsible for his work and equipment furnished and installed by him until the completion and final acceptance of this contract, and he shall replace any work which may be damaged, lost or stolen, without additional cost to the Owner. 1.8 PROTECTION OF MATERIALS, WORK, AND GROUNDS A. Materials, fixtures and equipment shall be properly protected and all pipe and duct openings shall be temporarily closed so as to prevent obstruction and damage. B. Protect and preserve all materials, supplies and equipment of every description and all work performed. Protect all existing equipment and property of any kind from damage during the operations. Damage shall be repaired or replaced promptly by the Contractor at his expense. 1.9 DRAWINGS A. It is the intention of the Specifications and Drawings to call for finished work, tested and ready for operation. Any apparatus, appliance, material or work not shown on the Drawings, but mentioned in the Specifications or vice-versa, or any incidental accessories necessary to make the work complete in all respects and ready for operation, even if not particularly specified, shall be provided by the Contractor without additional expense to the Owner. B. The Drawings are generally diagrammatic. The locations of all items that are not definitely fixed by dimensions are approximate only. The exact locations must be determined at the project and shall have the approval of the Engineer before being installed. The Contractor shall follow Drawings, including his shop drawings, in laying out work and shall check the Drawings of other trades to verify spaces in which work will be installed. Maintain maximum headroom and space conditions. Where space conditions appear inadequate, notify the Engineer before proceeding with the installation. The Contractor shall, without extra charge, make reasonable modifications in the layout as needed to prevent conflict with work of other trades or for proper execution of the work. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 5 C. Size of pipes and methods of running them are shown, but it is not intended to show every offset and fitting, nor every structural difficulty that may be encountered. To carry out the true intent and purpose of the Drawings, all necessary parts to make complete approved working systems ready for use, shall be furnished without extra charge. All work shall be installed in such a manner as to avoid being unsightly. D. All measurements shall be taken at the building by the Contractor, prior to purchasing and installing the equipment and piping. 1.10 SHOP DRAWINGS A. HVAC contractor shall provide a complete set of shop drawings as described below to the engineer for review and approval prior to purchasing any materials or equipment. Provide (5) sets of shop drawings for materials indicated below: 1. Condensing Type Gas Fired Boilers 2. Boiler Flue and Intake Piping 3. Pumps 4. Piping Specialties 5. Piping Hangers/Supports 6. Hot Water Coils 7. Expansion Tanks 8. Hydraulic Separator 9. Thermometers and Pressure Gauges 10. Bypass Shot Feeder 11. Insulation 12. Hydronic Pipe & Fittings 13. Hot Water Unit Heaters 14. Variable Refrigerant Flow (VRF) Heat Pump Systems 15. Split System Air Conditioners 16. Air Outlets 17. Energy Recovery Ventilators 18. Variable Air Volume Terminal Unit with Hot Water Reheat Coils HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 6 19. Refrigerant Pipe and Fittings 20. Curbs 21. Hydronic Valves & Specialties 22. Roof Exhaust Fans 23. Variable Frequency Drives 24. Sheet Metal Ductwork 25. Duct Fittings 26. Access Panels 27. Exterior Refrigerant PVC Jacketing with UV protection 28. Vibration Isolation 29. Water Treatment 30. Boiler System Supply Water Feed, Autofill PRV and Valves 31. Automatic Temperature Controls components complete with wiring diagrams for complete point to point controls diagram indicating systems product components. 32. Sequence of Controls 1.11 OPERATING AND MAINTENANCE INSTRUCTIONS A. Submit operation and maintenance data complete with at least the following: 1. Table of Contents 2. Introduction: a. Explanation of manual and its use b. Description of all systems 3. Plant Operation: a. Operating instructions for all HVAC apparatus. 4. Maintenance: a. Maintenance and lubricating chart: Furnish three sets of charts indicating equipment tag number, location of equipment, equipment HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 7 service, greasing and lubricating requirements, lubricants and intervals of lubrication. b. Recommended list of spare parts: Furnish two typed sets of instructions for ordering spare parts with sectional views of the fittings or equipment showing parts numbered or labeled to facilitate ordering replacements, including a list with itemized prices of those parts recommended to be kept on hand as spares, as well as the name and address of where they may be obtained. c. Valve Chart 5. Manufacturer’s Literature: a. Variable Refrigerant Flow System (Indoor and Outdoor System Components with proprietary controls documentation) b. Automatic Temperature Controls c. Sequence of Controls d. Boiler System Operation and Maintenance Manuals e. Pump Operation and Maintenance Manuals f. Air Cooled Condensing Unit Operation and Maintenance Manuals g. Energy Recovery Units h. Variable Air Volume Terminal Unit with hot water reheat coils i. Exhaust Fans 1.12 UNDERWRITERS' LABEL AND LISTING A. All electrical apparatus furnished under this Section shall be approved by the UL and shall be labeled or listed where such is applicable. Where custom-built equipment is specified and the UL label or listing is not applicable to the completed product, all components used in the construction of such equipment shall be labeled or listed by UL where such is applicable to the component. 1.13 CUTTING AND PATCHING A. All cutting, patching and painting associated with demolition work and necessary for the proper installation of work to be performed under this Section and subsections shall be provided by the HVAC Contractor. B. All work shall be fully coordinated with all phases of construction, in order to minimize the requirements for cutting and patching. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 8 C. The contractor shall see that all such chases, openings, and sleeves are located accurately and are of the proper size and shape and shall consult with the Engineer in reference to this work. In so doing, he shall confine the cutting to the smallest extent possible consistent with the work to be done. In no case shall piers or structural members be cut without the approval of the Engineer. D. Carefully fit around, close up, repair, patch, and point around the work specified herein to the entire satisfaction of the Owner and Engineer. Finished work appearance shall match or exceed existing conditions where cutting/patching has occurred for final approval by Owner and Engineer. E. Fill and patch all openings or holes left in the existing structures by the removal of existing equipment by himself, his contractors or other filed contractors. F. All of this work shall be carefully done by workmen competent to do such work and with the proper and smallest tools applicable. G. Any cost caused by defective or ill-timed work shall be the contractor’s responsibility therefore. Engineer retains the right to deem patch work acceptable. Worked deemed unacceptable to the satisfaction of engineer and owner shall be re-finished to achieve acceptable appearance at the contractor’s expense. H. The existing fire resistance rating of floors, walls, and ceilings shall be maintained. Firestopping media shall be installed in accordance with manufacturer’s written instructions. 1.14 GUARANTEE A. Guarantee that all work installed will be free from any and all defects in workmanship and/or materials and that all apparatus will develop capacities and characteristics specified. B. If, during a period of one year from the date of final completion and acceptance of the work, any such defects in workmanship, material or performance appear, the HVAC Contractor will, without cost to the Owner, remedy such defects within a reasonable time to be specified in notice from the Architect. C. Provide all refrigeration compressors with the manufacturer's extended replacement warranty for a total of five years. All warranties must have been submitted prior to Final Payment. D. Correct all damage to insulation, paint or building caused by defects in his work, equipment, and its operation. Guarantee shall include startup, shutdown, maintenance, and 24-hour service during the guarantee period. E. Any apparatus that requires excessive service during the warranty period will be considered defective and shall be replaced. 1.15 ELECTRICAL HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 9 A. All electrical apparatus and controls furnished as a part of this Section shall conform to applicable requirements under SECTION 26 00 00 - ELECTRICAL. B. All motors furnished under this Section shall be furnished by the manufacturer of the equipment served and shall be mounted and aligned so as to run free and true. Each motor shall be built to conform to the latest applicable NEMA, ANSI and IEEE standards for the type and duty of service it is to perform. C. Each motor shall be designed to operate on 60 Hz, and each shall be expressly wound for the voltage specified. Each motor shall operate satisfactorily at rated load and frequency with a voltage variation no greater than plus or minus 10 percent of voltage specified. Dual voltage 208/220 motors will not be accepted. D. All motors shall be provided with adequate starting and protective equipment and each shall have a terminal box of adequate size to accommodate the required conduit and wires. E. Motor controllers shall be equipped with all poles, auxiliary contacts and other devices necessary to permit the interlocking and control sequences required. Controller operating coils shall be generally designed for 120 volt operation, and 3 phase motors shall be provided with thermal overload protection in all phases. F. Furnish all magnetic starters for each and every motor furnished under this section of the specification, except where otherwise indicated. The Electrical Contractor shall install and wire the starter. The Contractor shall provide disconnects for all HVAC equipment. The Electric Contractor shall install and wire all disconnects. All starters for motors over 10 HP shall be solid state with reduced inrush design. The maximum allowable inrush shall be 2.5 times running load amperage. All starters for fractional HP motors shall be provided with manufacturer’s standard motor starter. G. Furnish and install all low voltage and/or line voltage control wiring for the boiler/burner units, rooftop units, heat recovery unit, pumps, fans, and all equipment provided in this section. All wiring shall be performed by a licensed electrician. 1.16 VERIFYING CONDITIONS A. Before commencing any work under this section, verify all governing dimensions and examine all adjoining work on which this work is in any way associated or connected. Failure to visit the jobsite will in no way relieve the Contractor from installing the work according to the intent of these specifications and at no additional cost to the Owner. B. Each bidder shall visit the site and inspect conditions affecting the proposed work. Failure to do so and misinterpretation of the Plans and Specifications resulting therefrom shall be entirely the responsibility of the bidder. C. Each bidder shall make note of the existing conditions affecting hauling, rigging, transportation, installation, etc., in connection with his work and shall make all provisions for transportation of all materials and equipment. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 10 D. Where field conditions require, the Contractor shall arrange for equipment to be shipped to the job, dismantled and assembled in place. E. Remove walls, window assemblies/glass and floor structures where necessary to install and remove equipment as shown. The Contractor shall reinstall such displaced structures to their original condition. 1.17 PAINTING A. See requirements outlined within SECTION 09 90 00. 1.18 STANDARDS A. The latest published issue of the standards, recommendations, or requirements of the following listed societies, associations, or institutes in effect at the date of Contract are part of this Specification. These shall be considered as minimum requirements; specific requirements of this specification and/or associated drawings shall have precedence. In case of conflict between published requirements, the Owner's representative shall determine which is to be followed. 1. AMCA Air Moving and Conditioning Association 2. ANSI American National Standards Institute 3. ASHRAE American Society for Heating, Refrigerating, and Air Conditioning Engineers 4. ASME American Society of Mechanical Engineers 5. ASTM American Society for Testing and Materials 6. FIA Factory Insurance Association 7. IEEE Institute of Electrical and Electronic Engineers 8. MCAA Mechanical Contractors Association of America 9. NEMA National Electrical Manufacturers Association 10. NFPA National Fire Protection Association 11. SMACNA Sheet Metal and Air Conditioning Contractors' National Association 12. UL Underwriters' Laboratories, Inc. 13. OSHA Occupational Safety and Health Act 14. NEC National Electric Code 1.19 COOPERATION AND COORDINATION WITH OTHER TRADES HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 11 A. The work shall be so performed that the progress of the entire building construction including all other trades, shall not be delayed nor interfered with. Materials and apparatus shall be installed as fast as conditions of the building will permit and must be installed promptly when and as desired. B. Confer with all other trades relative to location of all apparatus and equipment to be installed and select locations so as not to conflict with work of other Sections. Any conflicts shall be referred immediately to the Architect for decision to prevent delay in installation of work. All work and materials placed in violation of this clause shall be readjusted to the Architect's satisfaction, at no expense to the Owner. C. Where work of this section will be installed in close proximity to work of other sections or where there is evidence that the work of this section will interfere with work of other sections, assist in working out space conditions to make satisfactory adjustment. Prepare and submit for approval 3/8 inch scale or larger working drawings and sections, clearly showing how this work is to be installed in relation to the work of other sections. If the work of this section is installed before coordinating with other trades or so as to cause interference with work of other trades, make changes necessary to protect conditions without extra charge. D. Keep fully informed as to the shape, size and position of all openings required for all apparatus and give information in advance to build openings into the work. Furnish and set in place all sleeves, pockets, supports and incidentals. E. All distribution systems which require pitch or slope such as storm and sanitary drains and water piping shall have the right of way over those which do not. Confer with other trades as to the location of pipes, lights and apparatus and install work to avoid interferences. F. This contractor shall, with the approval of the Architect and without extra charge, make reasonable modifications in his work as required by normal structural interferences, or by interference with work of other trades, or for proper execution of the work. G. This contractor shall protect all materials and work of other trades from damage that may be caused by his work and shall make good any damages so caused. 1.20 SEISMIC RESTRAINT REQUIREMENTS A. For each seismic restraint, provide certified calculations to verify adequacy to meet the following design requirements: 1. Ability to accommodate relative seismic displacements of supported item between points of support. 2. Ability to accommodate the required seismic forces. B. For each respective set of anchor bolts provide calculations to verify adequacy to meet combined seismic-induced sheer and tension forces. C. For each weldment between structure and item subject to seismic force, provide calculations to verify adequacy. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 12 D. Calculations shall be stamped by a professional engineer who is registered in the State Of Massachusetts and has specific experience in seismic calculations. E. Restraints shall maintain the restrained item in a captive position without short circuiting the vibration isolation. F. Provide seismic restraints for all piping, ductwork and equipment in accordance with the requirements of the International Building Code and NFPA. 1.21 OWNER TRAINING A. Prior to Final Inspection and Acceptance; the contractor shall provide one (1) three hour training session to provide the Owner Representative and their facilities personnel (if requested) with system training and preventative maintenance overview for all new HVAC system installations that are within project scope. Provide training for new Building Management System including initial dashboard and login configurations as required for owner programming and scheduling adjustments. B. Owner Training shall be performed after completed and approved Owner Maintenance manuals have been provided to Owner’s Representative. 1.22 FINAL ACCEPTANCE A. Final acceptance of Ownership of the HVAC system installed within this scope of work shall be contingent on passing a satisfactory system pressure test, mechanical performance test and cooling and heating function test to determine that the system will perform according to the contract requirements. The above tests shall be witnessed by the Engineer and the Owner at his option and acceptance will only be granted in writing by the Owner after receipt of certification from the Engineer that the design criteria have been met. B. The work shall be so performed that the progress of the entire building construction, including all other trades, shall not be delayed or interfered with. Materials and apparatus shall be installed as fast as conditions permit and must be installed promptly when and as desired. C. Confer with all other trades relative to location of all apparatus and equipment to be installed and select locations so as not to conflict with work of other Sections. Any conflicts shall be referred immediately to the Engineer for decision to prevent delay in installation of work. All work and materials placed in violation of this clause shall be readjusted to the Engineer's satisfaction, at no expense to the Owner. D. Where work of this section will be installed in close proximity to work of other sections or where there is evidence that the work of this section will interfere with work of other sections, assist in working out space conditions to make satisfactory adjustment. If so directed, prepare and submit for approval 3/8 inch scale or larger working drawings and sections, clearly showing how this work is to be installed in relation to the work of other sections. If the work of this section is installed before coordinating with other trades or so as to cause interference with work of other trades, make changes necessary to protect conditions without extra charge. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 13 1.23 SEQUENCING A. Coordinate work of this Filed Subcontract with that of other trades, affecting or affected by this work, and cooperate with the other trades as is necessary to assure the steady progress of work. B. Do not order or deliver any materials until all submittals, required in the listed Specification Sections included as part of this Filed Subcontract, have been received and approved by the Architect. C. Before proceeding with installation work, inspect all project conditions and all work of other trades to assure that all such conditions and work are suitable to satisfactorily receive the work of this Section and notify the Architect in writing of any which are not. Do not proceed further until corrective work has been completed or waived. PART 2 - PRODUCTS 2.1 GAS FIRED BOILERS A. Manufacturer 1. Lochinvar 2. Patterson Kelley 3. Thermal Solutions 4. or approved equal B. The boiler shall be provided with capacities as scheduled. The boiler shall be capable of full modulation firing down to 10% of rated input with a turndown ratio of 10:1. C. The boiler shall bear the ASME "H" stamp for 160 psi working pressure and shall be National Board listed. There shall be no banding material, bolts, gaskets or "O" rings in the header configuration. The boiler shall have a 316L stainless steel heat exchanger. The combustion chamber shall be designed to drain condensation to the bottom of the heat exchanger assembly including a condensate trap. The complete heat exchanger assembly shall carry a ten (10) year limited warranty. D. The boiler shall be certified and listed by C.S.A. International under the latest edition of the harmonized ANSI Z21.13 test standard for the U.S. and Canada. The boiler shall comply with the energy efficiency requirements of the latest edition of the ASHRAE 90.1 Standard and the minimum efficiency requirements of the latest edition of the ASHRAE 103 Standard. The boiler shall operate at a minimum of 92% thermal efficiency at full fire. All models shall operate up to 98% thermal efficiency with return water temperatures at 90 °F or below. The boiler shall be certified for indoor installation. E. The boiler shall be constructed with a heavy gauge steel jacket assembly, primed and pre-painted on both sides. The combustion chamber shall be sealed and completely enclosed, independent of the outer jacket assembly, so that integrity of the outer jacket HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 14 does not affect a proper seal. Two burner/flame observation port shall be provided. The burner shall be a premix design and constructed of high temperature stainless steel with a woven metal fiber outer covering to provide modulating firing rates. The boiler shall be supplied with a gas valve designed with negative pressure regulation and be equipped with a variable speed blower system, to precisely control the fuel/air mixture to provide modulating boiler firing rates for maximum efficiency. The boiler shall operate in a safe condition at a derated output with gas supply pressures as low as 4" of water column. The burner flame shall be ignited by direct spark ignition with flame monitoring via a flame sensor. F. The boiler shall utilize a 24 VAC control circuit and components. The control system shall have a Liquid Crystal touch screen display for boiler set-up, boiler status, and boiler diagnostics. All components shall be easily accessed and serviceable from the front of the jacket. The boiler shall be equipped with a temperature/pressure gauge; high limit temperature control with manual reset; ASME certified pressure relief valve set for 50 psi; outlet water temperature sensor; return water temperature sensor; outdoor air sensor, flue temperature sensor; high and low gas pressure switches, low water cut off with manual reset and a condensate trap for the heat exchanger condensate drain. G. The boiler shall feature the “Smart Touch” control with a Liquid Crystal touch screen display, password security, outdoor air reset, pump delay with freeze protection, pump exercise, domestic hot water prioritization and PC port connection. The boiler shall have contacts for any failures, runtime contacts and data logging of runtime, ignition attempts and failures. The boiler shall allow 0-10 VDC input connection for BMS control and have built-in “Cascade” to sequence and rotate while maintaining modulation of up to eight boilers without utilization of an external controller. The control may be compatible with optional Modbus communication. H. The boiler shall be equipped with two terminal strips for electrical connection. A low voltage connection board with 30 data points for safety and operating controls, i.e., Alarm Contacts, Runtime Contacts, Louver Proving Switch, two Flow Switches, Tank Thermostat, Remote Enable/Disable, System Supply Sensor, Outdoor Sensor, Tank Sensor, Modbus Building Management System signal and Cascade control circuit. A high voltage terminal strip shall be provided for Supply voltage. Supply voltage shall be 120 volt / 60 hertz / single phase. The high voltage terminal strip plus integral relays are provided for independent pump control of the System pump, the Boiler pump. The System pump and boiler pump are dry contacts. I. Direct Vent system with vertical roof top termination of both the exhaust vent and combustion air. The flue shall be Category IV approved Stainless-Steel sealed vent material terminating sidewall with the manufacturer’s specified vent termination. A separate Schedule 40 CPVC pipe shall supply combustion air directly to the boiler from the outside. The air inlet pipe must be sealed and may be other materials listed in the Installation manual. The boiler’s total combined air intake length shall not exceed 100 equivalent feet. The boiler’s total combined exhaust venting length shall not exceed 100 equivalent feet. J. The boiler shall have an independent laboratory rating for Oxides of Nitrogen (NOx) of 30 ppm or less corrected to 3% O2. The manufacturer shall verify proper operation of HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 15 the burner, all controls and the heat exchanger by connection to water and venting for a factory fire test prior to shipping. K. The boiler shall operate at altitudes up to 4,500 feet above sea level without additional parts or adjustments. L. The boiler shall be suitable for use with polypropylene glycol, up to 50% concentration without contingencies. M. The boiler shall be constructed in accordance with the Massachusetts code requirements as standard equipment 2.2 HOT WATER PUMPS A. Circulating pumps shall be Bell and Gossett, Armstrong, Taco, or approved equal, and shall be of number type and size as scheduled on the drawings. B. Base-mounted Pump: 1. Furnish and install centrifugal end suction single stage pump(s) with capacities and characteristics as shown on the plans. 2. Pump volute or casing shall be center-line discharge for positive air venting constructed of class 35 cast iron with integrally cast mounting feet. The pump shall be fitted with replaceable bronze wear rings, drilled and tapped for gauge ports at both the suction and discharge flanges and for drain port at the bottom of the casing. 3. The impeller shall be bronze and hydraulically balanced by either back vanes or back wear ring and balancing holes. The impeller shall be dynamically balanced and shall be fitted to the shaft with a key. 4. The pump shall incorporate a dry shaft design to prevent the circulating fluid from contacting the shaft. The pump shafts shall be high tensile steel with replaceable bronze shaft sleeve. 5. The cast iron pump bearing housing shall have heavy duty regreasable ball bearings replaceable without disturbing the piping connections and shall have a foot support at the driver end. 6. The pump shall have a self flushing seal design or a positive external seal flushing line. Any mechanical seal pump used on an open system shall be furnished with a seal flush line and a Purocell #900 replaceable cartridge filter wide shut-off isolation valve installed in the seal flushing line. The filter shall have the ability to remove particles down to five microns in size. 7. The pump seal shall be EPT Ceramic rated to 250 ºF. 8. The base shall be made of structural steel and incorporate a guide rail system to allow the pump and motor to be slid apart for service without risking major misalignment or disturbing the piping. The base shall also include a built-in HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 16 drain pan. A flexible coupler shall connect the pump to the motor and shall be covered by a coupler guard. Contractor shall level and grout each pump according to the manufacturer’s recommendations to insure proper alignment prior to operation. 9. Provide at each pump a suction diffuser. Units shall consist of angle type body with inlet vanes and combination diffuser-strainer-orifice cylinder with 3/16 inch diameter openings for pump protection. A permanent magnet shall be located within the flow stream and shall be removable for cleaning. The orifice cylinder shall be equipped with a disposable fine mesh strainer which shall be removed after system start-up. Orifice cylinder shall be designed to withstand pressure differentials equal to pump shutoff head and shall have a free area equal to five (5) times cross suction opening. Vane length shall be no less than 2-1/2 times the pump connection diameter. Unit shall be provided with adjustable support foot to carry weight of suction piping. Body of suction diffuser shall be cast iron, the inlet vanes and orifice cylinder shall be stainless steel and the strainer shall be 16 mesh bronze. 10. Inline Pump: Provide in-line centrifugal type pumps and motors, bronze finished. Maximum working pressure shall be 125 psi. Pumps shall have seals, bronze fitted of type recommended and guaranteed to be suitable for the service intended and the water conditions prevailing. 2.3 ENERGY RECOVERY VENTILATORS A. Manufacturers: Subject to compliance with specifications contained within this document, manufacturers offering products that may be incorporated into the work include, but are not limited to: 1. Renewaire 2. Greenheck Fan Corporation 3. Valent 4. York 5. or approved equal B. Manufactured Units 1. Packaged Air-to-Air Energy Recovery Units shall be fully assembled at the factory and consist of an insulated metal cabinet, motorized insulated low leakage intake damper, filter assemblies for both intake and exhaust air, energy wheel, airside coil, supply air blower assembly, insulated low leakage exhaust air damper, exhaust air blower assembly electrical control unit with all specified components and internal accessories factory installed and tested and prepared for single-point high voltage connection. Entire unit with the exception of field- installed components shall be assembled and test operated at the factory. C. Cabinet HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 17 1. Materials: Formed, insulated double wall construction, fabricated to permit access to internal components for maintenance. 2. Outside casing: 20 gauge, galvanized (G90) steel meeting ASTM A653 for components that do not receive a painted finish. 3. Access doors shall be hinged with airtight closed cell foam gaskets. Door pressure taps, with captive plugs, shall be provided for cross-core pressure measurement allowing for accurate airflow measurement. 4. Cabinet Insulation: Unit walls and doors shall be insulated with 1 inch, 4 pound density, foil/scrim faced, high density fiberglass board insulation, providing a cleanable surface and eliminating the possibility of exposing the fresh air to glass fibers, and with a minimum R-value of 4.3 (hr-ft2-°F/BTU). 5. Enthalpy core: Energy recovery core shall be of the total enthalpy type, capable of transferring both sensible and latent energy between airstreams. Latent energy transfer shall be accomplished by direct water vapor transfer from one airstream to the other, without exposing transfer media in succeeding cycles directly to the exhaust air and then to the fresh air. No condensate drains shall be allowed. The energy recovery core shall be designed and constructed to permit cleaning and removal for servicing. The energy recovery core shall have a ten year warranty. Performance criteria are to be as specified in AHRI Standard 1060. 6. Control center / connections: Energy Recovery Ventilator shall have an electrical control center where all high and low voltage connections are made. Control center shall be constructed to permit single-point high voltage power supply connections to the disconnect. 7. Passive Frost Control: The ERV core shall perform without condensing or frosting under normal operating conditions (defined as outside temperatures above -10ºF and inside relative humidity below 40%). Occasional more extreme conditions shall not affect the usual function, performance or durability of the core. No condensate drains will be allowed. 8. Motorized dampers / Exhaust Air, Intake Air, Motorized dampers of insulated low leakage type shall be factory installed. D. Blower Section 1. Blower section construction, Supply Air and Exhaust Air: Blower assemblies consist of a 460V 3 Phase 60 HZ, TEFC motor, and a belt driven forward-curved blower. 2. Blower assemblies: Shall be statically and dynamically balanced and designed for continuous operation at maximum rated fan speed and horsepower. E. Motors HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 18 1. Blower motors shall be Premium Efficiency, EISA compliant for energy efficiency. The blower motors shall be totally enclosed (TEFC) and be shall be supplied with factory installed motor starters. 2. Belt drive motors shall be provided with adjustable pulleys and motor mounts allowing for blower speed adjustment, proper motor shaft orientation and proper belt tensioning 3. Motors shall be 60 cycle, 3 phase 460 volts. F. Unit Controls 1. The ERV shall be constructed so that it can function as a stand-alone system controlled by factory-supplied controllers, thermostats and sensors controlled by a Building Management System (BMS). G. Filter Section 1. ERV shall have 2" thick MERV 13 disposable pleated filters located in the outdoor air and exhaust airstreams. All filters shall be accessible from the exterior of the unit. 2.4 PIPE HANGERS, SUPPORTS, INSERTS A. Carpenter and Patterson, Grinnell, Calco, or approved equal. Figure numbers listed are Carpenter and Patterson numbers. B. General: Piping systems shall be supported in accordance with ANSI B31.1 so as to maintain required pitch of lines, prevent vibration, and provide for expansion and contraction movement. C. Piping hangers and supports shall be furnished and installed for piping. Provide all components (i.e., inserts, rods, clamps, hangers, washer, lock nuts, rollers, etc.) necessary for a complete installation. D. Hangers: 1. Hangers for hot water supply, dual water and chilled water piping shall be Figure 100SH refrigeration hanger and shield. 2. Hangers for all other piping shall be Figure 1A Bands. 3. All hangers shall be with supporting rods and nuts. Rod sizes shall be as follows: a. Hangers for pipes 4" and larger 5/8" b. Hangers for pipes 2-1/2" and 3 " 1/2" c. Hangers for pipes 2" and smaller 3/8" HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 19 E. Pipe covering protection saddles shall be Series 350 galvanized steel and shall be furnished for installation at each hanger where pipes are insulated. F. Upper Attachments to Building Structure: G. Reinforced Concrete Construction: Upper attachment welded or clamped to steel clip angles which are expansion-bolted to the concrete. Expansion bolting shall be located so that piping loads place bolts in shear. H. Structural Framing: Upper attachments welded or clamped to structural steel members. Additional steel members may be necessary in some support locations where piping locations differ from that known on contract drawings. I. Submit details for approval. J. Expansion Fasteners and Power Set Fasteners: In concrete ceiling construction, expansion fasteners may be used for hanger loads up to one-third the manufacturer's rated strength of the expansion fastener. Power set fasteners may be used for loads up to one-fourth of rated load. When greater hanger loads are encountered, additional fasteners may be used and interconnected with steel members combining to support the hanger. 2.5 REFRIGERANT PIPE AND FITTINGS A. Furnish all pipe and fittings required for the HVAC systems, including hot water supply refrigerant (RGL, RGS) and Drain (D). B. Drain (D) piping shall be Type L hard drawn copper, ASTM B88 with wrought copper ANSI B16.22 fittings. Joints shall be soldered, ASTM B32, with 95/5 solder. PVC piping is acceptable on roof. C. Refrigerant Piping (RGL, RGS) and Accessories: 1. Pipe: Type L hard drawn ACR tubing, ASTM B280. 2. Fittings: Wrought copper, ANSI B16.22. 3. Joints: Silver solder, minimum 45% silver brazing alloy, cadmium free, ASTM B32. D. Refrigerant Systems Accessories: 1. Refrigerant Solenoid Valve: Provide valve with sweat type valve connections, ductile iron and brass body construction, stainless steel and brass internal parts, teflon diaphragm, neoprene pilot seat, stainless steel springs and 120 volt/60 Hz coil assembly. Valve shall be sized in accordance with manufacturer's printed instructions. 2. Thermal Expansion Valves: Provide valves of brass body with copper fittings, stemless steel diaphragms, brass and stainless steel internal parts, replaceable power element, factory maximum operating pressure charge to maintain super HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 20 heat control over evaporator temperature range, 1/4" external equalizer connection, sweat connection in a straight through flow configuration and remote bulb with 60" tubing length. 3. Hot Gas Bypass Pressure Regulating Valve: Provide valves of brass body with copper fittings, stainless steel diaphragm, brass and stainless steel internal parts, 1/4" external equalizer connection and sweat connection in a straight through flow configuration. Valves shall be sized for effective part connections in accordance with manufacturer's printed instructions. 4. Refrigerant Sight Glass Moisture Indicator: Provide device of copper plated steel construction, removable leak proof fused sight glass with universal indicator element for Refrigerant, clear liquid viewing area, scratch resistant glass and O-Ring for leak proof seal. Valve shall have sweat connections. 5. Liquid Line Filter Dryers: Provide filter dryers of heavy gauge steel shell with corrosion resistant paint, copper plated sweat fittings, perforated baffle support plates, and filled with chemically inert molecular sieve head capable of filtering contaminated particles down to 20 microns. 6. Pressure Relief Valves: Shall be of relief setting as indicated. Valves shall be of cast iron bodies with bronze seat rings in frame and flap and with bronze hinge pins. Provide relief valve discharge piping to nearest floor drain. Valves shall be sized at indicated relief pressure in accordance with manufacturer's printed recommendations. 7. Flexible Piping Connections: Provide at refrigerant piping connections to ACCUs. Connections to be braided bronze construction with copper sweat ends; working pressure suitable for pressures encountered in systems. 2.6 HYDRONIC PIPE AND FITTINGS A. Furnish all pipe and fittings required for the HVAC systems, including hot water supply (HWS), hot water return (HWR), drain (D), and cold water make-up piping. B. All hot water supply (HWS) and hot water return (HWR), piping 2-1/2″ and larger shall be Schedule 40 seamless black steel pipe and shall conform to ANSI B-36.10 and ASTM A-53, grade A or B with Schedule 40 seamless steel fittings and, welded or mechanical connections. All piping 2″ and below shall be Type L hard drawn copper, ASTM B88 with 95/5 solder fittings. C. Unions for use with steel piping shall be 300 pound malleable iron, ground joint, or 2,000 pound forged steel, 600 psi WOG, sweat or thread end as required. Unions for copper pipe shall be bronze, ground joint, 600 psi WOG, sweat or thread end as required. D. Drain (D) and Cold water make-up piping shall be Type L hard drawn copper, ASTM B88 with wrought copper ANSI B16.22 fittings. Joints shall be soldered, ASTM B32, with 95/5 solder. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 21 E. Chemical Feed (CF) Piping shall be seamless steel; ASTM A106, Grade A or B; Schedule 10 with threaded, 300 pound malleable iron, ANSI B16.3 fittings. Unions shall be 300 pound malleable iron, ground ball joint with all iron seats, ANSI B16.39; or 2000 pound non-shock WOG forged steel, ASTM A105. F. Provide dielectric unions at all connections of dissimilar metals. Dielectric unions shall be factory certified to withstand a minimum of 600 volts on a dry line with no flashover, rated 250 psig and conforming to ANSI B16.39. Dielectric union and flange pipe threads shall conform to ANSI B2.1. 2.7 HYDRONIC VALVES & SPECIALTIES A. Gate valves, globe valves and butterfly valves shall be Powell, Lunkenheimer, Crane, or approved equal. Figure numbers herein are Powell numbers. 1. Gate valves 2-1/2" and larger shall be Figure 1793, 125#, I.B.B.M., solid wedge, O S & Y, rising spindle, flanged end. 2. Globe valves 2-1/2" and larger shall be Figure 241, 125#, I.B.B.M., O S & Y with regrind - renew beveled bronze disc and seat ring, flanged end. 3. Butterfly valves 2-1/2" and larger shall be Figure 1572, 125#, API 609, carbon steel body and seat, stainless steel disc, PTFE packing/gasket, gear operator and lug or flanged style. 4. Where isolation valves are indicated on plans either gate or butterfly valves will be acceptable. B. Check valves and draw-off valves shall be Powell, Lunkenheimer, Crane, or approved equal. Figure numbers herein are Powell numbers. 1. Check valves 2-1/2" and larger shall be Figure 559, 125#, I.B.B.M., horizontal swing type, with regrind-renew bronze seat ring and disc, flanged end. 2. Check valves 2" and smaller shall be Figure 578, 125# bronze, horizontal swing type with regrinding bronze seat and disc, screwed end. 3. Draw-off valves shall be Figure 503H, bronze, screwed inlet, hose outlet. C. Balancing valves shall be Taco Model CS, Bell & Gossett, Armstrong, or approved equal, circuit setter 1. Ball valve construction, Teflon seats, calibrated nameplate, Schrader valve connections, cast bronze. D. Valves 2" and smaller shall be ball valves. Ball valves shall be Jenkins Figure 32-A, Crane, Stockham or approved equal, bronze ball valves with bronze ball, Teflon seats, brass stem and cadmium plated steel handle with plastic grips. E. Pressure-reducing Valves HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 22 1. Bell and Gossett, Armstrong, Taco or equal. 2. Diaphragm operated pressure-reducing valve with low inlet pressure check valve and inlet strainer. The strainer shall be easily removable without system shutdown. The valve seat, strainer and stem shall be removable and of non- corrosive material. The body shall be brass. The valve shall be full line sized as shown on the Drawings. Pressure setting to be minimum system operating pressure. F. Multi-Purpose Pump Discharge Valves (furnish at the discharge of all hydronic heating pumps) 1. Bell and Gossett, Armstrong, Taco or Equal 2. Valves to be designed to permit tight system shutoff and then return to original balance point after shutdown, to perform as a spring-loaded non-slam check valve and to perform as a plug-type flow control valve. Valve to be able to be repacked under full pressure. Valve to be suitable for use in heating systems with working temperatures up to 230 ° F. 3. Valve to have flanged, ductile-iron body, bronze disc and seat, stainless steel stem and spring. Valve body to be furnished with two 1/4" plugged drain tappings. 4. Valves shall be equipped with Schrader valve metering connections to facilitate differential pressure readings across the valve orifice for accurate system balancing. 5. Each valve to be furnished with a pre-formed removable PVC insulation jacket with high density fiberglass insulation suitable for temperatures up to 230 ° F continuous. G. Combination Balancing/Shutoff Valves: Furnish and install circuit balancing valves as shown on plans and in accordance with the manufacturer's installation instructions. 1. Bell and Gossett, Armstrong, Flow Design or Equal 2. Each valve shall have two 1/4" NPT brass metering ports with Nordel check valves and gasketed caps located on both sides of valve seat. Two additional 1/4" NPT connections with brass plugs are to be provided on the opposite side of the metering ports for use as drain connections. Drain connections and metering ports are to be interchangeable to allow for measurement flexibility when valves are installed in tight locations. 3. Valves are to be of the "Y" pattern, modified, equal percentage globe style and provide three functions: precise flow measurement; precision flow balancing; positive drip tight shut off. 4. Valve shall provide multi-turn, 360 degree adjustment with a micrometer type indicator located on valve handwheel. Valve handwheel shall have hidden HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 23 memory feature which will provide a means for locking the valve position after the system is balanced. 5. Valve body for valves 1/2" to 2" size shall be bronze with ultra-high strength engineered resin plug. The plug shall have precision-contoured channels to distribute flow uniformly across valve seat. Bronze stem and high strength resin hand-wheel and sleeve. Valves shall have a minimum of four full 360 degree hand-wheel turns. Connections to be thread or sweat. 6. Valve body for 2-1/2" and larger size valves shall be ductile iron with flanged ends. Valve stem and plug disc shall be bronze. Hand-wheel shall be ergonomically designed providing ease of adjustment. Valve body to be convertible in the field from straight to 90 degree change of flow. Field conversion shall not affect valve accuracy. 7. Valve shall be installed with flow in the direction of the arrow on the valve body and installed at least five pipe diameters downstream from any fitting, and at least ten pipe diameters downstream from any pump. Two pipe diameters downstream from the valve should be free of any fittings. When installed, easy and unobstructed access to the valve hand-wheel and metering ports for adjustment and measurement are to be provided. Mounting of valve in piping must prevent sediment build-up in metering ports. 8. Provide all balancing valves with molded removable pre-formed insulation with PVC jacket. 9. Valve size to match pipe size. 2.8 HOT WATER COILS A. Acceptable Manufacturers: Greenheck, Trane, Carrier, McQuay, or approved equal. B. Unit Casing 1. The coil case shall be constructed of G90 galvanized steel. Casing finished to meet ASTMB 117 250-hour salt-spray test. The removal of side panels shall not affect the structural integrity of the unit. All removable panels shall be gasketed to minimize air leakage. Contractor shall be responsible to provide connection flanges and all other framework that is needed to properly support the unit. 2. Insulation - High density, matte faced - Interior surface of unit casing acoustically and thermally. Insulation shall have a minimum R-value of 4 and shall be UL listed. The installation shall comply with NFPA-90A and B requirements. C. Coils: Coils shall be manufactured by the supplier of the air handling unit. Coils shall be installed such that headers and return bends are enclosed by unit casings. Coils shall be removable by unbolting the wall panels in the coil section. Coil connections shall be clearly labeled on outside of units. Coils shall have aluminum plate fins and seamless copper tubes. Fins shall have collars drawn, belled, and firmly bonded to tubes by HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 24 mechanical expansion of the tubes. Soldering or tinning shall not be used in the bonding process. Fin surfaces shall be cleaned prior to installation in the unit to remove any oil or dirt that may have accumulated on the fin surfaces during manufacturing of the coil. Capacities, pressure drops, and selection procedure shall be certified in accordance with ARI Standard 410. 2.9 STRAINERS A. Bell and Gossett, Armstrong, Watts or Equal B. Provide a "Y" type full size strainer as indicated on the Drawings. C. An approved dirt blowout connection shall be made to each strainer, with 1" Jenkins Figure 372 and Figure 658 cap and chain; the valve located six inches to twelve inches below the strainer. In the case of strainers under full water pressure, the blowout connection shall terminate at a point where there will be no risk of flooding or damage. D. Strainers 2" diameter and smaller shall have screwed ends. Strainers 2-1/2" diameter and larger shall have flanged ends. E. Strainers 2" and smaller shall be full size, bronze, "Y" pattern: Tate Temco Figure IY, Spirax Sarco, Mueller or approved equal. F. Strainers 2-1/2"or larger shall be cast steel body, "Y" type; Tate Temco figure IY, Spirex Sarco, Mueller or approved equal, 150 psi rating. G. Total open area of basket perforations shall be at least three times the inside area of pipes. H. Strainer baskets shall be stainless steel with 1/16" perforations (up to 2" size) and 1/8" perforations (2-1/2" and larger). 2.10 EXPANSION TANKS A. Provide a Amtrol, Taco, Bell & Gossett Armstrong, or approved equal, expansion tank where indicated as scheduled and specified. B. See HVAC schedule for tank size and characteristics. C. Tank shall be constructed (and nameplated) for 125 psi working pressure, fabricated of steel designed & constructed per ASME Section VIII, Div. 1. D. Tank shall have a heavy duty butyl rubber bladder removable for inspection. Tank shall be “full acceptance” type. 2.11 HYDRAULIC SEPARATOR A. The primary/secondary header shall be as manufactured by Spirotherm, Bell & Gossett, Caleffi, or approved equal. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 25 B. Furnish and install as shown on plans a primary/secondary header with insulation. The header shall be designed for maximum operating pressure of 150 PSI at a maximum operating temperature of 210°F/220°F/230°F. The header shall function as a combination air separator and manifold that creates independent primary and secondary circuits. The header body shall be made of steel and equipped with brass air vent and drain valve. 2.12 THERMOMETERS AND PRESSURE GAUGES A. Thermometers and pressure gauges shall be Trerice, Ashcroft, Taylor or approved equal complete with all required wells. Model numbers used are Trerice numbers. B. Thermometers shall be Model BX9, industrial thermometers, adjustable angle, 9" case. C. Thermometer ranges shall be 0 °F to 200 °F for use in hot water piping. D. Pressure gauges shall be Model 500 X. 2.13 BYPASS SHOT FEEDER A. Furnish and install ASME 125 psi working pressure, 5 gallon vertical steel bypass feeder, and accessories as detailed on the drawings. Manufacturer shall be Neptune, Vector, J.L. Wingert or approved equal. 2.14 BOILER FLUE AND INTAKE PIPING A. Boilers: Venting and Combustion Air intake shall be in accordance with manufacturer’s written installation instructions; PVC vent piping is not acceptable. B. Provide a complete vent and combustion air system for boiler; submit layout, products and manufacturers written installation instructions for review and approval. 2.15 VARIABLE AIR VOLUME TERMINAL UNITS WITH HOT WATER REHEAT COILS A. Furnish and install single duct, variable air volume terminal units where shown on the drawings. Size, type, capacity and performance to be as scheduled on the drawings. Units to be similar and equal in all respects to Titus, Enviro-Tec, MetalAire, or equal. B. Terminals shall be certified under the ARI Standard 880-94 Certification Program and carry the ARI Seal. C. The terminal casing shall be minimum 22 gauge galvanized steel, internally lined with non-porous, sealed liner which complies with UL 181 and NFPA 90A. Insulation shall be 1-1/2 lb. density. All cut edges must be sealed to prevent erosion while all discharge edges of the unit liner must be secured with metal brackets. D. The damper shall be heavy gauge steel with shaft rotating in Delrin or bronze oilite self- lubricating bearings. Shaft shall be clearly marked on the end to indicate damper position. Stickers or other removable markings are not acceptable. The damper shall incorporate a mechanical stop to prevent overstroking and a synthetic seal to limit close- off leakage. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 26 E. Actuators shall be capable of supplying at least 35 in.-lb. of torque to the damper shaft and shall be mounted externally for service access. Terminals with internal actuator mounting or linkage connection must include gasketed access panel, removable without disturbing ductwork. F. Hot water heating coils shall be enclosed in a minimum 20 gauge galvanized steel casing, with flanged construction for attachment to metal ductwork. Coils shall be factory installed on the terminal. Fans shall be nippled and corrugated heavy gauge aluminum, mechanically bonded to tubes. Tubes shall be copper with minimum wall thickness of 0.016 inch, with male solder header connections. Coils shall be leak tested to 300 psi with minimum burst pressure of 2000 psi at ambient temperature. Coil performance shall be as indicated on the drawings and shall be based on tests performed in accordance with ARI Standard 410. G. At an inlet velocity of 2000 fpm, the differential static pressure required to operate any terminal size shall not exceed .18 inch wg. for the basic terminal. H. Provide all with optional sound attenuators. I. Sound ratings for the terminal shall not exceed 30 NC at 0.5 inch static pressure. Sound performance shall be ARI certified. J. Unit mounted controls will be provided by the ATC Subcontractor. 2.16 HOT WATER UNIT HEATERS A. General 1. Fixed discharged vertical hot water unit heaters shall be by Sterling, McQuay, Trane or equal. B. Construction 1. Heating element: fin and tube extended surface of aluminum fins mechanically bonded to seamless copper tubing, free to expand or contract without damage to adjacent tubes or header connections and incorporate a replaceable tube feature with tubes connected to the header by means of a mechanical nut and ferrule compression union. 2. Casing to be minimum 20 gauge die-formed steel. Casing top to be provided with threaded hanger connections for unit suspension. 3. The unit shall be factory tested at 500 psig hydrostatic and 200 psig steam pressure. 4. Horizontal units to be furnished with safety fan guard and horizontal and vertical air deflector blades. C. Fan Unit HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 27 1. Each heater shall be provided with a non overloading aluminum fan wheel connected to a constant speed motor with pre lubricated, sealed ball bearings. The fan wheel shall be dynamically balanced and used in conjunction with an inlet venturi. D. Paint 1. Each heater shall be finished in gray baked on alkyd resin enamel with superior durability to withstand industrial environment, abrasion and impact. E. Accessories 1. Furnish with threaded rod for hanging from ceiling or wall bracket for wall installation. 2. Furnish with local disconnect switch and self-contained integral thermostat. 2.17 FLEXIBLE PIPE CONNECTIONS A. Provide 125-lb working pressure flexible pipe connections with corrugated metal core and high-tensile tubular braided jacket. Provide units of bronze construction on copper piping and stainless steel units with carbon steel ends on steel piping for 250° F. service. Flange or threaded ends to match connecting pipe. 2.18 THERMOMETERS AND PRESSURE GAUGES A. Thermometers and pressure gauges shall be Trerice, Ashcroft, Taylor or approved equal complete with all required wells. Model numbers used are Trerice numbers. B. Thermometers shall be Model BX9, industrial thermometers, adjustable angle, 9" case. Thermometer ranges shall be 0 ºF to 100 ºF for use in chilled water piping. C. Pressure gauges shall be Model 500 X with 4-1/2" case. Ranges shall be 0 to 100 psi. Furnish a Model 865 gauge cock with each gauge. 2.19 SLEEVES A. Furnish pipe sleeves for all pipes which pass through masonry floors and walls. Sleeves shall be Schedule 10 steel pipe. Sleeves shall be of the first possible size larger than the outside of the insulation jacket on covered piping and the first possible size larger than the outside of the piping on uncovered pipes. B. Sleeves shall be of sufficient length so as to be flush on either side of masonry walls, flush on underside of masonry floor and extend 2 inch above the finished floor. 2.20 ESCUTCHEON PLATES A. Escutcheon plates shall be chromium plated, cast brass split type escutcheons. 2.21 INSULATION HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 28 A. Furnish all insulation required for the air-conditioning system, including: 1. Pipe insulation for: a. Hot water supply (HWS), hot water return (HWR), including fittings, valves, strainers, etc. b. Refrigerant Piping, Liquid and Suction Piping. c. Condensate Drain. 2. Equipment insulation for: a. Shot Feeder b. Pump Casings c. Air Separator 3. Duct insulation for: a. All supply, return, fresh air and exhaust air to ERV ductwork. b. Exhaust ductwork in unheated spaces. B. Piping, Interior: Insulate the piping, fittings, including the air separator, and valve bodies with 6 PCF fiberglass with a 20 mil PVC jacket cemented. Provide PVC molded fittings at fittings and valve bodies. Insulation wall thickness shall be 1-1/2" wall thickness for all HWS,R and HWS,R piping 1-1/4" and smaller, and 2" wall thickness for all piping 1-1/2" and larger. C. PVC jackets shall meet ASTM D1784, Class 14253-C have a flame spread of 25 or less, have a smoke developed rating of 50 or less. PVC jackets shall be joined and sealed by applying continuous PVC cement along all seams. D. NOTE: All new piping within the mechanical room shall be provided with color coded PVC jackets, color as selected by Engineer/Architect. E. Exterior pipe insulation shall be weatherproofed with Childers, Monville, Ferro Corp., or approved equal, aluminum jacketing. The jacketing shall be manufactured from T/3003 aluminum and shall have a factory attached moisture barrier continuously laminated across the full width of the jacketing. Jacket thickness shall be 0.016". F. Refrigerant Pipe and Condensate Drain Pipe: For refrigerant liquid piping provide 1" closed cell elastomeric insulation with heat transfer not to exceed 0.28 BTU/hr/ft2/ºF/inch. G. Duct Insulation, Interior: Insulate the ductwork with 2" thick, 3/4 lb. density fiberglass duct insulation, ASTM C533, maximum service temperature 450º F, with factory applied flame retardant PSK facing (UL labeled). Conditioned space duct insulation shall have a HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 29 minimum insulation value of R-6 and unconditioned space duct insulation shall have a minimum insulation value of R-12. H. Exterior Ductwork: Ductwork to be installed outdoors shall be insulated R-12 min., 2" thick, 1.5 lb. Density polyolefin foam insulation. Joints to be sealed per manufacture’s recommendation. Insulation shall then be wrapped with COMPOSITE MEMBRANE CONSISTING OF AN EMBOSSED UV-RESISTANT ALUMINUM OUTER LAYER LAMINATED TO A MULTI-PLY CROSS-LAMINATED POLYETHYLENE FILM. Exterior Ductwork shall be manufactured by Thermaduct or approved equal. I. Fiberglass Insulation 1. Fiberglass shall meet ASTMC 335 for thermal efficiency. 2. Ends of insulation shall be sealed with material as recommended by the manufacturer. 3. A complete moisture and vapor seal shall be provided wherever insulation terminates against metal hangers, anchors and other projections through insulation on cold surfaces. 4. Fire Hazard Rating: Insulation materials, coatings and other accessories shall individually have a fire hazard rating not to exceed 25 for flame spread and 50 for fuel contributed and smoke developed. Ratings shall be determined by U.L. "Test Method for Fire Hazard Classification of Building Materials", No. 823 or NFPA No. 225 or ASTM E84. 5. Identification: Furnish and apply piping identification to all piping, showing direction of flow approximately 30 foot - 0 inch O.C. on bottom, side or top of all pipes. Furnish and apply name or classification of service adjacent to each arrow. Piping identification shall be plastic cloth pipe markers. 2.22 CURBS A. Curbs shall be specifically made for piece of equipment which it supports and shall be aluminum, welded with cant strips formed into the curb body, wooden nailing strips, and rigid fiberglass insulation. Curbs for all roof mounted equipment shall be a minimum of 24" high to provide adequate space for transitions from equipment openings to ductwork through the roof openings. B. All curbs shall be pitched according to roof slope to allow for equipment to be installed level. Contractor to field measure roof slope before fabricating curb. 2.23 ROOF EXHAUST FANS A. All fans shall be furnished and installed with all options and accessories as scheduled, specified and required for proper operation. B. Fans shall be as manufactured by Greenheck, Cook, Mid-City or approved equal. Fans shall be of the capacity and electrical configuration as scheduled. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 30 C. General 1. Downblast fan shall be for roof mounted applications 2. Maximum continuous operating temperature is 180 °F (82.2 °C) 3. Each fan shall bear a permanently affixed manufacture's engraved metal nameplate containing the model number and individual serial number. D. Fan Wheel 1. Constructed of aluminum 2. Non-overloading, backward inclined centrifugal 3. Statically and dynamically balanced in accordance to AMCA Standard 204-05 4. The wheel cone and fan inlet will be matched and shall have precise running tolerances for maximum performance and operating efficiency. E. Electronically Commutated Motor 1. Motor enclosures: Open type 2. Motor to be a DC electronic commutation type motor (ECM) specifically designed for fan applications. AC induction type motors are not acceptable. 3. Motors are permanently lubricated, heavy duty ball bearing type to match with the fan load and pre-wired to the specific voltage and phase. 4. Internal motor circuitry to convert AC power supplied to the fan to DC power to operate the motor. 5. Motor shall be speed controllable down to 20% of full speed (80% turndown). Speed shall be controlled by a 0-10 VDC signal. 6. Motor shall be a minimum of 85% efficient at all speeds. F. Motor Housing 1. Motor cover, shroud, curb cap, and lower wind band shall be constructed of heavy gauge aluminum 2. Shroud shall have an integral rolled bead for extra strength 3. Shroud shall be drawn from a disc and direct air downward 4. Lower wind band shall have a formed edge for added strength 5. Motor cover shall be drawn from a disc HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 31 6. All housing components shall have final thicknesses equal to or greater than preformed thickness. 7. Curb cap shall have pre-punched mounting holes to ensure correct attachment 8. Rigid internal support structure 9. Leak proof G. Housing Supports and Drive Frame: 1. Drive frame assemblies shall be constructed of heavy gauge steel and mounted on vibration isolators H. Vibration Isolation: 1. Rubber isolators, sized to match weight of the fan I. Disconnect Switches: 1. NEMA 1 rated 2. Positive electrical shut-off 3. Wired from fan motor to junction box installed within motor compartment J. Options/Accessories: 1. Provide aluminum birdscreen. 2. Curb 3. Provide aluminum hinges to allow for tilt away access to wheel and ductwork for inspection and cleaning. Hinges and restraint cable shall be mounted to a base (sleeve) 2.24 VIBRATION ISOLATION A. General 1. All vibration isolators shall be the product of a single approved manufacturer. 2. Model numbers hereinafter specified are from Mason Industries. Other equivalent units by Consolidated Kinetics, Vibration Mountings and Controls or approved equal are acceptable. 3. All vibration isolators for mechanical equipment hung in ceiling shall be selected in accordance with the weight distribution of the equipment to be served so as to produce a uniform deflection. Deflections shall be as hereinbefore specified. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 32 4. Submittals shall include all spring deflections, spring diameters, scale drawings, attachment details, and rated capacity indicating adequacy for each piece of equipment served. 2.25 WATER TREATMENT A. Provide treatment systems and service for water systems as shown on drawings specified herein. B. Provide piping necessary for complete system. C. Closed Loop Water Systems (Hot Water) D. A single liquid corrosion inhibitor shall be provided. Product shall be nitrite borate based blend. Control limits shall be 800-1,200 parts be million sodium nitrite. Treatment shall be Barclay Inhibitor N-101. E. Flush and clean hot water-heating system with Barclay Liquid Flushout or approved equal after completion of installation. After cleaning, add nitrite Inhibitor N-101 or approved equal to 800-1,200 ppm maximum. Submit written report indicating the systems have been thoroughly cleaned and charged with corrosion inhibitor. F. Apply chemical cleaning operation to interior of systems to remove foreign substances after completion of installation. 2.26 VARIABLE FREQUENCY DRIVES A. Description: Provide combination VFD/disconnect. Each VFD shall consist of a pulse width modulated (PWM) inverter for use on a premium efficiency NEMA Design B induction motor. The drive shall be designed specifically for variable torque applications. The drive manufacturer must furnish for approval by the Engineer, the local service location, the service response time and availability of trained local service engineers. VFD shall be provided with manual and maintenance bypass. B. Standards 1. Institute of Electrical and Electronic Engineers (IEEE) a. Standard 519-1992, IEEE Guide for Harmonic Content and Control. 2. Underwriters Laboratories a. UL 508 3. National Electrical Manufacturer's Association (NEMA) a. ISC 6, Enclosures for Industrial Controls and Systems b. IEC 801-2, 801-4, 255-4 C. Testing HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 33 1. All printed circuit boards shall be completely tested and burned in before being assembled into the completed VFD. The VFD shall then be subjected to a preliminary functional test, minimum eight hour burn in, and computerized final test. The burn in shall be at 104 ºF (40 ºC) at full rated load, or cycled load. Drive input power shall be continuously cycled for maximum stress and thermal variation. D. Failure Analysis 1. VFD manufacturer shall have an analysis laboratory to evaluate the failure of any component. The failure analysis lab shall allow the manufacturer to perform complete electrical testing, x-ray components, and decap or delaminate components and analyze failures within the component. E. Warranty 1. Warrant and obtain from the manufacturer its warranty that all variable frequency drives will be free from defects and workmanship for a period of two (2) years from the date of certified startup. Said manufacturer's warranty shall be in a form acceptable to and for the benefit of the Owner and shall be submitted as a condition of final payment. Repair or replace, at the sole option of and at no cost to the Owner, any unit found to be defective within said warranty period. Such repair or replacement shall include the cost of removal and reinstallation. F. The VFD manufacturer shall have the following available: 1. Service Engineer. 2. Training/service school. 3. 24-hour telephone service. 4. Recommended spare parts list. 5. Training: the manufacturer shall provide four hours of in-house training. G. VFD systems shall be microprocessor based, fully transistorized with a conservatively rated 3 phase, full wave diode bridge input and a PWM sine-coded output waveform. The input diode bridge shall offer complete immunity against voltage dips, line noise and harmonics. The output transistors must be of the IGBT-type (Insulated Gate Bipolar Transistor) to facilitate noiseless motor operation. The VFD's shall be tested and rated for a minimum of 20 years mean Time Between Failure (MTBF). Provide manufacturers typical test results or calculations with submittal to verify MTBF. H. To minimize electrical and acoustical noise, and to eliminate low speed cogging, a minimum switching frequency of 15 kHz shall be used for drives rated 1-75 HP at 460VAC. The VFD shall not "cog" at frequencies above 1.5 Hz. There shall be no sudden and associated acoustical noise shifts as the output frequency is varied between 1.5-60 Hz. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 34 I. Each VFD shall be solid state, with a Pulse Width Modulated (PWM) output waveform (VVI, six-step, and current source drives will not be acceptable). Each VFD shall employ a full wave rectifier (to prevent input line notching), minimum 3% DC line reactor capacitors, and Insulated Gate Bipolar Transistors (IGBT's) as the output switching device (SCR's, GTO's and Darlington transistors will not be acceptable). J. Drive efficiency: 97% or better at full speed and full load. K. Fundamental power factor: 0.95 at all speeds and loads. L. Input: Reference drawings for voltage requirements. M. Output: Reference drawings for voltage requirements. N. Environmental operating conditions: 0-40ºC at 3 kHz switching frequency, 0-3300 feet above sea level, less than 95% humidify, non-condensing. O. Enclosure: NEMA 1 enclosures shall be provided. P. Standard features: 1. All VFD's shall have the same customer interface, including digital display, keypad and customer connections; regardless of horsepower rating. The keypad is to be used for local control (start/stop, forward/reverse, and speed adjust), for setting all parameters, and for stepping through the displays and menus. 2. The VFD shall give the user the option of either (1) displaying a fault, or (2) running at a programmable preset speed if the input reference (2-10 V) is lost, as selected by the user. 3. Display: plain English digital display (code numbers are not acceptable), a 40-character (2 line 16 characters/line) backlit LCD display. All set up parameters, indications, faults, warnings and other information must be displayed in words to allow the user to understand what is being displayed without the use of a manual or cross reference table. 4. The VFD shall have the ability to automatically restart after an overcurrent, overvoltage, undervoltage, or loss of input signal protective trip. The number of restart attempts, trial time, and time between reset attempts shall be programmable. 5. The VFD shall be capable of starting into a rotating load (forward or reverse) and accelerate or decelerate to set point without safety tripping or component damage (flying start). 6. The VFD shall be equipped with an automatic extended power loss ride-through circuit which will utilize the inertia of the load to keep the drive powered. Minimum power loss ride-through shall be one cycle, based on full load and no inertia. Removing power from the motor is not an acceptable method of increasing power loss ride-through. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 35 7. The customer terminal strip shall be isolated from the line and ground. 8. Pre-wired three position Hand-Off-Auto switch and speed potentiometer located on exterior side of motor control center door. In the "Hand" position, the VFD will be started and the speed will be controlled from the speed potentiometer or through a direct keypad command. In the "Off" position, the VFD will be stopped. In the "Auto" position, the VFD will start via an external contact closure and its speed will be controlled via an external speed reference. 9. Current limit circuits: the slow current regulation limit shall be adjustable to 110% (minimum) of the variable torque current rating. This adjustment shall be made via the keypad, and shall be displayed in actual amps, and not as percent of full load. 10. Drive overload rating: 110% of the variable torque current rating for one minute every 10 minutes, and 140% of its H torque current rating for two seconds every 15 seconds. 11. The VFD shall have input line fuses located within the enclosure. 12. The VFD shall be optimized for a carrier frequency up to 16 Hz to reduce motor noise. The carrier frequency shall be adjustable by the startup engineer. 13. The VFD shall have a manual speed potentiometer in addition to using the keypad as a means of controlling speed manually. 14. The VFD shall have a minimum 3% DC Line Reactor to reduce the harmonics to the power line (per GSE specifications). Q. Adjustments 1. At least three programmable critical frequency lockout ranges to prevent the VFD from continuously operating at an unstable speed. 2. PI set point controller shall be standard in the drive, allowing a pressure or flow signal to be connected to the VFD, using the microprocessor in the VFD for the closed loop control. 3. Two programmable analog inputs shall accept a current or voltage signal for speed reference or for reference and actual signals for PI controller. Analog inputs shall include a filter; programmable from 0.01-10 seconds to remove any oscillation in the input signal. The minimum and maximum values (gain and offset) shall be adjustable within the range of 0-20 mA and 0-10 volts. Additionally, the reference must be able to be scaled so that maximum reference can represent a frequency less than 60 Hz, without lowering the drive maximum frequency below 60 Hz. 4. Six programmable digital inputs: 24 VDC, 120 VAC, contact closure. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 36 5. Two programmable analog outputs: 0(4)-20 mA, 500 ohm maximum load, proportional to Frequency, Motor Speed, Output Voltage, Output Current, Motor Torque, Motor Power, DC Bus voltage, or Active Reference. 6. Three digital relay outputs, rated for maximum switching current 8 amps at 24 VDC and 0.4 amps at 250 VAC; maximum voltage 300 VDC and 250 VAC; continuous current rating 2 amps RMS. Outputs must be true form C type contacts; open collector outputs are not acceptable. 7. Seven programmable preset speeds. 8. Two independently adjustable acceleration and deceleration ramps, with ramp times adjustable from 1-600 seconds. 9. The VFD shall ramp or coast to a stop, as selected by the user. R. Operating information displays, in complete English words (alpha-numeric codes will not be acceptable) 1. Output Frequency 2. Motor Speed (RPM, % or Engineering units) 3. Motor Current 4. Calculated Motor Torque 5. Calculated Motor Power 6. DC Bus Voltage 7. Output Voltage 8. Heat Sink Temperature (ºF or ºC) 9. Elapsed Time Meter 10. Analog Input Values 11. Keypad Reference Values S. The adjustable speed drive shall have, as a minimum, the following protective features: 1. Ground fault protection. 2. Thermal motor overload relay (if inverter bypass option is used). 3. Current limit adjustable 10-120%. 4. Current limited stall prevention during acceleration, deceleration, and run conditions. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 37 5. Automatic restart after momentary power loss or momentary overvoltage. The drive shall not restart into faults other than overvoltage, undervoltage, or overcurrent due to acceleration rate set too fast, because other faults, such as an overcurrent due to a blown transistor or a short circuit on the output, could cause damage to the inverter. 6. Fault indicators shall indicate the following fault conditions. Faults should be displayed by flashing an LED display on the front panel of the inverter. When a fault occurs, the drive shall have built in diagnostic functions that assist in determining the cause and source of the fault. The drive shall also indicate the level of current and voltage and the frequency at the time of the fault. a. Overcurrent during acceleration b. Overcurrent during deceleration c. Overcurrent while running d. Overcurrent on output e. Overcurrent detected at startup 7. In the case of a protective trip, the drive shall stop and announce the fault condition in complete words (alpha-numeric codes are not acceptable). 8. Overcurrent trip limit: 180% instantaneous (225% RMS) of the VFD's variable torque current rating. 9. Overvoltage trip limit: 130% of rated voltage. 10. Undervoltage trip limit: 65% of rated voltage. 11. Over temperature (heat sink): 158ºF (70ºC). 12. Adaptable Electronic Motor Overload (I²t). The Electronic Motor Overload protection shall protect the motor based on speed, load curve, and external fan parameter. Circuits which are not speed dependent are unacceptable. T. Speed Command Input shall be via: 1. Keypad. 2. Two analog inputs, each capable of accepting a 0-20 mA, 4-20 mA, 0-10 V, 2-10 V signal. Input shall be isolated from ground, and programmable via the keypad for different uses. Analog inputs shall have a programmable filter to remove any oscillation of the reference signal. The filter shall be adjustable from 0.01-10 seconds. The analog input should be able to be inverted, so that minimum reference corresponds to maximum speed, and maximum reference corresponds to minimum speed. The minimum and maximum values (gain and offset) shall be adjustable within the range of 0-20 mA and 0-10 volts. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 38 U. Serial Communications 1. The VFD shall be able to communicate with PLC's, DCS's and DDC's. V. Accessories furnished and mounted by the drive manufacturer. 1. Customer Interlock Terminal Strip: provide a separate terminal strip for connection of freeze, fire and smoke contacts and external start command. All external interlocks and start/stop contacts shall remain fully functional whether the drive is in Hand, Off or Auto. 2. All wires to be individually numbered at both ends for ease of troubleshooting. 3. Door interlocked thermal magnetic circuit breaker which will disconnect all input power from the drive and all internally mounted options. The disconnect handle shall be thru-the-door type, and be padlockable in the "Off" position. 4. Packaged bypass control including bypass contactor and input and output contactors that will totally isolate VFD from 3-phase AC power via input and output contactors. 2.27 AIR OUTLETS A. Tuttle & Bailey, Metal-Aire, Price, Titus, or approved equal. All air outlet finishes and color shall be as selected by the Architect and/or Engineer. B. Supply Air Devices: 1. Ceiling diffusers (SD): Steel construction, with baked acrylic enamel paint finish. Furnish with jet induction diffusing vanes to be located between discharge vanes. Diffusing vanes shall extend to the diffuser face and shall be designed to compress the air into jets which will induce room air. Jets from adjacent channels shall discharge in opposite directions to insure rapid mixing of primary and room air. Furnish with extruded aluminum, opposed blade volume control damper. Sizes and capacities to be as scheduled on the contract drawings. 2. Security Supply Register (SD-S): Maximum security grilles shall be TITUS Model SG-PS of the sizes and mounting type shown on the plans and outlet schedule. Grilles shall have a 3/16-inch thick steel face with a 3/16-inch thick steel back-up plate. The face of the grille shall have 2-inch square holes on 3- inch centers backed by 10-gauge x # 2 woven steel screen. Back-up plate shall be stitch welded in place and shall be constructed with the hole pattern to match the face. The sleeve shall be 3/16-inch thick and shall be stitch welded to the face plate and along the entire length of sleeve seams. a. The grille finish shall be #26 white. The finish shall be an anodic acrylic paint, baked at 315° F for 30 minutes. The pencil hardness must be HB to H. The paint must pass a 100-hour ASTM B117 Corrosive Environments Salt Spray Test without creepage, blistering or deterioration of film. The paint must pass a 250-hour ASTM D870 HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 39 Water Immersion Test. The paint must also pass the ASTM D2794 Reverse Impact Cracking Test with a 50-inch pound force applied. b. The manufacturer shall provide published performance data for the grille. The grille shall be tested in accordance with ANSI/ASHRAE Standard 70-1991. 3. Supply Registers (SR): Heavy gauge steel construction with 1-1/4" overlap margin, countersunk screw holes and mounting screws. Supply registers shall adjustable vertical face bars, 3/4“on center with rear diffusing vanes. Provide with integral opposed blade damper designed for screwdriver operation. 4. Exhaust (ER) and Return-Air (RR) Registers: Of similar material and construction as supply-air registers except with horizontal face bars fixed at 0 deg. Angle, with bar spacing of ½” on center. Provide with integral opposed blade damper designed for screwdriver operation. Provide radiations where penetrating floor/ceiling assemblies. 5. Security Exhaust Register (ER-S): Maximum security grilles shall be TITUS Model SG-PR of the sizes and mounting type shown on the plans and outlet schedule. Grilles shall have a 3/16-inch thick steel face with 5/16 -inch diameter holes on 7/16-inch staggered centers. The sleeve shall be 3/16-inch thick and shall be stitch welded to the face and along the entire length of all sleeve seams. Optional opposed-blade volume damper shall be constructed of heavy gauge steel or aluminum. Damper must be operated from the face of the grille or rear operated. a. The grille finish shall be #26 white. The finish shall be an anodic acrylic paint, baked at 315°F for 30 minutes. The pencil hardness must be HB to H. The paint must pass a 100-hour ASTM B117 Corrosive Environments Salt Spray Test without creepage, blistering or deterioration of film. The paint must pass a 250-hour ASTM D870 Water Immersion Test. The paint must also pass the ASTM D2794 Reverse Impact Cracking Test with a 50-inch pound force applied. b. The manufacturer shall provide published performance data for the grille. The grille shall be tested in accordance with ANSI/ASHRAE Standard 70-1991. 6. At all branch takeoffs and where indicated provide vane deflectors (extractors) behind registers and omit volume damper. 7. Provide diffuser frame type (lay-in, surface mount, snap-in or spline) to match ceiling type. 2.28 HEAT PUMP SYSTEMS A. Outdoor Unit HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 40 1. The PURY outdoor units shall be equipped with multiple circuit boards that interface to the M-NET controls system and shall perform all functions necessary for operation. The outdoor unit shall be completely factory assembled, piped and wired. Each unit shall be run tested at the factory. 2. The sum of connected capacity of all CITY MULTI indoor units shall range from 50% to 130% of outdoor rated capacity. 3. Outdoor unit shall have a sound rating no higher than 59 dB(A). 4. Both refrigerant lines from the outdoor unit to indoor units shall be individually insulated. 5. The outdoor unit shall have an accumulator with refrigerant level sensors and controls. 6. The outdoor unit shall have a high-pressure safety switch, low pressure safety switch and over-current protection and DC bus protection. 7. The greatest length is not to exceed 541 feet between the outdoor unit and the CITY MULTI indoor units and shall not require line size changes nor traps for the PURY-EP168YNU-A (-BS). The greatest length is not to exceed 541 feet between the outdoor unit and the CITY MULTI indoor units and shall not require line size changes nor traps for the PURY-EP312YSNU-A (-BS). The greatest length is not to exceed 541 feet between the outdoor unit and the CITY MULTI indoor units and shall not require line size changes nor traps for the PURY-EP144YNU-A (-BS). 8. The outdoor unit shall have rated performance for heat operation -13°F for the PURY-EP168YNU-A (-BS), PURY-EP312YSNU-A (-BS) and the PURY- EP144YNU-A (-BS) ambient temperature without additional low ambient controls. 9. The outdoor units shall be capable of cooling operation down to 23°F outdoor ambient without additional low ambient controls. 10. The outdoor unit shall have a high efficiency oil separator plus additional logic controls to ensure adequate oil volume in the compressor is maintained. 11. Unit Cabinet shall be fabricated of galvanized steel, bonderized and finished with a powder coated baked enamel. 12. The unit fan shall be furnished with two direct drive, variable speed motors, the fans will be forward curved type blades for quiet operation, the fan motor shall have inherent protection, have permanently lubricated bearings, and be completely variable speed and mounted for quiet operation. The fan shall be provided with a raised guard to prevent contact with moving parts. The outdoor unit shall have horizontal discharge airflow. 13. R410A refrigerant shall be required for all R2-Series outdoor unit systems. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 41 14. The outdoor coil shall be of nonferrous construction with lanced or corrugated fins on copper tubing. The coil fins will have a factory applied corrosion resistant blue-fin finish. The coil shall be protected with an integral metal guard. Refrigerant flow from the outdoor unit shall be controlled by means of an inverter driven compressor. 15. The compressor shall be a single high performance, inverter driven, modulating capacity scroll compressor. The outdoor unit compressor shall have an inverter to modulate capacity. The compressor shall be equipped with an internal thermal overload. The compressor shall be mounted to avoid the transmission of vibration. 16. The outdoor unit electrical power shall be 460 volts, 3-phase, 60 hertz. 17. The outdoor unit shall be controlled by integral microprocessors. 18. The control circuit between the indoor units and the outdoor unit shall be 24VDC completed using a 2-conductor, twisted pair, non-polar shielded cable to provide total integration of the system. B. Indoor Unit 1. The indoor unit shall be factory assembled, wired and run tested. Contained within the unit shall be all factory wiring, piping, electronic modulating linear expansion device, control circuit board and fan motor. The unit shall have a self-diagnostic function, 3-minute time delay mechanism, and an auto restart function. Indoor unit and refrigerant pipes shall be charged with dehydrated air before shipment from the factory. The unit shall be suitable for use in plenums in accordance with UL 1995 ed 4. 2. The unit shall be, ceiling concealed, ducted with a 2-position, field adjustable return and a fixed horizontal discharge supply. 3. PEFY-NAMU models shall feature external static pressure settings from 0.14 to 0.60 in. WG. The indoor unit fan shall be an assembly with one or two Sirocco fan(s) direct driven by a single motor. The indoor fan shall be statically and dynamically balanced and run on a motor with permanently lubricated bearings. The indoor fan shall consist of three (3) speeds, High, Mid, and Low plus the Auto-Fan function. The indoor unit shall have a ducted air outlet system and ducted return air system. 4. Return air shall be filtered by means of a standard factory installed return air filter. 5. Optional return filter box (rear or bottom placement) with high-efficiency filter as noted on equipment schedules. 6. The indoor coil shall be of nonferrous construction with smooth plate fins on copper tubing. The tubing shall have inner grooves for high efficiency heat HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 42 exchange. All tube joints shall be brazed with phos-copper or silver alloy. The coils shall be pressure tested at the factory. 7. A condensate pan and drain shall be provided under the coil. The condensate shall be gravity drained from the fan coil where possible. If gravity drain is not possible an optional condensate lift mechanism or separate condensate pump shall be provided. 8. Both refrigerant lines to the indoor units shall be insulated in accordance with the installation manual. 9. The unit electrical power shall be 208/230 volts, 1-phase, 60 hertz. The system shall be capable of satisfactory operation within voltage limits of 187-228 volts (208V/60Hz) or 207-253 volts (230V/60Hz). 10. This unit shall use controls provided by Mitsubishi Electric Cooling & Heating to perform functions necessary to operate the system. Please refer to guide specification for details on controllers and other control options. 11. Indoor unit shall compensate for the higher temperature sensed by the return air sensor compared to the temperature at level of the occupant when in HEAT mode. Disabling of compensation shall be possible for individual units to accommodate instances when compensation is not required. 12. Control board shall include contacts for control of external heat source. External heat may be energized as second stage with 1.8°F – 9.0°F adjustable deadband from set point. 13. Indoor unit shall include no less than four (4) digital inputs capable of being used for customizable control strategies. 14. Indoor unit shall include no less than three (3) digital outputs capable of being used for customizable control strategies. C. Heat Recovery Box 1. General: a. The power supply to the Heat Recovery Box shall be 208/230 Volts, 1 phase, 60 Hertz. The unit shall be capable of satisfactory operation within voltage limits of 187-228 volts (208V/60Hz) or 207-253 volts (230V/60Hz). b. The control voltage between the indoor units and outdoor units shall be 24 VDC. c. The CMB-P1012NU-JA1 (multi-port) capacity is 54,000 BTU maximum per branch. d. The CMB-P1016NU-JA1 (multi-port) capacity is 54,000 BTU maximum per branch. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 43 e. The CMB-P108NU-JA1 (multi-port) capacity is 54,000 BTU maximum per branch. 2. Refrigerant a. R410A refrigerant shall be required. 3. Refrigerant valves: a. Each branch shall have multiple two-position valves to control refrigerant flow. b. Service shut-off valves shall be field-provided/installed for each branch to allow service to any indoor unit without field interruption to overall system operation. 4. Integral Drain Pan: Heat Recovery Boxes that require a condensate pump shall not be allowed 2.29 SPLIT SYSTEM AIR CONDITIONERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Mitsubishi 2. Daikin 3. LG B. Performance: 1. The operating range in cooling will be: -40 °F DB - 115 °F DB with wind baffle. 2. The system shall be capable of maximum refrigerant piping of 165 feet, with 100 feet maximum vertical difference, without any oil traps or additional equipment. C. Indoor Unit 1. General: a. The indoor unit shall be factory assembled and pre-wired with all necessary electronic and refrigerant controls. Both liquid and suction lines must be individually insulated between the outdoor and indoor units. b. The unit shall have a self-diagnostic function, 3-minute time delay mechanism, and have a factory pre-charge of R410A adequate for 100 feet of total length. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 44 c. PKA Wall Mounted Indoor Unit 1) The wall-mounted indoor unit shall be factory assembled, wired and run tested. Contained within the unit shall be all factory wiring, piping, electronic modulating linear expansion device, control circuit board and fan motor. The unit shall have a self- diagnostic function, 3-minute time delay mechanism, an auto restart function, and a test run switch. Indoor unit and refrigerant pipes shall be charged with dehydrated air before shipment from the factory. 2) Unit Cabinet: a) All casings, regardless of model size, shall have the same Munsell 1.0Y 9.2/0.4 white finish b) Multi directional drain and refrigerant piping offering four (4) directions for refrigerant piping and two (2) directions for draining are required. c) There shall be a separate back plate which secures the unit firmly to the wall. 3) Fan: a) The fan shall be statically and dynamically balance and operate on a motor with permanent lubricated bearings. b) A manual adjustable guide vane shall be provided with the ability to change the airflow from side to side (left to right c) An integral, motorized, multi-position, horizontal air sweep vane shall provide for uniform air distribution, up and down. Vane shall have 5 selectable positions plus AUTO (Controls position based upon mode, microprocessor shall automatically determine the vane angle to provide the optimum room temperature distribution) and SWING (Continuously moves up and down). In OFF mode the horizontal vane shall return to the closed position. d) The indoor unit shall include an AUTO fan setting capable of maximizing energy efficiency by adjusting the fan speed based on the difference between controller set-point and space temperature. The indoor fan shall be capable of five (5) speed settings, Low, Mid1, Mid2, High and Auto. 4) Filter: a) The return air filter provided will be a mildew proof, removable and washable filter. 5) Coil: HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 45 a) The evaporator coil shall be a nonferrous, aluminum fin on copper tube heat exchanger. b) All tube joints shall be brazed with silver alloy. c) All coils will factory pressure tested. d) A condensate pan shall be provided under the coil with a drain connection. 6) Electrical: a) The outdoor unit shall be powered with 208/230 volts, 1 phase, and 60 hertz power. The indoor unit shall receive 208/230 volt, 1 phase, 60 hertz power from the outdoor unit. The allowable voltage range shall be 198 volts to 253 volts. b) The system shall be equipped with A-Control – a system directing that the indoor unit be powered directly from the outdoor unit using a 3-wire, 14 gauge AWG connections plus ground. c) The indoor unit shall not have any supplemental electrical heat elements. 7) Control: a) The unit shall include an IR receiver for wireless remote control flexibility. b) Indoor unit shall compensate for the higher temperature sensed by the return air sensor compared to the temperature at level of the occupant when in HEAT mode. Disabling of compensation shall be possible for individual units to accommodate instances when compensation is not required. c) Control board shall include contacts for control of external heat source. External heat may be energized as second stage when the space temperature is 1.8°F from set point. d. PLA 4-Way Recessed Cassette 1) The ceiling-recessed indoor unit shall be factory assembled, wired and run tested. Contained within the unit shall be all factory wiring, piping, electronic modulating linear expansion device, control circuit board and fan motor. The unit shall have a self-diagnostic function, 3-minute time delay mechanism, an auto restart function, an emergency operation function, a test run switch, and the ability to adjust airflow patterns for different ceiling heights. Indoor unit and refrigerant pipes shall be charged with dehydrated air before shipment from the factory. The unit shall be suitable for use in plenums in accordance with UL1995 ed 4. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 46 2) Unit Cabinet: a) The cabinet panel shall have provisions for a field installed filtered outside air intake. b) Branch ducting shall be allowed from cabinet. c) Four-way grille shall be fixed to bottom of cabinet allowing two, three or four-way blow. d) The grille vane angles shall be individually adjustable from a wired remote controller to customize the airflow pattern for the conditioned space. e) The grille shall allow the unit to be serviceable from the bottom, without the need for an access panel. 3) Fan: a) The indoor fan shall be an assembly with a statically and dynamically balanced turbo fan direct driven by a single motor with permanently lubricated bearings. b) The indoor unit shall include an AUTO fan setting capable of maximizing energy efficiency by adjusting the fan speed based on the difference between controller set-point and space temperature. The indoor fan shall be capable of five (5) speed settings, Low, Mid1, Mid2, High and Auto. c) The indoor unit shall have an adjustable air outlet system offering 4-way airflow, 3-way airflow, or 2-way airflow. d) The indoor unit vanes shall have 5 fixed positions and a swing feature that shall be capable of automatically swinging the vanes up and down for uniform air distribution. e) Grille shall include a factory-installed “3D i-see” sensor, or equal, to work in conjunction with indoor unit control sequence to prevent unnecessary cooling or heating in unoccupied areas of the zone without decreasing comfort levels. Sensor must detect occupancy (not simply motion) and location of occupants by measuring size & temperature of objects within a 39’ detecting diameter (based on 8.8ft mounting height) with 1,856 or more measuring points. 4) Filter: Return air shall be filtered by means of a long-life washable filter. 5) Coil: a) The indoor coil shall be of nonferrous construction with smooth plate fins on copper tubing. The tubing shall have inner grooves for high efficiency heat exchange. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 47 All tube joints shall be brazed with phos-copper or silver alloy. b) The coils shall be pressure tested at the factory. c) The unit shall be provided with an integral condensate lift mechanism that will be able to raise drain water 33 inches above the condensate pan. 6) Electrical: a) The outdoor unit shall be powered with 208/230 volts, 1 phase, and 60 hertz power. The indoor unit shall receive 208/230 volt, 1 phase, 60 hertz power from the outdoor unit. The allowable voltage range shall be 198 volts to 253 volts. b) The system shall be equipped with A-Control – a system directing that the indoor unit be powered directly from the outdoor unit using a 3-wire, 14 gauge AWG connections plus ground. c) The indoor unit shall not have any supplemental electrical heat elements. 7) Controls: a) Indoor unit shall compensate for the higher temperature sensed by the return air sensor compared to the temperature at level of the occupant when in HEAT mode. Disabling of compensation shall be possible for individual units to accommodate instances when compensation is not required. b) Control board shall include contacts for control of external heat source. External heat may be energized as second stage when the space temperature is 1.8°F from set point. c) A factory-installed drain pan sensor shall provide protection against drain pan overflow by sensing a high condensate level in the drain pan. Should this occur the control shuts down the indoor unit before an overflow can occur. D. Outdoor Unit 1. General: a. The outdoor unit shall be specifically matched to the corresponding indoor unit size. The outdoor unit shall be complete factory assembled and pre-wired with all necessary electronic and refrigerant controls. 2. Unit Cabinet: HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 48 a. The casing shall be fabricated of galvanized steel, bonderized, finished with an electrostatically applied, thermally fused acrylic or polyester powder coating for corrosion protection. Assembly hardware shall be cadmium plated for weather resistance. 3. Fan: a. The fan shall be a direct drive, propeller type fan. b. The motor shall be inverter drive, permanently lubricated type bearings, inherent. c. The fan shall be capable of operating in “silent operation” which lowers the outdoor fan speed in either cool, heat or auto modes. d. A fan guard is provided on the outdoor unit to prevent contact with fan operation. e. Airflow shall be horizontal discharge. 4. Coil: a. The outdoor coil shall be nonferrous construction with corrugated fin tube. b. Refrigerant flow from the outdoor unit shall be regulated by means of an electronically controlled, precision, linear expansion valve. c. All refrigerant connections between outdoor and indoor units shall be flare type 5. Compressor: a. The compressor shall be a DC rotary variable speed inverter-driven compressor. b. The outdoor unit shall have an accumulator, four-way reversing valve. c. The compressor shall have an internal thermal overload. d. The outdoor unit can operate with a maximum vertical height difference of 100 feet and overall maximum length of 165 feet without any oil traps, liquid or suction line changes. 6. Electrical: a. The electrical power requirement is 208/230 volt, 1-phase, and 60 Hz power. b. The voltage range limitations shall be a minimum of 198 volts and a maximum of 253 volts. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 49 c. The outdoor shall be controlled by a microprocessor located in the outdoor and indoor units via commands from the infrared remote controller. d. Electrical power (208/230 volt) shall be provided to the indoor unit via the outdoor unit. 2.30 AUTOMATIC TEMPERATURE CONTROL A. Scope: 1. Connect new ERV, to existing Automated Logic Corporation Building Management controls system, including BACNET interface, controllers, programing, graphics, wire, etc. for a complete operational system. 2. The control system provided to consist of all controllers, transformers, transducers, relays, thermostats, dampers, damper operators, and all other necessary control components, along with a complete system, interlocking and communication wiring to fill the intent of the specification and provide for a complete and operable system. Provide damper operators as required. 3. The ATC Contractor to review and study all HVAC, Electrical and HVAC drawings and entire specification to familiarize himself with the equipment and system operation and to verify the quantities and types of dampers, operators, alarms, etc., he has to provide. 4. All interlocking wiring and installation of all required control devices associated with exhaust fans, etc., to be provided by the ATC Contractor. Close coordination to be exercised between the ATC Contractor and the HVAC Contractor and equipment manufacturers so that installation will be provided in a manner to result in fully operable systems, as intended in these specifications. 5. The ATC Contractor shall furnish all required controllers and miscellaneous control devices to the manufacturers of the following equipment for installation by the respective manufacturer at the factory. 6. The ATC Contractor shall provide all power wiring, conduit, etc. for all his components requiring such. Provide power wiring from breakers in electric panels to ATC panels. All wiring to be done in strict conformance with Division 26. B. Incidental Work By Others: 1. The following incidental work to be furnished by the designated Contractor under the supervision of the ATC Contractor: a. The HVAC contractor to coordinate required work with ATC and, without limiting the generality thereof, the work he is to perform for ATC to include the following: 1) Install equipment that are specified to be supplied by the ATC Contractor. 2) Provide, on magnetic starters furnished, all necessary auxiliary contacts, with buttons and switches in required configurations. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 50 3) Install all automatic dampers and install duct smoke detectors to control air handling unit shutdown, where applicable. 4) Provide necessary blank-off plate (safing) required to install dampers that are smaller than duct size. 5) Provide access doors or other approved means of access through ceiling and walls for service to control equipment. b. The Electrical Subcontractor to: 1) Provide all power wiring (110 VAC or greater) to motors. Provide "spare" breakers in electric panels to be used as a power source by ATC Contractor for ATC panels. 2) Provide power sources for use of the ATC contractor where shown on the electrical plans for ATC compliance with Paragraph E below. In general, this will be used for powering terminal controllers and actuators. C. Electric Wiring: 1. All electric wiring, wiring connections and all interlocking required for the installation of the temperature control system, as herein specified, to be provided by the ATC Contractor, unless specifically shown on the Electrical drawings or called for in the Electrical Specifications, Division 26. Power to actuators to be by the ATC Contractor, except as specifically noted in the Electrical drawings and specifications. 2. All wiring and wiring methods to comply with the requirements of the Electrical Section of the specifications. 3. Provide, on magnetic starters, all necessary auxiliary contacts, with buttons and switches in required configurations. D. Equipment: 1. Dampers a. General: 1) Automatic dampers, furnished by ATC Contractor, shall be single or multiple blade as required and/or shown on the drawings. 2) Numerous references are made in this specification as to the responsibility of furnishing and installation of dampers and operators. The ATC Contractor shall closely coordinate his work with the HVAC Contractor to assure that all dampers are provided as required, and he shall examine all pertinent specification sections to assure that all dampers required but not HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 51 provided by equipment manufacturers are provided under this contract. 3) All blank-off plates and conversions necessary to install smaller than duct sized dampers are the responsibility of the HVAC Contractor. 4) Dampers shall be installed by the HVAC Contractor under the supervision of the ATC Contractor. 5) Operators shall be provided by the ATC Contractor for all types of dampers whether they are provided by equipment manufacturer or by the ATC Contractor. b. Dampers: 1) All damper frames shall be constructed of 13-gauge galvanized sheet metal and shall have flanges for duct mounting. Dampers installed in stainless steel and aluminum duct work shall be constructed of type 316L stainless steel (frame and blades). 2) Damper blades shall not exceed six (6) inches in width. All blades shall be of corrugated type construction, fabricated from two (2) sheets of 22-gauge galvanized sheet steel, spot welded together, blades shall be suitable for high velocity performance. Damper leakage shall be 2% or less at 5 inches W.C. 3) All damper bearings shall be made of nylon. Bushings that turn in the bearings shall be oil impregnated sintered metal. 4) Leakage and flow characteristic charts must be submitted to the Engineer prior to installation. 2. Actuators And/Or Operators: a. All damper actuators/operators shall be fully proportioning, unless otherwise specified. They shall be quiet in operation and shall have ample power to overcome friction for damper linkage and air pressure acting on louvers to position dampers accurately and smoothly. The damper actuator/operator mounting arrangement shall be outside the airstream wherever possible, with a maximum of 16 square feet per actuator/operator. b. The actuators/operators shall be capable of operating at varying rates of speed to correspond to the dictates of the controllers and variable load requirements. The actuators/ operators shall be capable of operating in sequence when required by the sequence of operation. The actuators/operator shall have external adjustable stops to limit the stroke in either direction. The actuator/operator linkage arrangement shall be HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 52 such as to permit normally open or normally closed positions of dampers as required. c. All dampers sequenced with dampers shall be furnished with pilot positioners or panel mounted positive positioning relays to ensure proper control sequencing. d. For exact requirement and quantities of actuators/operators, see plans and coordinate with the HVAC Contractor. 3. Miscellaneous Control Panels: Locations of each panel shall be convenient for adjustment and service. All manual switches shall be flush mounted on the hinged door. 4. All electrical devices within the panels shall be factory pre-wired to a numbered terminal strip. All wiring within the panel shall be in accordance with NEMA and UL Standards and shall meet all Local Codes. All wiring in occupied spaces shall be concealed whenever possible. Any exposed wiring shall be enclosed in painted wiremold, color. 5. Sequences of Operation: Provide control components for each system as required for the sequence of operation indicated on the contract drawings. 2.31 SHEET METAL DUCTWORK A. Furnish all sheet metal work and accessories specified herein. B. References to "Duct Manual" herein refer to the First Edition- 1995 - HVAC Duct Construction Standards as published by the Sheet Metal and Air Conditioning Contractor National Association, Inc. C. All ducts shall be of galvanized steel construction. Ducts shall be properly stiffened to prevent drumming when the fans are in operation. D. All galvanized duct thicknesses shall be as follows: 1. Longest duct dimension up to 12" - 26 gauge 2. Longest duct dimension 13" through 24" - 24 gauge 3. Longest duct dimension 25" through 30" - 22 gauge 4. Longest duct dimension over 31"- 20 gauge E. Seal all low pressure duct joints (Class B) with sealant as manufactured by Minnesota Mining Company, Foster, General Electric, or approved equal. Excess sealant must be removed immediately to provide a neat appearance. F. All low pressure ducts shall be fabricated for 2 inches water gauge pressure. Low pressure ducts shall include all ductwork. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 53 G. All ducts shall be constructed in accordance with Table 1 and Figure 1-5 through 1-13 of the Duct Manual. H. Duct joints shall be constructed in accordance with Fig. 1-4 of the Duct Manual. I. Duct seams shall be constructed in accordance with Fig. 1-5 of the Duct Manual. J. Duct reinforcement shall be per Table 1-18, Figures 1-9, 1-10 and 1-11 of the Duct Manual. K. Fittings and special installations shall be constructed in accordance with Figure 2-1 through 2-10 of the Duct Manual. L. Register and grille connections shall be in accordance with Figure 2-16 of the Duct Manual. M. Flexible connections shall be 4" wide connections, in accordance with Fig. 2-19 of the Duct Manual, constructed of Ventglass heavy glass fabric double coated with neoprene and shall be as manufactured by Vent Fabrics, Inc. Flexible connections shall meet the requirements of the National Board of Fire Underwriters. Exterior flexible connection shall be weathertight. N. Hangers and supporting systems shall be in accordance with Figure 4-1 through 4-8 and Tables 4-1 through 4-3 of the Duct Manual. 2.32 DUCTWORK ACCESSORIES A. Manual Volume Dampers 1. Manual volume dampers shall be provided where shown on the Drawings at every branch take off from the main duct, and elsewhere as required by the Balancing Contractor, and shall be single or multiple blade type with sleeve bearings, galvanized steel interlocking blades and a galvanized steel frame. In ducts over 15" deep provide multiple opposed blade type, gang operated dampers with a maximum blade width of 8". Damper blades shall be fabricated of 16 gauge steel with hemmed edges, and a maximum length of 48". Damper operating rod shall be full blade length extended through the duct to externally mounted bearing plates. On insulated ductwork, bearing plates shall be installed flush with insulation finish and fastened to the duct. Operating lever shall be of the indicating type with locking quadrant. B. Fire Dampers 1. Provide fire dampers at all fire walls and floors, where required by Code and as indicated. Fire damper construction and installation shall meet the requirements of the NFPA 90A, and shall be UL labeled, tested and inspected in accordance with UL 555. Fire dampers shall be as manufactured by Air Balance, Inc., Penn Ventilator Company, Ruskin or approved equal. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 54 2. An access door shall be provided at each damper to service and inspect the fusible link. 3. Ducts shall be enlarged where fire dampers are installed to maintain the same free area through the damper as in the duct run. Provide all required sleeves, angles, and connectors as detailed on the Drawings. C. Volume Extractors 1. Shall be manufactured by the drum louver or supply air register manufacturer of all aluminum construction. Position adjustment operator shall be key-operated screw with access through face of register. Extractor blades shall be spaced 1" on center. D. Blank-off Plates 1. Any blank-off plates or conversions required for mounting control dampers or coils shall be the responsibility of the Sheet Metal Sub subcontractor. E. Insulated Metal Panels 1. Provide 18 gauge, insulated double wall sandwich construction, 1½" thick where called for on the Drawings and for blanking off unused portions of wall louvers. F. Access Doors 1. In ductwork up to 2" pressure class. 2. Frame: 24 gauge galvanized steel with seal 3. Door: hinged, with 24 gage galvanized steel exterior and interior panels. 4. Locks: doors 16" and under, one lock doors over 16", two locks 5. Seals: foam gasket G. Radiation Dampers 1. Radiation Dampers: Radiation damper construction and installation shall meet the requirements of the NFPA 90A, and shall be UL labeled, tested and inspected in accordance with UL 555. 2. Provide radiation dampers in each apartment unit where the supply and return air registers penetrates the ceiling/floor assembly. 2.33 SCAFFOLDS AND STAGING A. General: Obtain required permits for, and provide scaffolds, staging, and other similar raised platforms, required to access their Work. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 55 1. Scaffolding and staging required for use by this Filed Subcontractor pursuant to requirements of Section 01 50 00 - Temporary Facilities and Controls shall be furnished, erected, maintained in a safe condition, and dismantled when no longer required, by this Filed Sub-Trade requiring such scaffolding. 2. Each contractor is responsible to provide, maintain and remove at dismantling, all tarpaulins and similar protective measures necessary to cover scaffolding for inclement weather conditions. 3. Furnishing portable ladders and mobile platforms of all required heights, which may be necessary to perform the work of this trade, are the responsibility this Filed Subcontractor. 2.34 HOISTING MACHINERY AND EQUIPMENT A. All hoisting equipment, rigging equipment, crane services and lift machinery required for the work by this contractor shall be furnished, installed, operated and maintained in safe conditions by this contractor. PART 3 - EXECUTION 3.1 GENERAL A. Install all items specified under PART 2 - PRODUCTS, according to the applicable manufacturer's recommendations and shop drawings, the details shown on the drawings and as specified under this section. Provide all required hangers and supports. B. All welding done under this section shall be performed by experienced welders in a neat and workmanlike manner. All welding done on piping, pressure vessels and structural steel under this section shall be performed only by persons who are currently qualified in accordance with ANSI Code B31.1 for Pressure Piping and certified by the American Welding Society, ASME or an approved independent testing laboratory; and each such welder shall present his certificate attesting his qualifications to the Engineer's representative whenever requested to do so on the job. C. All pipe welding shall be oxyacetylene or electric arc. High test welding rods suitable for the material to be welded shall be used throughout. All special fittings shall be carefully laid out and joints shall be accurately matched intersections. Care shall be exercised to prevent the occurrence of protruded weld metal into the pipe. All welds shall be of sound metal free from laps, cold shots, gas pockets, oxide inclusions and similar defects. D. All necessary precautions shall be taken to prevent fire or damage occurring as the result of welding operations. 3.2 PIPING A. Provide and erect in a workmanlike manner according to the best practices of the trade, all piping shown on the plans or required to complete the installation intended by these specifications. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 56 B. This contractor shall inform himself from the Architect's specifications and detailed drawings of the exact dimensions of finished work in all rooms where equipment or pipes are to be placed, and arrange his work accordingly, assuming all responsibility for conformity with the surrounding work. C. In the erection of mains, special care must be used in their support and proper allowance shall be made for expansion. D. All steel piping larger than 2 inches shall have welded joints made by experienced pipe welders. The joints shall all be well filled with metal without interior projections. After welds are made, this contractor shall thoroughly clean inside and leave a smooth bore. Where connections are made on runs, weld-o-lets or thread-o-lets are to be used. E. All other connections are to be made with screwed fittings. F. In making welds, this contractor is to have the end of the pipe properly beveled and perfectly lined up. G. Keep plugged or capped all openings in pipes or fittings. H. Connections to mains are to be provided with swing arms to provide for expansion. I. Make such offsets as are shown or required to place pipes on risers in proper position or to avoid other work. Make such offsets neatly and properly locate them to the satisfaction of the Architect. J. All pipe lines are to be provided with sufficient number of flange fittings or unions to make possible the taking down of the pipes without breakage of fittings. Lines 2 inches in diameter and less may be connected by R & L couplings, unless otherwise required by the Architect. All of the piping shall be erected so as to provide for the easy flow of water and noiseless circulation. Whenever pipes are cut, three wheel cutters are to be used and the pipes are to be carefully reamed out. K. Due to the extreme limited headroom, all water mains shall be installed perfectly level or with minimum pitch. Install air vents on all high points and drawoff valves on all low points throughout the entire system. L. The entire piping system shall be provided with shutoff valves and drawoff valves so that sections of the system may be drained without interrupting the entire system. M. Extreme care shall be exercised in the location of all piping. N. No crosses or bull head tees shall be used in any part of the work. O. Piping connections to all equipment shall be made with companion flanges or unions for ease in removal of equipment. P. Provide approved pipe identification markers and flow direction arrows on all piping. Markers to be at 30 foot intervals, except in boiler room where they shall be at 10 foot intervals. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 57 3.3 VALVES A. Valves shall be installed where shown on plans and elsewhere as necessary for the proper operation or balancing of the systems. B. At completion, this Contractor shall install stamped brass tag on each valve held on with brass drain (except on fan-coil unit valves) with numbers. This contractor is to make up schedule with number of each valve. Schedule to describe use of each valve. One copy of schedule to be framed under glass and hung in boiler room. Two more copies are to be supplied to the Architect. C. Extreme care must be used in locating fin tube radiation valves and fittings in order that they shall be installed so as to be readily accessible. D. Install on each coil a key type compression air valve. 3.4 PIPE HANGERS A. Pipe hangers of the types specified shall be installed for the support of all piping. Maximum center-to-center hanger spacing shall be as follows, except as otherwise indicated on the Drawings. Pipe Size Max. Spacing Up to 1-1/4″ 5′-0″ 1-1/2″ and 2″ 8′-0″ 2-1/2″ and 3″ 8′-0″ Over 4″ 10’-0″ 3.5 SLEEVES A. Sleeves shall be installed for each pipe passing through masonry floors or walls. 3.6 ESCUTCHEON PLATES A. Escutcheon plates shall be installed on all piping passing through finished floors, walls or ceilings. Escutcheon plates shall be sized for outside diameter of insulation and installed after insulation is completed. 3.7 INSULATION A. All of the insulation work shall be done by contractors regularly engaged in this type of work in a neat and workmanlike manner. All insulation shall be completely sealed with no glass fibers exposed to the air. 3.8 VIBRATION ABSORPTION A. All equipment and piping shall operate without objectionable or unusual noise or vibration, as judged by the Engineer. B. Rotating equipment shall be fitted with such vibration-absorbing facilities as will be required to limit the transmission of vibration to the building and to the attached piping HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 58 and breaching. The facilities shall be generally designed to limit this transmission to a maximum of 2%, but a greater amount will be allowed if it does not prove objectionable. The facilities shall also be designed to limit equipment floor loadings to 500 lb/sq. ft. or less. If, in order to accomplish this, the equipment requires the job installation of isolation mountings, inertia blocks, special hangers or other arrangements, these shall be carefully and specifically selected for each piece of equipment. C. Motor driven equipment shall have the motor, equipment and drive mounted on a common base. Hollow bed plates shall be grouted with a rich cement mortar. D. Submit shop drawing data for approval by the Engineer showing the make, type, and size of isolation mountings, flexible pipe connectors, and other facilities to be provided, including any concrete inertia blocks that may be required. The data shall clearly indicate that the isolating arrangements can and will limit the transmission of vibration as specified. 3.9 MISCELLANEOUS IRON AND STEEL A. Provide steel supports and hangers required to support fans, tanks, air handling units, pipe, ductwork, and other equipment or materials. Submit details of steel supports and method of fabrication for approval. B. All work shall be cut, assembled, welded and finished by skilled mechanics. Welds shall be ground smooth. Stands, brackets, and framework shall be properly sized and strongly constructed. C. Measurements shall be taken on the job and worked out to suit adjoining and connecting work. All work shall be by experienced metal working mechanics. Members shall be straight and true and accurately fitted. Scale, rust, and burrs shall be removed. Welded joints shall be ground smooth where exposed. Drilling, cutting and fitting shall be done as required to properly install the work and accommodate the work of other trades as directed by them. D. Members shall be generally welded, except that bolting may be used for field assembly where welding would be impractical. Welders shall be skilled. E. All shop-fabricated iron and steel work shall be cleaned and dried and given a shop coat of paint on all surfaces and in all openings and crevices. 3.10 EQUIPMENT A. Equipment shall be installed complete with all required hangers and supports in accordance with the manufacturer's recommendations. B. Furnish and install all steel structural support members for proper hanging and support of equipment. Provide vibration isolation on all hangers. C. All equipment shall be installed in strict accordance with manufacturer’s written installation instructions. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 59 D. All equipment and associated components requiring access for periodic inspection, filter changes, or maintenance shall be located over accessible ceilings; if located above inaccessible ceilings with approval of Architect and Engineer, provide access panels with appropriate fire ratings for required access at no additional cost to the project. 3.11 AUTOMATIC TEMPERATURE CONTROLS A. System shall be complete with all control wiring, switches, relays, transformers, and other accessories. B. The Control System herein specified shall be free from defects in workmanship and material under normal use and service. After completion of the installation, regulate and adjust all thermostats, control valves, control motors, and other equipment provided and/or wired under this contract. If within twelve (12) months from the date of completion, any of the system herein described is proved to be defective in workmanship or materials, it will be replaced or repaired free of charge. C. Provide any service incidental to the proper performance of the Control System under guarantees outlined above for the period of one year. Normal maintenance of the system or adjustments of components is not to be considered part of the guarantee. 3.12 WATER TREATMENT A. General: 1. Provide, where shown on the drawings and as specified hereinafter, the necessary apparatus to provide cleaning water treatment and complete water treatment services for the hot water and chilled water system. 2. A contract agreement satisfactory in form and substance to the Owner shall be executed between the Contractor and the water treatment company through its authorized agents, binding the water treatment company to provide supervisory service to assure the use of proper chemical treatment to the system for a period of one year from the date of the initial system start and treatment thereof. The contract shall be assigned to the Owner on the date that the building is accepted by the Owner so that water treatment will continue uninterrupted during the one year life of the contract. The water treatment company shall perform the following consulting analysis service. 3. Supervise the cleaning and flushing out of the system. a. After completing the installation or modification of the system, it shall be properly flushed out prior to start‐up. Flush‐out chemicals and procedures shall be furnished by the water treatment company. b. Tests shall be made following the flush‐out procedure and a written report submitted to the Engineer, Owner and Contractor stating that the flushing‐out has been completed satisfactorily. Residual chemical levels shall be limited as follows: 1) phosphate – zero HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 60 2) alkalinity to 100 ppm max. 3) suspended solids – zero 4) pH value of 8.4 or less c. All side loops and low points shall be drained and flushed. 1) Systems shall then be refilled and treated chemically in accordance with recommendation of the water treatment company. The Contractor shall notify the water treatment contractor at least 48 hours in advance of initial system fill. 2) It shall be the responsibility of the Contractor to secure an agreement between the chiller manufacturer, circulating pump manufacturer and the water treatment company as to the proper level of treatment to be maintained in the system to avoid damage to chiller, pumps and pump seals. A letter stating such understanding shall be submitted to the Engineer before approval of the pumps and the water treatment program. 4. Supervise and instruct the Ownerʹs operating personnel in the following: a. initial introduction of water treatment to all systems and the control thereof; b. chemical product literature, identification for use and application procedure; c. testing procedure and interpretation of test results and proper control limits for each constituent; and d. log sheets with instructions in correct entry procedure. 5. Provide service calls at frequency of not less than one call per month thereafter. 6. Furnish all required chemicals for proper treatment of the system for the one‐year period together with the necessary control testing kit or apparatus and reagents for field analysis of the water during the aforementioned one‐year period. 7. Provide written reports of water analysis results with recommendations. 8. Provide a quarterly review of conditions with the Owner. 9. The Contractor shall assume responsibility for the field testing and control and the regular addition of chemical treatment. B. Qualifications of the Water Treatment Company: HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 61 1. The water treatment company shall have a minimum of five years of experience in the water treatment business, have laboratory facilities and staff capable of performing all necessary analyses relating to this job, and the treatment programs shall be under the direction of a graduate chemist or licensed professional engineer. C. Cleaning and Flushing: 1. Exercise every precaution to avoid introducing foreign matter such as welding beads and slag or dirt into the piping system. All completed welds shall be hammered to loosen debris. All piping, valves and fittings shall be internally cleaned of oil, grease or dirt, prior to assembly into system by use of wire brush and swab. 2. All cleaning and flushing work shall be coordinated with and supervised by the water treatment company for chemicals and procedures to be followed. 3. Following the successful testing of the piping systems, they shall be cleaned under the supervision of the water treatment company. 4. Before submitting piping systems for acceptance, all strainers shall be inspected and thoroughly cleaned. 5. Cleaning shall be started only after all piping has been hydrostatically tested and all systems have been completely connected up. 6. Operate pumps and circulate water throughout system for period of three 8‐hour days. At the end of each day of circulation, remove and clean all strainer baskets and blow off all low points. D. Closed Recirculation Systems: 1. The piping system shall be thoroughly flushed and cleaned with Dearborn BC‐45 Cleaner, Dow, Barclay or approved equal, and charged with Dearborn B‐329 Nitrite Corrosion Inhibitor, Dow, Barclay or approved equal, after cleaning. Control limits of 800 to 1,000 ppm shall be maintained. The bypass shall be piped across the suction/discharge pipes of the system. 3.13 START‐UP A. Contractor shall provide manufacturer’s start‐up and functional performance testing for all equipment installed as part of this work. Contractor shall be responsible for all labor, materials and equipment required to accomplish this service. B. Contractor shall complete start‐up reports and documentation for all equipment. 3.14 BALANCING, ADJUSTING, OPERATING, AND INSTRUCTIONS A. The HVAC contractor shall engage the services of an firm to perform testing, adjusting and balancing of the HVAC systems. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 62 B. Engage a balancing company to adjust, balance, and operate the heating, ventilating and air-conditioning system and thoroughly instruct the Owner’s personnel in all phases of care and operation of the systems. The Balancing Company shall be certified by Associated Air Balance Council or by the National Environmental Balancing Bureau. C. Before the air systems are tested and balanced, ducts and equipment shall be thoroughly cleaned by the contractor so that no dirt, dust, or other foreign matter will be deposited in or carried through the systems. For this purpose, cheesecloth shall be placed over each opening for entraining such particles during the cleaning operation. D. The Contractor as a part of this contract shall provide all materials, labor, and service of all contractors for fulfillment of air and water balancing of all systems. The Balancing Company shall inform Contractor of all requirements ahead of time. E. All equipment shall be operated and adjusted and all air and water systems shall be adjusted and balanced, readings taken and recorded on an approved form submitted to the Engineer for approval, readjusted and rebalanced in accordance with the Engineer’s review comments and resubmitted. F. Air Systems: 1. Contractor shall test and record existing Makeup Air Unit (MAU) supply airflow rates prior to cooling coil installation and modified intake ductwork construction. Record findings and report existing MAU supply airflow rates to engineer in writing. 2. Adjustments shall be made to the existing MAU supply air fan motor assembly post-installation of modified cooling coil installations. Contractor shall adjust supply air motor assemblies to target CFM airflow rates to maintain existing supply air rates that occurred prior to intake duct modifications. Report supply airflow rates in writing to engineer for review. G. Water Systems: 1. Water circulating system shall be adjusted and balanced by the Balancing Company so that water quantities circulated through all coils, pumps, equipment, etc., will be as specified. 2. Where no meters are provided, the adjustment of individual coil circuits shall be based on return water temperature, provided air balancing and adjusting has been satisfactorily completed first. Temperature control valves on each branch shall be wide open during the balancing. Adjustment of water flows through coils shall be based on manufacturers pressure drop data. Balancing cocks and valves shall be set. The settings of cocks, valves, etc., shall be permanently marked so that they can be restored if disturbed at any time. 3. The following shall be established and listed: a. Temperatures and water flow at the pumps and each coil after each complete system has been balanced and adjusted. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 63 b. Pressure drops, manufacturer’s ratings, and water flow at each coil after each complete system has been balanced and adjusted. c. Suction and discharge pressures at each pump and total water flow at each coil after each complete system has been balanced and adjusted. d. Motor amperage for each phase and voltage at each pump. H. The Balancing Company shall provide all instruments and accessories required to perform the tests. I. Upon completion of the systems, during the first stages of the first cooling season, the Balancing Company shall operate the systems until temperatures in all areas are uniform. The period of time shall be no less than a five‐day, forty‐hour period. During these times, the Balancing Company shall keep at least two men on the job continuously, together with a man from the temperature control Sub‐Subcontractor for the purpose of testing and balancing systems. J. The Contractor shall obtain from the manufacturer of each piece of equipment, five (5) copies of lubrication, operating and maintenance data sheets and control system drawings. He shall prepare five (5) complete sets of written coordinating operating and maintenance instructions into complete operating and maintenance manuals. 3.15 TESTING A. All hot water piping in whole or in part, prior to insulating and being closed in, shall be subject to a hydrostatic test pressure of 100 psig for eight hours without a pressure drop at the end of the test period. All leaks that occur shall be repaired by removing the joints in their entirety, rejoining, and test repeated as often as necessary until the piping system or systems are absolutely tight. B. Furnish all necessary equipment to conduct the testing of the piping system. C. Two pressure gauges shall be used whose range shall not exceed 0 to 150 psig, nor be less than 0 to 120 psig. Evidence of leakage or pressure drop shall be cause for rejection. D. A log of all tests shall be kept by the Contractor. The log shall provide a description of the test or inspection, the date performed, and the signatures of the responsible contractor’s person performing the work and the witnessing engineer. This log shall form part of the final documentation. Failure to maintain this log will result in re‐inspection or testing at the Contractor’s expense. 3.16 PLACING IN SERVICE A. At the completion of performance tests and following approval of test result, recheck all equipment to see that each item is adequately lubricated and functioning correctly. HVAC Replacement Police Station Yarmouth, Massachusetts HEATING, VENTILATING AND AIR CONDITIONING 230000 - 64 END OF SECTION HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-1 DIVISION 26 SECTION 26 00 01 ELECTRICAL (Filed Sub-Bid Required) GENERAL 1.00 FILED SUB-BIDS A. Section 26 00 00 – Electrical is stipulated as a Filed Sub-Bid under Part D, Item 2 of the Form for General Bid. B. All sub-bids shall be submitted on the Form for Sub-Bid furnished by the Awarding Authority, as required by Section 44F of Chapter 149 of the Massachusetts General Laws, as amended. C. Sub-Bids must be filed with the Awarding Authority in a sealed envelope, before twelve o’clock noon, Boston time, on the date stipulated in the Advertisement. D. Specific information relating the sub-bidders is set forth in the Contract Documents, under the heading “Notice to All Bidders, including Sub-Bidders” and the attention of sub- bidders is directed thereto. E. The work to be done under this Section 26 00 00 – Electrical is shown on Contract Drawings, numbered: E0.1, E0.2, E0.3, ED1.0, ED1.1, ED1.2, E1.0, E1.1, E1.2, E2.0, E2.1, E2.2, FA0.1, FA1.0, FA1.1, FA1.2. 1.01 GENERAL PROVISIONS A. Part A and Division 01 of Part B are hereby made a part of this Section. B. Time, Manner and Requirements for Submitting Sub-Bids: The following shall appear on the upper left hand corner of the envelope: NAME OF SUB-BIDDER: HVAC REPLACEMENT AT YARMOUTH POLICE STATION YARMOUTH, MASSACHUSETTS SUB-BID FOR SECTION: 26 00 00 - ELECTRICAL 1. Sub-bid forms may be obtained by written or telephone request. C. Sub-bids filed with the Awarding Authority shall be accompanied by a BID BOND or CERTIFIED CHECK or a TREASURER’S or CASHIER’S CHECK issued by a responsible bank or trust company payable in the amount of five percent of the bid. A sub-bid accompanied by any other form of bid deposit than those specified will be rejected. Bid Bonds shall be T- Listed; Surety company(ies) shall be listed in the U.S. Treasury Department circular 570, most recent edition, as amended. HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-2 1.02 SUB-BID REQUIREMENTS 1. Each Sub Bidder shall list in Paragraph E of the "Sub Bid Form" the name and bid price of each person, firm or corporation performing each class of work or part thereof for which the Section of the Specifications for the Sub-Trade requires such listing, provided that, in the absence of as contrary provision in the Specifications, any Sub Bidder may, without listing any bid price, list his own name in said Paragraph E for each such class of work or part thereof and perform that work with persons on his own payroll, if such Sub Bidder, after Sub Bid openings, shows to the satisfaction of the Awarding Authority, that he does customarily perform such class of work or the part thereof with persons on his own payroll and is qualified to do so. This Section of the Specifications requires that the following class(es) of work shall be listed in Paragraph E under the conditions herein. CLASS OF WORK REFERENCE PARAGRAPHS Electrical Section 26 00 00 1.03 GENERAL CONDITIONS A. The Town of Yarmouth “Agreement Between Contractor and Awarding Authority”, together with all Amendments and Supplements as hereinbefore listed, shall apply and are hereby made a part of this section of the Specifications. B. The Sections of these Specifications entitled “Special Conditions”, “Minimum Wage Determination”, and Division 01 “General Requirements” shall apply and are hereby made a part of this section of the Specifications. C. Examine all Drawings and all other Sections of the Specifications for requirements and provisions affecting the work of this Section. 1.04 SCOPE OF WORK A. The scope of the work consists of the installation of all materials to be furnished under this Section, and without limiting the generality thereof, includes all materials, equipment, hoisting, rigging, staging, labor and services required for furnishing, delivering, and installing the principal items of work hereinafter, and all items incidental thereto, as specified herein and as shown on the construction drawings. B. The scope of work shall also include the complete removal and disconnection of all electrical components, as required. Reference section 3.0, “DEMOLITION, RELOCATION AND REMOVAL OF EXISTING WIRING,” for additional requirements. C. Electrical work shall include, but not be limited to, the following systems: 1. Make safe electrically for all HVAC equipment being removed. 2. Removal of all existing branch circuitry associated with HVAC and lighting fixtures being removed. HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-3 3. Removal and replacement of all light fixtures in ceilings that are being removed due to HVAC changes. 4. Removal and replacement of light fixtures in ceilings that are not being removed or replaced due to HVAC changes. This work shall be bid as Alternate No. 2; refer to the Specifications Section 01 40 20 for further information. 5. Removal and replacement of lighting controls. This work shall be bid as Alternate No. 3: refer to the Specifications Section 01 40 20 for further information. 6. Installation of a new panelboard, dry-type transformer and associated feeders. 7. Power connection to all new HVAC equipment. 8. Miscellaneous materials to ensure complete installation 9. Wireways and pullboxes 10. Raceways systems 11. Wire and cable systems 12. Wiring devices and device plates and outlet boxes 13. Nameplates 14. Motor wiring 15. Fire alarm devices and wiring relocation due to ceiling replacement 16. Circuit breakers 17. Disconnect switches 18. All grounding required by the National Electrical Code 19. Operating and maintenance manuals 20. Record Drawings 21. Testing 22. 1.05 RELATED WORK A. The following work is not included in this Section and is to be performed under the designated Sections: HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-4 1. Motor starters, and variable frequency drive (VFD’s) with disconnects shall be supplied by the Mechanical Contractor, installed and wired by the Electrical Contractor. 2. Painting (except for factory finished items) specified under Section “Painting”. 3. All cutting and patching required for the electrical installation shall be done by the General Contractor. 4. Fireproofing will be furnished and installed under Sprayed Fireproofing. Patching and repairing of fireproofing due to cutting or damage during course of work of this Section shall be performed by installer of fireproofing and paid for under this Section. 1.06 REFERENCE A. Installation shall comply with the latest revisions of the National Electrical Code and with all prevailing federal, state, and local codes. B. All material and equipment shall be Underwriters’ Laboratories, Inc. listed, where a standard has been established. C. Manufacturers’ names and nomenclature facilitates descriptions of certain materials and equipment, and are used to establish type, quality and function. D. Unless otherwise specified, all work shall be manufactured, tested and installed in accordance with the latest editions of applicable publications and standards of the following organizations: 1. American Society of Testing and Material (ASTM). 2. Underwriters’ Laboratories, Inc. (UL) 3. Insulated Power Cable Engineers Associates (IPCEA). 4. National Electrical Manufacturers Associates (NEMA). 5. Institute of Electrical and Electronic Engineers (IEEE). 6. American National Standards Institute (ANSI). 7. National Fire Protection Association (NFPA). 8. National Electrical Code (NEC). 9. Massachusetts Electrical Code (MEC). 10. Americans with Disabilities Act (ADA), Public Law 101-336. 11. Commonwealth of Massachusetts State Building Code (SBC). HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-5 12. Insulated Cable Engineers Association. E. Should specifications, Architects’ instructions, laws, ordinances, or public authority require any special tests or approvals, arrange for these and give the Engineer timely notice. If the inspection is by another authority other than the Engineer, notify the Engineer of the dates fixed for such inspection. F. Where reference is made to Codes and Standards, these shall be interpreted as minimum requirements. Requirements in excess of these codes and standards may be indicated on the Drawings or in the Specifications and shall be so included in the contract work. Compliance with such code requirements only shall not be construed as fulfillment of the contract work, where the plans and/or Specifications indicate additional work, which may exceed such code standards. 1.07 SUBMITTALS A. Submit complete Product Data Sheets in accordance with the provisions of the GENERAL CONDITIONS AND SPECIAL CONDITIONS. B. Data sheets shall include - but are not necessarily limited to - the following items: 1. Panelboards modifications 2. Panelboards 3. Wiring devices (receptacles) 4. Wires, cables and raceways 5. Outlet boxes 6. Lighting fixtures 7. Conduit 8. Disconnect switches 9. Record Drawings 10. Test results 11. Guarantee C. The Acceptance of systems, equipment and data sheets is a general approval subject to the contract Drawings, Specifications, and verification of all measurements at the job. Acceptance does not relieve the Electrical Contractor from the responsibility of data sheet errors or omissions. Quantity of items indicated on submittal is the responsibility of the Electrical Contractor. 1.08 RECORD DRAWINGS HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-6 A. In accordance with requirements, furnish and keep in the job at all times, two (2) complete and separate sets of blackline prints of the electrical work on which shall be clearly, neatly and accurately noted, promptly as the work progresses, all electrical changes, revisions and additions to the work. Whenever work is installed otherwise than as shown on the Contract Drawings, such changes shall be noted. B. At the conclusion of work, prepare Record Drawings in accordance with General Conditions. 1.09 COORDINATION DRAWINGS A. Before materials are purchased or work is begun, this Contractor shall prepare coordination drawings showing the size and location of his equipment and conduit runs. B. Coordination drawings are for the General Contractor’s and the Engineer’s use during construction and shall not be construed as replacing any shop, as-built or record drawings required elsewhere in the Contract Document. 1.10 OPERATING INSTRUCTIONS AND MAINTENANCE MANUALS A. Instruct to the Owner’s satisfaction, such persons as the Owner designates, in the proper operation and maintenance of the systems and their parts. B. Furnish operating and maintenance manuals and forward same to the Engineer for transmittal to the Owner. C. Operating instructions shall be specific for each system and shall include copies of posted specific instructions. D. For maintenance purposes, provide shop Drawings, part lists, specifications and manufacturer’s maintenance bulletins for each piece of equipment. E. Provide name, address and telephone number of the manufacturer’s representative and service company each piece of equipment so that service or spare parts can be readily obtained. 1.11 GUARANTEE A. Attention is directed to provisions of the GENERAL CONDITIONS AND SPECIAL CONDITIONS regarding guarantees and warranties for work under this Contract. B. Manufacturers shall provide their standard guarantee for work under this Section. However, such guarantees shall be in addition to and not in lieu of all other liabilities, which the manufacturer and Contractor may have by law or by other provisions of the Contract Documents. C. All material, items of equipment and workmanship furnished under this Section shall carry for this standard warranty against all defects in material and workmanship. Any fault due to detective or improper material, equipment workmanship or design which may develop HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-7 shall be made good forthwith, by and at the expense of the Electrical Contractor, including all other damage done to areas, materials and other systems resulting from this failure. D. Electrical Contractor shall guarantee that all elements of the systems are of sufficient capacity to meet the specified performance requirements as set forth herein or as indicated. E. Upon receipt of notice from the Owner indicating failure of any part of the systems or equipment during the guarantee period, the affected part or parts shall be replaced by the Electrical Contractor at no cost to the Owner. F. Furnish, before the final payment is made, a written guarantee covering the above requirements for a period of one year. 1.12 WORKMANSHIP A. The entire work provided in this Specification shall be constructed and finished in every respect in a workmanlike and substantial manner. Equipment shall be securely installed plumb and/or level. No electrical equipment shall be supported by work of other trades. B. Obtain detailed information from the manufacturers of apparatus as to the proper method of installing and connecting equipment. Obtain all information from the General Contractor and other Subcontractors, which may be necessary to facilitate work and the completion of the whole project. C. Remove daily, all rubbish and debris and all refuse from workmen’s lunches and at completion, remove all their surplus materials, and leave the work in clean condition acceptable to the Engineer. 1.13 PROTECTION A. This Contractor shall be responsible for the electrical work and equipment until finally inspected, tested and accepted. Carefully store materials and equipment, which are not immediately installed after delivery to site. 1.14 EXAMINATION OF SITE AND CONTRACT DOCUMENTS A. Before submitting his proposal, this Contractor shall visit the premises and review the entire project, including ballasts in the existing fixtures, existing transformers and other devices classified as hazardous disposal. The Contractor shall determine the difficulties, conditions and disposal requirements, which may be encountered during the work. All charges related to meeting the intent of the Drawings and specifications shall be incorporated into the bid. If discrepancies arise between the Drawings and specifications, the more stringent requirement shall apply. No additional charges will be allowed due to existing conditions. 1.15 DELIVERY/STORAGE A. The Electrical Contractor shall be responsible for all materials delivered to the site in connection with the work and pay all charges for cartage, scaffolds, planking, rigging, and erecting. Take every precaution necessary to protect equipment and installation, in HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-8 addition to plugging and protecting open ends of all pipes, outlet boxes, panelboxes, and junction boxes. All equipment shall be stored in a clean, dry place to preserve the quality of materials being use. Equipment and/or materials damaged during construction shall be replaced at no additional cost to the Owner. B. All materials and equipment required by this Specification shall be new, clean and free from defects at the time of installation. The Manufacturer’s and Underwriter’ label shall appear on all material and equipment, unless otherwise approved in writing by the Owner. 1.16 SUBSTITUTION OF MATERIALS OR EQUIPMENT A. If the Electrical Contractor wishes to use materials or equipment other than those specifically designated herein, as being equal to those so specifically designated BEFORE PURCHASING AND/OR FABRICATION, the Electrical Contractor shall submit the proposed substitution in accordance with the requirements of the GENERAL CONDITIONS, and the decision of whether or not it is equal to that specified shall be determined by the Engineer. B. Unless requests for substitution are made in accordance with the above instructions and the instructions of the GENERAL CONDITIONS, supported by sufficient proof of equality, the successful Contractor will be required to furnish the specifically named items designated under the base bid. C. If the apparatus or materials substituted for those specified necessitate changes or additional connections, piping supports or construction, same shall be provided and the Electrical Contractor shall assume the cost and the entire responsibility thereto. D. The Engineer’s permission to make such substitution shall not relieve the Electrical Contractor from full responsibility for the work. 1.17 DRAWINGS A. The Drawings are generally diagrammatic and are intended to convey the scope of work and indicate general arrangements of equipment, ducts, conduits, piping, and fixtures. The locations of all items shown of the Drawings or called for in the Specifications that are not definitely fixed by dimensions are approximate only. B. The Drawings showing layout of the electrical systems indicated the approximate location of existing outlets and equipment. The outlets as shown on the Drawings, are not intended to show the routing of the wire. The final determination as to the design of the system may change. It merely refers to the exact run of raceway between two points. 1.18 FIELD MEASUREMENTS A. The Electrical Contractor shall verify, in the field, all measurements necessary for the work and shall assume responsibility for their accuracy. 1.19 PERMITS, LAWS, ORDINANCES AND CODES HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-9 A. The Electrical Contractor shall give all necessary notices, obtain all permits, and pay all taxes, fees, and other costs in connection with his work; file all necessary plans, prepare all necessary documents and obtain all necessary approvals of state authorities, all local town, city, or county departments having jurisdiction; obtain all required certificates of inspection for his work. B. The Electrical Contractor shall include in the work, without extra cost to the Owner, any labor, materials, services, apparatus, or drawings in addition to Contract Drawings and Documents, in order to comply with all applicable laws, ordinances, rules, and regulations whether or not shown on the Drawings and/or specified. 1.20 DEFINITIONS A. “This Contractor” means specifically the Electrical Contractor working under this Section of the Specifications. B. “Furnish and Install” means to supply, erect, install and connect up, complete for regular operation, the particular item referred to, unless otherwise specified. C. “Install” means to mount, erect and connect up, complete for regular operation, the particular item referred to, unless otherwise specified. D. “Piping includes, in addition to pipe, all fittings, boxes, hangers and other accessories relating to such piping. E. “Provide” means to furnish and install. F. “Concealed” means hidden from sight as in trenches, chases, furred spaces, shafts, hung ceilings, embedded into construction, ground or concealed as defined above. 1.21 CLEANING UP A. The Electrical Contractor shall, at the completion of the work, clean, polish and/or wash all exposed items of material, equipment and fixtures in his contract so as to leave such items bright and clean. Special attention shall be given to interiors and exteriors of all panels, electrical equipment and enclosures. B. All painted metal surfaces, which have been scratched, dented, or marred shall be repainted by the Electrical Contractor. 1.22 DAMAGE TO OTHER WORK A. Each Contractor shall be held responsible for and shall pay for all damage to other work caused by his work or workmen. B. Repairing of such damage shall be done by the General Contractor or Contractors who installed the work, and so directed by the Engineer. 1.23 GROUNDING HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-10 A. A complete grounding system shall be furnished and installed in full compliance with the latest edition of the NEC. B. The equipment and materials required under this Section are included under PART 2 – PRODUCTS. C. Ground all systems and equipment in accordance with the best industry practice. Size all conductors per the latest addition of the NEC. D. Conductors utilized for grounding and bonding shall have type “THHN” or better insulation, color-coded green. E. For each feeder or run of lighting and appliance branch circuitry, include equipment and raceway grounding conductors run within the raceways. The indicated quantities of conductors do not include the ground wires. F. Provide supplementary ground bonding where metallic conduits terminate at metal clad equipment (or at the metal pull box of equipment) for which a ground bus is specified. Accomplish this by equipping the conduits with bushings of the grounding type connected individually by means of jumpers to the ground bus. 1.24 NEUTRAL WIRING A. For 120-volt branch circuit wiring to receptacles, common neutrals shall not be permitted. B. Individual neutral conductors shall be installed within the raceways and be run with the branch circuit. C. Conductors utilized for neutral wiring shall have type “TW” or better insulation, color coded white. PRODUCTS 2.00 GENERAL A. All materials and equipment necessary to make the installation complete in every detail shall be furnished and installed under this Contract, whether or not specifically indicated on the Drawings or specified herein. All materials and equipment shall be new. B. It is the intent of the Specifications that one manufacturer be selected, not a combination, for any particular classification of material; for example, all wire of one manufacturer, all switches of one manufacturer, etc., except specific material classifications in which delivery time becomes a problem. The Engineer may give specific exemption from the requirements. C. Where materials, equipment, apparatus, or other products are specified by manufacturer, brand name, type or catalog number, such designation is to establish standards of performance, quality, type, and style. 2.01 PULL BOXES AND CHANNELS HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-11 A. Pull boxes shall be code gauge galvanized steel with screw covers to match. Where pull boxes are larger than 18”x18”, hinged covers shall be provided. Pull boxes and wireways shall be as shown on Drawings and/or as required by NEC and/or job conditions, with steel barriers separating systems. B. Steel channel supports shall be minimum 1-5/8-inch mold strip steel with minimum 105- inch wall thickness, Unistrut P1000, Kindorf, Husky Products, or equal. C. Steel support rods or support bolts for conduits shall be 1/8-inch diameter for each inch or fraction thereof of diameter of conduit size, but no rod or bolt shall be less than 1/4-inch in diameter. D. Metal conduit fittings shall be of cast malleable iron, cadmium plated with neoprene gaskets and cast malleable iron covers. Fitting for use with conduit 1-1/4-inch diameter and smaller shall be "Form 35", those for use with conduit 1/1/2-inch diameter and larger shall be Mogol. Fitting shall be as manufactured by Appleton Electrical Co., Steel City, Crouse-Hinds, or approved equal. E. Expansion fitting shall be as manufactured by O. Z. Gedney, Electrical Manufacturing Co., Inc., or approved equal as manufactured by Crouse-Hinds or Appleton. 2.02 OUTLET BOXES AND ACCESSORIES A. Provide PVC or galvanized sheet steel outlet boxes for all outlets unless otherwise noted. B. All outlet boxes for pendant-mounted fixtures shall be galvanized, stamped steel furnished with a fixture stud, securely mounted to framing C. All outlet boxes for concealed work shall be galvanized, stamped steel; those for fixtures, furnished with a fixture stud. D. Outlet boxes shall be of size and type to accommodate (1) structural conditions, (2) size and number of raceways, conductors or cables entering, and (3) devices or fixtures for which they are required. E. Install blank plates on all outlet boxes, in which no apparatus is installed, which do not integrally provide a cover for the box. F. Special care shall be taken to set all boxes correctly square and true with the building finish. G. Fixture outlet boxes shall have 3/8-inch solid male fixture studs and auxiliary fixture stems shall be supported from 3/8-inch male fixture studs. H. Outlet boxes and accessories shall be as manufactured by Steel City, Appleton, Raco, or equal. 2.03 RACEWAYS A. Electric metallic tubing (EMT) shall be electrogalvanized or sheradized steel. EMT shall be used in all exposed areas which are not subject to physical abuse. Couplings and HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-12 connectors for electrical metallic tubing shall be galvanized steel set-screw. Tubing shall be as manufactured by Pyle National, Allied Tube and Conduit Corp., Wheatland Tube Company, or equal. B. Liquid-tight flexible metal conduit shall be galvanized steel with separate copper grounding conductor. The outer jacket shall be an extruded, moisture and oil proof, covering of polyvinyl chloride. Liquid-tight flexible metal conduit shall be used for the final connections to all roof top equipment and in all areas where motors and other equipment are subject to an oil or moisture type environment. Liquid-tight flexible metal conduit shall be manufactured by American Flexible Conduit, Eastern Wiring Conduit, International Metal Hose Company, or equal. C. Galvanized Rigid Steel Conduit (GRC) shall be made of zinc coated steel. GRC conduit shall be installed as shown on the Drawings, as specified, and in all areas subject to physical abuse. D. Steel support rods or support bolts for conduits shall be 1/8-inch diameter for each inch or fraction thereof of diameter of conduit size, but no rod or bolt shall be less than 1/4-inch in diameter. E. For 20 ampere branch circuit wiring furnish and install the number of individual conduits required to limit the number of conductors in each conduit to a number which will not require derating to a value below 100 percent of the current rating of the circuit overcurrent protective device. 2.04 WIRE AND CABLE A. Wiring shall be minimum of #12 AWG solid. B. Wire installed in conduit shall be Type THWN-THHN building wire, 600V, rated for 75 oC in wet locations and 90 oC in dry locations. C. All wire and cable shall be copper; no aluminum is permitted. D. Wire and cable shall be manufactured by Phelps Dodge Copper Products Corp., General Cable Co., Triangle Conduit and Cable Co., or equal. 2.05 WIRING DEVICES A. General 1. All wiring devices shall be of a single manufacturer, as manufactured by Pass and Seymour, General Electric, Hubbell, Bryant Electric Company, Leviton, or equal. Manufacturers listed below establish minimum requirements. Coordinate color with Architect for wiring devices and wiring device plates. B. Thermal Switches 1. Thermal switches shall be NEMA Type 1 toggle switch for normal duty with thermal overload relay and pilot light. Switch enclosures shall be of a type HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-13 approved for the location and atmosphere in which it is mounted. Thermal switches shall be installed where required by Code. 2. Thermal switches shall be as manufactured by Square D, General Electric, I.T.E., or equal. C. Receptacles - 20A Commercial Grade 1. Duplex receptacles shall be grounding type, rated 20 amperes, 125-volts. Receptacles shall be back and side wired with screw type terminals or pressure type, screwless terminals having suitable conductor release arrangement. Receptacles shall be standard grade, Pass & Seymour Model No. 5352. 2. Special receptacles for single equipment, where required, shall have additional grounding leg and shall be of capacity and configuration for the equipment to be connected. D. Receptacles - 20A GFI - Commercial Grade 1. Provide GFI duplex receptacles as indicated on the Drawings. Receptacles shall each have GFI tripping (no feed-through is permitted). Receptacles shall be rated 20-amp, 125-volts similar, or equal to Pass and Seymour Model No. 2091-SI. E. Weatherproof Receptacles – Wet Locations 1. Receptacles indicated to be weatherproof shall conform to NEC Article 406.8(B)(i). Receptacles shall have an enclosure that is weatherproof whether or not the attachment plug cap is inserted. Provide receptacle with cover equal to Pass & Seymour Cat. No. WIUC10-G (for grey) or WIUC10-C (for clear) 2.06 WIRE DEVICE PLATES A. Wall plates shall be provided for all receptacles, light switches, blank junction boxes, and special purpose outlets. Wall plates shall be: 1. Smooth type, no line, high strength, scratch resistance, thermoplastic. B. All plates shall have color-matched mounting screws and conform to UL, CSA, and NEMA standards. C. Wall plate color shall be selected by the Architect. D. Device plates shall be by same manufacturer as devices. 2.07 PANELBOARDS A. Provide UL-listed safety dead-front lighting and power panelboards where shown on Drawings and as scheduled. Panelboards shall meet or exceed requirements of NEMA Standard Publication PB-1, and UL-50 and 67. Provide cabinets with flush hinges and combination catch and lock. Provide wiring gutters to accommodate large multiple feeder HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-14 cables and lugs. Except as shown otherwise on Drawings, wiring gutters shall be at least 4" for lighting and 208 V panels and 6" for 480 V panels. B. Where two section panels are required, bolt boxes together to form one unit. Trim shall be two-piece construction with doors of equal size over each section. C. Provide molded case, bolt-on, thermal-magnetic trip, single, two or three pole branch circuit breakers as shown on Drawings. Multiple pole breakers shall be single handle, common-trip. D. Main buswork of panels shall carry at least full rating of feeder overcurrent device that supplies panel. E. Power and lighting panels shall have heavy-duty, continuous, section vertical-hinged to box section for access to wiring gutters in addition to trim door. F. Panelboards shall have integrated short circuit current rating equal to or greater than circuit breaker AIC ratings schedule on Drawings. G. Panels shall be by Square D, Type NQOB for 225 A and below, and I-line distribution for 400 A and above, or equal by GE, Westinghouse or approved equal. H. Provide surface metal tubs ready for painting. I. Provide bus connections for future overcurrent device with suitable insulation and bracing to maintain proper short circuit rating and voltage clearances, where required on Drawings. Provide for ready insertion of future breaker. J. Main bus bars shall be copper, sized as required by UL standards to limit temperature rise on current-carrying parts to 50°C above ambient 40°C maximum. K. Provide 1/2" spacers for panelboards mounted at exterior walls below grade to establish 1/2" air space behind panel. L. Provide typed panel directories that show use of each circuit and electrical characteristics of panelboard. M. Circuit breaker panelboards shall be fully rated to withstand fault currents. N. Series rated circuit breakers will not be allowed. O. Panelboards shall be provided with copper bus, hinged to box cover (door in door), bolt- on circuit breakers and equipment ground bar. Minimum 25% spare. P. Provide two spare 1 inch conduits from each new flush mounted panel board to accessible area above ceiling. Q. Load centers or tandem circuit breakers shall not be permitted. R. Panel boards shall have full size and height phase, neutral and ground busses and shall extend the full height of the panel without reduction. HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-15 2.08 EXISTING PANELBOARDS A. The existing panelboards are suitable for 120/208-volts, 3 phase, 4 wire & 277/480V, 3 phase, 4 wire operation as previously installed. B. Where connections are made in existing panelboards, the panel index shall be revised to indicate the new loads served. All existing panelboards that do not have a circuit directory card mounted in a frame with noncombustible plastic cover shall have one installed on the inside of the door. All directory cards shall be properly filled in, using a typewriter, and indicate areas and devices served by each unit. C. New circuit breakers added to existing panelboards shall be the same type and an interrupting capacity as existing panelboards and circuit breakers. Current limiting circuit breakers shall not be used. 2.09 NAMEPLATES A. Nameplates consisting of black plastic with white center, lettering to be 3/16-inch high, engraved through to white layer and properly fastened with brass screws shall be provided for the following equipment: 1. Disconnect switches 2. All panelboards and distribution switchboards 3. Terminal cabinets 4. Junction boxes larger than 4-11/16-inch EXECUTION 3.00 DEMOLITION, RELOCATION AND REMOVAL OF EXISTING WIRING A. The Electrical Contractor shall provide all electrical demolition, relocation of circuits, and removal of existing wiring necessary for the electrical work. B. The Electrical Contractor shall completely remove all electrical systems as indicated on drawings - but not limited to - the following: 1. Disconnect all existing mechanical equipment scheduled for removal. 2. Remove all existing branch circuit wiring, unless noted otherwise as existing to remain. C. Outlets that are existing for use as lighting or receptacles may be used as junction boxes for the re-wiring of the building if necessary. D. The Contractor shall maintain, extend, and connect existing branch circuits which pass through the construction area, maintaining power to all equipment and lighting outside of the construction area. HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-16 3.01 SPECIAL COORDINATION INSTRUCTIONS A. Coordination with work of other trades is required. The following special instructions shall also be carefully noted: 1. Locations and mounting height of all disconnects and extension of existing feeders shall be verified with the submitted equipment prior to roughing-in conduits. Refer to details and existing wall elevations; mounting heights indicated and specific dimensional information given to this Contractor by the Engineer shall take precedence over such information indicated on the electrical drawings. 2. All feeder, branch circuit or auxiliary system wiring passing through pull boxes and/or being made up in panelboards shall be properly grouped, bound, and tied together in a neat and orderly manner, in keeping with the highest standards of the trade, with plastic cable ties. 3. All duplex convenience and power receptacles shall be mounted vertically with the grounding post to the bottom as the outlet is viewed from the front. 4. All miscellaneous hardware and support accessories, including support rods, nuts, bolts, screws, and other such items, shall be of a galvanized or cadmium plated finish, or of other approved rust-inhibiting coatings. Care should be taken that fixtures shall not be installed on both sides of existing or new building expansion joints. 5. The Electrical Contractor shall provide all materials, equipment, and workmanship to provide for adequate protection of all electrical equipment during the course of construction of the project. 6. The Electrical Contractor shall furnish and install approved insulation at terminal connection points for all electrical conducting materials, such as transformer terminals, terminal studs, and at any other special locations as directed by the Engineer. 7. Prior to installation of conduit and wire, the Electrical Contractor shall coordinate wiring requirements with actual equipment supplied. 8. The electrical Drawings indicate wire, conduit, and overcurrent protective devices to be installed for certain HVAC units. These sizes are based on certain manufacturers requirements. Should the General Contractor allow the Mechanical Contractor to substitute HVAC equipment different than specified, then the General Contractor shall provide the required revised electrical wiring, conduit, and overcurrent protective devices in accordance with the manufacturer’s recommendations at no additional charge to the owner. 3.02 CUTTING, PATCHING, AND DRILLING A. The General Contractor shall perform plaster cutting and channeling and drilling through structural beams necessary for the installation of electrical work. The General Contractor shall be responsible for all painting and patching which shall match existing base materials HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-17 in looks and color. The electrical contractor shall provide routine drilling through 2 x 4 and/or 2 x 6 wood frame walls and 2 x 10 and/or 2 x 12 floor joists in order to install wiring. 3.03 COOPERATION AND WORK PROGRESS A. The Electrical work shall be carried on under the usual construction conditions, in conjunction with all other work at the site. The Electrical Contractor shall cooperate with the Engineer and all Contractors and equipment suppliers working on the site, coordinate the work, and proceed in a manner so as not to delay the progress of the project. B. The Electrical Contractor has a responsibility to coordinate the exact mounting arrangement and location of equipment indicated on the Drawings to allow for proper space requirements for equipment access, operation, and maintenance. C. It shall be the responsibility of the Electrical Contractor to coordinate the delivery of electrical equipment to the project prior to the time installation of equipment will be required. 3.04 INSTALLATION OF WIRING AND CONDUIT A. All conduits shall be installed concealed. B. Unless otherwise indicated, all wiring shall be 2-#12 and 1-#12 ground, 3/4"C. C. All feeders and branch circuits scheduled for reuse shall be extended using the same type of wiring and conduit as used for the existing installation. D. Conduit ends shall be cut square, threaded, and reamed to remove burrs and sharp edges. Offsets and bends for changes in elevation of exposed conduit runs shall be made at walls or beams and not in open spaces between walls or beams. Conduits shall be routed so as not to interfere with the operation or maintenance of any equipment. The entire job shall be done in a neat and workmanlike manner, as approved by the Engineer. Steel supports or racks shall be galvanized steel channel and fittings. Supports shall be manufactured by Unistrut, Kindorf, Husky Products Company, or equal. E. Exposed conduits shall be run parallel to, or at right angles to, the walls of the building, and all bends shall be made with standard conduit ells or conduits bent to - not less than - the same radius. Horizontal runs of exposed conduits shall be close to ceiling beams, passing over water or other piping where possible and shall be supported by pipe straps or by other approved means, not more than 5' apart. Installation of exposed conduits in finished areas of the building shall be checked with the Engineers for layout before installation to conform to the pattern of the structural members, and when completed, is to present the most unobtrusive appearance possible. No exposed conduits will be permitted on walls or partitions in public areas, unless specifically noted. F. Conduits shall not be installed within 3-inch of hot water pipes, or appliances, except where crossing is unavoidable and, in that case, the conduit shall be kept at least 1-inch from covering or pipe crossed. HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-18 G. Conduits shall be supported on approved type galvanized wall brackets, ceiling trapeze, strap hangers, or pipe straps, secured by means of toggle bolts on hollow masonry units or expansion bolts in concrete or brick. H. In general, no splices or joints will be permitted in either feeder or branches except at outlets or accessible junction boxes. I. All splices in wire #8 AWG and smaller shall be standard pigtail, made mechanically tight and insulated with proper thickness of insulating tape. Wire splicing nuts as manufactured by Minnesota Mining and Manufacturing Company (Scotch Lock) or Ideal wire nuts may be used, subject to the local wire inspector. J. Wire #6 and larger shall be connected to panels and apparatus by means of approved lugs or connectors. Connectors shall be solderless type, sufficiently large to enclose all strands of the conductor and securely fastened. K. Provide all required branch circuit wiring for electrical devices and mechanical equipment. Designations shown on Drawings are diagrammatic only. Circuit numbers beside receptacles and lighting fixtures convey that a complete branch circuit is required back to electrical panelboard. Switch control letters adjacent to lighting fixtures indicate branch wiring required from lighting fixture to light switch or dimmer. 3.05 COLOR CODING A. Provide color coding for secondary service, feeders, and branch circuits as follows: PHASE COLOR 120/208V, 3-phase, 4-wire, wye: A Black B Red C Blue Neutral White Equipment Ground Green 277/480 V, 3-phase 4-wire: A Brown B Orange C Yellow Neutral Grey B. Make connections to terminals from left to right arranged Phase A, B, and C. C. Provide same color coding for switch legs as corresponding phase conductor. Provide colored plastic tape of specified color code identification for large size conductors available only in black. 3.06 MOTORS, CONNECTIONS, AND CONTROLS HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-19 A. Reconnection of existing feeders; contractor shall junction and extend all conduit and conductors as necessary to refeed new equipment. The electrical contractor shall also provide conduit and conductors as sized on the drawings between: 1. Source and new VFD/Disconnect location. 2. VFD and the replacement equipment. 3. Disconnect and the replacement equipment. 4. VFD/Disconnect and control panel as required. 5. Control panel and the replacement equipment. B. Splices and Terminations: 1. Make splices and terminations equivalent electrically and mechanically to conductor insulation. 2. Make splices in branch circuit wiring with solderless, screw-on connectors Ideal, Scotchlok, T&B or equal, rated 600V, of size and type required by manufacturer's recommendation, with temperature ratings equal to those of cable insulation. Insulate splices with integral covers or with plastic, rubber, or friction tape, Permacal or equal, to maintain integrity of cable insulation. 3. Make splices and terminations to conductors #8 and larger with corrosion-resistant, high conductivity, pressure indent, hex screw or bolt clamp connections, with or without tongues, designed specifically for intended service. Connectors for cables 250 MCM and larger shall have two clamping elements or compression indents. Terminals for bus connections shall have two bolt holes. Split bolt connectors, Burndy or equal, shall be acceptable for all splices of conductors #8 and larger. 4. Make splices at motor junction boxes with pressure indent connectors or split-bolt connectors as specified herein. 5. Provide standard bolt-on lugs with Allen cap screws to attach copper wire and cable to disconnect switches and other electrical equipment. 3.07 SUPPORTS AND ATTACHMENTS A. Boxes and pendants for surface-mounted fixtures shall be supported in an approved manner. Boxes and supports shall be fastened with bolts and expansion shields on concrete or brick, with toggle bolts on hollow masonry units, with machine screws on steel work with locknuts. Threaded studs shall be provided with lock-washers and nuts. 3.08 QUIET OPERATION A. All equipment and material furnished by the Electrical Contractor shall operate under all conditions of load without objectionable noises or vibrations, which, in the opinion of the HVAC Replacement Police Station Yarmouth, Massachusetts ELECTRICAL 26 00 01-20 Engineer, is objectionable. Where sound or vibration conditions arise, which are considered objectionable by the Engineer, the Electrical Contractor shall eliminate same in a manner approved by the Engineer. 3.09 TESTS A. Furnish all labor, material, instruments, supplies, and services and bear all costs for the accomplishment of tests herein specified. Correct all defects appearing under test. Repeat the tests until no defects are disclosed. Leave the equipment clean and ready for use. B. The Electrical Contractor shall perform any test other than herein specified which may be specified by legal authorities or by agencies to whose requirements this work is to conform. 3.10 FINAL INSPECTION AND TEST A. Prior to test, feeders and branches shall be continuous from service contact point to each outlet; all panels, feeders, and devices connected and fuses in place. Test system free from short circuits and grounds with insulation resistances not less than outlines in the National Electrical Code. Provide testing equipment necessary and conduct test in presence of the Owner's authorized representative. B. The final inspection and test shall include the following: 1. Testing of the impedance of the grounding system. 2. Testing of each outlet. 3. Testing of branch and feeder conductors for continuity. 4. Testing of panelboards to verify proper current balance and voltage. 5. Testing of all ground fault protective devices in accordance with the National Electrical Code, Section 230-95. END OF SECTION