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