proposal cover - new york state department of transportation
TRANSCRIPT
PROPOSAL
D263027F.A. PROJECT
Book 2 of 2
Submitted in accordance with the Highway Law and the Standard Specifications officially finalized and adopted on September 1, 2015 as posted on the Department's website.
US CUSTOMARY UNITS
Proposal Description:
I-81 Gateway Rest Area Sewer Improvements (PLUMBING CONTRACT), Town of Kirkwood.
Letting of 11/5/2015 @ 10:30 A.M.
50 Wolf Road, Albany, NY 12232
IMPORTANT BIDDER INFORMATION
00790 1 of 1 L09/01/15 Contracts/Legal 1/21/15
1. Familiarize Yourself with the Standard Specifications. NYSDOT currently uses the Standard Specifications specified on the front cover of this Project Proposal. The applicable Standard Specifications may be accessed at: https://www.dot.ny.gov/main/business-center/engineering/specifications/busi-e-standards-usc . Be certain you access the correct edition of the Standard Specifications. . 2. Upcoming Projects/ Letting Results/Contract Documents. Advertisements are available at: www.dot.ny.gov/doing-business/opportunities/const-highway and Letting Results are at: www.dot.ny.gov/doing-business/opportunities/const-results. Contract documents may be accessed at: www.dot.ny.gov/doing-business/opportunities/const-notices. 3. Procurement Lobbying Law. www.dot.ny.gov/main/business-center/contractors/contractors-repository/lobbylaw.pdf. NYS Finance Law restricts communication with NYSDOT personnel on procurements and contact can only be made with designated persons. Contact with non-designated persons or other involved Agencies will be considered a serious matter and may result in disqualification. Contacts are: Maria Tamarkin, Construction Letting & Award Unit, (518) 457-8403; the Assistant Director/Director, Contract Management Bureau, (518) 457-2124. Project related technical questions or comments must be submitted through the Contract Documents tab of the Department’s website at: www.dot.ny.gov/doing-business/opportunities/const-notices. 4. D/M/WBE Goals. www.dot.ny.gov/main/business-center/contractors/construction-division/construction-civil-rights/ebo. Projects may have one goal for participation by Disadvantaged Business Enterprises (DBE) when Federally funded, or two separate goals for participation by Minority Business Enterprises (MBEs) and Women’s Business Enterprises (WBE), when Non-Federally funded. If the project has (a) D/M/WBE goal(s), you must document your good faith efforts to obtain D/M/WBE participation. Solicitation of D/M/WBEs must begin prior to the submission of your bid. For projects with goals, the Pre-Award Utilization Package must be submitted to the Office of Construction within 7 calendar days after Letting, in accordance with §102-12 D/M/WBE Utilization, using the current version of NYSDOT approved Civil Rights reporting software. 5. Bonds. Statutes require that a low bidder file both a Performance Bond and a Labor and Material Bond for the full amount of the contract. Arrangements should be made with a Surety prior to submitting a bid. Failure to secure bonding could result in the loss of your bid deposit. See §103-03 Contract Bonds. 6. Bid Security. Every bid must be accompanied by a bid bond, certified check or bank cashier's check payable to the State of New York. Bid Express bids must include an electronic bid bond. Bonds must be on form CONR 391 and in the sum of 25% of the total bid. Checks must be in the amount specified in the proposal. 7. New York State Can Help You Secure Surety Bonding. The NYS Surety Bond Assistance Program (NYSBAP) provides technical and financial assistance to help New York State small business or MWBE contractors secure surety bonding. Contractors may be eligible to receive a guarantee of up to 30% to secure a surety bond line, bid bond or a performance and payment bond on State projects. Training is also available to contractors requiring technical support on how to become bond-ready. For more information visit esd.ny.gov/BusinessPrograms/BondingAssistance.html or contact Ms. Huey-Min Chuang at Empire State Development at 212-803-3238 or [email protected]. 8. Do Not Alter the Bid Proposal Unless Directed to Do So by Amendment. Unauthorized alterations could lead to your bid being declared informal. See §102-05 Proposal Submission. 9. The Contractor is responsible for ensuring that all Amendments have been incorporated into its bid. Amendments are posted at: www.dot.ny.gov/doing-business/opportunities/const-notices. 10. Bid on All Items and Sign the Bid. If it is your intent to bid "0", use the numeric symbol. Leaving blank spaces can render your bid informal. See §102-05 Proposal Submission. 11. Bids Should Be Submitted through Bid Express or in a Sealed Envelope prominently labeled “BID ENCLOSED”, addressed to NYSDOT, Contract Management Bureau, 50 Wolf Road, First Floor, Suite 1CM, Albany NY 12232 and delivered during normal business hours(Monday through Friday, 7:00 am to 4:00 pm). Clearly identify the Contractor Name, Address, Federal Identification Number, Project Number and Project Description on the envelope. The same Federal Identification number should be used on both the envelope and the Planholders List. Low bidders must have a current NYS Vendor Responsibility Questionnaire For-Profit Construction (CCA-2) on file or submit one within 10 days of receipt of the contract. Questionnaires are available at: www.dot.ny.gov/bids-and-lettings/construction-contractors/general-info. Please call (518) 457-2421 if a reasonable accommodation is needed to participate in the Letting.
D263027
00800 Per DQAB L05/07/15
Page 1 of 1
REQUIRED CONTRACT PROVISIONS D/M/WBE Utilization EEO Goals D/M/WBE Goals Form CONR 9k Electronic Bidding Federal Aid Contract Provisions Percentage Bid Items List of Additional Insured Railroad Insurance New York State Uniform Contracting Questionnaire NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.
D263027 19
GOALS FOR EQUAL EMPLOYMENT OPPORTUNITY (EEO) PARTICIPATION
00820 = 2006/2008:Proposal EI 05-005, Per Construction L01/08/09
Page 1 of 1
GOALS FOR MINORITY PARTICIPATION
COUNTY % COUNTY % COUNTY % Albany …..……………..3.2 Allegany……..…………6.3 Broome ……..………….1.1
* Bronx Cattaraugus …..………..6.3 Cayuga ………..……….2.5 Chautauqua …..………..6.3 Chemung ……..………..2.2 Chenango ……..……….1.2 Clinton ……..………….2.6 Columbia …...………….2.6 Cortland ……..………...2.5 Delaware ……..………..1.2 Dutchess ……...………..6.4 Erie ……….…..………..7.7 Essex ………...………...2.6
Franklin ……...………...2.5 Fulton ………...………..2.6 Genesee ……...………...5.9 Greene ………...……….2.6 Hamilton ……..………..2.6
Herkimer ………………2.1 Jefferson ……………….2.5
* Kings Lewis …………………..2.5 Livingston ……………..5.3 Madison ……………….3.8 Monroe ………………...5.3 Montgomery …………...3.2 Nassau …………………5.8
* New York Niagara ………………...7.7 Oneida …………………2.1 Onondaga ……………...3.8 Ontario ………………...5.3 Orange ………………..17.0 Orleans ………………...5.3 Oswego ………………..3.8 Otsego …………………1.2 Putnam ……………….22.6 * Queens Rensselaer ……………..3.2
* Richmond Rockland ……….…….22.6 St. Lawrence ….……….2.5 Saratoga ……….………3.2 Schenectady ….………..3.2 Schoharie …….………..2.6 Schuyler ……….………1.2 Seneca ……….………...5.9 Steuben …….………….1.2 Suffolk ……….………..5.8 Sullivan ……….……...17.0 Tioga ………….……….1.1 Tompkins ……….……..1.2 Ulster ………………...17.0 Warren ………………...2.6
Washington ……………2.6 Wayne …………………5.3 Westchester …………..22.6 Wyoming …...…………6.3 Yates ……...…………...5.9
* The following goal ranges are applicable to the indicated trades in the Counties
of Bronx, Kings, New York, Queens and Richmond. Electricians................................... 9.0 to 10.2 Carpenters .................................. 27.6 to 32.0 Steam fitters ............................... 12.2 to 13.5 Metal lathers............................... 24.6 to 25.6 Painters....................................... 26.0 to 28.6 Operating engineers ................... 25.6 to 26.0 Plumbers .................................... 12.0 to 14.5 Iron workers (structural) ............ 25.9 to 32.0 Elevator constructors ..................... 5.5 to 6.5
Bricklayers..................................13.4 to 15.5 Asbestos workers........................22.8 to 28.0 Roofers ...........................................6.3 to 7.5 Iron workers (ornamental) ..........22.4 to 23.0 Cement masons...........................23.0 to 27.0 Glaziers.......................................16.0 to 20.0 Plasterers ....................................15.8 to 18.0 Teamsters....................................22.0 to 22.5 Boilermakers ..............................13.0 to 15.5 All others ....................................16.4 to 17.5
GOAL FOR PARTICIPATION OF WOMEN
The last publication of a goal for the participation of women was April 7, 1978 (43 FR 14888, 14900). Pursuant to 41CFR 60-4.6, the 6.9% goal published on that date is hereby made the goal for all contracts and grant agreements, until further notice.
D26302720
GOALS FOR DISADVANTAGED/MINORITY/WOMEN’S BUSINESS ENTERPRISE (D/M/WBE) PARTICIPATION
00821 = 2006/2008:Proposal Page 1 of 1 EI 05-005, Per Construction 6/18/12 L01/08/09 Per Contracts 3/15/13
The Department has established the following utilization goal(s) for this contract, expressed as a percentage of the total contract bid amount. For clarification of Disadvantaged Business Enterprise (DBE) Utilization, Minority Business Enterprise (MBE) Utilization or Women's Business Enterprise (WBE) Utilization requirements refer to §102-12 D/M/WBE Utilization of the Standard Specifications. Disadvantaged Business Enterprise (DBE) Utilization Goal 0 % (Federal-Aid Only) Minority Business Enterprise (MBE) Utilization Goal % (Non Federal-Aid Only) Women's Business Enterprise (WBE) Utilization Goal % (Non Federal-Aid Only) Directories and/or Information related to the current certification status of Disadvantaged Business Enterprises can be obtained from the NYS Unified Certification Program website at: http://biznet.nysucp.net Direct questions concerning Disadvantaged Business Enterprise Utilization to: NYS Department of Transportation Office of Construction 50 Wolf Road Pod 51 Albany, New York 12232 (518) 457-6472 Direct questions concerning Disadvantaged Business Enterprise Certification to: NYS Department of Transportation Contract Audit Bureau DBE Certification 50 Wolf Road, 6th Floor Avenue F, 1st Street Albany, New York 12232 (518) 457-3180 Directories and/or information related to the current certification status of Minority and Women's Business Enterprises, can be obtained by contacting the: NYS Department of Economic Development Division of Minority and Women's Business Development 633Third Avenue New York, NY 10017 (212) 803-2414 email: [email protected] http://esd.ny.gov/MWBE/directorySearch.html
D263027 21
D263027
9500.9P CONR9 (09/05/13)
SUPPLEMENTAL INFORMATION AVAILABLE TO BIDDERS
The information checked in the “Digital” column on this form is available at the Contract Documents tab within the Construction Contracting section of the Business Center on the Department’s web site. The information checked in the “Inspection Only” column on this form is available at the Regional Office having jurisdiction for this project, as identified in the advertisement for bids, for inspection and review prior to the letting date. The bidder’s signature on this proposal certifies that they have made themselves aware of the availability of the information indicated below:
THERE IS NO SUPPLEMENTAL INFORMATION AVAILABLE FOR THIS CONTRACT:
INFORMATION Digital1 Inspection Only
1. Asbestos Information
a. Asbestos Blanket Variances
b. Asbestos Report █
2. CADD Information a. MicroStation DGN b. InRoads DTM and XML format c. InRoads ALG and XML format
3. Cross Sections in ADOBE PDF format
4. Quantity Information a. Quantity Work-ups – All █
b. Quantity Work-ups – Partial (specify)
5. Record Plans (D256236 AS-BUILT PLANS) █
6. Rock Cores (available for inspection only) 7. Sign Face Layouts in ADOBE PDF format 8. Stormwater Pollution Prevention Plan (SWPPP)
9. Subsurface Information a. Subsurface Exploration Logs b. Undisturbed Sample Logs c. Laboratory Test Data from Soil Samples d. Tabulated Results of Probing e. Tabulated Depth to Bedrock f. Rock Core Evaluation Logs g. Compression Test Data from Rock Samples h. Rock Outcrop Maps i. Granular Materials Resource Survey Reports j. Terrain Reconnaissance Reports
10. Subsurface Information - Other Information a. Subsurface information from outside sources
b. Source Information - Granular Material and aggregates
c. Special Subsurface Reports 11. Anticipated Construction Schedule 12. Special Reports or Other Information: a. Design Approval Document b. Wetland Compensation Report c. Survey Control Report
1 – All digital material is provided in ADOBE (pdf) format, unless noted above.
D26302722
NYSDOT Electronic Bidding - Trns•port Expedite and Bid Express
00850 1 of 2 Per EI09007 L05/7/09 3/12/12
Expedite allows bidders to receive electronic proposal bid item information from the Department's web site and Bid Express to produce an electronic bid. Bidders need to enter unit prices only in the Schedule of Items. Expedite is provided free of charge, and can be used on almost any Windows-compatible PC. It integrates with many existing electronic bid preparation software packages, and has import/export capability for use with database and spreadsheet programs. Benefits may include:
• Bid data import takes seconds allowing users of computer systems that collect item data minimal time to construct bid files from "item libraries".
• Expedite calculates item and overall bid totals on-the-fly, as estimators work through the list, and alerts estimators if an item is accidentally omitted.
• Electronic files of item bid data will be posted to the NYSDOT website to coincide with advertising and contract document sale dates.
• Amended item bid data will be posted as soon as it is available. When it is downloaded, recognition of changes are automatic.
• The Department processes electronic bids much faster then paper bids decreasing the time needed for verification.
Bid Express allows secure, encrypted bid submittal over the internet. It integrates with Expedite and includes electronic bid bond verification. Bid Express is a fee-based service. Benefits may include:
• Real-time bid submittal from any location. • No concerns about driving bids to Albany or mail services arriving after the deadline. • Ability to submit a "safety bid" early while continuing to solicit better quotes from subs and
suppliers and to overwrite the safety bid with a new bid right up to the submission deadline. • As data accumulates on Bid Express, there is the ability to search and analyze bids on prior
contracts for specific work items, by specific competitors, etc. • Able to solicit and receive quotes from subcontractors through the Small Business Network on
Bid Express. • Contractors who use Bid Express do not submit a paper bid.
First time electronic bidders should:
• Allow at least five business days to obtain a digital ID and password for bidding through Bid Express.
• Follow the procedures in "Expedite Instructions", which are posted at http://www.dot.ny.gov/bids-and-lettings/construction-contractors/electronic-bid-system
• Enter the Agency as NYSDOT. • Use the appropriate Federal-ID and firm name. Federal-ID must be in the format 12-3456789.
Joint ventures must create a new digital ID and send an authenticated copy of evidence of the authority of the agent or attorney-in-fact for the joint venturers to act on behalf of all joint venturers to the Contract Management Bureau prior to the Letting.
All electronic bidders should:
• Enter prices for all bid items in the Schedule of Items.
D263027 23
NYSDOT Electronic Bidding - Trns•port Expedite and Bid Express
00850 2 of 2 Per EI09007 L05/7/09 3/12/12
• Enter days for the B portion(s) of A + B bids on the Proposal Sites folder (if applicable). • Enter the required info in the JURAT and Disclosure of Lobbying Activity folders. • Complete the Contract Document Bid-Ability Survey (optional). • Enter the required info in the Bid Bond folder if submitting bid through Bid Express and click
Verify to verify the bid bond. • All folders should be green if submitting bid through Bid Express. Submitting a bid through Bid
Express with any red folders could lead to your bid being declared informal.
Paper Bid Documents: NYSDOT recommends and encourages contractors to bid electronically with Bid Express because of its many advantages, but contractors are not required to bid electronically. If NYSDOT receives both a Bid Express bid and a paper bid from the same contractor, the Bid Express bid will prevail.
Bidders who do not use Bid Express are encouraged to submit an electronic bid file on a disk/CD included with their paper bid. NYSDOT will not accept electronic bids on disk/CD without a paper bid. If there is any discrepancy between an electronic file and the paper bid, the paper bid will prevail.
When submitting an electronic bid file with your paper bid, include only one file per bid. The disk/CD must be labeled with the following information:
• Firm name • Letting date • D number • A statement as to whether the paper bid does or does not include any handwritten changes from
the electronic bid file. Do not mix partial printouts with differing date-time groups.
Amendments: Contractors are solely responsible for recognizing and responding to changes by amendment. If an amendment involves changes to item bid data, an amended Expedite file will be posted to the Department's website and to Bid Express. This file must be applied to your electronic bid. If there is any discrepancy in the itemized proposals published in paper and electronic formats, in either the contract pay items or quantities, the Department will evaluate the bids based only on that portion that is common to all formats. For example, if an item is missing from any format, the bids will be evaluated excluding that item and if item quantities are different in any format, the bids will be evaluated using the lowest item quantity.
Please notify the Department at 888-664-9343 or 518-485-8111 if you find any such discrepancies. However, not all amendments will involve changes to item bid data.
For assistance: • Bid Express Help Desk (888) 352-2439 or (352) 381-4888 • NYSDOT Information Technology Division Help Desk (888) 664-9343 or (518) 485-8111 • Third-party Software - Contact the vendor of the software. The Department is neither authorized
nor able to assist with any software package.
Last Update: February 2, 2012
D26302724
FHWA-1273 -- Revised May 1, 2012
REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS
I. General II. NondiscriminationIII. Nonsegregated FacilitiesIV. Davis-Bacon and Related Act ProvisionsV. Contract Work Hours and Safety Standards Act
ProvisionsVI. Subletting or Assigning the ContractVII. Safety: Accident PreventionVIII. False Statements Concerning Highway ProjectsIX. Implementation of Clean Air Act and Federal Water
Pollution Control ActX. Compliance with Governmentwide Suspension and
Debarment RequirementsXI. Certification Regarding Use of Contract Funds for
Lobbying
ATTACHMENTS
A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only)
I. GENERAL
1. Form FHWA-1273 must be physically incorporated in eachconstruction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services).
The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.
Form FHWA-1273 must be included in all Federal-aid design-build contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider.
Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract).
2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract.
3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA.
4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors.
II. NONDISCRIMINATION
The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts.
In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3.
Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633.
The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements.
1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 1 of 11
D263027 25
this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO:
a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract.
b. The contractor will accept as its operating policy the following statement:
"It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-the-job training."
2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so.
3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum:
a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer.
b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor.
c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women.
d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees.
e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means.
4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived.
a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration.
b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions.
c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees.
5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed:
a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel.
b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices.
c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons.
d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal.
6. Training and Promotion:
a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 2 of 11
D26302726
applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved.
b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistancein accordance with 23 U.S.C. 140(a).
c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each.
d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion.
7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below:
a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment.
b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability.
c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information.
d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency.
8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar
with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship.
9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract.
a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under thiscontract.
b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations.
10. Assurance Required by 49 CFR 26.13(b):
a. The requirements of 49 CFR Part 26 and the State -approved DBE program are incorporated by
reference.
b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agencydeems appropriate.
11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA.
a. The records kept by the contractor shall document the following:
(1) The number and work hours of minority and non-minority group members and women employed in each work classification on the project;
(2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and
(3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women;
b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 3 of 11
D263027 27
will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July.
III. NONSEGREGATED FACILITIES
This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more.
The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes.
IV. DAVIS-BACON AND RELATED ACT PROVISIONS
This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects.
The following provisions are from the U.S. Department of
FHWA-1273 format and FHWA program requirements.
1. Minimum wages
a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics.
Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions
of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH 1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.
b.(1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met:
(i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and
(ii) The classification is utilized in the area by the construction industry; and
(iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination.
(2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary.
(3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 4 of 11
D26302728
will notify the contracting officer within the 30-day period that additional time is necessary.
(4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification.
c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof.
d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program.
2. Withholding
The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, orhelper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased.
3. Payrolls and basic records
a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-
Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs.
b.(1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH 347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency..
(2) Each payroll submitted shall be accompanied by a
subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following:
(i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete;
(ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3;
(iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract.
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 5 of 11
D263027 29
(3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH 347 shall satisfy the requirement for submission of the
this section.
(4) The falsification of any of the above certifications maysubject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code.
c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12.
4. Apprentices and trainees
a. Apprentices (programs of the USDOL).
Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice.
The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed.
Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly
rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination.
In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved.
b. Trainees (programs of the USDOL).
Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration.
The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration.
Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed.
In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.
c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30.
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 6 of 11
D26302730
d. Apprentices and Trainees (programs of the U.S. DOT).
Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program.
5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract.
6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require thesubcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5.
7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12.
8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract.
9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives.
10. Certification of eligibility.
a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1).
c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001.
V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT
The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards.
1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek.
2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section.
3. Withholding for unpaid wages and liquidated damages.The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section.
4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.)through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section.
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 7 of 11
D263027 31
VI. SUBLETTING OR ASSIGNING THE CONTRACT
This provision is applicable to all Federal-aid construction contracts on the National Highway System.
1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the totaloriginal contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116).
a. Theto workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions:
(1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees;
(2) the prime contractor remains responsible for the quality of the work of the leased employees;
(3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and
(4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements.
b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract.
2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions.
3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract.
4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is
evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract.
5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements.
VII. SAFETY: ACCIDENT PREVENTION
T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts.
1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract.
2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704).
3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704).
VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS
T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts.
In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal-aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project:
18 U.S.C. 1020 reads as follows:
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 8 of 11
D26302732
"Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or
Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or
Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented;
Shall be fined under this title or imprisoned not more than 5 years or both."
IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT
This provision is applicable to all Federal-aid construction contracts and to all related subcontracts.
By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows:
1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act.
2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements.
X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION
This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more as defined in 2 CFR Parts 180 and 1200.
1. Instructions for Certification First Tier Participants:
a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below.
b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this
covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction.
c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default.
d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances.
e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200.
grantee or subgrantee of Federal funds and a participant (such
the participant who has entered into a covered transaction with a grantee or subgrantee of Federal
covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).
f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction.
g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.
h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 9 of 11
D263027 33
i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default.
* * * * *
2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion First Tier Participants:
a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded fromparticipating in covered transactions by any Federal department or agency;
(2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and
(4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.
b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
2. Instructions for Certification - Lower Tier Participants:
(Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200)
a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below.
b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which
this transaction originated may pursue available remedies, including suspension and/or debarment.
c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances.
d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations.refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the
refers to any covered transaction under a First Tier Covered
refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds
covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers).
e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated.
f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold.
g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration.
h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings.
i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 10 of 11
D26302734
department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment.
* * * * *
Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants:
1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating incovered transactions by any Federal department or agency.
2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.
* * * * *
XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING
This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20).
1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that:
a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.
b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions.
2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.
3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly.
REQUIRED CONTRACT PROVISIONS FOR FEDERAL AID CONTRACTS
00860 L09/06/12Page 11 of 11
D263027 35
LIST OF ADDITIONAL INSURED PARTIES
FOR WHICH THE CONTRACTOR MUST PROVIDE COVERAGE
P.I.N. 95009P
To comply with Standard Specification 107-06.B.2, the following is a list of additional
insured parties for which the contractor must provide coverage.
State of New York/New York State Department of Transportation
Broome County
Town of Kirkwood
Utilities:
NYSEG
Verizon
Coverage must also be provided for any consultant inspecting engineer or inspector (and
their agents) working for or on the project.
D26302736
01100 1 of 1 Per Contracts L01/10/13 DQAB 6/5/09 Contracts 9/28/11, 8/30/12
New York State Uniform Contracting Questionnaire (CCA-2)
In accordance with §103-01 of the Standard Specifications, the NYS Department of Transportation requires that a review of a firm's responsibility be performed prior to the award of a contract or approval of a subcontract. A New York State Uniform Contracting Questionnaire (CCA-2) is the primary tool used to perform this review. A completed CCA-2 must be on file with NYSDOT to be considered for the award of a contract or for the approval of a subcontract. An approved CCA-2 covers NYSDOT work for 12 months from date of receipt. Any low bidder who does not have a completed CCA-2 on file within ten days of receipt of a contract for execution may be subject to the forfeiture of the amount of the bid deposit pursuant to §103-02 of the Standard Specifications. There are three CCA-2 options available on the NYSDOT website https://www.dot.ny.gov/bids-and-lettings/construction-contractors/general-info: online filing (VendRep), a Rich Text fillable form, and an Adobe Acrobat fillable form. No previous versions of the form will be accepted. If a firm chooses to file online at http://osc.state.ny.us/vendrep/popups/vendor_construction.htm (site of the Office of the New York State Comptroller’s VendRep repository), please note that the online VendRep System is only a repository of information with the Office of the State Comptroller (OSC). Although there is a certification completed in VendRep, it is only an electronic signature. This certification does NOT mean the CCA-2 has been reviewed and approved by any Agency. The firm must notify [email protected] by sending an e-mail stating that the online filing has been completed. This notification will initiate the review process. The firm cannot begin work for NYSDOT until a responsibility determination has been made by the Contract Management Bureau. If choosing one of the other options, a firm must print out and MAIL its original, notarized CCA-2 to NYSDOT’s Contract Management Bureau. Whichever format is used, all Attachments must be completed. A firm may use its own spreadsheets, but must provide all of the information requested. Either of the following may be substituted for an Attachment C: the firm’s corporate balance sheet (including any Accountant’s Notes or Reports referenced), or a copy of the Schedule L filed with its IRS Form 1120. Once all of the completed paperwork has been received, the approval process will begin. All responsibility checks must be completed by NYSDOT before a firm is approved to begin work. Questions regarding the CCA-2 may be directed to the Contract Management Bureau, Vendor Responsibility Unit at (518) 457-1564.
D263027 37
03400 Per DQAB L09/04/14
Page 1 of 1
SPECIAL NOTES Location Maps Landscape Development Notes R.O.W. Thruway Canal Funding Asphalt and Fuel Price Adjustments Specialty Items Other Special Notes Other Project Special Notes NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.
D26302738
SPECIAL NOTE TEMPORARY LANE CLOSURE RESTRICTIONS FOR MAJOR HOLIDAYS
(2015, 2016 & 2017)
03401h Page 1 of 1
L09/01/15
There shall be no temporary lane closures on roadway facilities owned and/or maintained by NYSDOT on the major holidays listed below. Exceptions can only be made under the following conditions:
Emergency work
Work within long-term stationary lane closures
Safety work that does not adversely impact traffic mobility and has been authorized by the Office of Traffic Safety & Mobility
Construction activities that will result in temporary lane closures shall be suspended to minimize travel delays associated with road work for major holidays as follows: 2015 Independence Day - Saturday, July 4. Beginning 6:00 AM Friday, July 3 and ending 6:00 AM Monday, July 6. Labor Day - Monday, September 7. Beginning 6:00 AM Friday, September 4 and ending 6:00 AM Tuesday September 8. Thanksgiving Day - Thursday, November 26. Beginning 6:00 AM Wednesday, November 25 and ending 6:00 AM Monday, November 30. Christmas Day - Friday, December 25. Beginning 6:00 AM Thursday, December 24 and ending 6:00 AM Monday, December 28. 2016 New Years Day - Friday January 1. Beginning 6:00 AM Thursday, December 31 and ending 6:00 AM Monday, January 4. Memorial Day - Monday May 30. Beginning 6:00 AM Friday, May 27 and ending 6:00 AM Tuesday, May 31. Independence Day - Monday July 4. Beginning 6:00 AM Friday, July 1 and ending 6:00 AM Tuesday, July 5. Labor Day - Monday, September 5. Beginning 6:00 AM Friday, September 2 and ending 6:00 AM Tuesday, September 6. Thanksgiving Day - Thursday, November 24. Beginning 6:00 AM Wednesday, November 23 and ending 6:00 AM Monday, November 28. Christmas Day - Sunday, December 25. Beginning 6:00 AM Friday, December 23 and ending 6:00 AM Monday, December 26. 2017 New Years Day - Sunday January 1. Beginning 6:00 AM Friday, December 30 and ending 6:00 AM Monday, January 2. Memorial Day - Monday May 29. Beginning 6:00 AM Friday, May 26 and ending 6:00 AM Tuesday, May 30. Independence Day - Tuesday July 4. Beginning 6:00 AM Friday, June 30 and ending 6:00 AM Wednesday, July 5. Labor Day - Monday, September 4. Beginning 6:00 AM Friday, September 1 and ending 6:00 AM Tuesday, September 5. Thanksgiving Day - Thursday, November 23. Beginning 6:00 AM Wednesday, November 22 and ending 6:00 AM Monday, November 27. Christmas Day - Monday, December 25. Beginning 6:00 AM Friday, December 22 and ending 6:00 AM Tuesday, December 26.
D263027 39
SPECIAL NOTE - Special Specification Pay Item Numbers
03402-Special Specs 1 of 1 EB04-006 L01/08/09
The contractor’s attention is directed to the special specification pay item formats used in this contract. Special specification pay items may be presented in three different formats: Format 1. Pay items for a special specification will have five digits to the left of the decimal
point and up to six digits to the right of the decimal point. The two left-most digits represent the origin of the specification. Reference Standard Specification §101-02 Specifications.
Format 2. Pay items for a special specification will have three digits to the left of the
decimal point and up to eight digits to the right of the decimal. Spaces may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.
Format 3. Pay items for a special specification will have three digits to the left of the
decimal point and up to eight digits to the right of the decimal. Dashes may appear in the third to sixth places after the decimal. The 7th and 8th digits to the right of the decimal will represent the origin of the specification.
Where items in this contract appear in multiple formats, the formats shall be equated to each other as illustrated below: Format 1 Format 2 Format 3 xxxxx.xx xxx.xx xx xxx.xx----xx xxxxx.xxxx xxx.xxxx xx xxx.xxxx--xx xxxxx.xxxxxx xxx.xxxxxxxx xxx.xxxxxxxx
D26302740
SPECIAL NOTES
GREEN CONSTRUCTION REQUIREMENTS
03411=Special Notes Page 1 of 3 EI 09-009 L09/03/09
ULTRA LOW SULFUR DIESEL FUEL
In order to reduce diesel emissions, the Contractor shall use Ultra Low Sulfur Diesel (ULSD) fuel to operate all diesel engines used to complete the work that will operate for 10 hours or more on the contract site. ULSD fuel requirements shall apply to:
• All diesel engines/equipment.
• Stationary and mobile equipment.
• Owned, leased and rented equipment. The hours the piece of equipment is used to complete the work is defined as the actual time the engine is running. The time may be continuous or discontinuous and includes warm-up periods idling, in traffic periods, etc. The term “Contractor” is intended to mean both Prime Contractors and Subcontractors. Materials delivery vehicles not owned by the Contactor/Subcontractor are exempt from this requirement, but should minimize idling time at construction sites when ever possible. The Contractor will be notified when any diesel powered construction equipment is in non-compliance. Non-compliance shall be corrected within a 24-hour period.
D263027 41
SPECIAL NOTES
GREEN CONSTRUCTION REQUIREMENTS
03411=Special Notes Page 2 of 3 EI 09-009 L09/03/09
CONTROLLING EXPOSURE TO DIESEL EXHAUST
The Contractor shall exercise measures to protect “Sensitive Receptors” from the impacts of diesel exhaust fumes. Sensitive Receptors include, but are not limited to: hospitals, schools, daycare facilities, building fresh air or ventilation intakes, elderly housing or convalescent facilities. The Contractor shall ensure that diesel powered engines are located away from building air conditioners and windows. The goal is to minimize exposure of Sensitive Receptors in close proximity to diesel exhaust, in terms of both concentration and time. In general, close proximity is defined as within 15 meters of a Sensitive Receptor. Mitigation techniques include positioning stationary equipment exhausts greater than 15 meters from Sensitive Receptors, extension of equipment exhausts through the use of flexible tubing; protecting building air intakes; and the use of moving operations. Idling time for diesel powered equipment shall be limited to three consecutive minutes for delivery and dump trucks and all other diesel powered equipment except as follows:
• When a “mobile source” (vehicle) is forced to remain motionless because of traffic conditions or
mechanical difficulties over which the operator has no control. • When it is necessary to operate a loading, unloading or processing device. • When the outdoor temperature is less than - 3°C (27°F). • When the “mobile source” is being repaired.
Arrow panels and portable variable message signs shall be solar powered wherever possible or practical.
Whenever possible and practicable, the Contractor shall establish staging areas for diesel powered vehicles waiting to load or unload materials at the work site. Such areas shall be located where diesel emissions have the least impact on Sensitive Receptors and the general public.
D26302742
SPECIAL NOTES
GREEN CONSTRUCTION REQUIREMENTS
03411=Special Notes Page 3 of 3 EI 09-009 L09/03/09
DUST CONTROL
The Contractor shall minimize dust from disturbed soil surfaces or other materials that can cause off-site damage, health hazards and traffic safety problems. Dusty conditions resulting from the Contractor's operations shall be corrected at no additional cost to the State. Buffer areas of vegetation should be left where practical. Water quality shall be considered when selecting materials for dust control. An approved dust palliative may be used in conformance with applicable conditions placed on its use. A list of acceptable dust palliatives is available at: www.nysdot.gov/divisions/engineering/technical-services/geotechnical-engineering-bureau/dust-palliatives . For areas not subject to traffic, products and materials may be applied or placed on soil surfaces to prevent airborne migration of soil particles, including:
• Vegetative Cover –provides the most practical method of dust control. • Mulch (including rolled erosion control products) –provides a fast, effective method of dust control. • Spray Adhesives –Generally composed of polymers in a liquid or solid form mixed with water to form an
emulsion that is sprayed on the soil surface. The mixing ratios and application rates will be in accordance with the manufacturer’s recommendations for the specific soils on the site. Adhesives shall not be applied to wet soils or if there is a probability of precipitation within 48 hours.
For areas subject to traffic (traveling public or construction traffic) products and materials may be applied or placed on soil surfaces to prevent airborne migration of soil particles, including:
• Water Sprinkling – The site may be sprayed with water until the surface is wet. This is especially effective on haul roads and access routes.
• Polymer Additives –Polymers shall be mixed with water and applied to the driving surface using mixing
ratios and application rates in accordance with the manufacturer’s recommendations. No application of the polymer will be made if there is a probability of precipitation within 48 hours of its proposed use. Any polymers must be used in accordance with the NYSDEC issued “Conditions for Use” and “Application Instructions.” This information can be obtained from the NYSDEC website.
• Barriers – Woven geotextiles or stone can be placed on the driving surface to effectively reduce dust throw
and particle migration on haul roads. • Windbreak – A silt fence or similar barrier can control air currents at horizontal intervals equal to ten times
the barrier height. Preserve existing vegetation that acts as a wind barrier as much as practical. • Wheel Washing – Mechanical or manual wet-method cleaning of on-road construction vehicle tires prior to
leaving site.
D263027 43
SPECIAL NOTE Diesel Emission Reduction Act (DERA) Regulatory Compliance
03412=Special Note Page 1 of 1 EI10-007 L09/02/10
All Department Contractors and Subcontractors are made aware that Environmental Conservation Law (ECL) 19-0323 and New York State Department of Environmental Conservation (NYSDEC) regulation 6 NYCRR Part 248 Use of Ultra Low Sulfur Diesel (ULSD) Fuel and Best Available Retrofit Technology (BART) for Heavy Duty Vehicles requires 100% compliance beginning in 2010 for regulated heavy duty diesel vehicles working on all State awarded contracts. DERA is a requirement of ECL, not a contractual requirement of NYSDOT. NYSDEC is responsible for regulatory enforcement. NYSDOT is responsible for annual Regulatory Entity reporting. All Department Contractors and Subcontractors shall make determinations of regulatory applicability for vehicles in inventory used on active Department contracts beginning January 1st of every year. These determinations shall be based on the definition of Heavy Duty Vehicle (HDV) including on and off road diesel vehicles having gross vehicle weights in excess of 8,500 pounds, excluding vehicles that are exempt as defined in 6 NYCRR 248-1.1(b)(14). Contractors and Subcontractors shall also quantify ULSD fuel used by regulated vehicles beginning with active contract work January 1st of every year. An electronic copy of 6NYCRR Part 248 can be accessed at www.dec.ny.gov/regulations/56222.html. Electronic copies of the Regulated Entity Vehicle Inventory Form and the Regulated Entity and Contractors Annual Report Form can be accessed under Part 248 Use of Ultra Low Sulfur Diesel Fuel and Best Available Retrofit Technology for Heavy Duty Vehicles at the following link: www.dec.ny.gov/chemical/4754.html. DERA annual reporting by Department Contractors and Subcontractors shall be submitted to NYSDOT by April 1st of every year (all 2010 information to NYSDOT by April 1, 2011, all 2011 information to NYSDOT by April 1, 2012, etc.). Beginning in 2011the following numbered 2010 information shall be submitted: 1. Contact information including firm name, contact person, phone number and e-mail 2. Annual total quantity of ULSD fuel used by covered vehicles on NYSDOT contracts 3. Annual fleet information for covered vehicles on NYSDOT contracts as provided in the following
table:
-Number of on-road HDVs as defined in 248-1.1(b)(14) of 6NYCRR Part 248 -Number of off-road HDVs as defined in 248-1.1(b)(14) of 6NYCRR Part 248 -Number of bi-fuel HDVs as defined in 248-1.1(b)(3) of NYCRR Part 248 -Number of inventoried HDVs retired from your fleet prior to end of reporting year and not replaced -Number of Alternative-fuel vehicles as defined in 248-1.1(b)(2) of NYCRR Part 248 -Number of HDVs that have been repowered/replaced with 2007 USEPA Diesel certified engines -Number of HDVs that have been retrofitted with a USEPA or CARB approved device prior to 2/12/07 -Total number of regulated vehicles subject to BART requirements -Total number of regulated vehicles with a BART device -Number of NYSDEC approved waiver HDVs -Total number of compliant vehicles -Percentage of fleet meeting BART requirements as per 248-3.1(e) of 6NYCRR Part 248
Electronic mail submissions to [email protected].
D26302744
SPECIAL NOTE ANCHORING MATERIALS - CHEMICAL CURING
03420=2006:586 Page 1 of 1 EI 08-012 L09/04/08
SPECIAL NOTE
Due to safety concerns, the use of §701-07 Anchoring Materials – Chemical Curing, will not be allowed in any overhead applications or where sustained tensile loads will exist. This requirement includes but is not limited to direct overhead installations such as utilities to undersides of bridge decks and overhead protective screening. When such work is required, alternative anchoring methods or materials like mechanical anchors or cementitious grouting operations, must be used in these locations. Use of alternate materials or methods not previously approved shall require approval of the Deputy Chief Engineer Structures (DCES). Further, use of §701-07 Anchoring Materials – Chemical Curing will not be allowed in any horizontal or vertical applications where failure would result in risk or injury to the public. Applications where only cementitious grouts shall be required include but are not limited to decorative railings, pedestrian fence, and screening. Bridge railing installations shall only use §701-05 Concrete Grout Materials as presently required by specifications. Substitution of §701-07 Anchoring Materials – Chemical Curing shall not be allowed for bridge railing installations. Use of §701-07 Anchoring Materials – Chemical Curing, may be allowed for temporary applications, and when specified, shall be designed and stamped by a PE. Temporary items anchored using §701-07 Anchoring Materials – Chemical Curing shall be rendered inoperable upon completion of their use on a project.
D263027 45
ASPHALT PRICE ADJUSTMENT
03500=US Customary Units Page 1 of 2 EB 07-019 L 09/06/07 12/19/12
ASPHALT PRICE ADJUSTMENT CONVERSION FACTORS
MATERIAL DESCRIPTION CONVERSION FACTOR * ITEM NUMBER
Bituminous Stabilized Course 0.065 t PGB/yd³ 302.01, .0102
Asphalt Treated Permeable Base Type 1 0.030 t PGB/t 402.010901
Asphalt Treated Permeable Base Type 2 0.035 t PGB/t 402.011901
True and Leveling See Note 5 402.017901, 402.018901
Shim Course 0.0825 t PGB/t 402.058901
Type 10FX Top 0.055 t PGB/t 402.200401 RR
6.3 SUPERPAVE HMA 0.067 t PGB/t 402.067x01 RR
9.5 SUPERPAVE HMA 0.062 t PGB/t 402.09xx01, 402.09xx01 RR
12.5 SUPERPAVE HMA 0.055 t PGB/t 402.12xx01, 402.12xx01 RR
19 SUPERPAVE HMA 0.049 t PGB/t 402.19xx01
25 SUPERPAVE HMA 0.045 t PGB/t 402.25xx01
37.5 SUPERPAVE HMA 0.040 t PGB/t 402.37xx01
Asphaltic Sealants (ASTM 6690) 0.00272 t PGB/gal 402.75XX RR
Paver Placed Surface Treatment Types A, B and C 0.0013 t PGB/yd² 402.918x02 RR, 402.928x02 RR,
402.938x02 RR
Tack Coat (Asphalt Emulsion) 0.0012 t PGB/gal 407.01 RR
Bituminous Material (Pavement, Shoulders) 0.0025 t PGB/gal 410.07
Micro-Surfacing, Type II 0.090 t PGB/t 410.102102 RR
Micro-Surfacing, Type III and Rut Filling 0.075 t PGB/t 410.103102 RR, .104102 RR
Quick-Set Slurry, Type II 0.115 t PGB/t 410.202302 RR
Quick-Set Slurry, Type III 0.100 t PGB/t 410.203302 RR
Asphalt Sidewalks, Driveways See Note 5 608.02xx RR
Miscellaneous Asphalt 702-07 0.0040t PGB/gal 618.07
Asphalt Emulsion 702-3001 0.0021t PGB/gal 618.3001, 407.02 RR
Asphalt Emulsion 702-3101, 702-3102 0.0024t PGB/gal 618.3101, 618.3102
Asphalt Emulsion 702-3201, 702-3301, 702-3401, 702-3402 0.0025t PGB/gal 618.3201, 618.3301, 618.3401,
618.3402
Asphalt Emulsion 702-3501, 702-3601 0.0022t PGB/gal 618.3501, 618.3601
Cationic Asphalt Emulsion 702-4001 0.0023t PGB/gal 618.4001, 407.02 RR
D26302746
ASPHALT PRICE ADJUSTMENT
03500=US Customary Units Page 2 of 2 EB 07-019 L 09/06/07 12/19/12
Cationic Asphalt Emulsion 702-4101, 702-4201, 702-4301 0.0025 t PGB/gal 618.4101, 618.4201, 618.4301
Cationic Asphalt Emulsion 702-4401, 702-4501 0.0022 t PGB/gal 618.4401, 618.4501
Notes: 1. In accordance with Standard Specification §698-3.01, the index value for the asphalt price
adjustment is the average posted price of Performance Graded Binder (PGB) for the month of bid letting.
2. A two digit suffix (RR) at the end of a contract pay item indicates a special specification. 3. Quality Adjustment Items (402/608) are not eligible for fuel or asphalt price adjustment. 4. The conversion factors for HMA mixed with slag shall be increased by 25%. 5. The conversion factor for True & Leveling, Driveways, or other items that allow mix options
will be based on the actual mixtures used. * Item Number: This is the contract pay item number under which these materials are most frequently paid. Unless indicated otherwise, materials similar to those indicated under the column entitled “Material Description” are also eligible for adjustment using the factor listed for a similar material with the same pay units regardless of the actual contract pay item number. Contact the Regional Materials Engineer with any questions regarding applicability of contract pay items that are not listed.
D263027 47
FUEL PRICE ADJUSTMENT
03510=US Customary Units Page 1 of 1 EB 07-019 L 09/06/07
FUEL PRICE ADJUSTMENT USAGE FACTORS
MATERIAL DESCRIPTION USAGE FACTOR * ITEM NUMBER
Excavation & Embankment 0.45 gal/yd3 203.05, 203.06, 203.07, 203.08, 203.20, 203.21 and 203.25
Excavation 0.35 gal/yd3 203.02 Embankment 0.10 gal/yd3 203.03 Controlled Low Strength Material 1.00 gal/yd3 204.01, 204.02 Structure/Trench/Culvert Excavation 0.50 gal/yd3 206.01, 206.02, and 206.04 Bituminous Stabilized Course 1.40 gal/yd3 302.01 Subbase Course 1.00 gal/yd3 All 304 Items Hot Mix Asphalt 2.50 gal/ton 402 Items and 608.02xx RR Production Cold Milling 0.10 gal/yd2 All 490 Items Portland Cement Concrete Pavement 1.00 gal/yd3 502 Items Footing Concrete & Concrete for Structures - All classes(A, F, G, HP, etc.) 1.00 gal/yd3 555.xx
Approach Slabs and Structural Slabs with bottom formwork 0.25 gal/yd2 557.xx
Structural Slabs - no bottom formwork 0.15 gal/yd2 557.xx Class D Concrete 0.05 gal/yd2 557.13 Topsoil 0.10 gal/yd3 613.02, 613.03 Notes: 1. In accordance with Standard Specification §698-3.02, the index value for the fuel price adjustment is the average posted price for the month of bid letting. 2. Quality Adjustment Items (402/502/608) are not eligible for fuel price adjustment. * Item Number: This is the contract pay item number under which these materials are most frequently paid. Unless indicated otherwise, materials similar to those indicated under the column entitled “Material Description” are also eligible for adjustment using the factor listed for a similar material with the same pay units regardless of the actual contract pay item number. Contact the Regional Materials Engineer with any questions regarding applicability of contract pay items that are not listed.
D26302748
D263027
9500.9P 8/20/2015
SPECIAL NOTES RELATIONSHIP BETWEEN THE BUILDING CONSTRUCTION CONTRACTOR AND OTHER PRIME CONTRACTORS This building is to be constructed under more than one contract. In addition to the Building Construction contract (D263026), there will be four other prime contracts for the following types of work: Site Work (D263025) Plumbing Construction (D263027) Heating, Ventilating, and Air Conditioning Construction (D263028) Electrical Construction (D263029) Therefore, each Contractor will not have exclusive occupancy of the territory within or adjacent to the building site. The Building Construction Contractor and the other Prime Contractors will be required to coordinate their work schedules to ensure the orderly and timely progression of the work. Their respective operations shall be arranged and conducted so that delays will be avoided and the work will be performed in an efficient and workmanlike manner.
A. The Building Construction Contractor and the other Prime Contractors shall prepare a Work Plan as hereinafter described, for the express purpose of providing a means for the Engineer to coordinate and monitor the activities of all Contractors.
1. As soon as possible after the opening of bids, the Department shall schedule a pre-award conference with all of the Contractors for the purpose of discussing their work schedules and establishing a Work Plan that is acceptable to all Contractors. The Work Plan shall be a coordinated progress schedule, in graphic format to a suitable scale. It shall include the time of performance and completion date for each significant activity. After the Building Construction Contractor and the other Prime Contractors have developed a Work Plan that is agreeable to all Contractors, the Building Construction Contractor will furnish the Department with six copies signed by all the Contractors. If such a Work Plan is not submitted within twenty-five (25) days of the bid opening, the Department reserves the right to establish a reasonable Work Plan which will be binding on all the Contractors, or to reject all bids.
2. The Building Construction Contractor shall progress his own activities so as to permit all Contractors to complete their work in accordance with the Work Plan. Each Contractor shall notify the Engineer when he completes each significant activity. The Engineer shall inspect such work, and if it is satisfactory, he shall document this fact, and advise the Contractors. If a Contractor’s work is not completed to the satisfaction of the Engineer, the Contractor shall perform any additional work required to allow the next contract activity to start. Should the Work Plan become obsolete, the Engineer shall notify the Building Construction Contractor to meet with the other Prime Contractors in order that they provide an acceptable, updated schedule.
B. The State cannot guarantee the responsibility, efficiency, unimpeded operations or
performance of any Contractor. The State shall not be held responsible or be in any way
D263027 49
D263027
9500.9P 8/20/2015
liable for damages or delays caused to any Contractor in the performance of his work, by reason of another Contractor’s acts or omissions, or by reason of another Contractors default in performance. Any affected Contractor shall look to the offending Contractor or Contractors in order to recover any resulting damages caused thereby, and the State shall be held harmless from any liability arising by reason of such delays, acts, omissions, or default.
C. Liquidated damages shall be assessed for each calendar day that any work shall remain uncompleted after the completion date provided for all contracts, provide that due account shall be taken of any extension of time granted by the Commissioner of Transportation. The liquidated damages for each Contractor will be established at the daily rate listed in Table 108-1 of Section 108-03 of the Standard Specifications. In addition to liquidated damages, Engineering Charges shall be assessed as provided for in Section 102-12 of the Specifications. The number of days of liquidated damages and engineering charges levied against each Contractor will be dependent upon how much late completion of that Contractor’s activities contributes to the total delay in completing the contract.
D. No separate payment will be made for any of the work required in this Special Note. The cost of such work shall be included in the price bid for the various items of the respective contracts.
D26302750
D263027
9500.9P 8/20/2015
SPECIAL NOTES
COORDINATION BETWEEN CONSTRUCTION CONTRACT DOCUMENTS The construction of the Gateway Rest Area facilities will consist of five (5) separate contract document packages. It is the responsibility of each Prime Contractor to be familiar with, and have a general working knowledge of. The other contract plans and specifications. Any lack of knowledge or understanding of work of the other contracts will not be the basis for any change order or change of scope. In addition, all provisions of Section 100 GENERAL PROVISIONS of the NYSDOT Standard Specifications, dated May 1, 2008, as amended, apply to the work of each contract. Included in the table below is a summary of the prime contracts:
Contract No.
Contract Description “D” Number PIN
1 Site Work D263025 9500.9S
2 Building Construction D263026 9500.9B
3 General Plumbing Construction D263027 9500.9P
4 General HVAC Construction D263028 9500.9H
5 General Electrical Construction D263029 9500.9E
D263027 51
03750 Per DQAB L05/07/09
Page 1 of 1
SPECIAL SPECIFICATIONS NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.
D26302752
ITEM 690.0100NN05 - SPECIALTY WORK (GENERAL) ITEM 690.0200NN05 - SPECIALTY WORK (PLUMBING AND GAS) ITEM 690.0300NN05 - SPECIALTY WORK (HVAC) ITEM 690.0400NN05 - SPECIALTY WORK (ELECTRICAL)
8/6/98 M 3/12/99
Page 1 of 2
DESCRIPTION: Under this item, the Contractor shall furnish all labor, equipment, and materials necessary for the construction, reconstruction, repair, or demolition of the facilities described in the contract documents, complete in accordance with the specifications and in a manner satisfactory to the Engineer. This item is intended to separate each area of specialty work into its own payment unit. All specialty work required is to be included under this item, unless the general work has been included in a larger prime contract, in which case the payment for the general work will be made in accordance with the provisions stated in the prime contract documents. MATERIALS: All materials shall meet the requirements specified in the contract documents. When materials substitutions are permitted, they shall be subject to review and approval by the Engineer and representatives of the owning and/or maintaining agency or agencies. BASIS OF ACCEPTANCE: Materials required to conform to established Department specifications shall be accepted in accordance with those specifications. Materials which do not fall into the above category shall be accepted based on the manufacturer’s certification that the material supplied meets the requirements stated in the contract documents. The contractor shall supply the Engineer with catalog cuts for products which require his approval a minimum of two weeks prior to the proposed installation date. All materials supplied shall bear the manufacturer’s identifying markings in order to positively identify products approved for use. CONSTRUCTION DETAILS: Construction details shall conform to the requirements specified in the contract documents, the manufacturer’s recommendations, and as ordered by the Engineer. Any Contractor performing work on the project will be required to coordinate his/her operations with those of other Contractors to ensure orderly and timely progression of the work.
D263027 53
ITEM 690.0100NN05 - SPECIALTY WORK (GENERAL) ITEM 690.0200NN05 - SPECIALTY WORK (PLUMBING AND GAS) ITEM 690.0300NN05 - SPECIALTY WORK (HVAC) ITEM 690.0400NN05 - SPECIALTY WORK (ELECTRICAL)
8/6/98 M 3/12/99
Page 2 of 2
METHOD OF MEASUREMENT: Payment will be made on a lump sum basis. BASIS OF PAYMENT: The lump sum price bid shall include the cost of furnishing all labor, equipment, and materials necessary to furnish, deliver, install, and prepare for placement into service, the facilities described in the contract documents. Progress payments will be made, in proportion to the total amount bid, for work completed to the satisfaction of the Engineer. The Engineer shall have the right to revise this amount at any time to reflect his judgment of the value of the work performed in relation to the total work required. Serialization shall be as described in the contract documents.
D26302754
CONTRACT NO. 3
PLUMBING
INDEX OF TECHNICAL SPECIFICATIONS
DIVISION 01 – GENERAL REQUIREMENTS
Section Number and Title
011000 SUMMARY OF THE WORK
013000 ADMINISTRATIVE REQUIREMENTS
013110 SCHEDULE PAYMENTS
013119 PROJECT MEETINGS
013300 SUBMITTALS
015000 CONSTRUCTION FACILITIES TEMPORARY CONTROLS
015123 CONSTRUCTION HEAT- TEMPORARY HEAT
017329 REMOVALS CUTTING AND PATCHING
017716 CONTRACT CLOSEOUT
019113 GENERAL COMMISSIONING REQUIREMENTS
DIVISION 06 – WOODS, PLASTICS, AND COMPOSITES
Section Number and Title
066000 SOLID PLASTIC FABRICATIONS
DIVISION 07 – THERMAL AND MOISTURE PROTECTION
Section Number and Title
078400 FIRESTOPPING CONSTRUCTION
079200 JOINT SEALERS
DIVISION 09 – FINISHES
Section Number and Title
099103 MECHANICAL PAINTING
DIVISION 22 – PLUMBING
Section Number and Title
220523 VALVES
220529 PIPE HANGERS AND SUPPORTS
220553 PIPE AND VALVE IDENTIFICATION
220576 DRAINAGE ACCESSORIES
220577 FLOOR AND AREA DRAINS
220700 PIPING INSULATION
220800 CLEANING AND TESTING
D263027 55
221100 PLUMBING AND PIPING
221116 VACUUM BREAKERS
221119 WATER SUPPLY ACCESSORIES
221120 MIXING VALVES
221121 METERING VALVES
221123 PUMPS
221429 SUMP PUMP, SUBMERSIBLE
224200 PLUMBING FIXTURES
DIVISION 26 – ELECTRICAL
Section Number and Title
260221 MOTORS AND MOTOR CONTROLS
260523 WIRING FOR MOTORS AND MOTOR CONTROLLERS EACH CONTRACT
REQUIRING CONTROL WIRING
DIVISION 33 – UTILITIES
Section Number and Title
333104 PLASTIC DRAINAGE PIPE
333925 COMPOSTING SYSTEM
END
D26302756
D263027
Printed 08/20/2015 011000 - 1 PIN 9500.9P
SECTION 011000
SUMMARY OF THE WORK
PART 1 GENERAL
1.01 WORK COVERED BY CONTRACT DOCUMENTS
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and
other Division 1 Specification Sections, apply to this section.
1.02 RELATED CONTRACTS
A. The project consists of replacing the wastewater treatment plant at the Gateway
Rest Area and related site and building work. The Gateway Rest Area is located
in the Town of Kirkwood, Broome County, New York. The project is being
done by the New York State Department of Transportation. Drawings and
specifications are dated July 2015. The Project consists of the following
separate contracts:
Site Work Project No. –9500.9S
Building Work Project No. –9500.9B
Plumbing Work Project No. –9500.9P
HVAC Work Project No. –9500.9H
Electrical Work Project No. –9500.9E
B. The suffix letter at the end of the project number distinguishes the separate
Contracts. The Sections in Division 01 of the Specifications which have more
than one suffix letter (such as this Section) are common to each related Contract.
C. Drawings and general provisions of the contract, including General and
Supplementary Conditions, Sections 100, 200, and 300 of the NYSDOT
Standard Specifications and other Divisions 1 Specification Sections, apply to
this Section.
D. The following is a description of the major elements of work identified, but not
limited to, each of the five contracts identified above.
SITE WORK CONTRACT SUMMARY (CONTRACT 1)
1. Selective clearing & grubbing
2. Selective demolition of pavement, sidewalks, curb, landscaping.
3. Soldier Pile & Lagging wall.
4. Building addition excavation.
5. Building drainage line.
6. Sanitary line.
7. LBP line & tank.
D263027 57
D263027
Printed 08/20/2015 011000 - 2 PIN 9500.9P
8. Sand filters decommissioning & excavation.
9. New absorption field.
10. Pump & valve chambers.
11. Patio, sidewalks, pavement & driveway.
12. Topsoil, seed & landscaping.
BUILDING CONTRACT WORK SUMMARY (CONTRACT 2)
1. Selective demolition.
2. Structural Renovation of existing space.
3. ICF foundation
4. Structural steel, concrete floors & wood framing.
5. Trusses, rafters & stress skin panel deck.
6. LBP Sump pit.
PLUMBING CONTRACT WORK SUMMARY (CONTRACT 3)
1. Selective demolition.
2. Plumb addition & renovation area.
3. Sanitary field dosing pumps, valves & controls.
4. LBP sump pump & plumbing.
5. Composting units.
6. Foam flush toilets, waterless urinals, related supply & ventilation.
HVAC CONTRACT WORK SUMMARY (CONTRACT 3)
1. Remove u/g oil tanks & lines
2. Construct LPG pad, fence & lines
3. New ACC Units.
4. New VAV & control adjustments.
5. New LPG boilers.
6. New baseboard hot water heaters.
7. In-floor heating for both floors of addition.
8. Provide engineering & installation new split system AC (cooling only). Design
ventilation w/composting system requirements
ELECTRICAL CONTRACT WORK SUMMARY (CONTRACT 5)
1. Selective demolition of lights, power & fire detection.
2. Reconfiguration of fire alarm systems
3. Provide new LED lights.
4. Refurbish exterior standards and replace heads with LED lights.
5. New sub-panels reconfiguration of existing panels.
6. Power & sub panel at sanitary field dosing pumps.
1.03 CONCURRENT PROJECTS
A. The following projects will be taking place concurrently with the work of this
project:
D26302758
D263027
Printed 08/20/2015 011000 - 3 PIN 9500.9P
Site Work Project No. –9500.9S
Building Work Project No. –9500.9B
Plumbing Work Project No. –9500.9P
HVAC Work Project No. –9500.9H
Electrical Work Project No. –9500.9E
B. Coordinate the work of this project, thru the Department’s Representative, to
avoid conflicts with concurrent contracts.
1.04 SUBSTANTIAL AND PHYSICAL COMPLETION DATES
A. Substantially complete the Work within 365 days after the Agreement is
approved by the Comptroller.
1. The time allocated for the performance of work under this contract
includes 10 days for notification of the Contractor of the Comptroller’s
approval of the Agreement.
2. The approval of the Agreement by the Comptroller constitutes the filing
of the Contract Documents as a public record and notice to the
Contractor that a fully executed contract exists between the Contractor
and the State.
B. Physically complete the Work within 90 days after the established Substantial
Completion date.
1.05 CONTRACT AWARD SUBMITTALS
A. Submittal No. 1 (Lead Contractor Only): Establish the subscription with the
electronic submittals website provider as described in ELECTRONIC
SUBMITTALS Article in Specifications Section 013300, and submit not later
than 5 days after approval of the Contract by the Comptroller.
B. Submittal No. 2: Submit the CONTRACTOR’S LIST OF
SUBCONTRACTORS-SUPPLIERS information required in SCHEDULES
AND RECORDS Article in Specification Section 013000 not later than 15 days
after approval of the Contract by the Comptroller.
C. Submittal No.3: Submit the CONTRACTOR’S PROGRESS SCHEDULE
information required in SCHEDULES AND RECORDS Article in Specification
Section 013000 not later than 15 days after approval of the Contract by the
Comptroller.
1.06 RESTRICTED WORK PERIOD
A. HVAC Work Contract: Do not perform Work requiring shut off of active
heating piping and equipment between October 15th and May 1
st unless approved
otherwise, in writing, by the Director.
1.07 ITEMS NOT INCLUDED
D263027 59
D263027
Printed 08/20/2015 011000 - 4 PIN 9500.9P
A. The following items shown on the Drawings are not included in the Contract:
1. Items indicated “NIC” (Not in Contract).
2. Existing construction, except where such construction is to be removed,
replaced, or altered.
1.08 CONFINED SPACE
A. Comply with confined space and permit-required confined space as defined in
Title 29, Part 1910, Section 146 of the Code of Federal Regulations (29CFR
1910.146).
B. Comply with Safety Requirements for Confined Spaces (ANSI/ASSE Z117.1-
2009).
C. All spaces shall be treated as permit-required confined spaces until the
Contractor and/or subcontractors are able to re-classify the space to a non-permit
confined space as per 29CFR 1910.146 and ANSI/ASSE Z117.1-2009.
D. Indicated confined spaces are not intended to limit or define Contractor’s or
subcontractors’ regulatory compliance requirements. In addition to confined
spaces indicated on the drawings, other confined spaces may be present or
created by the work of this contract. Notify the Department’s Representative, in
writing, of confined spaces created or eliminated during execution of the Work.
E. For the purpose of inspecting ongoing work, furnish at no additional cost to the
State, personnel, as directed, to allow the Department’s Representative to enter
confined space and permit-required confined space in compliance with Title 29,
Part 1910, Section 146 of the Code of Federal Regulations (29CFR 1910.146).
1.09 OCCUPANCY
A. This is an occupied Facility. The building, except for the work areas, will be
occupied during execution of the Work. Ingress to and egress from the building
shall be maintained at all times.
1.11 CONTRACTOR USE OF PREMISES
A. Work hours shall be as established by the Facility authorities thru the
Department’s Representative.
B. Inform the Department’s Representative of work area access requirements. The
Department’s Representative will coordinate and schedule the requirements with
Facility staff to obtain and ensure timely availability of work areas.
C. Check in with the Facility Representative, as directed, at the beginning of each
work day. Furnish information regarding where employees will be working
during the day.
D. Comply with the Facility’s Visitor Identification Policy. A copy of the current
policy will be distributed at the initial job meeting.
D26302760
D263027
Printed 08/20/2015 011000 - 5 PIN 9500.9P
E. The following items are not allowed on the Site or on Facility premises.
1. Firearms, ammunition, weapons, and dangerous instruments (other than
tools required for the Work).
2. Alcoholic beverages and persons under the influence of same.
3. Illegal controlled substances and persons under the influence of same.
4. Cameras (except with written permission from the Department’s
Representative).
F. Comply with Facility policies relating to smoking at the Site.
G. Routes of ingress and egress within the building to the location of the Work shall
be as directed by the Department’s Representative.
H. Store materials and perform the Work so that pedestrian and vehicular traffic is
not obstructed.
I. Do not diminish the level of life safety during performance of the Work.
J. Remove furniture and portable equipment which interferes with the execution of
the Work and store where directed. Reset such items when directed.
L. Utility Outages and Shutdowns: Do not interrupt utility services or branch
services within the building. Provide temporary services required to maintain
such services at all times.
P. Do not use existing elevators for the Work.
Q. Be responsible and accountable for employees, suppliers, subcontractors and
their employees, with regard to their use of the premises. Direct them to comply
with the Facility Regulations and with the security and traffic regulations.
R. Furnish Facility authorities with a telephone number or method to contact the
supervisor for the Work in case of an emergency after work hours, including
weekends and holidays.
S. Comply with applicable federal and State of New York Right-to-Know Law
provisions and supply copies of the appropriate Material Safety Data Sheets
(MSDS) to the Department’s Representative, and to the Facility’s Right-to-
Know Information Officer.
T. Direct employees to be watchful for people in or near the work area where safety
hazards may be present. Notify the Facility Safety/Security Department, if
necessary, to remove them from the work area or Site.
U. Report fire and other emergency situations to the Facility Safety/Security
Department immediately.
1.13 OPENINGS AND CHASES IN NEW CONSTRUCTION
D263027 61
D263027
Printed 08/20/2015 011000 - 6 PIN 9500.9P
A. Construction Work Contract:
1. Unless specifically indicated otherwise, provide openings, chases, and
similar items in new construction provided under this Contract, as required for
items to be provided under related contracts.
2. After the installation and completion of the items for which openings
and chases have been provided, build in, over, around and finish the
openings and chases to complete the Work.
3. Provide all cutting, patching, and refinishing resulting from failure to
provide the required openings and chases, if the necessary information
was furnished by the related contractor before 24 hours of start of the
applicable part of the Work.
4. If related contractors fail to furnish drawings or written information
covering the openings and chases they require in new construction at
least 24 hours before installation of the Work affected by those items,
the related contractors will be required to do all cutting, patching, and
refinishing of the construction so affected, at their own expense.
B. HVAC Work, Plumbing Work, and Electrical Work Contracts:
1. Unless specifically indicated otherwise, furnish drawings or written
information to the Construction Work Contractor covering the openings
and chases required in new construction for the Work. If such
information is not furnished at least 24 hours before start of the
applicable part of the Construction Work Contractor’s work, all
necessary cutting, patching and refinishing will be included in the
Contract at no additional cost to the State.
1.15 REFERENCE SPECIFICATIONS AND STANDARDS
A. Comply with the requirements of the various specifications and standards
referred to in these Specifications, except where they conflict with the
requirements of these Specifications. Such reference specifications and
standards shall be the date of latest revision in effect at the time of receiving
bids, unless the date is given.
B. DOT Specifications: If the abbreviation DOT appears in these Specifications, it
shall mean the most current edition of the New York State Department of
Transportation, Office of Engineering specifications entitled “STANDARD
SPECIFICATIONS - CONSTRUCTION AND MATERIALS”, including all
applicable Addenda in effect at the time of receipt of bids. The DOT
specifications may be purchased from the Department of Transportation, Plan
and Publication Sales, 50 Wolf Road, Albany, NY 12232, (518) 457-2124.
1.16 LAYING OUT
A. Examine the Contract Documents thoroughly and promptly report any errors or
discrepancies to the Department’s Representative before commencing the Work.
B. Lay out the Work in accordance with the Contract Documents.
D26302762
D263027
Printed 08/20/2015 011000 - 7 PIN 9500.9P
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D263027 63
D263027
Edited and/or Printed 08/17/2015 013000 - 1 PIN 9500.9P
SECTION 013000
ADMINISTRATIVE REQUIREMENTS
PART 1 GENERAL
1.01 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and other
Division 1 Specification Sections, apply to this section.
1.02 SCHEDULES AND RECORDS
A. Submit the following information not later than 15 days after approval of the Contract
unless the Contractor or the Director determines an earlier submission is required to
properly schedule or progress the Work.
1. CONTRACTOR’S LIST OF SUBCONTRACTORS – SUPPLIERS: An
affirmative review of the subcontractor’s responsibility will be conducted. Any
subcontractor disapprovals resulting from negative information derived from the
State’s review will result in written notice (by letter or e-mail) to the Contractor.
A responsibility meeting may result from these actions. The Contractor will
defer to the provisions of Article 6, General Conditions, regarding its
responsibility to prosecute the work.
a. Submit the CONTRACTOR’S LIST OF SUBCONTRACTORS –
SUPPLIERS information using form BDC 329. Transmit a signed
original form to each of the following addresses:
1) OGS - Design and Construction Group
Office of Minority and Women-Owned Business Enterprises
35th Floor, Corning Tower
Empire State Plaza
Albany, NY 12242
2) OGS - Design and Construction Group
Division of Contract Administration
Vendor Responsibility Unit
35th Floor, Corning Tower
Empire State Plaza
Albany, NY 12242
3) Deliver a copy of the BDC 329 form to the Director’s
Representative at the site.
b. Indicate the items of Work proposed to be accomplished by
subcontractors, the name and address of each proposed subcontractor, the
dollar value of the subcontract, and Minority and Women-Owned
Business Enterprise information.
1) Attach a properly completed and executed NEW YORK STATE
VENDOR RESPONSIBILITY QUESTIONNAIRE – FOR
PROFIT CONSTRUCTION (CCA-2) and forward to the Vendor
Responsibility Unit for each subcontractor whose subcontract is
valued at $100,000.00 or more unless requested otherwise by the
Contracting Officer and/or the Director’s Representative.
D26302764
D263027
Edited and/or Printed 08/17/2015 013000 - 2 PIN 9500.9P
2) As an alternative to submitting a paper version of the form,
subcontractors may opt to submit the CCA-2 on-line via the New
York State VendRep System. Information on this system and
the New York State vendor responsibility requirements is
available at: http://www.osc.state.ny.us/vendrep/index.htm.
c. Indicate the names and addresses of proposed suppliers, the dollar value
of the supplies, and Minority and Women-Owned Business Enterprise
(MWBE) information.
d. Failure in providing this information may result in payments being
withheld and referral to the Contracting Officer for a responsibility
determination.
B. If after initial approval, circumstances require a change in a subcontractor or supplier or
require additional subcontractors or suppliers to be used, submit a revised BDC 329 form
to reflect the changes or additions.
1.03 DETAILED ESTIMATE (WITH CPM)
A. Before making the first requisition for a progress payment, submit a detailed estimate of
quantities and prices for materials, labor and other items required for the Work, which
shall aggregate the contract sum. Prepare the detailed estimate on the forms supplied by
the State.
1. Form BDC 187: After award of Contract, the Contractor may prepare and submit
to the Director’s Representative the BDC 187 detailed estimate in the same
sequence as the Project Manual Table of Contents, beginning with the General
Conditions.
a. Indicate the material cost separately for each item of Work.
b. After approval, the Contractor may prepare and submit Application for
Payment (Form BDC 169) compatible with this detailed estimate during
the period up to 45 days after the CPM activity breakdown is made
available to the Contractor.
2. As soon as Project Schedule CPM activity breakdown is made available to the
Contractor (normally at the Project Schedule Definition Meeting within 10 days
after award of Contract), the Contractor will prepare the detailed estimate which
is the cost loaded CPM.
a. Prepare and submit to the Director’s Representative the detailed estimate
in the format and sequence directed, beginning with the General
Conditions and incorporating Project Schedule Activity codes for each
activity.
b. Submit separate breakdowns for each building and for the site work
including subtotals and a grand total amount.
c. The costs for each building shall include everything to a line 5 feet
outside the perimeter of the building and canopies (if any).
d. Indicate the material cost separately for each activity item of work. After
approval, the Contractor may prepare and submit Application for
Payment (Form BDC 169) compatible with this detailed estimate.
e. After the period ending 45 days after the CPM activity breakdown is
made available to the Contractor, any Application for Payment submitted
must be compatible with this activity based detailed estimate.
D263027 65
D263027
Edited and/or Printed 08/17/2015 013000 - 3 PIN 9500.9P
B. The detailed estimate shall be supported by such evidence, including certified copies of
subcontracts, as the Director may require.
C. The detailed estimate must be approved by the Director who may revise it as, in his
reasonable judgment, is necessary to make the various items conform to their true values.
The value of each requisition for payment shall be based on the approved detailed
estimate.
1.05 DETAILED ESTIMATE (With COST LOADED CPM)
A. Before making the first requisition for a progress payment, submit a detailed estimate of
quantities and prices for materials, labor and other items required for the Work, which
shall aggregate the contract sum. Prepare the detailed estimate on the forms supplied by
the State.
1. Form BDC 187: After award of Contract, the Contractor may prepare and submit
to the Director’s Representative the BDC 187 detailed estimate in the same
sequence as the Project Manual Table of Contents, beginning with the General
Conditions. Indicate the material cost separately for each item of Work. After
approval, the Contractor may prepare and submit Application for Payment (Form
BDC 169) compatible with this detailed estimate during the period up to 45 days
after the CPM activity breakdown is made available to the Contractor.
2. As soon as Project Schedule CPM activity breakdown is made available to the
Contractor (normally at the Project Schedule Definition Meeting within 10 days
after award of Contract), the Contractor will prepare the detailed estimate which
is the cost loaded CPM. Prepare and submit to the Director’s Representative the
detailed estimate in the format and sequence directed, beginning with the General
Conditions and incorporating Project Schedule Activity codes for each activity.
Submit separate breakdowns for each building and for the site work including
subtotals and a grand total amount. The costs for each building shall include
everything to a line 5 feet outside the perimeter of the building and canopies (if
any). Indicate the material cost separately for each activity item of work. After
approval, the Contractor may prepare and submit Application for Payment (Form
BDC 169) compatible with this detailed estimate. After the period ending 45
days after the CPM activity breakdown is made available to the Contractor, any
Application for Payment submitted must be compatible with this activity based
detailed estimate.
B. The detailed estimate shall be supported by such evidence, including certified copies of
subcontracts, as the Director may require.
C. The detailed estimate must be approved by the Director who may revise it as, in his
reasonable judgment, is necessary to make the various items conform to their true values.
The value of each requisition for payment shall be based on the approved detailed
estimate.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
D26302766
D263027
Edited and/or Printed 08/17/2015 013000 - 4 PIN 9500.9P
END OF SECTION
D263027 67
D263027
Edited and/or Printed 08/17/2015 013110 - 1 PIN 9500.9P
SECTION 013110
SCHEDULE/PAYMENTS – MULTIPLE CONTRACTS
PART 1 GENERAL
1.01 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
Drawings and general provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and other
Division 1 Specification Sections, apply to this section.
1.02 SCHEDULE OF VALUES
A. General: Each Prime Contractor shall prepare a Schedule of Values, in conjunction
with the preparation of the progress schedule. Coordinate preparation of the
Schedule of Values with the preparation of the Progress Schedule. Correlate line
items with other administrative schedules and the forms required for the Work,
including the Progress Schedule, Payment Request Form, Listing of Subcontractors,
Listing of Products and Principal Suppliers and Fabricators and the Schedule of
Submittals. Provide breakdown of the Contract Sum in sufficient detail to facilitate
continued evaluation of payment requests and progress reports. Breakdown principal
subcontract amounts into several line items. Round off to the nearest whole dollar,
but with the total equal to the contract sum. Incorporate special restrictions found
elsewhere in the Contract Documents.
B. Time Coordination: In coordination of initial submittals and other administrative
“start-up” activities, submit the Schedule of Values to the Architect at the earliest
feasible date, but in no case later than 7 days before the initial payment request is to
be submitted. Resubmit with all comments incorporated from the Architect.
C. Schedule Updating: update and resubmit the Schedule of Values when Change
Orders affect the listing.
1.03 PAYMENT REQUESTS
A. As defined in the General and Supplementary Conditions of the NYSDOT standard
Specifications.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D26302768
D263027
Printed 08/17/2015 013119 - 1 PIN 9500.9P
SECTION 013119
PROJECT MEETINGS
PART 1 GENERAL
1.0 RELATED DOCUMENTS
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and
other Division 1 Specification Sections, apply to this section.
1.01 INITIAL JOB MEETING
The Director’s Representative will notify all parties concerned of the time and place of
the initial job meeting. The meeting will be conducted by the Director’s Representative.
The agenda will be based on the Format for Initial Job Meeting. All items on the format,
as they apply, will be discussed.
1.02 PROJECT SCHEDULE MEETINGS
A. Initial and Monthly Project Schedule meetings will be held according to the
requirements in Section 013113.
1.03 PROJECT SCHEDULE DEFINITION MEETING
A. The initial Project Schedule Definition meeting will be held within 15 calendar-
days of Project award. The Director’s Representative will notify all parties
concerned of the time and place of the meeting. The meeting will be conducted
by the Director’s Representative for the purpose of providing information for the
development of the Baseline Project Schedule, and the required reports and
reporting formats to be submitted by the Schedule Preparer for the duration of
the Project.
B. The Schedule Preparer will develop the Baseline Project Schedule according the
requirements in Section 013200 and based on the discussions and mutual
agreements reached at the Project Schedule Definition meeting.
1. A monthly Project Schedule meeting will be held to update the Project
Schedule. A qualified Contractor’s Representative for each Contractor
will be required to attend and provide updated information as outlined in
Section 013200.
1.04 BI-WEEKLY JOB MEETINGS
A. Unless otherwise directed, job meetings will be held bi-weekly at a time and
place agreed upon by the Director’s Representative, the Contractor, and the
Facility Representative. Other interested parties may attend when needed, e.g.,
subcontractors and representatives from suppliers, public utilities, and local
D263027 69
D263027
Printed 08/17/2015 013119 - 2 PIN 9500.9P
government. The meetings will be conducted by the Director’s Representative
for the following purposes:
1. Review job progress, quality of Work, and approval and delivery of
materials.
2. Identify and resolve problems which impede planned progress.
3. Coordinate the efforts of all concerned so that the project progresses on
schedule to on time completion.
4. Maintain sound working relationships between the Contractors and the
Director’s Representative, and a mutual understanding of the project
requirements.
5. Maintain sound working procedures.
.
1.05 PRE-INSTALLATION MEETINGS
A. Pre-installation meetings will be held to review the specifications, Project
Schedule, drawings and approved submittals in preparation for start of a
particular activity.
B. The meetings shall be attended by the Director’s Representative, a Design
Representative and the Contractor’s Representative including installer and
representatives of manufacturers & fabricators involved in or affected by the
installation and its coordination with other materials/trades.
C. The Director’s Representative shall schedule the meetings prior to the start of the
work. The goal of these meetings is to ensure the quality of construction and to
maintain the schedule.
1.06 ATTENDANCE
A. A Contractor’s Representative shall be required to attend all meetings scheduled
by the Director’s Representative.
B. The Contractor’s Representative shall be a competent supervisor familiar with
the work and have authority to act for the Contractor.
C. If the Contractor’s Representative fails to attend 2 scheduled meetings without
prior approval, the contractor will be directed to replace the current Contractor
Representative. Further incidents of non-attendance by the Contractor’s
Representative, will form the basis for review of the Contractor’s responsible
bidder status.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D26302770
D263027
Edited and/or Printed 08/17/2015 013300 - 1 PIN 9500.9P
SECTION 013300
SUBMITTALS
PART 1 GENERAL
1.01 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and other
Division 1 Specification Sections, apply to this section.
1.02 DEFINITIONS
A. Deviation: Changes in products, materials, equipment and methods of
construction from those required by the Contract Documents and proposed by the
Contractor.
1.03 DEVIATIONS FROM REQUIREMENTS OF THE CONTRACT DOCUMENTS
A. Deviations from the requirements of the Contract Documents will not be allowed
unless a request for deviation is made in writing prior to or at the time of
submission and the specific deviation is approved by the Director’s
Representative subject to the requirements of Article 4 of the General Conditions.
The request for deviation shall be made utilizing the CONTRACT DOCUMENT
DEVIATION REQUEST FORM (Form BDC 49) bound in the Appendix or from
the OGS Web Site.
1. The submission of a deviation shall be done in a timely manner
according to the schedule of submittals to allow the Director sufficient
time for review.
1.04 “OR EQUAL” TO BRAND NAME PRODUCTS
A. Whenever a product is specified by brand name, a comparable brand, equal to
that named, may be submitted for approval subject to the requirements of Article
5 of the General Conditions.
1. The contractor shall bear the burden of proving that the proposed product
is equal to the specified product. The submission of an “or equal” shall
be done in a timely manner to allow the Director sufficient time to
review the proposed product.
2. Whenever a color or pattern is indicated by a specific manufacturer’s
name or number, the intent is to communicate the required color or
pattern of the material. Other manufacturers’ comparable colors or
patterns may be submitted for approval as equal.
1.05 WAIVER OF CERTAIN SUBMITTAL REQUIREMENTS
A. Unless otherwise specified, the requirement to submit product data and samples
for approval will be waived for products specified by brand name if the
D263027 71
D263027
Edited and/or Printed 08/17/2015 013300 - 2 PIN 9500.9P
specifically named products are furnished for the Work. In such cases, submit
required Product Data to the Director’s Representative via the Submittals
Website for information only.
1.06 ADMINISTRATIVE AND COST REQUIREMENTS
A. The Building -Contractor shall include the full cost of an internet web-based
submittals service (Submittals Website) to transmit and track project related
documents including the documents of all related contracts. Include the costs and/or
fees of the Submittals Website subscription in the Contract Amount. Contact service
provider to verify cost prior to bid.
The Contractor shall:
1. Not later than 5 days after Award, execute the form of agreement with
the Submittals Website System Vendor and shall have notified the
Director’s Representative and the related work contractors of agreement.
2. Not later than 15 days after Award provide the Submittal Website with
all required information from Project Manual in regard to set up of the
Submittal Website and ensure it is fully ready for use.
3. Not later than 15 days after Award provide proof of payment from the
vendor including OGS project number and other relevant data.
4. Provide the Submittals Website project subscription in the name of, and
administered by the Director’s Representative.
5. Provide the Director’s Representative and primary design consultant full
control over required items list and access to edit, add or remove items
during project.
6. Submit at completion of the project a minimum four sets of archival
discs that include all documents and tracking logs in a navigable format
shall be sent by system vendor to Director’s Representative. Acceptable
archive formats include the following: CD, DVD, USB flash drive or
downloadable link.
B. The related contracts shall:
1. Utilize the Submittals Website at no additional charge.
2. Not later than 15 days after award provide the Submittals Website with
all required information from Project Manuals in regard to set up of the
Submittals Website.
3. Resubmitting of submittals not approved to be completed within 7
calendar days.
C. Identify all submittals by project title and number. Include Contractor’s name,
date, and revision date. On shop drawings, product data and samples, also
include the name of the supplier and subcontractor (if any), and applicable
specification section number. Stamp each submittal and initial or sign the stamp
to certify review and approval of submittal.
D. Assemble submittals in accordance with the requirements in the individual
sections of the Specifications and as required by this section. It is the
Contractor's responsibility to review and verify that all information required for
each submittal is included in the submittal package. Errors or omissions found
by the Contractor are to be corrected prior to the submission of the submittal
D26302772
D263027
Edited and/or Printed 08/17/2015 013300 - 3 PIN 9500.9P
package for approval. Incomplete submittal packages that have been submitted
for review and approval will be returned.
1. It is the Contractor's responsibility to verify that portions of the submittal
package to be provided by a subcontractor (or supplier) are complete, as
well as portions of the submittal package being provided directly by the
Contractor.
2. Do not combine the submittals of more than one specification section
with submittals required by other specification sections unless
specifically stated in the contract specifications.
E. If a submittal is based on, or the result of, a change order or field order to the
Contract documents, include copies of the applicable change order or field order
with the submittal.
F. The Building Contractor shall employ or otherwise provide a full-time Submittal
Coordinator for no less than 90 days after the Initial Job Meeting (IJM). The
Submittal Coordinator shall have regularly been engaged in construction
administration for a minimum of 3 years and shall not be employed or otherwise
engaged as the Project Manager or Superintendent for either the Work of this
Contract or be employed in any role, full or part time, outside of this Contract.
1.07 SUBMITTALS
A. Product Data: Proof of payment not later than 15 days after Award.
B. Submittal Coordinator Qualifications: not later than 10 days after Award.
Include resume and references, and other certification, licenses, or other
requested information.
C. Schedule of Submittals acknowledgement: provide written acknowledgement
that the Schedule of Submittals has been received and reviewed.
1.08 RE-EVALUATION FEE
A. In accordance with Article 4.7 of the General Conditions, a re-evaluation
processing fee will be levied against the Contractor for each re-evaluation of any
Submittal or Submittal Package submission that was returned for failure to
comply with the submittal requirements relative to completeness, content or
format.
1.09 ELECTRONIC SUBMITTALS
A. A Submittals Website, an internet (web-based) service shall be used to provide
an on-line database and repository which shall be used to transmit and track
project related documents. The intent for using the Submittals Website is to
expedite the construction process by reducing paperwork, improving information
flow, and decreasing submittal review turnaround time.
1. Project submittals (shop drawing, product data and quality assurance
submittals) shall be transmitted by the Contractor in Portable Document
Format (PDF) to the Submittals Website, where it will be tracked and
stored for retrieval for review. After the submittal is reviewed it is
D263027 73
D263027
Edited and/or Printed 08/17/2015 013300 - 4 PIN 9500.9P
uploaded back to the Submittals Website for action or use by the
Contractor and Director’s Representatives.
2. The service also tracks and stores documents related to the project such
as RFI’s (Request for Information), IB’s (Information Bulletins), CAD
Coordination, Minutes, Testing, Closeout, and SWPPP documents.
B. For each submittal, the Contractor shall review and apply electronic stamp
certifying that the submittal complies with the requirements of the Contract
Documents, including verification of manufacturer/product, dimensions and
coordination of information with other parts of the work.
C. It is the Contractor’s responsibility to provide the submittals in a PDF format.
The contractor may use any of the following options:
1. Subcontractors and suppliers provide electronic submittals in PDF format
to the Contractor via the Submittals Website.
2. Subcontractors and suppliers provide paper submittals to the Contractor,
who electronically scans and converts them to PDF format.
3. Contract a Scanning Service, which will allow the Contractor and the
Contractor’s subcontractors and suppliers to provide paper submittals to
the Scanning Service, which electronically scans and converts them to
PDF format. It will be the Contractor’s responsibility to transmit the
scanned submittals to the Submittals Website.
D. Image Quality:
1. Image resolution: The PDF files shall be created at a minimum
resolution of 200 dots per inch utilizing the original document size. The
Contractor will be responsible to increase the resolution of the scanned
file or images being submitted as required to adequately present the
information.
2. Image Color Rendition: When information represented requires color to
convey the intent and compliance, provide full color PDF reproduction.
E. Internet Service and Equipment Requirements:
1. The Contractor will be required to have an Email address and Internet
access at Contractor’s main office.
2. Unless the Contractor will exclusively be using a Scanning Service to
create all PDF documents, the Contractor will be required to own a PDF
reviewing, creating and editing software, such as Adobe Acrobat
(www.adobe.com), Bluebeam PDF Revu (www.bluebeam.com), or other
similar PDF reviewing, creating and editing software for applying
electronic stamps and comments.
F. Training and Support:
1. Web-based training and support shall be available, free of charge from
the Submittals Website, for all project participants regarding use of the
Submittals Website and PDF submittals.
2. Coordinate training schedule through the Director’s Representative.
G. Products:
1. Basis of specification is Submittal Exchange, 800-714-0024,
www.submittalexchange.com.
D26302774
D263027
Edited and/or Printed 08/17/2015 013300 - 5 PIN 9500.9P
2. If a Pre-Award Meeting is held, it may include discussion regarding
conformance of the Contractor proposed Submittal Website based on the
criteria established below.
3. Submit documented conformance and provide an online demonstration to
the Director’s Representative within five days of Award of Contract if a
product other than Submittal Exchange is proposed.
4. Acceptable Submittal Website shall document conformance with the
following requirements:
a. Independently hosted, web-based system for automated tracking,
storage and distribution of contract submittals and other contract
related documents. FTP sites, e-mail exchanges, and server-
based systems hosted from inside a contractor’s office will not
be considered.
b. Utilize 256-bit SSL encryption and hosted at SAS70 Type II
compliant data centers.
c. Minimum four years experience of use on comparable
commercial construction projects. “Comparable commercial
construction projects” shall include documented use on a
minimum of twenty governmental or public-entity projects of ten
million dollar construction value or greater.
d. Website requirements:
1) Minimum of four years documented 99.5% website
uptime.
2) Minimum of four gigabytes of on-line storage available
for each contract, for storage of all documents related to
that contract.
3) Minimum of two gigabytes of on-line storage for
common documents relating to all contracts for the
project.
4) Redundant storage of all project information (all
contracts) at a minimum of two geographically separate
storage sites (not in the same building).
e. Unlimited secure individual user accounts and system access for
all project subcontractors, prime contractors, OGS staff, design
consultants, and subconsultants.
f. Separate locations for OGS staff, design consultant, and
subconsultant review comments with contractors restricted from
viewing comments until final review or release by OGS staff or
primary design consultants.
g. Full version histories and dates of exchanges automatically
tracked and available for viewing, searching, and reporting in a
linear log format compatible with the Design and Construction
Schedule of Submittals.
1) Each Contract’s Submittal Log shall be tracked and
maintained independent of the Submittal Logs of the
related Contracts.
2) Each Contract’s Submittal Log shall identify and
highlight long lead items and critical submittals.
h. Automatic, email reminders of past due items to related
reviewers by specification and discipline.
D263027 75
D263027
Edited and/or Printed 08/17/2015 013300 - 6 PIN 9500.9P
i. Customized, automated PDF form generation matching OGS
standard templates for Transmittal, IB, RFI, and Design &
Construction Submittal Comment forms. Documentation and
demonstration of automatic form generation using OGS
templates must be submitted for approval.
j. Automated workflow processes
1) Two stage review workflows for Submittal, and RFI,
2) Posting Only for IB, CAD Coordination, Minutes,
Testing, Closeout, and SWPPP documents.
3) Documentation of automated workflow processes
matching requirements must be submitted for approval.
k. Functionality to group submittals as required packages and apply
forms and review comments to entire package simultaneously.
l. System vendor shall provide minimum one-hour live web
meeting training sessions to prime contractors, design
consultants, subconsultants, and OGS staff prior to project start.
m. System vendor shall make available minimum thirty-minute live
web meeting training sessions for subcontractors at least once
weekly for the entire duration of the project.
n. System vendor shall provide access for OGS staff, design
consultants, subconsultants, prime contractors, and
subcontractors to live technical support by phone and email
minimum of 8 AM to 5 PM EST on standard business days for
the entire duration of the project at no additional cost.
o. During the project, the system shall allow the Director’s
Representative to have the ability to download project data
periodically at key milestones.
H. Paper prints (hardcopies) of reviewed submittals:
1. Record Copy: Each Contractor shall provide one paper copy of the
submittal they are responsible for to the Director’s Representative within
14 days of receipt of a released submittal (i.e. marked “Approved”,
“Approved As Noted”, or other implied acceptance of a submittal), or
meeting the requirements of Article 1.05 of this specification section.
a. Exception: Paper copies are not required for a submittal that is
disapproved or requiring resubmission.
b. Paper copies shall be printed in a size format equal to the
original document.
c. Scaled Shop Drawings shall be printed to the scale noted on the
drawings.
d. The resolution of the printed copy shall be equal to that of the
PDF file that it is being printed from.
e. The Record Copy shall be used by the Director’s Representative
during the construction of the project and shall be retained as a
turn-over item to the facility at the end of the project as required
section 017716 Contract Closeout.
2. The Contractor shall not commence work for related activities until the
appropriate submittals are approved and the corresponding record copies
are delivered to the Director’s Representative.
D26302776
D263027
Edited and/or Printed 08/17/2015 013300 - 7 PIN 9500.9P
3. Contractor Copies: The Contractor will be responsible for making
copies, for the Contractors own use and for use by its subcontractors and
suppliers.
1.10 SHOP DRAWINGS
A. Provide shop drawings in the format required by the specifications. Show the
information, dimensions, connections and other details necessary to insure that
the shop drawings accurately interpret the Contract Documents. Show adjoining
construction in such detail as required indicating proper connections. Where
adjoining connected construction requires shop drawings or product data, submit
such information for approval at the same time so that connections can be
accurately checked.
B. Have shop drawings prepared by a qualified detailer. Shop drawings shall be
neatly drawn and clearly legible. Machine duplicated copies of Contract
Drawings will not be accepted as shop drawings.
1. Where shop drawings are indicated to be drawn to scale:
a. Use scale normally found on an “Architect” or “Engineer” scale.
b. Written Scale: Clearly label scales being used on each drawing
and/or on each detail on the drawing.
1) Examples: 1/8” = 1’-0” 1” = 40’-0”.
c. Graphic Scale: Adjacent to each Written Scale, provide a
graphic scale delineating the scale being used. Graphic scale
shall be divided into measuring units relating to the accuracy
required for the drawing or details.
d. Clearly dimension key elements of the drawing or detail.
2. When the drawing sheet is printed full size, the minimum text size shall
be 1/8" (3.2 mm) for hand drafting and 3/32" (2.5 mm) for CADD
drawings.
C. Submit the shop drawings through the Submittals Website. The shop drawings
will be reviewed and the review results will be posted on the Submittals Website.
Contractor will receive email notice of completed review. If the review results in
disposition of “DISAPPROVED” or “RETURNED FOR CORRECTION”,
promptly correct the deficiencies and resubmit the shop drawings meeting
Contract requirements.
1.11 PRODUCT DATA
A. Provide product data in the format required by the specifications. Modify product
data by deleting information that is not applicable to the project or by marking
the product data to identify pertinent products. Supplement standard information,
if necessary, to provide additional information applicable to project.
B. Submit the product data through the Submittals Website. The product data will
be reviewed and the review results will be posted on the Submittals Website.
Contractor will receive email notice of completed review. If the review results in
disposition of “DISAPPROVED” or “RETURNED FOR CORRECTION”,
promptly correct the deficiencies and resubmit the product data meeting Contract
requirements.
D263027 77
D263027
Edited and/or Printed 08/17/2015 013300 - 8 PIN 9500.9P
1.12 QUALITY ASSURANCE
A. Provide quality assurance information in the format required by the
specifications, including supporting documentation as required.
B. Submit the quality assurance information through the Submittals Website. The
quality assurance information will be reviewed and the review results will be
posted on the Submittals Website. Contractor will receive email notice of
completed review. If the review results in disposition of “DISAPPROVED” or
“RETURNED FOR CORRECTION”, promptly correct the deficiencies and
resubmit the quality assurance information meeting Contract requirements.
1.13 SAMPLES
A. Submit 2 (unless a different number is specified) of each sample required by the
Specifications.
B. Samples will become the property of the State when submitted and will not be
incorporated in the Work unless specifically stated otherwise.
C. The electronic submittal process is not intended for color samples, color charts,
or physical material samples.
D. Record transmittal of each sample required by the Specifications through the
Submittals Website.
E. Consult with the Director’s Representative for direction on where Samples will
be sent for review.
F. The sample will be reviewed and the review results will be posted on the
Submittals Website. Contractor will receive email notice of completed review.
1.14 REVIEW OF SUBMITTALS
A. Items submitted for review will be reviewed for compliance with the contract
documents, based upon the information submitted. The items will be acted upon
with the following dispositions:
1. Approved:
Where the submittal is marked “Approved”, the work covered by the
submittal may proceed provided it complies with the contract documents.
Final acceptance will depend on that compliance.
2. Approved as Noted:
Where the submittal is marked “Approved as Noted”, the work covered
by the submittal may proceed provided it complies with the review
comments noted on the submittal and the contract documents. Final
acceptance will depend on that compliance.
3. Disapproved:
Where the submittal is marked “Disapproved”, do not proceed with the
work covered by the submittal, including purchasing, fabrication,
delivery or other activity for the item submitted. Prepare a new submittal
D26302778
D263027
Edited and/or Printed 08/17/2015 013300 - 9 PIN 9500.9P
according to the review comments noted on the submittal and meeting
the contract documents.
4. Returned for Correction:
Where the submittal is marked “Returned for Correction”, do not
proceed with the work covered by the submittal, including purchasing,
fabrication, delivery or other activity for the item submitted. Revise or
prepare a new submittal according to the review comments noted on the
submittal and meeting the contract documents.
5. Acknowledged:
Where the submittal is marked “Acknowledged”, receipt of the submittal
is acknowledged and has been recorded.
6. No Action:
Where the submittal is marked “No Action” or “No Action Taken”, no
review was made of this item, see comments noted on submittal and take
appropriate action.
7. Multi-Action:
Where the submittal is marked “Multi-Action”, separate dispositions
were made for the items submitted, see the review comments for the
disposition of each item submitted.
1.15 SCHEDULES AND RECORDS
A. Submit the following Schedules and Records information not later than 15 days
after approval of the Contract unless the Contractor or the Director determines an
earlier submission is required to properly schedule or progress the Work.
1. SCHEDULE OF SUBMITTALS (S.O.S.):
a. Follow the Instructions to the Contractor in the S.O.S (cover
page of the Microsoft Excel form supplied by the State).
b. Confirm submittal items listed and indicate in the spaces
following each item, the date the item will be submitted
(Projected Transmittal Date).
c. Confirm critical submittals and long lead items identified by the
Architect / Engineer. Identify and mark with “X” additional
submittals deemed as critical or having long lead times. In
addition to the date each item will be submitted, include the date
approval is required (allow at least 3 weeks), and the date
delivery of the material or equipment is necessary for timely
completion of the Work in accordance with the Project Schedule.
d. Notify the Director’s Representative of modifications and/or
additional submittals necessary for the project prior to
coordinating any revisions with the Submittals Website service
provider.
2. SUBMITTALS WEBSITE LOG:
a. The Submittals Website Log will be populated by the Submittals
Website service provider using the S.O.S.
b. Review the log and verify that all long lead items and critical
submittals are properly indicated according to the latest version
of the S.O.S. For each item to be submitted indicate the
following:
D263027 79
D263027
Edited and/or Printed 08/17/2015 013300 - 10 PIN 9500.9P
i. In the “Date Expected” column insert the date the item
will be submitted for review and approval (this is the
same date as the S.O.S “Projected Transmittal Date”).
ii. In the “Date Requested on Site” column insert the date
the item will be delivered to the project site (this is the
same date as the S.O.S “Projected Delivery Date”).
c. The submission date that is entered shall provide sufficient time
for the item to be reviewed, ordered, delivered and installed for
timely completion of the Work in accordance with the Project
Schedule. The date entered for submittal of each item is the last
day a deviation will be considered.
1.16 TRANSMITTALS
A. Submittal Transmittal (Form BDC 42):
1. Furnish separate Form BDC 42 for each submitted item sent to
Submittals Website for review.
a. Contractor may utilize their own Transmittal Form (or
Transmittal Letter) in lieu of utilizing the Form BDC 42,
contingent on the Contractor’s Transmittal Form includes all
information and certifications required by Form BDC 42.
2. Clearly identify applicable specification section number of submitted
item (product data, shop drawing, etc.) on the Form BDC 42.
B. All Contracts:
1. Transmit items designated in the Schedule of Submittals (and project
specifications) to the Submittals Website.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D26302780
D&C Submittals QIT/JAC:acb ELECTRONIC SUBMITTALS VERSION
Revised 10/15/2010
Edited and/or Printed 08/17/2015 013300 - 11 Project No.
D263027 81
D&C Submittals QIT/JAC:acb ELECTRONIC SUBMITTALS VERSION
Revised 10/15/2010
Edited and/or Printed 08/17/2015 013300 - 12 Project No.
D26302782
D&C Submittals QIT/JAC:acb ELECTRONIC SUBMITTALS VERSION
Revised 10/15/2010
Edited and/or Printed 08/17/2015 013300 - 13 Project No.
D263027 83
D&C Submittals QIT/JAC:acb ELECTRONIC SUBMITTALS VERSION
Revised 10/15/2010
Edited and/or Printed 08/17/2015 013300 - 14 Project No.
D26302784
D263027
Printed 08/17/2015 015000 - 1 PIN 9500.9P
SECTION 015000
CONSTRUCTION FACILITIES & TEMPORARY CONTROLS
PART 1 GENERAL
1.01 DESCRIPTION
A. Provide the construction facilities and temporary controls necessary for the
Work, unless otherwise indicated.
1. The construction facilities and temporary controls specified to be
provided by a particular Contract shall be kept operational by that
Contractor for the Work of all related Contracts at all times Work is
being performed by a Contractor.
2. The construction facilities and temporary controls specified to be
provided by a particular Contractor shall be installed as soon after award
of the Contract as necessary to enable the Work of each Contract to
proceed on schedule, and maintained until completion of the Work of all
related contracts unless otherwise directed in writing.
3. Any Contractor who requires additions to the construction facilities and
temporary controls specified to be provided by another Contractor, shall
provide and maintain them.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Construction Indoor Air Quality Management: Section 018119.
B. Disposal of Asbestos-Containing Materials: Section 028213 (Contract 2).
1.03 TEMPORARY LIGHT AND POWER
A. Electrical energy for temporary light and power will be made available without
charge.
B. Extent of Temporary Wiring: Contractors may ascertain the extent of the
temporary wiring provided under the Electrical Work Contract by examining the
Electrical Drawings.
C. Electrical Work Contract:
1. Make necessary arrangements, through the Department’s
Representative.
2. Provide lighting circuits to all construction storage units and trailers.
3. Provide portable source of electricity for temporary light and power of
adequate capacity to supply the needs of all contractors for the
performance of their Work until the temporary electrical service can be
utilized for temporary light and power.
D263027 85
D263027
Printed 08/17/2015 015000 - 2 PIN 9500.9P
4. Provide a pole line for temporary light and power. Install minimum
class 4 poles of height required to maintain at least 25 feet ground
clearance under wires. Space wires on cross arms to suit voltage.
5. Provide wiring and other equipment within the building for temporary
light and power.
a. Wiring for temporary light and single phase power shall, in
general, consist of 4 wire, 120/208 volt feeders, with branch
circuits of #12 conductors minimum.
1) Install branch circuits with suitable fluorescent fixtures
or incandescent lampholders for temporary lighting as
required to maintain a minimum of 10 foot candles in
the work areas. Equip fixtures and lampholders with
guards. Fixtures and lampholders installed in damp or
wet locations shall be of the weatherproof type.
2) Install branch circuits with fused grounding type
receptacle outlets for single phase power (for power
tools, etc.).
b. Install 2 circuits with fluorescent fixtures or incandescent
lampholders in corridors and stairs. Space fixtures or
lampholders no more than 30 feet apart in corridors. Install
fixture or lampholder at each stair landing. Also install one
fixture or lampholder in each boiler room and mechanical
equipment room (connect to the corridor and stair lighting
circuits).
6. Provide a fused sealed service entrance switch for corridor and stair
lighting circuits. Locate switch adjacent to, and connect to line side of
temporary light and power service entrance switch. Stencil cover
“CORRIDOR AND STAIR LIGHTING”.
7. Provide lamps and fuses including replacements required.
D. All Contracts:
1. Any Contractor requiring additional lighting shall provide additional
fluorescent fixtures or incandescent lampholders (with lamps), but in no
case shall the load on any branch circuit or feeder exceed its rated
capacity.
2. Install materials for temporary light and power in conformance with the
National Electrical Code.
3. Materials for temporary light and power need not be new if they are in
satisfactory operating condition.
4. Provide ground-fault protection for personnel (such as portable plug-in
type ground-fault circuit-interrupters) on single phase 15 and 20 ampere
receptacle outlets which are in use.
5. Receptacle outlets, portable cord connectors and attachment plugs shall
have standard NEMA configurations.
6. As the progress of the Work allows, and as approved, completed
portions of the permanent wiring and electrical service may be utilized
for temporary light and power.
1.04 TEMPORARY WATER
D26302786
D263027
Printed 08/17/2015 015000 - 3 PIN 9500.9P
A. Water will be made available for the Work without charge at source or sources
directed within the limits of the existing supply and usage.
B. Plumbing Work Contract:
1. Provide and maintain a temporary water system, of such size and
capacity as to adequately supply the needs of all contractors during
performance of their Work.
2. Hose Connections: Provide and maintain 3/4 inch hose connections and
barrels with wastes at the following locations: back of building near
maintenance and at existing hose bib in addition area
3. At each hose connection, provide and maintain a water-tight barrel or
tank complete with overflow piping and waste piping to an approved
point of discharge, and a metal drip pan under the barrel or tank so as to
prevent water overflowing or spilling on floor.
4. Protect temporary lines against freezing.
5. Repair damages caused by installation of leaky, defective or broken
piping, connections or other fittings.
D. All Contracts: Prevent waste of water.
1.05 TEMPORARY TOILETS
A. Site Work Contract: Provide toilet facilities for Contractor’s and subcontractors
employees engaged on the Project, including employees of other contractors.
Locate toilets where directed, and maintain them in a sanitary condition.
NUMBER OF EMPLOYEES MINIMUM NUMBER OF FACILITIES
20 or less 1 toilet
20 or more 1 toilet and 1 urinal per 40 employees
200 or more 1 toilet and 1 urinal per 50 employees
*Toilet/Urinal Combinations shall count as only one facility.
1. Where water and sewer connections are available, provide water closets,
otherwise provide approved chemical or electric toilets.
2. Locate toilet facilities no more than 1000 feet from any work location.
a. Exception: Mobile crews having readily available transportation to
nearby toilet facilities.
1.06 PROTECTION OF WORK AND EXISTING PROPERTY
A. Protect installed Work and existing property during performance of the Work.
B. Maintain the building in a watertight condition during performance of the Work.
C. Provide temporary and removable protection for installed products. Control
activity in immediate work area to prevent damage.
D263027 87
D263027
Printed 08/17/2015 015000 - 4 PIN 9500.9P
D. Provide protective coverings at wall projections, jambs, sills, and soffit of
openings.
E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage,
and movement of heavy objects by covering them with durable sheet materials.
F. Protect smoke detectors from airborne dust and debris.
1. At the beginning of each work day, provide protective coverings over
smoke detectors in areas where airborne dust and debris will be
generated by the Work.
2. At the end of the work day, clean the areas in which the smoke detectors
are located by whatever means necessary to assure that airborne dust and
debris will not contaminate the smoke detectors, then remove protective
coverings.
3. Provide signs, instructions and alternate methods for reporting a fire
during the periods that the smoke detectors are covered.
4. Notify the Department’s Representative and have procedures approved.
G. Prohibit traffic or storage upon waterproofed and roofed surfaces. If traffic or
activity is necessary, obtain recommendations for protection from waterproofing
or roofing material manufacturer.
H. Protect existing trees and plants during performance of the Work unless
otherwise indicated. Box trees and plants within the grading limit lines. Do not
deposit excavated materials or store building materials around trees or plants.
Do not attach guy wires to trees.
I. Prohibit traffic from landscaped areas.
J. Cleaning tools of cementitious and other insoluble materials:
1. Do not wash tools in sinks or other sanitary drainage systems. Protect all
drainage systems from debris that can clog or damage piping and
fixtures.
2. Take all precautions necessary to prevent cementitious and other
insoluble materials from flowing into floor drains.
3. Dispose of excess cementitious and other insoluble debris with the other
rubbish.
1.07 BARRIERS AND ENCLOSURES
A. All Contracts: Provide barriers during performance of the Work to:
1. Prevent unauthorized entry to work areas.
2. Allow for State’s occupancy of Site.
3. Protect existing facilities and adjacent properties from damage.
4. Protect vehicular and pedestrian traffic.
B. Building Work Contract:
1. Temporary Partitions: Provide temporary partitions to form fire resistive
barriers between work areas and areas occupied by State personnel.
Construct the partitions of 3-5/8 inch width steel framing or 2 x 4 wood
D26302788
D263027
Printed 08/17/2015 015000 - 5 PIN 9500.9P
framing, with 5/8 inch thick Type X (ASTM C 36) gypsum board on
both sides of partition. Secure the partitions in place without damaging
existing construction. Seal joints on the State occupied side with joint
tape and compound. Provide 1-3/4 inch thick solid core flush wood
doors or 18 gage flush steel doors, and steel door frames. Equip doors
with full mortise hinges and lockset. Furnish the Department’s
Representative with 2 keys for each lock.
2. Temporary Dust Barriers: Provide temporary dust barriers to prevent the
spread of dust from the work areas. Construct the dust barriers of wood
framing sheathed with 6 mil polyethylene film. Secure the dust barriers
in place without damaging existing construction.
1.08 TEMPORARY FENCE ENCLOSURE
A. Site Work Contract:
1. Provide temporary fence not less than 8 feet in height above grade.
2. Fabric: #9 gage galvanized steel, or equal gage aluminum, woven
together into 2 inch diamond mesh, with both top and bottom edges
having a twisted and barbed finish.
3. Posts, Rails, and Connections: Standard galvanized steel products of an
approved manufacturer, of the size and types as required and approved.
Provide top and bottom rails between all posts, secured with bolted
connections. Posts shall not be driven into the existing pavement
4. Gates: Provide access gates for passage of employees and materials,
complete with padlock. Fabricate gates with galvanized steel pipe
perimeter covered with same fabric specified for fence. Furnish the
Department’s Representative with 2 keys per gate.
1.09 SECURITY
A. Promptly relock doors and security screens located in access routes, storage
areas, and work areas after use.
B. Restore, by the end of each work day, existing in place safety/security items such
as doors, screens, alarm systems components, that required removal,
replacement, or adjustment to perform the Work, unless otherwise authorized in
writing by the Department’s Representative.
C. Remove all tools and materials from public occupied work areas when the work
areas are not attended by employees and at the end of each work day. Store tools
in a locked tool box, cabinet, or shed. Store materials where directed, in a
location secure from access by patients and clients.
1.10 WATER CONTROLS
A. Provide and maintain pumping equipment necessary to keep the work areas free
from water. Discharge water into existing storm drainage systems or otherwise
disperse as directed.
1.11 FIRE PREVENTION
D263027 89
D263027
Printed 08/17/2015 015000 - 6 PIN 9500.9P
A. Take precautions necessary to prevent fires.
B. Fuel for cutting and heating torches shall be acetylene or LP-gas only, and shall
be contained in Underwriters Laboratory or Federal Department of
Transportation approved containers.
C. Furnish and maintain a currently inspected 20 pound capacity multi-class A:B:C
fire extinguisher in the immediate vicinity where welding tools or torches are in
use.
D. Furnish and maintain a currently inspected fire extinguisher of the appropriate
class and size whenever the temporary storage of materials changes that areas
classification of fire load or life safety.
E. Do not use flammable liquids, other than those specified, within a building
without the written approval from the Department’s Representative.
F. Tarpaulins shall be flameproof and shall be securely anchored when attached to
scaffolding or when used to enclose any portion of a building.
1.12 ACCESS ROADS
A. Routes of ingress and egress on the premises to the location of the Work shall be
as directed.
B. Keep designated access roads clear of dirt and debris resulting from the Work.
C. Provide means of removing mud from vehicle wheels before entering paved
roads.
1.13 PARKING
A. All Contracts:
1. Park vehicles in areas where directed.
2. Keep designated parking areas clear of dirt and debris resulting from the
Work.
3. If requested, register vehicles which are to be parked at the Facility with
the Facility Safety/Security Department.
4. Remove ignition key from unattended vehicles and lock doors.
B. Site Work Contract: Remove snow from parking areas allocated to all
Contractors.
1.14 RUBBISH REMOVAL
A. Clean up and containerize the rubbish (refuse, debris, waste materials, and
removed materials and equipment) resulting from the Work at least once a day
and more often if the rubbish interferes with the work of others or presents a
hazard. Leave work areas broom clean, except where more stringent cleaning is
D26302790
D263027
Printed 08/17/2015 015000 - 7 PIN 9500.9P
specified, at the end of each day. Locate containerized rubbish on the Site where
directed.
B. Remove rubbish from State property at least once a week and more often if the
rubbish presents a hazard. Properly dispose of rubbish.
C. Burning of rubbish will not be permitted.
1.15 RELOCATION AND REMOVALS
A. Should a change in location of any construction facilities and temporary controls
be necessary in order to progress the Work properly, remove and relocate such
items as directed.
1. Electrical Work Contract: Frequently relocate/revise the temporary
lighting as Contractors progress the Work of their contracts causing
changes to the condition of the building (installation or relocation of
walls, partitions, ceilings, equipment, etc.). Keep pace with the changes
and maintain a minimum of 10 foot candles in each recomposed work
area.
B. Remove the construction facilities and temporary controls when they are no
longer required. Restore permanent facilities used for or connected to temporary
facilities to their original condition or better.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D263027 91
D263027
Printed 8/17/2015 015123 - 1 PIN 9500.9P
SECTION 015123
CONSTRUCTION HEAT AND TEMPORARY HEAT
PART 1 GENERAL
1.0 RELATED DOCUMENTS
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and
other Division 1 Specification Sections, apply to this section.
1.01 CONSTRUCTION HEAT - ALL CONTRACTS
A. Prior to the time the building or any major part of the building is enclosed,
provide construction heat (as differentiated from temporary heat), of a nature as
required and approved to accomplish the following:
1. Protect materials and equipment being installed as part of the Contract
from freezing.
2. Enable workers to accomplish their respective tasks in a satisfactory
manner.
3. Maintain construction schedules.
B. Do not use electric heaters.
1.02 TEMPORARY HEAT - BUILDING ENCLOSED
A. Construction Work Contract:
1. Temporary heat shall be provided under the Construction Work Contract
for all Contracts related to the Project.
2. Provide temporary heat, starting at such time as directed, when in the
opinion of the Director’s Representative, the building or any major part
of it is enclosed.
a. The building, or any part of it, shall be considered enclosed
when the exterior walls and roof deck or overhead closures are
sufficiently completed to exclude the elements, except for
windows, doors, ventilators and similar openings which shall be
temporarily sealed weathertight with suitable closures.
b. In the event a building under construction is of window wall
design, and the window walls are not installed as scheduled,
provide temporary weathertight wall closures in sufficient time
so as not to delay construction of the building.
3. Include in the contract sum the cost of providing temporary heat for 100
days.
a. The actual number of days required for temporary heat shall be
as determined by the Director’s Representative.
D26302792
D263027
Printed 8/17/2015 015123 - 2 PIN 9500.9P
b. In the event such determination results in more or less than the
specified number of days, the contract sum will be adjusted by
Order on Contract.
c. Applicable daily charges for price adjustment (if any) shall be
the average daily rate paid during the period of temporary heat,
i.e. (total cost of providing temporary heat divided by the
number of days). Furnish daily records of temporary heat costs
to the Director’s Representative, so that necessary price
adjustments may be calculated.
4. Temporary heat consists of, but is not limited to, the following:
a. Furnishing and operating a sufficient number of temporary
heating units to maintain required temperatures.
b. Furnishing units of approved manufacture, complete with a
combustion chamber and a smoke flue outlet, so designed that
all products of combustion are vented through smoke flue piping
to the exterior of the building. Do not use electric heaters.
c. Furnishing fuel for maintaining temporary heat.
d. Maintaining building temperature between 45 and 55 degrees F,
unless higher temperatures are required for the installation of
specified materials.
e. Moving, relocating, and adjusting heating units as required or
directed, to protect the Work of all Contracts.
f. Taking precautions necessary to protect all portions of the
building from smoke or gas damage and to prevent hazardous
conditions which could result in damage to property or injury to
persons.
5. In addition:
.
a. Provide and maintain 2 eight inch scale direct reading
thermometers in the building, at locations directed.
b. Provide where directed in the building, 2 seven day, self
contained recording thermometers, for the purpose of recording
air temperatures in the building.
1) Thermometers: Model SL4100 by Dickson Data, 920 S.
Westwood Ave., Addison, IL 60101, (800) 757-3747,
www.dicksondata.com.
2) Charts: Furnish and deliver to the Director’s
Representative at the site, a supply of charts and ink, in
quantity as required for the duration of temporary heat.
Furnish charts of the 7 day type, designed for working
temperatures from 0 degrees F to 100 degrees F
(Dickson Model 2012).
3) The Director’s Representative will maintain operation of
the thermometers.
4) Recording thermometers and charts shall become the
property of the State.
1.03 RESPONSIBILITY
A. Construction Work Contract:
D263027 93
D263027
Printed 8/17/2015 015123 - 3 PIN 9500.9P
1. Assume responsibility for damage due to frost and freezing during the
period when temporary heat is required to be provided. Repair damage
due to improper equipment, such as stains, smudges, soot or fire.
B. All Contracts:
1. Progress the Work so that temporary heat can be provided as and when
specified, and directed.
1.04 TEMPORARY HEAT - OPERATION BY STATE PERSONNEL
A. When, in the opinion of the Director’s Representative, the permanent heating
system is completed, the Director’s Representative will arrange for operation of
the heating system in accordance with the provisions of Article 20 of the General
Conditions concerning State occupation and operation. At such time, Contractor
will be relieved of responsibility for temporary heat.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
END OF SECTION
D26302794
D263027
Printed 08/17/2015 017329 - 1 PIN 9500.9P
SECTION 017329
REMOVALS, CUTTING, AND PATCHING
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and
other Division 1 Specification Sections, apply to this section.
1.02 DEFINITIONS
A. Remove: Detach items from existing construction and dispose of them off-site
unless indicated to remain the Property of the State.
1.03 PROJECT CONDITIONS
A. Existing Conditions: Do not disturb existing structures, construction, materials
or equipment unless required by the Contract.
1. Do not cut, drill or remove structural members such as joists, beams or
columns supporting construction that is to remain unless expressly
required by the Contract Documents.
B. Existing Paint: Assume existing painted surfaces to contain lead based paints.
Take precautions as required to prevent spread of lead containing particles and
dust.
C. Items to Remain the Property of the State: The following items shall remain the
property of the State and shall be stored at the site where directed:
1. Building Contract: Doors and hardware
2. HVAC Work Contract:
3. Plumbing Work Contract: W/C, urinals, lavatories
4. Electrical Work Contract: Light fixtures
PART 2 PRODUCTS
2.01 MATERIALS
A. Match the appearance and performance of existing corresponding materials as
closely as practicable, unless otherwise indicated.
PART 3 EXECUTION
3.01 EXAMINATION
D263027 95
D263027
Printed 08/17/2015 017329 - 2 PIN 9500.9P
A. Prior to cutting, drilling or removal, investigate both sides of the surface
involved. Determine the exact location of structural members.
B. If unforeseen obstructions are encountered, take precautions necessary to prevent
damage and obtain instructions from the Department’s Representative before
proceeding with the Work.
3.02 PREPARATION
A. Provide temporary shoring and other supports necessary to prevent settlement or
other damage to existing construction which is to remain.
B. Prepare existing surfaces properly to receive and, where required, bond with the
Work.
3.03 REMOVALS, CUTTING, AND ALTERING
A. In addition to the items indicated to be removed on the Drawings, remove
existing construction superseded by the Work except items such as pipes,
conduits, recessed boxes, and ducts which are built into existing construction
that is to remain. Cut off and conceal such items at face of remaining
construction. Provide cover plates on recessed boxes.
B. Remove and alter existing construction as required to install and connect the
Work to adjacent construction in an approved manner.
C. Cut and alter existing materials as required to perform the Work. Limit cutting
to the smallest amount necessary. Core drill round holes and saw cut other
openings where possible.
D. Perform cutting, drilling, and removals in a manner which will prevent damage
to construction which is to remain.
E. Perform removal of items to remain the property of the State with such care as
necessary to prevent damage to these items.
3.04 PATCHING
A. Patch existing construction and finishes defaced, damaged, or left incomplete
due to alterations and removals. Patching, except as otherwise indicated, shall
be limited to the areas which have been cut or altered. Finish patched surfaces to
match existing adjacent surfaces as closely as practicable.
B. Perform patching around items penetrating existing construction in a manner that
will maintain the water and fire resistive capability of the existing construction.
C. Paint patched areas and cover plates to match existing adjacent surfaces as
closely as practicable using same type of paint. Painting, except as otherwise
indicated, shall be limited to the areas which have been patched.
D26302796
D263027
Printed 08/17/2015 017329 - 3 PIN 9500.9P
D. Where surfaces exposed by removals are to remain as exposed surfaces, paint
such areas to match existing adjacent surfaces as closely as practicable using
same type of paint.
3.05 REINSTALLATION
A. Where reinstallation of removed items is indicated, reinstall them to a condition
equal to or better than their condition before removal.
END OF SECTION
D263027 97
D263027
Printed 08/17/2015 017716 - 1 PIN 9500.9P
SECTION 017716
CONTRACT CLOSEOUT
PART 1 GENERAL
1.01 RELATED REQUIREMENTS SPECIFIED ELSEWHERE
Drawings and genera provisions of the Contract, including General and Supplementary
Conditions, Section 100, 200, and 300 of the NYSDOT Standard Specifications and
other Division 1 Specification Sections, apply to this section.
1.02 CONTRACT CLOSEOUT INSPECTIONS
A. The following 3 inspections will be made for each completion date in addition to
the normal inspections to ensure that all Contract requirements are met and that
the Work is complete and acceptable. The purpose of each of these inspections
is to furnish the Contractor a written list of Contract exceptions, omissions, and
incompletions so that the Work can be progressed to timely completion in
accordance with the Contract Documents.
1. Detailed Inspection: The “Detailed Inspection” will be made when the
Work is substantially complete. A copy of the detailed inspection list
will be furnished to the Contractor. When this inspection progresses
over any length of time, copies of the list will be furnished as the
inspection progresses so that the Contractor may proceed with the
required Work without delay.
2. Final Inspection: The Contractor will be advised by letter of the date
and time of final inspection. A copy of the final inspection list
containing all incomplete or unsatisfactory items and the time allowed to
complete the Work will be furnished to the Contractor.
3. Joint Inspection for Physical Completion: The joint inspection for
physical completion may be made to verify completion of the exception
items listed on the final inspection list so that the physical completion
date (defined in the General Conditions) may be established.
1.03 FINAL CLEANING
A. Perform final cleaning prior to joint inspection for physical completion. Leave
the premises in a neat, unobstructed condition, the work areas broom clean
(except where more thorough cleaning is specified), and everything in perfect
repair and adjustment.
B. Clean site; sweep paved areas, rake clean landscaped surfaces.
C. Remove tools, equipment, waste and surplus materials, rubbish, and construction
facilities from the premises as soon as possible upon completion of the Work.
1.04 PROJECT RECORD DOCUMENTS
D26302798
D263027
Printed 08/17/2015 017716 - 2 PIN 9500.9P
A. Maintain on site, 2 sets of the following record documents; record actual
revisions to the Work:
1. Contract Drawings.
2. Project Manual.
3. Addenda.
4. Change Orders and other modifications to the Contract.
5. Reviewed shop drawings, product data, and samples.
B. Store record documents separate from documents used for construction.
C. Record information concurrent with construction progress.
D. Record Documents and Shop Drawings: Legibly mark each item to record actual
construction including:
1. Measured depths of foundations in relation to finish (first) (main) floor
datum.
2. Measured horizontal and vertical locations of underground utilities and
appurtenances, referenced to permanent surface improvements.
3. Measured locations of internal utilities and appurtenances concealed in
construction, referenced to visible and accessible features of the Work.
4. Field changes of dimension and detail.
5. Details not on original Contract Drawings.
E. Upon completion of the work, create electronic versions of the project record
documents. Black and white documents are to be scanned into TIFF format
using CCIT Group 4 compression. Documents with color, which include black
line documents with color notations, are to be scanned into TIFF format using a
minimum of 8 colors and “packbit” compression.
1. The scanned images are to be put on a compact disc (CD) using ISO
9660 format. Name the electronic files with the same name as the
drawing. Create a folder on the CD for each trade and one for Shop
Drawings.
2. Label the CD with the project number, name, and title as it appears on
the project manual cover. If there is more than one CD include notation
to that effect on the label; i.e., 1 of 3, 2 of 3, 3 of 3. The project record
documents and CD(s) are to be turned over to the Department’s
Representative.
F. Upon completion of the work, submit Submittals Website electronic project data
in a searchable archive database.
G. Applications for progress payments will not be approved if the record documents
are not kept current. Application for final payment will not be approved until the
project record documents are delivered to the Department’s Representative.
H. Department of Environmental Conservation Requirements: In addition to the
foregoing requirements, maintain 2 additional sets of the Contract Drawings
which show the site plan and all of the components of the subsurface wastewater
D263027 99
D263027
Printed 08/17/2015 017716 - 3 PIN 9500.9P
disposal system. Prepare the drawings as directed, marking (in red) all changes
made during construction.
1. The Department’s Representative will obtain the seal and signature of a
licensed New York State professional engineer on the marked prints,
who will send the 2 sets together with written certification that the
constructed facilities have been under his supervision and have been
fully completed in accordance with the approved design to the
appropriate regional water engineer of the Department of Environmental
Conservation.
1.05 OPERATION AND MAINTENANCE DATA
A. Prepare 2 sets comprised of 8-1/2 x 11 inch text pages bound in capacity
expansion binders with durable plastic covers identified with printed title
“OPERATION AND MAINTENANCE INSTRUCTIONS”, title of project, and
subject matter of binder when multiple binders are required. Prepare a printed
Table of Contents for each volume, with each product or system description
identified. Internally subdivide the binder contents with permanent page
dividers, logically organized as described below, with tab titles clearly printed
under reinforced laminated plastic tabs:
Part 1: Directory, listing names, addresses, and telephone numbers of
Architect/Engineer, Contractor, subcontractors, and major equipment
suppliers.
Part 2: Operation and maintenance instructions, arranged by system and
subdivided by specification section. For each category, identify names,
addresses, and telephone numbers of subcontractors and suppliers.
Identify the following:
1. Significant design criteria.
2. List of equipment.
3. Parts list for each component.
4. Operating instructions.
5. Maintenance instructions for equipment and systems.
6. Maintenance instructions for finishes, including recommended
cleaning methods and materials and special precautions
identifying detrimental agents.
Part 3: Project documents and certificates, including the following:
1. Shop drawings and product data.
2. Air and water balance reports.
3. Certificates.
4. Photocopies of warranties.
B. Submit one copy of completed volumes in final form 15 days prior to final
inspection. This copy will be returned after final inspection, with the
Department’s comments. Revise content of documents as required prior to final
submittal.
D263027100
D263027
Printed 08/17/2015 017716 - 4 PIN 9500.9P
C. Submit 2 volumes prior to final Application for Payment.
1.06 WARRANTIES
A. Furnish warranty certification and copies of warranties that extend beyond the
one year period required by the General Conditions. Warranties submitted
without warranty certification will not be accepted.
1. Warranty Certification: Written certification from the warrantor that
invoices for installation, service, supplies, and warranty fees have been
paid in full to persons or firms due payment, and that the warranty is in
effect and non-retractable due to any of the specified conditions.
B. Prepare printed Table of Contents and assemble warranty certifications and
warranty copies in a binder with a durable plastic cover.
C. Deliver the binder to the Department’s Representative prior to final Application
for Payment.
D. For items of Work delayed beyond date of Substantial Completion, provide
updated submittal within 10 days after acceptance, indicating date of acceptance
as start of warranty period.
E. Applications for final payment will not be approved until the warranty
certification and warranty documents are delivered to the Department’s
Representative.
1.07 SPARE PARTS AND MAINTENANCE MATERIALS
A. Label and deliver spare parts, maintenance items, and extra materials to the Site.
Place in locations as directed.
1. Include “NOT FOR WARRANTY REPAIRS” on the labels.
2. Obtain receipt prior to final payment.
B. Do not use the spare parts and maintenance materials required by the Contract
Documents to remedy defects during the one-year period described in Paragraph
9.8 of the General Conditions except when approved otherwise by authorized
Facility Representative. In such cases, replace items used.
C. Furnish the names, business addresses, and telephone numbers of fully equipped
authorized service organizations to the Department’s Representative.
D. Applications for final payment will not be approved until these items are
delivered to the Department’s Representative.
PART 2 PRODUCTS (Not Used)
PART 3 EXECUTION (Not Used)
D263027 101
D263027
Printed 08/17/2015 017716 - 5 PIN 9500.9P
END OF SECTION
D263027102
D263027
Printed 08/17/2015 019113 - 1 PIN 9500.9P
SECTION 019113
GENERAL COMMISSIONING REQUIREMENTS
PART 1 - GENERAL
1.01 SUMMARY
A. This Section specifies the Contractor’s responsibilities in the commissioning process.
Commissioning requires the participation of the Contractor to ensure that all systems are
operating in a manner consistent with the Contract Documents.
B. The commissioning process integrates the traditionally separate functions of system
documentation, equipment startup, performance testing and training. Commissioning
during the construction phase is intended to achieve the following specific objectives in
accordance with the Contract Documents:
1. Verify and document that applicable equipment and systems are installed
according to the manufacturer’s recommendations, contract requirements, and
industry standards and that they receive adequate operational checkout by
installing contractors.
2. Verify and document proper performance of equipment and systems.
3. Verify and document that O&M documentation is complete.
4. Verify and document that the Facility operating personnel are properly trained.
C. The systems and equipment to be commissioned are listed in this Section. The
Contractor’s general commissioning requirements and coordination are detailed in this
Section. Specific requirements for commissioning of each system or piece of equipment
are detailed in the specification Section for the individual systems or pieces of equipment.
A detailed description of the overall commissioning process is included in the appendix.
D. The commissioning process does not reduce the responsibility of the Contractor to
provide finished and fully functional systems and equipment.
1.02 SYSTEMS TO BE COMMISSIONED
A. The following systems will be commissioned in this project. Specific requirements for
the commissioning of each system are included in the related specification Section.
1. HVAC Work Contract:
a. Air Handling Units
b. Boiler and Packaged Controls
c. Air-Cooled Chiller
d. Temperature Control System
e. Exhaust Systems
f. Unit Heaters
g. HVAC Piping
h. Pumps
i. Ductwork Distribution System
j. Variable Air Volume Boxes
k. Variable Speed Drives
D263027 103
D263027
Printed 08/17/2015 019113 - 2 PIN 9500.9P
l. Testing and Balancing
2. Plumbing Work Contract:
a. Domestic Hot Water System (fed from heating boilers)
3. Electrical Work Contract:
a. Lighting Fixtures
b. Lighting Controls and Occupancy Sensors
B. Example Commissioning Documents: Example Pre-Functional Checklists and
Functional Test Procedures are provided following the specification Sections of
equipment and systems that are scheduled to be commissioned. These documents are
included to provide the Contractor examples of the type of documentation that will be
required as part of the commissioning process. Equipment and system specific Pre-
Functional Checklists and Functional Test procedures will be developed by the
Commissioning Authority based on approved submittals, and then will be provided to the
Contractors.
1.03 DEFINITIONS
A. Acceptance Phase: Phase of construction after startup and initial checkout when
functional performance tests, O&M documentation review and training occurs.
B. Approval: Acceptance that a piece of equipment or system has been properly installed
and is functioning in the tested modes in accordance with the Contract Documents.
C. Commissioning authority (CA): An independent agent responsible for the direction and
coordination of the commissioning activities. The CA responsible to the Director’s
Representative.
D. Commissioning Plan: An overall plan that provides the structure, schedule and
coordination planning for the commissioning process. E. Commissioning Team: The members of the commissioning team consist of the
Commissioning Authority, the Director’s Representative, the Contractor, the architect and design engineers. The owner and the building or plant operator/engineer also may be members of the commissioning team.
F. Deferred Functional Tests: Functional tests that are performed after substantial
completion, due to partial occupancy, seasonal requirements, design or other site conditions that prevent the test from being performed prior to substantial completion.
G. Deficiency: A condition in the installation or function of a component, piece of
equipment or system that is not in compliance with the Contract Documents. H. Factory Testing: Testing of equipment on-site or at the factory by factory personnel. I. Functional Performance Test (FT): Test of the dynamic function and operation of
equipment and systems using manual (direct observation) or monitoring methods. Functional testing is the dynamic testing of systems (rather than just components) under full operation. Systems are tested under various modes, such as during low cooling or heating loads, high loads, component failures, unoccupied, varying outside air temperatures, fire alarm, power failure, etc. The CA develops the functional test procedures in sequential written form. The CA coordinates, oversees and documents the
D263027104
D263027
Printed 08/17/2015 019113 - 3 PIN 9500.9P
actual testing. The Contractor performs the functional tests. FTs are performed after prefunctional checklists and startup are complete.
J. Phased Commissioning: Commissioning that is completed in phases (by floors, for
example) due to the size of the structure or other scheduling issues, in order to minimize
the total construction time. Commissioning shall be provided for each phase according to
the schedule for that phase. Some repetition and/or remobilization may be required.
K. Prefunctional Checklist (PC): A list of items to inspect and component tests to conduct
to verify proper installation of equipment prior to initiating functional testing.
L. Startup: The initial starting or activating of dynamic equipment, including executing
prefunctional checklists.
1.04 COORDINATION
A. The CA is hired by, and works for, the Director. The CA directs and coordinates the
commissioning activities. All members of the commissioning team shall work together
to fulfill their contractual responsibilities and meet the objectives of the Contract
Documents.
B. The CA will work with the Contractor according to established protocols to schedule the
commissioning activities. The Contractor shall integrate all commissioning activities into
the approved progress schedule. All parties will address scheduling problems and make
necessary notifications and changes in a timely manner in order to expedite the
commissioning process and maintain the approved progress schedule.
1.05 COMMISSIONING PROCESS
A. Commissioning Plan. The commissioning plan provides guidance in the execution of the
commissioning process. Following the initial commissioning scoping meeting the CA
will update the plan which is then considered the “final” plan, although it may be revised
as the project progresses.
B. Commissioning Process. The following narrative provides a brief overview of the typical
commissioning tasks during construction and the general order in which they occur. A
more detailed description of the commissioning process can be found in the Appendix.
1. Commissioning during construction begins with a scoping meeting conducted by
the CA where the commissioning process is reviewed with the Commissioning
Team.
2. Additional meetings will be required throughout construction, scheduled by the
Director’s Representative, to plan, scope, coordinate, and schedule future
activities and to resolve problems. When possible, commissioning meetings will
be scheduled immediately following construction meetings.
3. Equipment documentation is submitted to the CA during the submittal process,
including detailed start-up procedures.
4. The CA works with the Contractor to develop startup activity lists and startup
documentation. The CA provides prefunctional checklists to be completed by the
Contractor during the startup process.
5. In general, the checkout and performance verification proceeds from simple to
complex; from component level to equipment to systems and intersystem levels.
D263027 105
D263027
Printed 08/17/2015 019113 - 4 PIN 9500.9P
In each case prefunctional checklists are completed, submitted, and approved
before functional testing begins.
6. The Contractor executes and documents the prefunctional checklists, and
provides notification to the Director’s Representative and the CA. The
Contractor performs startup and initial checkout. The CA documents that the
checklists and startup were completed according to the approved plans.
7. The CA develops specific equipment and system functional performance test
procedures. The Contractor reviews the procedures and submits suggestions or
comments. Procedures are finalized by the CA.
8. The procedures are executed by the Contractor, under the direction of the CA.
9. Items of non-compliance in material, workmanship, or setup are corrected and
retested at the Contractor’s expense. The Contractor is responsible for providing
all resources, manpower, and materials necessary to rectify deficiencies as per
requirements of the approved schedule.
10. The O&M documentation prepared by the Contractor is reviewed for
completeness by the CA.
11. Commissioning is completed before Substantial Completion.
12. The CA reviews, pre-approves and coordinates the training provided by the
Contractor and verifies that is was completed.
13. Deferred testing is conducted, as specified or required.
1.06 CONTRACTOR’S RESPONSIBILITIES
A. The Contractor’s commissioning responsibilities are as follows (all references apply to
commissioned systems and equipment only):
1. Construction and Acceptance Phase:
a. Attend the commissioning scoping meeting and other necessary meetings
scheduled by the Director’s Representative to facilitate the
commissioning process.
b. Facilitate the coordination of the commissioning work by the CA, and
with the CA ensure that commissioning activities are being scheduled
into the approved progress schedule. c. Provide detailed manufacturer installation and start-up, operating,
troubleshooting and maintenance procedures, factory test reports, and full warranty information, including all responsibilities of the Director to keep the warranty in force. The installation, start-up and checkout materials that are actually shipped with the equipment and the actual field checkout sheet forms to be used by the factory or field technicians shall be submitted to the CA. The CA may request further documentation necessary for the commissioning process.
d. In each purchase order or subcontract written, include requirements for submittal data, O&M data, commissioning tasks and training.
e. Ensure that all subcontractors execute their commissioning responsibilities according to the Contract Documents and approved progress schedule.
f. Assist in the process of writing detailed test procedures by clarifying the operation and control of commissioned equipment.
g. Review test procedures to ensure feasibility, safety and equipment protection and provide necessary written alarm limits to be used during the tests.
h. Develop a full start-up and testing plan using manufacturer’s start-up procedures and the prefunctional checklists from the CA for all
D263027106
D263027
Printed 08/17/2015 019113 - 5 PIN 9500.9P
commissioned equipment. Submit to the CA for review and approval prior to startup.
i. During the startup and initial checkout process, execute all portions of the prefunctional checklists for all commissioned systems and equipment. Verify that system installations include all ports, gages, thermometers, access doors, valves, etc., required for specified functional performance testing.
j. Provide all special tools and instruments (only available from vendor,
specific to a piece of equipment) required for testing equipment.
k. Perform and clearly document all completed startup and system
operational checkout procedures, providing a copy to the CA.
l. Address incomplete Work before functional performance testing.
m. Provide skilled technicians to execute startup of equipment and to
execute the functional performance tests. Ensure that they are available
and present during the agreed upon schedules and for sufficient duration
to complete the necessary tests, adjustments and problem-solving.
n. Provide skilled technicians to perform functional performance testing
under the direction of the CA for specified equipment. Provide
Manufacturer's Representative as required and as specified in the
Specification. Assist the CA in interpreting the monitoring data, as
necessary.
o. Correct deficiencies (differences between specified and observed
performance) as directed by the Director’s Representative.
p. Prepare O&M manuals according to the Contract Documents, including
clarifying and updating the original sequences of operation to as-built
conditions. Provide a copy of the O&M manuals and submittals of
commissioned equipment to the CA for review and approval.
q. Provide training as specified.
r. Coordinate with equipment manufacturers to determine specific
requirements to maintain the validity of the warranty.
2. Warranty Period:
a. Execute seasonal or deferred functional performance testing in
accordance with the specifications
b. Correct deficiencies and make necessary adjustments to O&M manuals
and as-built drawings for applicable issues identified in any seasonal
testing.
PART 2 - PRODUCTS
2.01 TEST EQUIPMENT
A. All standard testing equipment required to perform startup and initial checkout and
required functional performance testing shall be provided by the Contractor.
B. Specified special equipment, tools and instruments (only available from vendor, specific
to a piece of equipment) required for testing equipment shall be provided by the
Contractor, and turned over to the facility at the completion of the Work.
C. Datalogging equipment and software required to test equipment will be provided by the
Contractor, but shall not become the property of the Director’s Representative.
D263027 107
D263027
Printed 08/17/2015 019113 - 6 PIN 9500.9P
D. All testing equipment shall be of sufficient quality and accuracy to test and/or measure
system performance with the tolerances specified in the Specifications. All equipment
shall be calibrated according to the manufacturer’s recommended intervals. Calibration
tags shall be affixed or certificates readily available.
PART 3 - EXECUTION
3.01 MEETINGS
A. Scoping Meeting. Prior to the commencement of construction, the CA will schedule,
plan and conduct a commissioning scoping meeting with the Commissioning Team.
B. Miscellaneous Meetings. Other meetings will be planned and conducted by the CA as
construction progresses. These meetings will cover coordination, deficiency resolution
and planning issues with the Contractor, appropriate sub-contractors and suppliers, the
Owner’s Representative, and the Director’s Representative.
3.02 START-UP, PREFUNCTIONAL CHECKLISTS, AND INITIAL CHECKOUT
A. Prefunctional checklists and initial checkout shall ensure that the equipment and systems
are hooked up and operational. Each piece of equipment receives full prefunctional
checkout. No sampling strategies are used. The prefunctional testing for a given system
must be successfully completed prior to formal functional performance testing of systems
or equipment.
B. Start-up and Initial Checkout Plan. The CA shall assist the commissioning team
members responsible for startup of any equipment in developing detailed start-up plans for all equipment. The primary role of the CA in this process is to ensure that there is written documentation that each of the manufacturer’s recommended procedures have been completed.
C. Execution of Prefunctional Checklists and Startup. 1. Four weeks prior to startup, the Contractor shall schedule startup and checkout
with the Director’s Representative. 2. The Contractor shall execute startup and provide the CA with a signed and dated
copy of the completed start-up and prefunctional tests and checklists. 3.03 FUNCTIONAL PERFORMANCE TESTING A. Development of Test Procedures. Using the requirements in the specifications, the CA
shall develop specific test procedures and forms to verify and document proper operation of each piece of equipment and system. The Contractor shall provide assistance to the CA in developing the procedures. Prior to testing, the CA shall provide a copy of the test procedures to the Contractor who shall review the tests for feasibility, safety, equipment and warranty protection.
B. Functional performance testing shall document that each system is operating in
accordance with the Contract Documents. During the testing process, areas of deficient performance shall be identified. Deficiencies shall be corrected by the Contractor and functional testing shall be re-scheduled. The Contractor shall be responsible for all costs associated with re-testing for functional performance.
D263027108
D263027
Printed 08/17/2015 019113 - 7 PIN 9500.9P
C. Each system shall be operated through all modes of operation. Proper responses to such
modes and conditions as power failure, freeze condition, low oil pressure, no flow,
equipment failure, etc. shall also be tested.
D. Test Methods. Each function and test shall be performed under conditions that simulate
actual conditions as closely as possible. The Contractor shall execute the test and shall
provide all necessary materials, system modifications, etc. to produce the necessary
flows, pressures, temperatures, etc. necessary to execute the test according to the
specified conditions. At the completion of the test, the Contractor shall return all
building equipment and systems affected by these temporary modifications to their pre-
test condition.
3.04 OPERATION AND MAINTENANCE MANUALS
A. Standard O&M Manuals. The specific content and format requirements for the standard
O&M manuals are detailed in Section 017716.
B. The Contractor shall compile and prepare commissioning documentation for all
equipment and systems and include this information in the O&M manuals.
3.05 TRAINING
A. The Contractor shall be responsible for coordinating, scheduling, and documenting that
all required training has been completed successfully.
B. The Contractor shall have the following training responsibilities:
1. Provide a training plan two weeks before the planned training.
2. Provide comprehensive orientation and training in the understanding of the
systems and the operation and maintenance of each piece of equipment.
3. Training shall normally start with classroom sessions followed by hands-on
training on each piece of equipment.
4. The training sessions shall follow the outline in the Table of Contents of the
operation and maintenance manual and illustrate whenever possible the use of the
O&M manuals for reference.
5. Training shall include:
a. Use of the printed installation, operation and maintenance instruction
material included in the O&M manuals.
b. A review of the written O&M instructions emphasizing safe and proper
operating requirements, preventative maintenance, special tools needed
and spare parts inventory suggestions. The training shall include start-
up, operation in all modes possible, shut-down, and any emergency
procedures.
c. Discussion of relevant health and safety issues and concerns.
d. Discussion of warranties and guarantees.
e. Common troubleshooting problems and solutions.
f. Explanatory information included in the O&M manuals and the location
of all plans and manuals in the facility.
g. Discussion of any peculiarities of equipment installation or operation.
3.06 DEFERRED TESTING
D263027 109
D263027
Printed 08/17/2015 019113 - 8 PIN 9500.9P
A. Unforeseen Deferred Tests. If any check or test cannot be completed due to project
conditions, required occupancy condition or other deficiency, execution of checklists and
functional testing may be delayed upon approval of the Director’s Representative. These
tests will be conducted in the same manner as the seasonal tests as soon as possible.
B. Seasonal Testing. Seasonal testing (tests delayed until weather conditions are closer to
the system’s design conditions) shall be completed as part of this contract. Make any
final adjustments to the O&M manuals and as-builts resulting from information gained
during testing.
END OF SECTION
D263027110
D263027
Printed 08/17/2015 066000 - 1 PIN 9500.9P
SECTION 066000
SOLID PLASTIC FABRICATIONS
PART 1 GENERAL
1.01 SUBMITTALS
A. Shop Drawings: Show fabrication details and connection to adjacent Work.
B. Product Data: Catalog sheets, specifications and installation instructions.
C. Samples:
1. Solid Plastic Panels: 12 inch square piece; each color, pattern, and
finish.
a. Color Samples: Manufacturer’s standard colors, patterns, and
finishes.
D. Quality Control Submittals:
1. Qualifications Certificates: Certified statement by technical
representative of the panel manufacturer that the fabricator and installer
are certified or approved.
E. Contract Closeout Submittals:
1. Maintenance Data: Deliver 2 copies, covering the installed products, to
the Department’s Representative.
1.02 QUALITY ASSURANCE
A. Qualifications: The fabrication and installation of the Work of this Section shall
be performed by a fabricator and installer certified or approved by the solid
plastic manufacturer.
1.03 PROJECT CONDITIONS
A. Do not install the Work of this Section until the walls and ceilings of the spaces
to receive the Work have been finished.
PART 2 PRODUCTS
2.01 COMPANIES
A. Aristech Acrylics, LLC, 1945 Highway 304, Belen, NM 87002, (800) 866-8324,
www.avonitesurfaces.com.
B. DuPont Surfaces, Chestnut Run Plaza, P.O. Box 80721, Wilmington, DE 19880-
0721, (800) 436-6072, www.corian.com.
D263027 111
D263027
Printed 08/17/2015 066000 - 2 PIN 9500.9P
C. Formica Corp., 10155 Reading Rd., Cincinnati, OH 45241, (800) 367-6422,
www.formica.com.
D. The Swan Corp., One City Centre, Suite 2300, St. Louis, MO 63101, (800) 325-
7008, www.theswancorp.com.
E. Wilsonart International, Inc., 2400 Wilson Pl. P.O. Box 6110, Temple, TX
76503-6110, (800) 433-3222, www.wilsonart.com.
2.02 MATERIALS
A. Solid Plastic Panels: Avonite Solid Surfacing by Aristech Acrylics, LLC; Corian
by DuPont Surfaces; Formica Solid Surfacing by Formica Corp.; Swanstone
Solid Surface by The Swan Corp.; or Gibraltar Solid Surfacing by Wilsonart
International.
1. Color and Pattern: As indicated, or if not indicated as selected from panel
manufacturer’s standard colors and patterns.
2. Adhesives, Fillers, and Sealants: Panel manufacturer’s standard or
recommended materials.
2.03 FABRICATION
A. Shop fabricate components to greatest extent possible to sizes and shapes
indicated, in accordance with approved shop drawings.
B. Form joints between components using joint adhesive, without conspicuous
joints.
C. Provide shop cutouts for fittings and accessories as indicated on the Drawings.
D. Cut and finish component edges with clean, sharp returns. Rout radii and
contours to template. Repair or replace defective and inaccurate materials.
E. Thermoforming: Comply with panel manufacturer’s printed instructions.
1. Form pieces prior to seaming and joining.
2. Prevent blistering, whitening, and cracking of pieces during forming.
F. Fabrication Tolerances: Plus or minus 1/16 inch overall.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this Section in accordance with the manufacturer’s printed
instructions, approved shop drawings, and as follows:
1. Install components plumb and level, scribed to adjacent surfaces.
2. Form field joints using adhesive, with joints inconspicuous in finished
work.
3. Provide back splashes and end splashes in locations indicated.
4. Installation Tolerances: Plus or minus 1/8 inch overall.
D263027112
D263027
Printed 08/17/2015 066000 - 3 PIN 9500.9P
5. Keep components clean during installation.
3.02 CLEANING
A. After installation, clean exposed surfaces to remove dirt, adhesive, sealant, and
other blemishes. Comply with panel manufacturer’s printed cleaning
instructions.
3.03 PROTECTION
A. Apply heavy kraft paper or other heavy protective coating approved by the
Department’s Representative, masked in place to prevent surface damage.
END OF SECTION
D263027 113
D263027
Printed 08/17/2015 078400 - 1 PIN 9500.9P
SECTION 078400
FIRESTOPPING
PART 1 GENERAL
1.01 REFERENCES
A. UL 1479 Fire Tests of Through-Penetration Firestops.
B. ASTM E 814 Method of Fire Tests of Through-Penetration Fire Stops.
1.02 DEFINITIONS
A. UL Fire Resistance Directory: Product directory published yearly, with
supplements, by Underwriters Laboratories Inc., containing listings and
classifications in effect as of the published date for product categories covered
by UL.
B. Inchcape Directory of Listed Products: Product directory published yearly by
Inchcape Testing Services containing listings which reflect certifications granted
for materials, products, systems and equipment which have been tested by
Inchcape Testing Services to recognized governing standards.
C. Omega Point Laboratories Listings Directory: Product Directory published
yearly by Omega Point Laboratories, Inc. containing listed building products,
materials, and assemblies which have been tested by Omega Point Laboratories
to recognized governing standards.
D. Factory Mutual Approval Guide: Product directory published yearly, with
supplements, by Factory Mutual Research Corp., containing listed building
products, materials, and assemblies which have been tested by Factory Mutual
Research Corp., to recognized governing standards.
E. F Rating: Prohibits flame passage through the system and requires acceptable
hose stream test performance.
F. T Rating: Prohibits flame passage through the system and requires the maximum
temperature rise on the unexposed surface of the wall or floor assembly, on the
penetrating item and on the fill material not to exceed 325 degrees F above
ambient, and requires acceptable hose stream test performance.
1.03 DESIGN REQUIREMENTS
A. Devices and materials shall meet the hourly fire resistance ratings required by
the Project as determined by UL 1479, or ASTM E 814 and be listed and
detailed in the UL Fire Resistance Directory, Inchcape Directory of Listed
D263027114
D263027
Printed 08/17/2015 078400 - 2 PIN 9500.9P
Products, Factory Mutual Approval Guide, or the Omega Point Laboratories
Listings Directory.
1. Exception: Where no listed designs exist that meet the requirements of a
specific project condition, submit details and manufacturer’s written
recommendations for a design meeting the requirements. Include
evidence of engineering judgment and extrapolation from listed designs.
1.04 SUBMITTALS
A. Submittals Package: Submit the following items specified below the same time
as a package:
1. Product Data.
2. Samples.
3. Quality Control Submittals.
B. Product Data: Catalog sheets, specifications and installation instructions for
each firestop device and material.
1. Indicate design number for each firestop proposed to be used which is
detailed in the UL Fire Resistance Directory, Inchcape Directory of
Listed Products, Factory Mutual Approval Guide, or the Omega Point
Laboratories Listings Directory.
2. State the specific locations where each firestop system is proposed to be
installed.
C. Quality Control Submittals:
1. Design Data: Show details and include engineering information and
manufacturer’s written recommendations required under Design
Requirements Article for each proposed firestop if other than a design
detailed in the UL Fire Resistance Directory, Inchcape Directory of
Listed Products, Factory Mutual Approval Guide, or the Omega Point
Laboratories Listings Directory.
a. State the specific locations where each firestop is proposed to be
installed.
2. Installer’s Qualifications Data:
a. Name of each person who will be performing the Work and their
employer’s name, business address and telephone number.
b. Names and addresses of 3 similar projects that each person has
worked on during the past 5 years.
3. Company Field Advisor Data:
a. Name, business address and telephone number of Company
Field Advisor secured for the required services.
b. Certified statement from the Company listing the qualifications
of the Company Field Advisor, and listing of services and each
product specifically listed for this Project for which Company
Field Advisor is given authorization by the Company to render
advice.
D. Firestop Schedule: Submit schedule itemizing the following:
1. Manufacturer’s product reference numbers and/or drawing numbers.
2. UL, Inchcape Testing Services, Factory Mutual Research Corp., or
Omega Point Lab design number.
D263027 115
D263027
Printed 08/17/2015 078400 - 3 PIN 9500.9P
3. Location of firestop material.
4. Penetrating Item Description/Limits: Material, size, insulated or
uninsulated, and combustibility.
5. Maximum allowable annular space or maximum size opening.
6. Wall type construction.
7. Floor type construction.
8. Hourly Fire resistance rating of wall or floor.
9. F rating.
10. T rating, if available.
1.05 QUALITY ASSURANCE
A. Installer Qualifications: The persons installing the firestopping and their
supervisor shall be personally experienced in firestop work and shall have been
regularly employed by a company installing firestopping for a minimum of 3
years.
B. Pre-Installation Conference: Before the firestop work is scheduled to
commence, a conference will be called by the Department’s Representative at
the Site for the purpose of reviewing the Contract Documents and discussing
requirements for the Work. The conference shall be attended by related trade
Contractors (if any), their qualified firestopping installers, and associated
firestopping manufacturer’s Company Field Advisors.
C. Container/Package Labels: Include manufacturer’s name and identifying
product number, date of manufacturer, lot number, shelf life (if applicable),
qualified testing and inspecting agency classification marking, curing time, and
mixing instructions for multi-component materials.
D. Company Field Advisor: Secure the services of a Company Field Advisor for
the following:
1. Render advice regarding suitability of firestopping materials and
methods.
2. Assist in completing firestop schedule.
3. Attend pre-installation conference.
E. Field-Constructed Sample Installations: Prior to installing firestopping, erect
sample installations for each type through-penetration firestop system to verify
selections made and to establish standard of quality and performance by which
the firestopping work will be judged.
1. Build sample installations to comply with the following requirements,
using materials indicated for final installations.
a. Locate sample installations on site at locations where directed.
b. Obtain Department’s Representative’s acceptance of sample
installations before start of firestopping installation.
c. Retain and maintain sample installations during construction in
an undisturbed condition.
d. Accepted sample installations in an undisturbed condition at
time of substantial completion of Project may become part of
completed firestopping work.
D263027116
D263027
Printed 08/17/2015 078400 - 4 PIN 9500.9P
1.06 DELIVERY, STORAGE, AND HANDLING
A. Deliver firestopping materials to the Site in original, new unopened containers or
packages bearing manufacturer’s printed labels.
B. Store and handle firestopping materials to prevent deterioration or damage due to
moisture, temperature changes, contaminants, etc.
1.07 PROJECT CONDITIONS
A. Environmental Requirements:
1. Temperature: Do not install firestopping materials when ambient or
substrate temperatures are outside limits permitted by manufacturer of
firestopping materials.
2. Humidity and Moisture: Do not install the Work of this Section under
conditions that are detrimental to the application, curing, and
performance of the materials.
3. Ventilation: Provide sufficient ventilation wherever firestopping
materials are installed in enclosed spaces. Follow manufacturer’s
recommendations.
1.08 SEQUENCING AND SCHEDULING
A. Leave exposed those firestopping installations that are to be concealed behind
other construction until the Department’s Representative has examined each
installation.
PART 2 PRODUCTS
2.01 FIRESTOPPING-GENERAL
A. Through-Penetration Firestop Devices, Forming Materials, And Fill, Void or
Cavity Materials: As listed in the UL Fire Resistance Directory, Inchcape
Directory of Listed Products, Factory Mutual Approval Guide, or the Omega
Point Laboratories Listings Directory.
1. For firestopping exposed to moisture, furnish products that do not
deteriorate when exposed to this condition.
2. For firestopping systems exposed to view, furnish products with flame-
spread values of less than 25 and smoke developed values less than 50,
as determined per ASTM E 84.
3. For penetrations for piping services below ambient temperature, furnish
moisture-resistant through-penetration firestop systems.
4. For penetrations involving insulated piping, furnish through-penetration
firestop systems not requiring removal of insulation.
B. Accessories: Components required to install fill materials as recommended by
the firestopping manufacturer for particular approved fire rated system.
D263027 117
D263027
Printed 08/17/2015 078400 - 5 PIN 9500.9P
C. Identification Labels:
1. Furnished by fire stopping manufacturer of suitable material for
permanent field identification of through-penetration firestops.
2. Identify the following:
a. “WARNING - FIRESTOP MATERIAL”.
b. Company Name.
c. Product Catalog number.
d. F rating.
e. T rating, if available.
3. Field fabricated labels are not acceptable.
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine existing through-penetrations of floors, walls, partitions, ceilings and
roofs in the Work areas.
B. Where firestopping is missing or not intact, submit a written report to the
Department’s Representative describing the existing conditions.
3.02 PREPARATION
A. Clean out openings immediately before installation of through-penetration
firestopping. Comply with recommendations of firestopping manufacturer and
the following requirements:
1. Remove foreign materials from surfaces of openings, and from
penetrating items that could interfere with adhesion of firestopping.
2. Clean opening and penetrating items to produce clean, sound surfaces
capable of developing optimum bond with firestopping. Remove loose
particles remaining from cleaning operation.
3. Remove laitance and form release agents from concrete.
B. Protection:
1. Protect surfaces adjacent to through-penetration firestops with non-
staining removable masking tape or other suitable covering to prevent
firestopping from contacting adjoining surfaces that will remain exposed
upon completion of Work and that would otherwise be permanently
stained or damaged by such contact or that would be caused by cleaning
methods used to remove smears from firestopping materials.
C. Substrate Priming:
1. Prime substrates in accordance with the firestopping manufacturer’s
printed installation instructions using recommended products and
methods.
2. Do not allow primer to spill or migrate onto adjoining exposed surfaces.
3.03 INSTALLATION OF THROUGH PENETRATION FIRESTOPS
D263027118
D263027
Printed 08/17/2015 078400 - 6 PIN 9500.9P
A. Use through-penetration firestop devices, forming materials, and fill, void or
cavity materials to form through-penetration firestops to prevent the passage of
flame, and limit temperature rise of the unexposed surface as detailed in the UL
Fire Resistance Directory, Inchcape Directory of Listed Products, Factory
Mutual Approval Guide, or the Omega Point Laboratories Listings Directory.
1. Where applicable design is not detailed in the Directories, use forming
materials and fill, void or cavity material to form through-penetration
firestop in accordance with approved printed details and installation
instructions from the company producing the forming materials and fill,
void or cavity material.
2. If the construction type(s) of the building cannot be determined, provide
firestopping with fire resistance ratings as specified in the Building Code
of New York State, Tables 720.1(1), 720.1(2), 720.1(3), and 302.3.2.
B. Provide through-penetration firestop systems with F ratings which shall equal or
exceed the fire resistance rating of the penetrated building construction.
C. Provide through-penetration firestop systems with T ratings, in addition to F
ratings, at floors where the following conditions exist:
1. Where firestop systems protect penetrations located outside the wall
cavities.
2. Where firestop systems protect penetrations located outside fire resistive
shaft enclosures.
3. Through-penetration firestop systems protecting floor penetrations
require a T-rating of at least 1 hour, but not less than the required floor
fire-resistance rating.
Firestop through-penetrations associated with the new Work.
E. Firestop through-penetration of partitions identified on the Construction Work
Drawings as smoke partitions and fire rated assemblies.
F. Firestop through-penetrations of floors, walls, partitions, ceilings, and roofs in
accordance with the fire resistance rating assigned to the walls, partitions, floors,
ceilings, and roofs on the Construction Work Drawings.
G. In areas where through-penetration items have been installed before the
construction work, firestop the through-penetration items after the construction
work has been completed. Furnish drawings or written information to the
Construction Work Contractor covering the provisions to be made in the
construction work to enable firestopping of the through-penetration items.
H. Permanently affix label at each firestop. Use adhesive compatible with surface
construction at firestop location.
3.04 CLEANING
A. Clean off excess fill materials and sealants adjacent to penetrations by methods
and cleaning materials recommended by manufacturers of firestopping products
and of products in which penetrations occur.
D263027 119
D263027
Printed 08/17/2015 078400 - 7 PIN 9500.9P
B. Remove masking tape as soon as practical so as not to disturb the firestopping’s
bond with substrate.
C. Protect firestopping during and after curing period from contact with
contaminating substances, or damage resulting from adjacent Work.
D. Cut out and remove damaged or deteriorated firestopping immediately, and
install new materials as specified in firestop schedule.
END OF SECTION
D263027120
D263027
Printed 08/17/2015 079200 - 1 PIN 9500.9P
SECTION 079200
JOINT SEALERS
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Glazing Sealants: Section 088100.
1.02 SUBMITTALS
A. Product Data: Catalog sheets, specifications, and installation instructions for
each product specified except miscellaneous materials.
B. Samples:
1. Sealants: One pint or standard tube.
2. Joint Fillers: 24 inch long full section.
3. Gaskets: 24 inch long full section.
4. Joint Primer/Sealer/Conditioners: One pint.
5. Backer Rods: 24 inch long full section.
6. Bond Breaker Tape: 24 inch long full section.
1.04 PROJECT CONDITIONS
A. Environmental Requirements:
1. Temperature: Unless otherwise approved or recommended in writing by
the sealant manufacturer, do not install sealants at temperatures below
40 degrees F or above 85 degrees F for non silicone sealants and below
minus 20 degrees F or above 125 degrees F for silicone sealants.
2. Humidity and Moisture: Do not install the Work of this section under
conditions that are detrimental to the application, curing, and
performance of the materials.
3. Ventilation: Provide sufficient ventilation wherever sealants, primers,
and other similar materials are installed in enclosed spaces. Follow
manufacturer's recommendations.
B. Protection:
1. Protect all surfaces adjacent to sealants with non-staining removable
tape or other approved covering to prevent soiling or staining.
2. Protect all other surfaces in the Work area with tarps, plastic sheets, or
other approved coverings to prevent defacement from droppings.
PART 2 PRODUCTS
2.01 SEALANTS
D263027 121
D263027
Printed 08/17/2015 079200 - 2 PIN 9500.9P
D. Type 1C Sealant:
1. One-part, non-sag polysulfide base sealant: Pecora’s Synthacalk GC-9,
Products Research and Chemical’s PRC Rubber Calk 7000, or
Sonneborn’s Sonolastic One Part Polysulfide Sealant.
E. Type 1D Sealant: One-part, mildew resistant silicone sealant; Dow Corning 786,
Dow Corning Tub and Ceramic, Pecora 898 Sanitary Silicone, General Electric
Sanitary SCS1700, or Bostik Silicone Rubber Bathroom Caulk.
F. Type 2 Sealant: One-part acrylic polymer sealant; Pecora AVW-920, PTI 738,
or Tremco Mono.
G. Type 2A Sealant: One-part acrylic or elastomeric sealant for sealing small
joints; PTI 200 or Tremco Small Joint Sealant, Pecora AC-20.
M. Pre-formed Sealant: Preformed paintable sealant strips of open cell,
compressible urethane foam, saturated with non-drying, non-staining, and non-
migrating butylene compound.
N. Sealant Colors: For exposed materials provide color as indicated or, if not
indicated, as selected by the Director from manufacturer's standard colors. For
concealed materials, provide the natural color which has the best overall
performance characteristics.
2.04 MISCELLANEOUS MATERIALS
A. Joint Primer/Sealer/Conditioner: As recommended by the sealant manufacturer
for the particular joint surface materials and conditions.
C. Bond Breaker Tape: Polyethylene or other plastic tape as recommended by the
sealant manufacturer; non-bonding to sealant; self adhesive where applicable.
D. Cleaning Solvents: Oil free solvents as recommended by the sealant
manufacturer. Do not use re-claimed solvents.
E. Masking Tape: Removable paper or fiber tape, self-adhesive, non-staining.
PART 3 EXECUTION
3.01 EXAMINATION
A. Examine all joint surfaces for conditions that may be detrimental to the
performance of the completed Work. Do not proceed until satisfactory
corrections have been made.
3.02 PREPARATION
D263027122
D263027
Printed 08/17/2015 079200 - 3 PIN 9500.9P
A. Clean joint surfaces immediately before installation of sealant and other
materials specified in this Section.
1. Remove all loose materials, dirt, dust, rust, oils and other foreign matter
that will impair the performance of materials installed under this
Section.
2. Remove lacquers, protective coatings and similar materials from joint
faces with manufacturer's recommended solvents.
3. Do not limit cleaning of joint surfaces to solvent wiping. Use methods
such as grinding, acid etching or other approved and manufacturer's
recommended means, if required, to clean the joint surfaces, assuring
that the sealant materials will obtain positive and permanent adhesion.
C. Priming Joint Surfaces:
5. Prime joints other than those above if so recommended by the
manufacturer's printed instructions.
6. Do not allow the primer/sealer to spill or migrate onto adjoining
surfaces.
3.04 SEALANT INSTALLATION
A. Except as shown or specified otherwise, install sealants in accordance with the
manufacturer's printed instructions.
B. Install sealants with ratchet hand gun or other approved mechanical gun. Where
gun application is impractical, install sealant by knife or by pouring as
applicable.
C. Types 2 and 2A Sealants: If low temperature makes application difficult,
preheat sealants using manufacturer's recommended heating equipment.
D. Type 4 Sealant: Allow sealant to cure for a minimum of 3 days before
backfilling.
E. Finishing: Tool all vertical, non-sag sealants so as to compress the sealant,
eliminating all air voids and providing a neat smoothly finished joint. Provide
slightly concave joint surface, unless otherwise indicated or recommended by the
manufacturer.
1. Use tool wetting agents as recommended by the sealant manufacturer.
3.05 FIELD QUALITY CONTROL
A. Test Samples:
1. Where directed, for each 1000 linear feet of joint installed, cut out and
carefully remove a 6 inch long sample of the undisturbed sealant and
joint backer material from the newly installed Work. Remove the
samples in the presence of the Department’s Representative who will
retain them for evaluating and testing.
2. Reseal cut out areas with the same materials.
3.06 CLEANING
D263027 123
D263027
Printed 08/17/2015 079200 - 4 PIN 9500.9P
A. Immediately remove misapplied sealant and droppings from metal surfaces with
solvents and wiping cloths. On other materials, remove misapplied sealant and
droppings by methods and materials recommended in writing by the
manufacturer of the sealant material.
B. After sealants are applied and before skin begins to form on sealant, remove all
masking and other protection and clean up remaining defacement caused by the
Work.
END OF SECTION
D263027124
D263027
Printed 8/17/2015 099103 - 1 PIN 9500.9P
SECTION 099103
MECHANICAL PAINTING
PART 1 GENERAL
1.01 DEFINITIONS
A. The word “paint” in this Section refers to substrate cleaners, fillers, sealers,
primers, undercoats, enamels and other first, intermediate, last or finish coatings.
B. The word “primer” in this Section refers to substrate cleaners, fillers, sealers,
undercoats, and other first or intermediate coats beneath the last or finish
coating.
C. The words “finish paint” in this Section refers to the last or final coat and
previous coats of the same material or product directly beneath the last or final
coat.
D. Finish Paint Systems: Finish paint and primers applied over the same substrate
shall be considered a paint system of products manufactured or recommended by
the finish coat manufacturer.
1. Finish paint products shall meet or exceed specified minimum physical
properties.
1.02 SUBMITTALS
A. Painting Schedule: Cross-referenced Painting Schedule listing all exterior and
interior substrates to be painted and specified finish paint type designation;
product name and manufacturer, recommended primers and product numbers,
and finish paint color designation for each substrate to be painted.
1. Designate exterior substrates by building name and number, substrate to
be painted and surface location.
2. Designate interior substrates by building name and number, floor, room
name and number, and surface to be painted.
B. Product Data Sheets: Manufacturer’s published product data sheets describing
the following for each finish paint product to be applied:
1. Percent solids by weight and volume, solvent, vehicle, weight per gallon,
ASTM D 523 gloss/reflectance angle, recommended wet and dry film
thickness, volatile organic compound (VOC) content in lbs/gallon,
product use limitations and environmental restrictions, substrate surface
preparation methods, directions and precautions for mixing and thinning,
recommended application methods, square foot area coverage per gallon,
storage instructions, and shelf-life expiration date.
2. Manufacturer’s recommended primer for each finish paint product and
substrate to be painted.
3. Manufacturer’s complete range of available colors for each finish paint
product to be applied.
D263027 125
D263027
Printed 8/17/2015 099103 - 2 PIN 9500.9P
1.03 QUALITY ASSURANCE
A. Volatile Organic Compounds (VOCs) Regulatory Requirements: Chapter III of
Title 6 of the official compilation of Codes, Rules and Regulations of the State
of New York (Title 6 NYCRR), Part 205 Architectural Surface Coatings.
1. Certificate of Compliance: List of each paint product to be delivered
and installed. List shall include written certification stating that each
paint product listed complies with the VOC regulatory requirements in
effect at the time of job site delivery and installation.
B. Container Labels: Label each product container with paint manufacturer’s name,
product name and number, color name and number, thinning and application
instructions, date of manufacture, shelf-life expiration date, required surface
preparations, recommended coverage per gallon, wet and dry film thickness,
drying time, and clean up procedures.
D. Compatibility of Paint Materials: Primers and intermediate paints shall be
products manufactured or recommended by the finish paint manufacturer.
1.04 DELIVERY, STORAGE, AND HANDLING
A. Delivery: Deliver materials to the Site in original, unopened containers and
cartons bearing manufacturer’s printed labels. Do not deliver products which
have exceeded their shelf life, are in open or damaged containers or cartons, or
are not properly labeled as specified.
B. Storage and Handling: Store products in a dry, well ventilated area in
accordance with manufacturer’s published product data sheets. Storage location
shall have an ambient air temperature between 45 degrees F and 90 degrees F.
1.05 PROJECT CONDITIONS
A. Environmental Requirements:
1. Ambient Air Temperature, Relative Humidity, Ventilation, and Surface
Temperature: Comply with paint manufacturer’s published product data
sheet or other printed product instructions.
2. If paint manufacturer does not provide environmental requirements, use
the following:
a. Ambient Air Temperature: Between 45 degrees F and .75
degrees F.
b. Relative Humidity: Below 75 percent.
c. Ventilation: Maintain the painting environment free from fumes
and odors throughout the Work of this Section.
d. Surface Temperature: At least 5 degrees F above the surface
dewpoint temperature.
3. Maintain environmental requirements throughout the drying period.
B. The following items are not to be field painted unless otherwise specified, noted
or directed:
D263027126
D263027
Printed 8/17/2015 099103 - 3 PIN 9500.9P
1. Stainless steel, chrome plated or monel surfaces.
2. Piping or ductwork to be insulated.
3. Insulation on concealed piping and concealed ductwork.
4. Insulated items covered with aluminum, stainless steel, or PVC
jacketing.
5. Insulation on piping in walk-in and non walk-in tunnels.
6. Uninsulated mechanical equipment with factory applied baked on
enamel finish.
7. Mechanical equipment with enameled steel insulated jacket.
PART 2 PRODUCTS
2.01 PAINT MANUFACTURERS
A. Where noted, the following finish paint manufacturers produce the paint types
specified.
1. Ameron Protective Coatings, 201 Berry St., Brea, CA 92621, (800) 926-
3766.
2. Armstrong World Industries, Inc., P.O. Box 3001, Lancaster, PA 17604,
(800) 866-5639.
3. Benjamin Moore and Co., 51 Chestnut Ridge Rd., Montvale, NJ 07645,
(201) 573-9600.
4. ICI Dulux Paints, 4000 DuPont Cr., Louisville, KY 40207, (800) 984-
5444.
5. Inorganic Coatings, Inc., 500 Lapp Rd., Malvern, PA 19355, (800) 345-
0531.
6. Insl-X, 50 Holt Drive, P.O. Box 694, Stony Point, NY 10980, (845)
786-5000.
7. PPG Architectural Finishes, One PPG Plaza, Pittsburgh, PA 15272,
(800) 441-9695.
8. Rust-Oleum Corporation, 11 Hawthorn Pky., Vernon Hills, IL 60061,
(800) 553-8444.
9. Sherwin-Williams Co., Cleveland, OH 44101; 1-800-321-8194.
10. Valspar Corp., 1401 Severn St., Baltimore, MD 21230, (800) 638-7756.
11. Wm. Zinsser & Co., 39 Belmont Dr., Somerset, NJ 08875-1285, (908)
469-8100.
2.02 MISCELLANEOUS PRODUCTS
A. Cleaning Solvents: Low toxicity with flash point in excess of 100 degrees F.
B. Color Pigments: Pure, non-fading, finely ground pigments with at least 99
percent passing a 325 mesh sieve.
1. Use lime-proof color pigments on masonry, concrete and plaster.
2. Use exterior pigments in exterior paints.
C. Galvanizing Compound, Cold: Single component compound with 93 percent
pure zinc in the dried film and meeting the requirements of DOD-P-21035A
(NAVY).
D263027 127
D263027
Printed 8/17/2015 099103 - 4 PIN 9500.9P
D. Masking Tape: Removable paper or fiber tape, self-adhesive and non-staining.
E. Metal Filler: Polyester resin base autobody filler.
F. Mineral Spirits: Low odor type recommended by finish paint manufacturer.
G. Paint Stripper: As recommended by finish paint manufacturer.
H. Stain Blocker, Primer-Sealer: As recommended by finish paint manufacturer.
I. Turpentine: ASTM D 13.
2.03 FINISH PAINT TYPES
A. Physical Properties:
1. Specified percent solids by weight and volume, pigment by weight, wet
and dry film thickness per coat, and weight per gallon are minimum
physical properties of acceptable materials.
a. Opaque Pigmented Paints: Physical properties specified are for
white titanium dioxide base before color pigments are added.
b. Specified minimum wet and dry film thickness per coat are for
determining acceptable finish paint products. Minimum wet and
dry film thickness per coat to be applied shall comply with
approved finish paint manufacturer’s product data sheets.
2. Gloss or Reflectance: The following ASTM D 523 specified light levels
and angles of reflectance:
a. Flat: Below 15 at 85 degrees.
b. Eggshell: Between 5 and 20 at 60 degrees.
c. Satin: Between 15 and 35 at 60 degrees.
d. Semigloss: Between 30 and 65 at 60 degrees.
e. Gloss: Over 65 at 60 degrees.
B. Exterior Finish Paint Types:
2. Paint Type EAL-2: Exterior Acrylic Latex, Semigloss Enamel.
a. Solids by Weight: 47.0 percent.
b. Solids by Volume: 33.2 percent.
c. Solvent: Water.
d. Vehicle: 100 percent acrylic resin.
e. Weight per Gallon: 10.0 lbs.
f. Wet Film Thickness: 4.0 mils.
g. Dry Film Thickness: 1.3 mils.
h. Manufacturers: ICI Dulux, PPG, Sherwin-Williams.
4. Paint Type ESP: Exterior Steel Zinc-Rich Primer, Flat.
a. Solids by Weight: 79.0 percent.
b. Solids by Volume: 68.0 percent.
c. Pigment by Weight: 90.0 percent zinc.
d. Solvent: Water.
e. Weight per Gallon: 24.6 lbs.
f. Dry Film Thickness: 3.0 mils if finish coated, 4.0 mils if not
finish coated.
D263027128
D263027
Printed 8/17/2015 099103 - 5 PIN 9500.9P
g. Manufacturers: Ameron Protective Coatings, Inorganic
Coatings, Valspar.
C. Interior Finish Paint Types:
3. Paint Type IAL-3: Interior Acrylic Latex, Semigloss Enamel.
a. Solids by Weight: 49.0 percent.
b. Solids by Volume: 35.0 percent.
c. Solvent: Water.
d. Vehicle: Vinyl acrylic resin.
e. Weight per Gallon: 10.0 lbs.
f. Wet Film Thickness: 3.8 mils.
g. Dry Film Thickness: 1.2 mils.
h. Manufacturers: Benjamin Moore, ICI Dulux, Sherwin-Williams.
5. Paint Type ISP: Interior Steel Primer, Flat.
a. Solids by Weight: 72.0 percent.
b. Solids by Volume: 52.0 percent.
c. Vehicle: Alkyd resin.
d. Weight per Gallon: 11.4 lbs.
e. Wet Film Thickness: 3.0 mils.
f. Dry Film Thickness: 1.5 mils.
g. Manufacturers: PPG, Sherwin-Williams, Valspar.
E. Colors: Provide paint colors shown on contract drawings or to be selected by the
Director from finish paint manufacturers available color selections.
1. Approved finish paint manufacturers to match designated colors of other
manufacturers where colors are shown on contract documents.
2. Safety Colors: Industry Standard ANSI Safety Colors.
b. Existing Facility Buildings: Color code to match Facility’s color
code.
c. New Facility Buildings: Color code as follows:
1) Gas, Natural and Manufactured: Safety Yellow.
Sewers, Storm and Sanitary: Safety Yellow.
Vent, Atmospheric: Safety Green.
4) Water, Up to 140 Degrees Fahrenheit: Safety Green.
5) Water, 141 Degrees and Above: Safety Yellow.
d. Other Colors:
1) Exposed Ductwork: Gray.
2) Insulated and Uninsulated Equipment: Gray.
a) Do not paint equipment with factory finish
paint.
PART 3 EXECUTION
3.01 EXAMINATION
D263027 129
D263027
Printed 8/17/2015 099103 - 6 PIN 9500.9P
A. Examine surfaces to be prepared, primed, or painted for compliance with
contract documents, required environmental conditions, manufacturer’s product
data sheets, product label instructions and other written requirements.
1. Do not begin any phase of the work without first checking and verifying
that surfaces and environmental conditions are acceptable for such work
and that any earlier phase deficiencies and discrepancies have been
properly corrected.
a. The commencement of new work shall be interpreted to mean
acceptance of surfaces to be affected.
3.02 PREPARATION
A. Protection: Cover and protect surfaces to be painted, adjacent surfaces not to be
painted, and removed furnishings and equipment from existing paint removals,
airborne sanding particles, cleaning fluids and paint spills using suitable drop
cloths, barriers and other protective devices.
1. Adjacent exterior surface protections include roofs, walls, landscaping,
driveways and walkways. Interior protections include floors, walls,
furniture, furnishings and electronic equipment.
2. Remove and replace removable hardware, lighting fixtures, telephone
equipment, other devices and cover plates over concealed openings in
substrates to be painted.
a. Cover and neatly mask permanently installed hardware, lighting
fixtures, cover plates and other devices which cannot be
removed and are not scheduled for painting.
3. Schedule and coordinate surface preparations so as not to interfere with
work of other trades or allow airborne sanding dust particle to fall on
freshly painted surfaces.
4. Provide adequate natural or mechanical ventilation to allow surfaces to
be prepared and painted in accordance with product manufacturer’s
instructions and applicable regulations.
5. Provide and maintain “Wet Paint” signs, temporary barriers and other
protective devices necessary to protect prepared and freshly painted
surfaces from damages until Work has been accepted.
B. Clean and prepare surfaces to be painted in accordance with specifications, paint
manufacturer’s approved product data sheets and printed label instructions. In
the event of conflicting instructions or directions, the more stringent
requirements shall apply.
1. Cleaners: Use only approved products manufactured or recommended
by finish paint manufacturer. Unless otherwise recommended by cleaner
manufacturer, thoroughly rinse with clean water to remove surface
contaminants and cleaner residue.
C. Surfaces:
1. Existing Painted Substrates: Thoroughly clean to remove dirt, soot,
grease, mildew, chalkiness and stains using finish paint manufacturer’s
recommended cleaners.
a. Remove loose, peeling, cracked and blistered paint by chipping,
scraping, and sanding smooth with medium and fine sandpaper
D263027130
D263027
Printed 8/17/2015 099103 - 7 PIN 9500.9P
c. Fill surface holes and depressions with finish paint
manufacturer’s recommended filler and sand smooth to adjacent
undisturbed edges.
d. Touch-up bare spots on previously painted surfaces with finish
paint manufacturer’s recommended primer.
e. Sand existing semigloss and gloss paint surfaces to a uniform
smooth dull finish before painting.
f. Fill and sand smooth existing paint surface damages,
depressions, ridges and other imperfections that will remain
visible after new paints have been applied.
2. Steel Substrates:
a. Prepare steel in accordance with Structural Steel Painting
Council (SSPC) standards:
1) SSPC-SP1: Remove oil, grease, dirt, soil, salts, and
other surface contaminants using appropriate cleaning
solvents and clean rags, vapor, alkali, emulsion, or
steam and adequate ventilation.
3. Galvanized Metal:
a. Allow new galvanized surfaces to weather as long as possible
before cleaning. Remove surface contaminants using clean rags
and petroleum spirits.
b. Remove “white rust” using appropriate solvent and, if necessary,
wire brushing or sanding.
c. Use appropriate Structural Steel Painting Council Standard
SSPC-SP1 to SSPC-SP6 to prepare steel substrates where
galvanized protection has been removed.
4. Aluminum:
a. Non-corroded Surfaces: Rub with fine steel wool and wipe
clean with mineral spirits.
b. Corroded Surfaces: Sand smooth, rub with fine steel wool and
wipe clean with mineral spirits.
D. Painting Material Preparations:
1. Prepare painting materials in accordance with manufacturer’s approved
product data sheets and printed label instructions.
a. Stir materials before and during application for a consistent
mixture of density. Remove container surface paint films before
stirring and mixing.
b. Slightly tint first opaque finish coat where primer and finish
coats are the same color.
c. Do not thin paints unless allowed and directed to do so in
writing within limits stated on approved product data sheets.
3.03 PAINTING SCHEDULE
B. Interior Exposed Items: Unless otherwise specified, apply the following
paint types with manufacturer’s recommended primers on the following interior
substrates.
1. Paint Type IAL-3:
a. Insulated and uninsulated piping and ductwork.
D263027 131
D263027
Printed 8/17/2015 099103 - 8 PIN 9500.9P
b. Equipment hangars, supports and accessories for pipe and
ductwork.
2. Paint Type IAL-4, on shop or factory primed substrates:
a. Type A service sinks.
b. Uninsulated mechanical equipment.
3. Paint Type EIC:
a. Flexible elastomeric foam insulation on piping, ductwork, and
equipment.
4. Paint Type HR-1, HR-2 or HR-3 to match substrate continuous and
intermittent operational surface temperatures.
a. Uninsulated exposed iron and steel boiler surfaces including
steel casing, buck stays, boiler fronts, castings, smoke flue pipes,
breeching, and exposed iron or steel surfaces installed in
conjunction with boiler and incinerator Work.
3.04 APPLICATION
A. Environmental Conditions:
1. Water-based Paints: Apply when surface temperatures will be 50
degrees Fahrenheit to 90 degrees Fahrenheit throughout the drying
period.
2. Other Paints: Apply when surface temperatures will be 45 degrees
Fahrenheit to 95 degrees Fahrenheit throughout the drying period.
3. Apply exterior paints during daylight hours free from rain, snow, fog and
mist when ambient air conditions are more than 5 degrees above the
surface dewpoint temperature and relative humidity less than 85 percent.
a. When exterior painting is allowed or required during
nondaylight hours, provide portable outdoor weather recording
station with constant printout showing hourly to diurnal air
temperature, humidity, and dewpoint temperature.
4. Exterior Cold Weather Protection: Provide heated enclosures necessary
to maintain specified temperature and relative humidity conditions
during paint application and drying periods.
B. Application: Apply approved paints where specified, or shown on the drawings,
and to match approved field examples.
1. Applicators: Brushes, rollers or spray equipment recommended by the
paint manufacturer and appropriate for the location and surface area to
be painted.
a. Approved minimum wet and dry film thicknesses for each coat
shall be as recommended on approved product data sheets and
the same for each application method and substrate.
C. Paint Type Coats To Be Applied: Unless otherwise specified, or recommended
by finish paint manufacturer’s product data sheet and approved by submittal, the
number of coats to be applied for each paint type are as follows:
1. Acrylic Latex Paint Types EAL and IAL:
a. New Unpainted Surfaces: Apply 1 coat of primer and 2 coats of
finish paint.
b. Existing Painted Surfaces:
D263027132
D263027
Printed 8/17/2015 099103 - 9 PIN 9500.9P
1) Apply 2 coats of finish paint when existing paint has a
lower gloss.
2) Apply one coat of primer and 2 finish coats when
existing paint has a higher gloss.
c. Paint Type IAL: Provide mildewcide additive for bathrooms,
kitchens, janitor closets, laundry rooms, restrooms and other wet
or damp areas.
2. Paint Types ESP and ISP: Apply 1 coat.
a. Allow paint to dry one week and test adhesion. Remove and
replace defective primer where adhesion failures occur.
3. Other Paint Types: Apply in accordance with paint manufacturer’s
product data sheets.
3.05 FIELD QUALITY CONTROL
A. Paint Samples: Assist the Department’s Representative in obtaining random one
quart paint samples for testing at any time during the Work.
1. Notify the Department’s Representative upon delivery of paints to the
Site.
2. Furnish new one quart metal paint containers with tight fitting lids and
suitable labels for marking.
a. Furnish labor to thoroughly mix paint before sampling and
provide assistance with sampling when required.
3.06 ADJUSTING AND CLEANING
A. Reinstall removed items after painting has been completed.
1. Restore damaged items to a condition equal to or better than when
removed. Replace damaged items that cannot be restored.
B. Touch up and restore damaged finish paints. Touch up and restoration paint
coats are in addition to the number of specified finish paint coats.
C. Remove spilled, splashed, or spattered paint without marring, staining or
damaging the surface. Restore damaged surfaces to the satisfaction of the
Department’s representative.
D. Remove temporary barriers, masking tape, and other protective coverings upon
completion of painting, cleaning and restoration work.
END OF SECTION
D263027 133
D263027
Printed 08/17/2015 220523 - 1 PIN 9500.9P
SECTION 220523
VALVES
PART 1 GENERAL
1.01 ABBREVIATIONS
A. IBBM: Iron body, bronze mounted.
B. OS&Y: Outside screw and yoke.
C. WOG: Water, oil, gas.
D. WSP: Working steam pressure.
1.02 SUBMITTALS
A. Product Data: Manufacturer’s catalog sheets and specifications for each valve
type.
B. Valve Schedule: List type of valve, manufacturer’s model number, and size for
each service application.
1.03 MAINTENANCE
A. Special Tools:
1. One wrench for each type and size wrench operated plug valve.
PART 2 PRODUCTS
2.01 VALVES - GENERAL
A. Valve Standardization: Valves from one or more manufacturers may be used,
however valves supplied for each specific valve type shall be the product of one
manufacturer.
B. Valves shall be first quality, free from all imperfections and defects, with body
markings indicating manufacturer and rating.
C. Valve parts of same manufacturer, size and type shall be interchangeable.
D. Manually operated gate, globe and angle valves shall be of rising stem type,
unless otherwise specified.
E. Valves which use packing, shall be capable of being packed when wide open and
under full working pressure.
F. Size valves the same size as the piping in which they are installed, unless
specified otherwise.
D263027134
D263027
Printed 08/17/2015 220523 - 2 PIN 9500.9P
2.02 GATE VALVES
B. Type C: 125 psig WSP, 200 psig WOG up to 12 inch size, and 150 psig WOG
for 14 inch and 16 inch sizes; IBBM OS&Y, bolted bonnet, solid wedge disc,
and threaded or flanged ends depending on size. Acceptable Valves: Crane 464-
1/2, 465-1/2, Hammond IR1140, Milwaukee F2885, Nibco T6170 & F6170, and
Stockham G620 & G623
C. Type D: 125 psig WSP, 200 psig WOG, bronze body, threaded bonnet, solid
wedge disc, and solder ends. Acceptable Valves: Crane 1330, Hammond IB635,
Jenkins 991AJ, Milwaukee 149, Nibco S111, and Stockham B108.
2.03 GLOBE AND ANGLE VALVES
B. Type K: 125 psig WSP, 200 psig WOG, IBBM OS&Y, bolted bonnet, and
threaded or flanged ends depending on size. Acceptable Valves: Crane 351 353,
Hammond IR116, Jenkins 613C & 615C, Milwaukee F2981, Nibco F718B &
F818B, and Stockham G512, & G515.
C. Type O: 125 psig, 200 psig WOG, bronze body, threaded bonnet, and solder
ends. Acceptable Valves: Crane 1310, Hammond IB423, Jenkins 1200C,
Milwaukee 1502, Nibco S21, and Stockham B17.
2.04 CHECK VALVES
A. Type S: 125 psig WSP, 200 psig WOG, bronze body, brass or bronze trim,
horizontal swing, renewable and regrindable disc, and threaded ends. Face discs
for cold water service with teflon. Acceptable Valves: Crane 37, Hammond
IB940, Jenkins 4092, Milwaukee 509, Nibco T413Y, and Stockham B319Y.
B. Type U: 125 psig WSP, 200 psig WOG, bronze body, brass or bronze trim,
horizontal swing, renewable and regrindable disc, and solder ends. Face discs
for cold water service with teflon. Acceptable Valves: Crane 1340, Hammond
IB912, Jenkins 4093, Milwaukee 1509, Nibco S413Y, and Stockham 309Y.
C. Type V: 125 psig WSP, 200 psig WOG, IBBM, horizontal swing, bolted bonnet,
regrindable and renewable seat ring and disc, and threaded or flanged ends
depending on size. Discs on valves 4 inch size and larger may be cast iron with
bronze face. Acceptable Valves: Crane 372, & 373, Hammond IR1124, Jenkins
623CJ & 624CJ, Milwaukee F2974, Nibco F918, and Stockham G927 & G931.
D. Type W:
1. Globe Style Silent Check Valve: IBBM or semi-steel with bronze
mounting, renewable seat and disc, 18-8 stainless steel spring, and
flanged ends.
a. Acceptable Valves (125 psig flange pressure rating): Apco
Series 600, Combination Pump & Valve 20D, Hammond
IR9354, Milwaukee 1800, Nibco F910, and Williams Hager 636.
D263027 135
D263027
Printed 08/17/2015 220523 - 3 PIN 9500.9P
b. Acceptable Valves (250 psig flange pressure rating): Apco
Series 600, Combination Pump & Valve 21D, Milwaukee 1800,
Nibco F960, and Williams Hager 636.
2. Wafer Style Silent Check Valve: IBBM or semi-steel with bronze
mounting, renewable seat and disc, 18-8 stainless steel spring, and
flanged ends.
a. Acceptable Valves (125 psig flange pressure rating): Apco
Series 300, Combination Pump and Valve 10D, Hammond
IR9253, Milwaukee 1400, Nibco W910, and Williams Hager
329 & 375.
2.06 BUTTERFLY VALVES
A. Type BF: Iron body, flangeless wafer or lugged type, (lug for each bolt hole,
drilled and tapped for cap screws), with replaceable reinforced resilient EPT
(EPDM) seats, bronze or nickel plated ductile iron discs, phosphate coated steel
or stainless steel stems, and raised necks able to accommodate 2 inches of
insulation. Acceptable Manufacturers: Crane, Demco, De Zurik, Hammond,
Keystone, Milwaukee, Nibco, Stockham, and Watts.
1. Pressure Ratings:
a. 12 inch size and Less: 200 psig WOG at 275 degrees F.
B. The gate valves (2) in the valve chamber shall be GA Series 800 Motorized
Butterfly Valves.
C. The valves n the pump chamber shall be AWWA C504 Rubber Seated Butterfly
Valve
B. Operators:
A. Motorized for the GA 800
B. Manual for the AWWA C504
2.07 WATER PRESSURE REDUCING VALVES
1. Acceptable Valves: Fisher Governor Type 655A, Kieley Mueller Type
4250.
2.08 SAFETY AND RELIEF VALVES
A. General Requirements: Valves shall be as specified by ASME Code governing
manufacture of such valves within scope of their particular usage, i.e., Heating
Boilers, Unfired Pressure Valves, etc., shall be tested, rated and listed, unless
otherwise specified. Valves for applications specified shall conform to the
ASME Code, Section IV, Heating Boilers and the following:
1. Valves for combination domestic hot water heater and storage tanks
shall conform to the requirements of ASME Code, Section IV and USA
Standard Z21.22 and shall be NBB listed. Valves shall be of the
temperature - pressure type. Thermostatic element shall, on rising
temperature, cause the valve to open at 200 degrees F. and valve shall
deliver its rated capacity at 210 degrees F. and close drip tight at 195
D263027136
D263027
Printed 08/17/2015 220523 - 4 PIN 9500.9P
degrees F. Valves shall be sized in accordance with Unfired Vessel
Code.
2. End Connections: Unless otherwise specified, safety valves, relief
valves and safety relief valves, in sizes 3/4 inch to 3 inches IPS
inclusive, may be furnished with male or female pipe thread inlet and
female pipe thread outlet; valves over 3 inches IPS must be furnished
with 125 lb. or 250 lb. flanged inlet and may be equipped with female
threaded or 125 lb. flanged outlet.
2.09 NEEDLE STOP VALVES
A. For Temperatures to 300 degrees F.: All brass or forged carbon steel
construction, union bonnet, threaded ends, built for 1000 psi at 300 degrees F.
Acceptable Manufacturers: Marsh Instrument Co., H.O. Trerice Co., Weksler
Instruments Co.
2.10 GAGE COCKS
A. Gage Cocks: All brass construction, “T” or lever handles, threaded ends, built
for 300 psig hydraulic pressure. Acceptable Manufacturers: Marsh Instrument
Company, Mueller Instruments Co., H.O. Trerice Co. and Weksler Instruments
Corp.
2.11 BALL VALVES
A. Type BV: 150 psig WSP, 600 psig WOG, 2 piece bronze body, solid blow-out
proof stem, teflon seats, chrome plated brass ball, teflon seals, corrosion resistant
steel lever handles with vinyl grips, balancing stop, and threaded or solder ends.
Acceptable Manufacturers: Conbraco, Hammond, Milwaukee, Nibco, and
Watts.
PART 3 EXECUTION
3.01 INSTALLATION
A. General: Install valves at locations noted on the drawings or specified.
3.02 VALVE APPLICATION SCHEDULE
A. Schedule of valve applications for the different services is as follows:
1. Cold Water In Buildings and Tunnels (CW) 125 psig and Less:
a. 3 inch and Less: A or D gates or BV balls, O globes or angles,
and S or U checks; or C gates, K globes or angles, and V checks,
with solder joint companion flanges.
2. Domestic Hot Water and Circulating (DHW & DHWC) 125 psig and
Less:
a. 3 inch and Less: A or D gates or BV balls, J or O globes or
angles, and S or U checks.
D263027 137
D263027
Printed 08/17/2015 220523 - 5 PIN 9500.9P
3. Gas, Bottled Liquified Petroleum (BG): A gates, and J globes or angles,
with flared or ferrule copper tubing adapters.
END OF SECTION
D263027138
D263027
Printed 8/17/2015 220529- 1 PIN 9500.9P
SECTION 220529
PIPE HANGERS AND SUPPORTS
PART 1 GENERAL
1.01 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
A. Companion high density filler pieces for installation over the top 180 degree
surface of pipe or tubing, at points of support where a combination clevis hanger,
insulation shield and high density insulating saddle are installed.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Piping Insulation: Section 220700.
1.03 SUBMITTALS
A. Shop Drawings:
1. Details of trapeze hangers and upper hanger attachments for piping 4
inches in diameter and over. Include the number and size of pipe lines to
be supported on each type of trapeze hanger.
2. Details of pipe anchors.
3. Details and method of installing sway braces for cast iron soil pipe.
B. Product Data: Catalog sheets, specifications and installation instructions for each
item specified except fasteners.
1.04 QUALITY ASSURANCE
A. Regulatory Requirements:
1. Comply with the applicable requirements of the ASME B31 Piping
Codes.
2. Unless otherwise shown or specified, comply with the requirements of
the Manufacturer’s Standardization Society of the Valve and Fittings
Industry (MSS) Standards SP-58, and SP-69.
PART 2 PRODUCTS
2.01 PIPE HANGERS AND SUPPORTS
A. Combination clevis hanger, pipe insulation shield and vapor barrier jacketed high
density insulating saddle with companion high density filler piece.
1. Insulating saddles and filler pieces shall be of the same thickness and
materials as the adjoining pipe insulation. Saddles shall cover the lower
180 degrees of the pipe or tubing, and companion filler pieces shall cover
the upper 180 degrees of the pipe or tubing. Physical sizes, gages, etc. of
D263027 139
D263027
Printed 8/17/2015 220529- 2 PIN 9500.9P
the components of insulated hangers shall be in accordance with the
following schedule:
PIPE OR
TUBING SIZE
(Inches)
SHIELD
LENGTH
(Inches)
SHIELD GAGE
SADDLE
LENGTH
(Inches)
VAPOR BARRIER
JACKET LENGTH
(Inches)
Up to 2-1/2 4 16 6 10
3 to 6 4 14 6 10
8 to 14 10 12 12 16
16 and up 10 10 12 16
B. Pipe Insulation Shields: Fabricated of steel, with a minimum arc of 180 degrees,
unless otherwise indicated. Shields for use with hangers and supports, with the
exception of combination clevis type hangers, shall be in accordance with the
following schedule:
PIPE OR TUBING SIZE (Inches) SHIELD LENGTH (Inches) SHIELD GAGE
Up to 2-1/2 8 18
3 to 8 10 16
10 to 14 12 12
16 and up 18 10
C. Pipe Covering Protection Saddles: 3/16 inch thick steel, of sufficient depth for
the insulation thickness specified, notched so that saddle contact with the pipe is
approximately 50 percent of the total axial cross section. Saddles for pipe 12
inches in size and larger shall have a center support.
D. Pipe Hangers: Height adjustable standard duty clevis type, with cross bolt and
nut.
E. Adjustable Floor Rests and Base Flanges: Steel.
F. Hanger Rods: Mild, low carbon steel, fully threaded or threaded at each end,
with two nuts at each end for positioning rod and hanger, and locking each in
place.
G. Riser Clamps: Malleable iron or steel.
H. Rollers: Cast Iron.
2.02 ANCHORS AND ATTACHMENTS A. Sleeve Anchors (Group II, Type 3, Class 3): Molly’s Div./USM Corp.
Parasleeve Series, Ramset’s Dynabolt Series, or Red Head/Phillips AN, HN, or FS Series.
D263027140
D263027
Printed 8/17/2015 220529- 3 PIN 9500.9P
B. Wedge Anchors (Zinc Plated, Group II, Type 4, Class 1): Hilti’s Kwik Bolt Series, Molly’s Div./USM Corp. Parabolt PB Series, Ramset’s Trubolt T Series, or Red Head/Phillips WS Series.
C. Self-Drilling Anchors (Group III, Type 1): Ramset’s RD Series, or Red
Head/Phillips S Series. D. Non-Drilling Anchors (Group VIII, Type 1): Ramset’s Dynaset DS Series,
Hilti’s HDI Series, or Red Head/Phillips J Series. E. Stud Anchors (Group VIII, Type 2): Red Head/Phillips JS Series. F. Beam Clamps: Forged steel beam clamp, with weldless eye nut (right hand
thread), steel tie rod, nuts, and washers, Grinnell’s Fig No. 292 (size for load, beam flange width, and rod size required).
G. Metal Deck Ceiling Bolts: B-Line Systems’ Fig. B3019. H. Continuous Slotted Type Concrete Insert, Galvanized: 1. Load Rating 800 lbs/ft: Kindorf’s D-986. 2. Load Rating 1500 lbs/ft: Kindorf’s D-980. 3. Load Rating 3000 lbs/ft: Hohmann & Barnard’s Inc. Type CS-H. 4. Load Rating 4500 lbs/ft: Hohmann & Barnard’s Inc. Type CS-HD. I. Threaded Type Concrete Insert: Galvanized ferrous castings, internally threaded
to receive 3/4 inch diameter machine bolts. J. Wedge Type Concrete Insert: Galvanized box-type ferrous castings, designed to
accept 3/4 inch diameter bolts having special wedge shaped heads2.03
SEISMIC RESTRAINT SYSTEM FOR PIPING
A. General:
1. Coordinate all structural attachments with the Director’s Representative.
2. Design analysis shall include calculated dead loads, static seismic loads,
and capacity of materials utilized for the connection of the equipment or
system to the structure.
3. Analysis shall detail anchoring methods, bolt diameter, and embedment
depth.
4. Design seismic restraint devices to accept without failure the forces
calculated per the applicable building code and as specified.
5. Friction from gravity loads shall not be considered resistance to seismic
forces.
6. Fire protection systems shall meet the requirements of NFPA-13 and
NFPA-14 for the building seismic requirements.
7. Construct seismic supports constructed so that support engagement is
maintained.
8. Stamp seismic supports with manufacturer’s name and part number for
identification.
9. Design seismic supports specifically for mitigation of seismic force
loads.
10. Design the stiffness of seismic restraints for mechanical equipment so
that the load path for the restraint performs its intended function.
D263027 141
D263027
Printed 8/17/2015 220529- 4 PIN 9500.9P
11. Where possible, utilize components designed with tamper resistant
break-off bolt heads or break-off nuts to assure visual verification of
proper installation.
12. Attachment components shall be UL Listed catalog components with
published loads designed specifically for seismic application.
B. Type: Pre-engineered seismic restraint system designed to support and restrain
piping to meet applicable lateral force requirements.
C. Acceptable Manufacturers:
1. B-Line.
2. Mason Industries.
3. TOLCO Inc.
D. Strut/Channel Bracing: 12 gauge solid steel with no holes, 1-5/8 inches wide x
1-5/8 inches deep of single lengths or stitch-welded back-to-back configurations.
E. Pipe Bracing: Schedule 40 steel pipe.
F. Cable Bracing: Pre-stretched galvanized aircraft cable 7 x 19 strand core.
G. Rigid Seismic Braces For Single Hung Pipe Systems: A12 strut channel or
schedule 40 steel pipe.
1. Maximum Brace Length: 13 feet 1 inches.
H. Rigid Seismic Braces For Trapeze Supported Pipe Systems: A12 strut channel or
schedule 40 steel pipe.
1. Maximum Brace Length: 13 feet 1 inches.
I. Cable Seismic Braces For Single Hung Pipe Systems: Pre-stretched aircraft
cable 7 x 19 core.
J. Cable Seismic Braces For Trapeze Supported Pipe Systems: Pre-stretched
aircraft cable 7 x 19 core.
K. Structural Attachments for Rigid and Cable Seismic Braces For Single Hung and
Trapeze Supported Pipe Systems:
1. Structural attachments shall be positive.
2. Do not make structural attachments to the bottom of a bar joist.
3. Supplemental steel shall be installed for all pre-cast decks less than 4
inches thick
4. Do not use concrete inserts or continuous concrete insert strut to attach
brace.
5. Wedge type anchors are permitted. The size and embedment depth shall
be determined by the supplier of the seismic restraint system and as
approved.
L. Vertical Brace Component (up-thrust protection)
1. Reinforce Vertical Hanger Rod when lengths exceed the following:
a. 3/8 inch dia rod: 19 inches.
b. 1/2 inch dia rod: 25 inches.
D263027142
D263027
Printed 8/17/2015 220529- 5 PIN 9500.9P
c. 5/8 inch dia rod: 31 inches.
d. 7/8 inch dia rod: 43 inches.
e. 1 inch dia rod: 50 inches.
f. 1-1/4 inch dia rod: 62 inches.
2.04 FASTENERS
A. Bolts, Nuts, Washers, Lags, and Screws: Medium carbon steel; size and type to
suit application; galvanized for high humidity locations, and treated wood; plain
finish for other interior locations. Except where shown otherwise on the
Drawings, furnish type, size, and grade required for proper installation of the
Work.
2.05 SHOP PAINTING AND PLATING
A. Hangers, supports, rods, inserts and accessories used for pipe supports, unless
chromium plated, cadmium plated or galvanized shall be shop coated with metal
primer paint. Electroplated copper hanger rods, hangers and accessories may be
used with copper pipe or copper tubing.
B. Hanger supports for chromium plated pipe shall be chromium plated brass.
PART 3 EXECUTION
3.01 PREPARATORY WORK
A. Place inserts into construction form work expeditiously, so as not to delay the
Work.
3.02 INSTALLATION
A. Do not hang or support one pipe from another or from ductwork. 1. Do not bend threaded rod. B. Support all insulated horizontal piping conveying fluids below ambient
temperature, by means of hangers or supports with insulation shields installed
outside of the insulation.
C. Space hangers or supports for horizontal piping on maximum center distances as
listed in the following hanger schedules, except as otherwise specified, or noted
on the Drawings.
1. For Steel, and Threaded Brass Pipe:
PIPE SIZE (Inches) MAXIMUM SPACING (Feet)
1 and under 8
1-1/4 and 1-1/2 9
2 10
2-1/2 and up 12
2. For Grooved End Steel Pipe:
D263027 143
D263027
Printed 8/17/2015 220529- 6 PIN 9500.9P
No pipe length shall be left unsupported between any two coupling
joints.
3. For Copper Pipe and Copper Tubing:
PIPE OR TUBING SIZE (Inches) MAXIMUM SPACING (Feet)
1-1/2 and under 6
2 and over 10
4. For Glass Pipe, and Aluminum Tubing:
5. For Plastic Tubing:
PIPE OR TUBING SIZE (Inches) MAXIMUM SPACING (Feet)
Under 2 inch 3
2 inch and over 4
6. Cast Iron Soil Pipe:
a. General:
1) Where piping is suspended on centers in excess of 18
inches by means of non-rigid hangers, provide sway
bracing to prevent horizontal pipe movement.
2) Additionally, brace piping 5 inches and larger to prevent
horizontal movement and/or joint separation. Provide
braces, blocks, rodding or other suitable method at each
branch opening, or change of direction
b. For Bell & Spigot Cast Iron Soil Pipe: Space hangers or support
pipe at each joint or on maximum centers of 5 feet. Place
hangers or supports as close as possible to joints and when
hangers or supports do not come within 1 foot of a branch line
fitting, install an additional hanger or support at the fitting.
c. For Hubless Cast Iron Soil Pipe: Space hangers or support pipe
at each joint or on maximum centers of 5 feet. Place hanger or
supports as close as possible to joints and when hangers or
supports do not come within 1 foot of a branch line fitting, install
an additional hanger or support at the fitting.
7. For Directional Changes: Install a hanger or support close to the point of
change of direction of all pipe runs in either a horizontal or vertical
plane.
8. For Concentrated Loads: Install additional hangers or supports, spaced
as required and directed, at locations where concentrated loads such as
in-line pumps, valves, fittings or accessories occur, to support the
concentrated loads.
9. For Branch Piping Runs and Runouts Over 5 feet In Length: Install a
minimum of one hanger, and additional hangers if required by the hanger
spacing schedules.
10. Parallel Piping Runs: Where several pipe lines run parallel in the same
plane and in close proximity to each other, trapeze hangers may be
D263027144
D263027
Printed 8/17/2015 220529- 7 PIN 9500.9P
submitted for approval. Base hanger spacing for trapeze type hangers on
the smallest size of pipe being supported. Design the entire hanger
assembly based on a safety factor of five, for the ultimate strength of the
material being used.
11. Support floor drain traps from the overhead construction, with hangers of
type and design as required and approved. Overhead supports are not
required for floor drain traps installed directly below earth supported
concrete floors.
D. Size hanger rods in accordance with the following:
PIPE OR TUBING
SIZE
(Inches)
SINGLE ROD HANGER SIZE
(Inches)
DOUBLE ROD HANGER SIZE
(Inches)
PIPE TUBING PIPE TUBING
1/2 to 2 3/8 1/4 3/8 1/4
2-1/2 and 3 1/2 3/8 3/8 1/4
4 and 5 5/8 1/2 1/2 3/8
6 3/4 1/2 5/8 1/2
8, 10 and 12 7/8 5/8 3/4 5/8
1. Secure hanger rods as follows: Install one nut under
clevis, angle or steel member; one nut on top of clevis, angle or steel
member; one nut inside insert or on top of upper hanger attachment and
one nut and washer against insert or on lower side of upper hanger
attachment. A total of four nuts are required for each rod, two at upper
hanger attachment and two at hanger.
E. Vertical Piping:
1. Support vertical risers of piping systems, by means of heavy duty
hangers installed close to base of pipe risers, and by riser clamps with
extension arms at intermediate floors, with the distance between clamps
not to exceed 25 feet, unless otherwise specified. Support pipe risers in
vertical shafts equivalent to the aforementioned. Install riser clamps
above floor slabs, with the extension arms resting on floor slabs. Provide
adequate clearances for risers that are subject to appreciable expansion
and contraction, caused by operating temperature ranges.
3. Install intermediate supports between riser clamps on maximum 6 foot
centers, for copper tubing risers 1-1/4” in size and smaller, installed in
finished rooms or spaces other than mechanical equipment machine or
steam service rooms, or penthouse mechanical equipment rooms.
4. Support cast iron risers, by means of heavy duty hangers installed close
to the base of the pipe risers, and 1/4 inch thick malleable iron or steel
riser clamps with extension arms at each floor level, with the distance
between clamps not to exceed 25 feet. Support cast iron risers in vertical
shafts equivalent to the aforementioned.
D263027 145
D263027
Printed 8/17/2015 220529- 8 PIN 9500.9P
5. Support hubless cast iron risers, by means of heavy duty hangers
installed close to the base of the pipe risers, and by malleable iron or
steel riser clamps with the extension arms at each floor level, with the
distance between clamps or intermediate supports not to exceed 12 feet.
Support risers in vertical shafts equivalent to the aforementioned.
3.03 UPPER HANGER ATTACHMENTS
A. General:
1. Secure upper hanger attachments to overhead structural steel, steel bar
joists, or other suitable structural members.
2. Do not attach hangers to steel decks that are not to receive concrete fill.
3. Do not attach hangers to precast concrete plank decks less than 2-3/4
inches thick.
4. Do not use flat bars or bent rods as upper hanger attachments.
B. Attachment to Steel Frame Construction: Provide intermediate structural steel
members where required by pipe support spacing. Select steel members for use
as intermediate supports based on a minimum safety factor of five.
1. Do not use drive-on beam clamps.
2. Do not support piping over 4 inches in size from steel bar joists. Secure
upper hanger attachments to steel bar joists at panel points of joists.
3. Do not drill holes in main structural steel members.
4. Beam clamps, with tie rods as specified, may be used as upper hanger
attachments for the support of piping, subject to clamp manufacturer’s
recommended limits.
C. Attachment to Concrete Filled Steel Decks:
1. New Construction: Install metal deck ceiling bolts.
2. Existing Construction: Install welding studs (except at roof decks). Do
not support a load in excess of 250 lbs from any single welded stud.
3. Do not attach hangers to decks less than 2-1/2 inches thick.
D. Attachment to Cast-In-Place Concrete: Secure to overhead construction by
means of cast-in-place concrete inserts.
E. Attachment to Wood Construction: Secure hangers to the sides (only) of wood
members, by means of malleable iron side beam connectors, or malleable iron or
steel side beam brackets. Do not secure hanger attachments to nailing strips
resting on top of steel beams.
1. Secure side beam connectors to wood members with two No. 18 x 1-1/2
inch long wood screws, or two No. 16 x 1-1/2 inch long drive screws.
Do not support piping over 1-1/2 inches in size from side beam
connectors. Do not hammer in wood screws.
2. Secure side beam brackets to wood members with steel bolts or lag
screws. Do not use lag screws in wooden members having a nominal
thickness (beam face) under 2 inches in size. Install bolts or lag screws,
in the sides of a timber or a joist, at the mid-point or above, not less than
2-1/2 inches from the lower edge when supporting branch lines and not
D263027146
D263027
Printed 8/17/2015 220529- 9 PIN 9500.9P
less than 3 inches from the lower edge when supporting mains. Install
heavy gage steel washers under all nuts.
3. Secure side beam brackets to wooden beams or joists, with lag screws or
bolts of size as follows:
3.04 PIPE INSULATION SHIELDS
A. Unless otherwise specified, install a pipe insulation shield, at all points of
support. Center shields on all hangers and supports outside of high density
insulation insert, and install in such a manner so as not to cut, or puncture jacket.
END OF SECTION
D263027 147
D263027
Printed 8/17/2015 220553- 1 PIN 9500.9P
SECTION 220553
PIPE AND VALVE IDENTIFICATION
PART 1 GENERAL
1.01 REFERENCES
A. ANSI A13.1 - Scheme for Identification of Piping Systems.
1.02 SUBMITTALS
A. Product Data: Catalog sheets, specifications and installation instructions for
each item specified.
PART 2 PRODUCTS
2.01 ACCEPTABLE MANUFACTURERS
A. W.H. Brady Co., Milwaukee, WI.
B. Emed Co., Buffalo, NY.
C. Panduit Corp., Tinley Park, IL.
D. Seton Nameplate Corp., New Haven, CT.
2.02 PIPE MARKERS AND ACCESSORIES
A. Snap-on Marker: One piece wrap around type constructed of precoiled acrylic
plastic with clear polyester coating, integral flow arrows, legend printed in
alternating directions, 3/4 inch adhesive strip on inside edge, and 360 degree
visibility.
B. Strap-On Marker: Strip type constructed of precoiled acrylic plastic with clear
polyester coating, integral flow arrows, legend printed in alternating directions,
factory applied grommets, and pair of stainless steel spring fasteners.
C. Stick-On Marker: Pressure sensitive adhesive backed type constructed of vinyl
with clear polyester coating, and integral flow arrows for applications where
flow arrow banding tape is not being used.
D. Pipe Marker Legend and Color Field Sizes:
D263027148
D263027
Printed 8/17/2015 220553- 2 PIN 9500.9P
OUTSIDE DIAMETER OF
PIPE OR INSULATION
(Inches)
LETTER SIZE
(Inches)
LENGTH OF COLOR
FIELD
(Inches)
3/4 to 1-1/4 1/2 8
1-1/2 to 2 3/4 8
2-1/2 to 6 1-1/4 12
8 to 10 2-1/2 24
Over 10 3-1/2 32
E. Banding Tapes: Pressure sensitive adhesive backed type constructed of vinyl
with clear polyester coating.
1. Plain Tape: Unprinted type; color to match pipe marker background.
2. Flow Arrow Tape: Printed type with integral flow arrows; color to
match pipe marker background.
F. Pipe Size Labels: Pressure sensitive adhesive backed type constructed of vinyl
with clear polyester coating, vertical reading pipe size in inches, and legend size
matching adjacent pipe marker.
2.03 PIPE SERVICE IDENTIFICATION TAGS
A. Type: No. 19 B & S gage brass, with 1/4 inch high pipe service abbreviated
legend on one line, over 1/2 inch high pipe size legend in inches, both deep
stamped and black filled; and 3/16 inch top hole for fastener.
B. Size: 2 inch square tag.
C. Fasteners: Brass “S” hook or brass jack chain of size as required for pipe to
which tag is attached.
2.04 VALVE SERVICE IDENTIFICATION TAGS
A. Type: No. 19 B & S gage brass, with 1/4 inch high valve service abbreviated
lettering on one line over 1/2 inch high valve service chart number, both deep
stamped and black filled; and with 3/16 inch top hole for fastener.
B. Sizes:
1. Plumbing Use: 1-1/2 inch hexagon.
C. Fasteners: Brass “S” hook or brass jack chain of size as required for valve stem
or handle to which tag is attached.
2.05 VALVE SERVICE IDENTIFICATION CHART FRAMES
A. Type: Satin finished extruded aluminum frame with rigid clear plastic glazing,
size to fit 8-1/2 x 11 inches valve chart.
D263027 149
D263027
Printed 8/17/2015 220553- 3 PIN 9500.9P
PART 3 EXECUTION
3.01 PREPARATION
A. Complete testing, insulation and finish painting work prior to completing the
Work of this Section.
B. Clean pipe surfaces with cleaning solvents prior to installing piping
identification.
C. Remove dust from insulation surfaces with clean cloths prior to installing piping
identification.
3.02 INSTALLATION
A. Install the Work of this Section in accordance with the manufacturer’s printed
installation instructions, unless otherwise specified.
B. Stick-On Pipe Markers:
1. Install minimum of 2 markers at each specified location, 90 degrees
apart on visible side of pipe.
2. Encircle ends of pipe markers around pipe or insulation with banding
tape with one inch lap. Use plain banding tape on markers with integral
flow arrows, and flow arrow banding tape on markers without integral
flow arrows.
C. Pipe Size Labels: Install labels adjacent to each pipe marker and upstream from
flow arrow. Install a minimum of 2 pipe size labels at each specified location,
90 degrees apart on visible side of pipe.
D. Pipe Service Identification Tags: Attach tags to piping being identified with “S”
hooks or jack chains.
3.03 PIPING IDENTIFICATION SCHEDULE
A. Piping Identification Types:
1. Piping or Insulation under 3/4 inch od: Pipe identification tags.
2. Piping or Insulation 3/4 inch to 5-7/8 inch od: Snap-on marker or stick-
on marker.
3. Piping or Insulation 6 inch od and Larger: Strap-on marker or stick-on
marker.
B. Identify exposed piping, bare or insulated, as to content, size of pipe and
direction of flow, with the following exceptions:
2. Piping in furred spaces or suspended ceilings, except at valve access
panels where valves and piping shall be identified as specified for
exposed piping systems.
3. Piping in finished spaces such as offices, class rooms, wards, toilet
rooms, shower rooms and spaces as specified.
D263027150
D263027
Printed 8/17/2015 220553- 4 PIN 9500.9P
C. Locate piping identification to be visible from exposed points of observation.
1. Locate piping identification at valve locations; at points where piping
enters and leaves a partition, wall, floor or ceiling, and at intervals of 20
feet on straight runs.
2. Where 2 or more pipes run in parallel, place printed legend and other
markers in same relative location.
3.04 VALVE IDENTIFICATION SCHEDULE
A. Valve Service Identification Tags:
1. Tag control valves, except valves at equipment, with a brass tag fastened
to the valve handle or stem, marked to indicate service and numbered in
sequence for the following applications:
a. Domestic water valves, controlling mains, risers and branch
runouts.
b. Gas valves controlling mains, risers, and branch runouts.
B. Valve Service Identification Charts:
1. Provide 2 framed valve charts for each piping system specified to be
provided with valve identification tags. Type charts on 8-1/2 x 11 inches
heavy white bond paper, indicating valve number, service and location.
2. Hang framed charts at locations as directed.
END OF SECTION
D263027 151
D263027
Printed 8/17/2015 220576- 1 PIN 9500.9P
SECTION 220576
DRAINAGE ACCESSORIES
PART 1 GENERAL
1.01 REFERENCES
A. Comply with the applicable requirements of ASME A112.36.2M - Cleanouts,
and ASME A112.1.2 - Drainage Funnels and Air Gaps.
1.02 SUBMITTALS
A. Product Data: Catalog sheets, specifications, and installation instructions for
each item specified except fasteners.
1.03 MAINTENANCE
A. Special Tools: Deliver the following to the Department’s Representative:
1. Tools for Vandal Resistant Fasteners: One for each type and size.
2. T-Handle Wrench for Cleanout Plugs: One for each type and size.
PART 2 PRODUCTS
2.01 CLEANOUT PLUG
A. Cast brass or bronze, with threaded end, and raised or countersunk head.
1. Tapped head for attachment of cleanout wall or deck plate covers where
required.
B. Anti-Seize Lubricant: Never-Seez by Bostik Chemical Group, Broadview, IL;
Molycote 1000 by Dow Corning Corp, Midland, MI; Anti-Seize Lubricant by
Loctite Corp, Newington, CT.
2.02 CLEANOUT
A. Threaded pipe fitting or cast iron ferrule with gas tight cleanout plug.
2.03 CLEANOUT WALL PLATE
A. Round, stainless steel or polished chrome plated bronze cover plate with
stainless steel vandal resistant fastener to secure to cleanout plug.
2.04 CLEANOUT DECK PLATE
A. Standard duty floor cleanout fitting with coated cast iron body; round, polished
nickel bronze scoriated top secured to cleanout plug with stainless steel vandal
D263027152
D263027
Printed 8/17/2015 220576- 2 PIN 9500.9P
resistant fastener; threaded height adjustment, cast iron head, gas tight cleanout
plug, and connection to match piping option selected.
B. Membrane flange and clamping collar, secured with corrosion resistant fasteners.
A. Pipe Materials: Same as drainage system at point of connection.
B. Grille Free Area: At least equal to cross sectional area of pipe to which
connection made.
C. Grille Material: Polished nickel bronze, with removable grate, either perforated
or bar type. Grate attached to grille body with vandal resistant fastener.
D. Attachment to Piping:
1. Threaded Piping: Use threaded end grille.
2. Non Threaded Piping: Use pipe locking device and vandal resistant
fastener.
2.07 CONDUCTOR EXPANSION JOINT
A. Coated cast iron body with brass telescoping sleeve, adjustable packing gland
with graphite, neoprene or mineral fiber gasket, and connection to match piping
option selected.
2.08 FASTENERS
A. Corrosion Resistant Fasteners: Brass, bronze, or Type 302 or 304 stainless steel
bolts.
B. Vandal Resistant Fasteners: Torx head with center pin.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions, unless otherwise specified.
B. Cleanout Plug: Lubricate threads with anti-seize lubricant before final
installation.
C. Fresh Air Inlets:
1. Free Standing Type:
a. Set vertical portion in bed of concrete for stability.
b. Installation Height: Minimum 18 inches above finished grade.
c. Paint mushroom cap and pipe exposed above grade level.
2. Wall Type:
a. Installation Height: Minimum 18 inches above finished grade.
D263027 153
D263027
Printed 8/17/2015 220576- 3 PIN 9500.9P
D. Grease Trap: Set flow control as recommended by the manufacturer’s
instructions.
E. Secure external components in place with vandal resistant fasteners or devices
which cannot be removed without special tools.
END OF SECTION
D263027154
D263027
Printed 8/17/2015 220577-1 PIN 9500.9P
SECTION 220577
FLOOR AND AREA DRAINS
PART 1 GENERAL
1.01 REFERENCES
A. Unless otherwise specified, the Work of this section shall meet the applicable
requirements of FS WW-P-541 - Plumbing Fixtures, and ASME A112.21.1M -
Floor Drains.
1.02 SUBMITTALS
A. Product Data: Catalog sheets, specifications and installation instructions for
each type drain specified.
1.03 MAINTENANCE
A. Special Tools: Deliver to the Department’s Representative.
1. Tools for Vandal Resistant Fasteners: One for each type and size.
PART 2 PRODUCTS
2.01 TYPE A FLOOR DRAIN(BATH)
A. Drain Body: Coated cast iron, two-piece body with reversible flashing clamp,
minimum 9 inch dia drainage flange, corrosion resistant bolts, weep holes,
bottom outlet, and connection to match piping option selected.
B. Strainer Head: Round, minimum 7 inch dia, nickel bronze with threaded shank
for height adjustment.
C. Strainer Grate: Polished nickel bronze, heel proof; secured with stainless steel
vandal resistant fasteners.
D. Acceptable Drain Series: Josam 30000A, Smith 2010A, Wade W1100, and Zurn
Z415.
2.02 TYPE B FLOOR DRAIN
A. Drain Body: Coated cast iron, two-piece body with reversible flashing clamp,
minimum 9 inch dia drainage flange, corrosion resistant bolts, weep holes,
bottom outlet, and connection to match piping option selected.
B. Strainer Head: Round, minimum 5 inch dia, nickel bronze with threaded shank
for height adjustment.
D263027 155
D263027
Printed 8/17/2015 220577-2 PIN 9500.9P
C. Strainer Grate: Polished nickel bronze, heel proof, fitted with a 4 inch high, 4
inch dia nickel bronze funnel, and secured with stainless steel vandal resistant
fasteners.
1. Funnel either cast integral with, threaded or bolted into top of strainer
grate.
D. Acceptable Drain Series: Josam 30000E2, Smith 2010A, Wade W1100, and
Zurn Z415.
2.03 AREA DRAIN
A. Drain Body: Round, coated cast iron, two-piece body with flashing clamp,
minimum 12 inch dia drainage flange, corrosion resistant bolts, weep holes,
bottom outlet, and connection to match piping option selected.
B. Strainer Head: Round, minimum 8 inch dia, coated cast iron.
C. Strainer Grate: Cast iron, anti-tilt grate secured with stainless steel vandal
resistant fasteners.
D. Acceptable Drain Series: Josam 32100, Smith 2110, Wade W1310, and Zurn
Z550.
2.04 FASTENERS
A. Corrosion Resistant Fasteners: Brass, bronze, or Type 302 or 304 or stainless
steel bolts.
B. Vandal Resistant Fasteners: Torx head with center pin.
2.05 FREE AREA OF GRATE
A. Minimum strainer grate free area listed below for each connecting pipe size:
CONNECTING PIPE
SIZE
(Inches Nominal)
INTERIOR DRAINS
FREE AREA
(Square Inches)
EXTERIOR DRAINS
FREE AREA
(Square Inches)
1-1/2 3.06 4.08
2 4.71 6.28
3 10.59 14.12
4 18.90 25.20
5 29.40 39.20
6 42.45 56.60
8 75.38 100.50
PART 3 EXECUTION
3.01 INSTALLATION
D263027156
D263027
Printed 8/17/2015 220577-3 PIN 9500.9P
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions, unless otherwise specified.
B. Protect weep holes from plugging during installation. Rod out weep holes after
installation to remove obstructions.
C. Set drainage flange flush with top of structural floor slab, or at elevation
otherwise indicated.
D. After membrane waterproofing installed and cured, secure clamping ring.
E. Adjust strainer head to height indicated. If height not indicated, set at 1/2 inch
below finished floor elevation.
F. Secure external components in place with vandal resistant fasteners or devices
which cannot be removed without special tools.
END OF SECTION
D263027 157
D263027
Printed 08/17/2015 220700 - 1 PIN 9500.9P
SECTION 220700
PIPING INSULATION
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Through Penetration Firestops: Section 078400.
B. Painting: Section 099103.
C. Pipe Hangers and Supports: Section 220529.
1.02 ABBREVIATIONS
A. FS: Federal Specification.
B. K: Thermal Conductivity, i.e., maximum Btu per inch thickness per hour per
square foot.
C. pcf: Pounds per cubic foot.
D. PVC: Polyvinylchloride.
1.03 SUBMITTALS
A. Product Data: Manufacturer’s catalog sheets, specifications and installation
instructions for the following:
1. Insulation Materials.
2. Jacket Materials.
B. Quality Control Submittals:
1. Installers Qualification Data:
a. Name of each person who will be performing the Work, and
their employer’s name, business address and telephone number.
b. Furnish names and addresses of the required number of similar
projects that each person has worked on which meet the
qualifications.
1.04 QUALITY ASSURANCE
A. Qualifications: The persons installing the Work of this Section and their
Supervisor shall be personally experienced in mechanical insulation work and
shall have been regularly employed by a company installing mechanical
insulation for a minimum of 5 years.
B. Regulatory Requirements:
D263027158
D263027
Printed 08/17/2015 220700 - 2 PIN 9500.9P
1. Insulation installed inside buildings, including laminated jackets,
mastics, sealants and adhesives shall have a Fire Spread/Smoke
Developed Rating of 25/50 or less based on ASTM E 84.
PART 2 PRODUCTS
2.01 PIPING INSULATION
A. Fibrous Glass (Mineral Fiber) Insulation: Composed principally of fibers
manufactured from rock, slag, or glass, with or without binders, and asbestos
free.
1. Preformed Pipe Insulation: Minimum density 3 pcf; ASTM C 547:
a. Class 1 (Suitable for Temperatures Up to 450 degrees F): K of
0.26 at 75 degrees F.
2. Premolded Fitting Insulation: Minimum density 4.0 pcf, K of 0.26 at 75
degrees F; ASTM C 547, Class 1.
3. Insulation Inserts for PVC Fitting Jackets: Minimum density 1.5 pcf, K
of 0.28 at 75 degrees F; ASTM C 553, Type III.
a. Suitable for temperatures up to 450 degrees F.
B. Flexible Elastomeric Foam Insulation:
1. FM tested and approved, meeting the following:
a. Maximum Water Vapor Transmission: 0.10 perm - inch based
on ASTM E 96, Procedure A.
b. K of 0.27 at 75 degrees F based on ASTM C 518 or C 177.
c. Fire Spread/Smoke Developed Rating: 25/50 or less based on
ASTM E 84.
2. Pipe Insulation: ASTM C 534, Type I.
3. Polyethylene and polyolefin insulation is not acceptable.
C. High Density Jacketed Insulation Inserts for Hangers and Supports:
1. For Use with Fibrous Glass Insulation:
a. Cold Service Piping:
1) Polyurethane Foam: Minimum density 4 pcf, K of 0.13
at 75 degrees F, minimum compressive strength of 125
psi.
b. Hot Service Piping:
1) Calcium Silicate: Minimum density 15 pcf, K of 0.50 at
300 degrees F; ASTM C 533.
2) Perlite: Minimum density 12 pcf, K of 0.60 at 300
degrees F; ASTM C 610.
2. For Use with Flexible Elastomeric Foam Insulation: Hardwood dowels
and blocks, length or thickness equal to insulation thickness, other
dimensions as specified or required.
D. Cements:
1. Fibrous Glass Thermal Insulating Cement: Asbestos free; ASTM C 195.
2. Fibrous Glass Hydraulic Setting Thermal Insulating and Finishing
Cement: ASTM C 449/C 449M.
D263027 159
D263027
Printed 08/17/2015 220700 - 3 PIN 9500.9P
2.02 INSULATION JACKETS
A. Laminated Vapor Barrier Jackets for Piping: Factory applied by insulation
manufacturer, conforming to ASTM C 1136, Type I.
1. Type I: Reinforced white kraft and aluminum foil laminate with kraft
facing out.
a. Pipe Jackets: Furnished with integral 1-1/2 inch self sealing
longitudinal lap, and separate 3 inch wide adhesive backed butt
strips.
2. Laminated vapor barrier jackets are not required for flexible elastomeric
foam insulation.
B. Canvas Jackets: Cotton duck, fire retardant, complying with NFPA 701, 4 oz or
6 oz per sq yd as specified.
C. Premolded PVC Fitting Jackets:
1. Constructed of high impact, UV resistant PVC.
a. ASTM D 1784, Class 14253-C.
b. Working Temperature: 0-150 degrees F.
D. Metal Jacketing:
1. Aluminum: ASTM B 209, Alloys 1100, 30003, 3105 or 5005, Temper
H14, 0.016 inch thick.
a. Factory Pre-formed Sectional Pipe Jacketing:
1) Smooth outer finish with integral bonded laminated
polyethylene film - kraft paper moisture barrier
underside.
2) Pittsburgh or modified Pittsburgh longitudinal lock
seams.
3) 2 inch overlapping circumferential joints with integral
locking clips, or butt joints sealed with 2 inch wide
mastic backed aluminum snap bands.
b. Fastening Devices:
1) Strapping: Type 18-8 stainless steel, 0.020 inch thick,
1/2 and 3/4 inch wide as specified.
2) Wing Seals: Type 18-8 stainless steel, 0.032 inch thick.
3) Sheet Metal Screws: Panhead, Type A, hardened
aluminum, and stainless steel.
E. Under Lavatory Piping Protection Cover: ADA compliant.
1. Construction: 1/8 inch thick chemical, microbial, and fungal resistant,
injection molded smooth PVC vinyl with internal ribs.
2. Fasteners: Reusable, finger press internal fasteners presenting no sharp
or abrasive external surfaces.
3. Cover Trimming: Tear on internal, dimensioned tear lines for proper fit.
4. Kit includes covering for 8 inch tailpiece-trap, 8 inch waste arm, hot and
cold water supplies and valves, and required fasteners.
5. Acceptable Covers:
a. Lav Guard 2, E-Z Series by IPS Corp., 202 Industrial Park Lane,
Collierville, TN 38017, (800) 340-5969, www.truebro.com.
D263027160
D263027
Printed 08/17/2015 220700 - 4 PIN 9500.9P
b. Pro-Extreme Series by Plumberex, P.O. Box 1684, Palm
Springs, CA 92263, (800) 475-8629, www.plumberex.com.
2.03 ADHESIVES, MASTICS, AND SEALERS
A. Lagging Adhesive (Canvas Jackets): Childers’ CP-50AMV1, Epolux’s Cadalag
336, Foster’s 30-36.
B. Vapor Lap Seal Adhesive (Fibrous Glass Insulation): Childers’ CP-82, Epolux’s
Cadoprene 400, Foster’s 85-60 or 85-20.
C. Vapor Barrier Mastic(Fibrous Glass Insulation): Permeance shall be .03 perms
or less at 45 mils dry per ASTM E 96. Childers’ CP-34, Epolux’s Cadalar 670,
Foster’s 30-65.
D. Adhesive (Flexible Elastomeric Foam): Armstrong’s 520, Childers’ CP-82,
Epolux’s Cadoprene 488, Foster’s 85-75. 5 gallon cans only
E. Adhesive (Fiberglass Duct Liner): Childers’ Chil Quick CP-127, Foster Vapor
Fas 85-60. Must comply with ASTM C 916, Type II
F. Weather Barrier Breather Mastic (Reinforcing Membrane): Childers’ VI-CRYL
CP-10/11, Foster’s Weatherite 46-50.
G. Sealant (Metal Pipe Jacket): Non hardening elastomeric sealants. Foster
Elastolar 95-44, Childers Chil Byl CP-76, Pittsburgh Corning 727
H. Reinforcing Membrane: Childers’ Chil Glas #10, Foster Mast a Fab, Pittsburgh
Corning PC 79
2.04 MISCELLANEOUS MATERIALS
A. Pressure Sensitive Tape for Sealing Laminated Jackets:
1. Acceptable Manufacturers: Alpha Associates, Ideal Tape, Morgan
Adhesive.
2. Type: Same construction as jacket.
B. Wire, Bands, and Wire Mesh:
1. Binding and Lacing Wire: Nickel copper alloy or copper clad steel, gage
as specified.
2. Bands: Galvanized steel, 1/2 inch wide x 0.015 inch thick, with 0.032
inch thick galvanized wing seals.
3. Wire Mesh: Woven 20 gage steel wire with 1 inch hexagonal openings,
galvanized after weaving.
C. Reinforcing Membrane: Glass or Polyester, 10 x 10 mesh. Alpha Associates
Style 59, Childer’s Chil-Glas, Foster’s MAST-A-FAB.
PART 3 EXECUTION
D263027 161
D263027
Printed 08/17/2015 220700 - 5 PIN 9500.9P
3.01 PREPARATION
A. Perform the following before starting insulation Work:
1. Install hangers, supports and appurtenances in their permanent locations.
2. Complete testing of piping.
3. Clean and dry surfaces to be insulated.
3.02 INSTALLATION, GENERAL
A. Install the Work of this Section in accordance with the manufacturer’s printed
installation instructions unless otherwise specified.
B. Provide continuous piping insulation and jacketing when passing thru interior
wall, floor, and ceiling construction.
1. At Through Penetration Firestops: Coordinate insulation densities with
the requirements of approved firestop system being installed. See
Section 078400.
a. Insulation densities required by approved firestop system may
vary with the densities specified in this Section. When this
occurs use the higher density insulation.
C. Do not intermix different insulation materials on individual runs of piping.
3.03 INSTALLATION AT HANGERS AND SUPPORTS
A. Reset and realign hangers and supports if they are displaced while installing
insulation.
B. Install high density jacketed insulation inserts at hangers and supports for
insulated piping.
C. Insulation Inserts For Use with Fibrous Glass Insulation:
1. Where clevis hangers are used, install insulation shields and high density
jacketed insulation inserts between shield and pipe.
a. Where insulation is subject to compression at points over 180
degrees apart, e.g. riser clamps, U-bolts, trapezes, etc.; fully
encircle pipe with 2 protection shields and 2 high density
jacketed fibrous glass insulation inserts within supporting
members.
1) Exception: Locations where pipe covering protection
saddles are specified for hot service piping, 6 inch and
larger.
D. Insulation Inserts For Use with Flexible Elastomeric Foam Insulation:
1. Where clevis hangers are used, install insulation shields with hardwood
filler pieces, same thickness as adjoining insulation, inserted in
undersized die cut or slotted holes in insulation at support points.
2. Contour hardwood blocks to match the curvature of pipe, and shield.
3. Coat dowels and blocks with insulation adhesive, and insert while still
wet.
D263027162
D263027
Printed 08/17/2015 220700 - 6 PIN 9500.9P
4. Vapor seal outer surfaces of dowels and blocks with adhesive after
insertion.
5. Install filler pieces as follows:
PIPE/TUBING SIZE FILLER PIECES POSITION
Thru 1-1/2” 2 dowel plugs 6 o’clock; in tandem
2” thru 4” 1 block, 2 dowel plugs 6 o’clock, and
4 & 8 o’clock respectively
6” thru 8” 2 blocks, 4 dowel plugs 6 o’clock; in tandem and
4 & 8 o’clock; in tandem
3.04 INSTALLATION OF FIBROUS GLASS COLD SERVICE INSULATION
A. Install insulation materials with a field or factory applied ASTM C 1136 Type I
laminated vapor barrier jacket, unless otherwise specified.
B. Piping:
1. Butt insulation joints together, continuously seal minimum 1-1/2 inch
wide self-sealing longitudinal jacket laps and 3-inch wide butt adhesive
backed strips.
a. Substitution: 3 inch wide pressure sensitive sealing tape, of
same material as jacket, may be used in lieu of butt strips.
2. Bed insulation in a 2-inch wide band of vapor barrier mastic, and vapor
seal exposed ends of insulation with vapor barrier mastic at each butt
joint between pipe insulation and equipment, fittings or flanges at the
following intervals:
a. Horizontal Pipe Runs: 21 ft.
b. Vertical Pipe Runs: 9 ft.
C. Fittings, Valves, Flanges and Irregular Surfaces:
1. Insulate with mitre cut or premolded fitting insulation of same material
and thickness as pipe insulation.
2. Secure insulation in place with 16-gage wire, with ends twisted and
turned down into insulation.
3. Butt insulation against pipe insulation and bond with joint sealer.
4. Insulate valves up to and including bonnets, without interfering with
packing nuts.
5. Apply leveling coat of insulating cement to smooth out insulation and
cover wiring.
6. When insulating cement has dried, seal fitting, valve and flange
insulation, by imbedding a layer of reinforcing membrane or 4 oz.
canvas jacket between 2 flood coats of vapor barrier mastic, each 1/8
inch thick wet.
7. Lap reinforcing membrane or canvas on itself and adjoining pipe
insulation at least 2 inches.
8. Trowel, brush or rubber glove outside coat over entire insulated surface.
9. Exceptions:
D263027 163
D263027
Printed 08/17/2015 220700 - 7 PIN 9500.9P
a. Type C and D Piping Systems: Valves, fittings and flanges may
be insulated with premolded PVC fitting jackets, with fibrous
glass insulation inserts.
1) Additional insulation inserts are required for services
with operating temperatures under 45 degrees F or
where insulation thickness exceeds 1-1/2 inches. The
surface temperature of PVC fitting jacket must not go
below 45 degrees F.
3.05 INSTALLATION OF FIBROUS GLASS HOT SERVICE INSULATION
A. Install insulation materials with field or factory applied ASTM C 1136 Type I
laminated vapor barrier jacket unless otherwise specified.
B. Canvas Jackets on Piping, Fittings, Valves, Flanges, Unions, and Irregular
Surfaces:
1. For Piping 2 inch Size and Smaller: 4 oz per sq yd unless otherwise
specified.
2. For Piping Over 2 inch Size: 6 oz per sq yd unless otherwise specified.
C. Piping:
1. Butt insulation joints together, continuously seal minimum 1-1/2 inch
wide self-sealing longitudinal jacket laps and 3-inch wide adhesive
backed butt strips.
a. Substitution: 3 inch wide pressure sensitive sealing tape, of
same material as the jacket, may be used in lieu of butt strips.
2. Fill voids in insulation at hanger with insulating cement.
3. Exceptions:
a. Piping in Accessible Shafts, Attic Spaces, Crawl Spaces,
Unfinished Spaces and Concealed Piping: Butt insulation joints
together and secure minimum 1-1/2 inch wide longitudinal
jacket laps and 3 inch wide butt strips of same material as jacket,
with outward clinching staples on maximum 4 inch centers. Fill
voids in insulation at hangers with insulating cement.
D. Fittings, Valves, Flanges and Irregular Surfaces:
1. Insulate with mitre cut or premolded fitting insulation of same material
and thickness as insulation.
2. Secure in place with 16-gage wire, with ends twisted and turned down
into insulation.
3. Butt fitting, valve and flange insulation against pipe insulation, and fill
voids with insulating cement.
4. Insulate valves up to and including bonnets, without interfering with
packing nuts.
5. Apply leveling coat of insulating cement to smooth out insulation and
cover wiring.
6. After insulating cement has dried, coat insulated surface with lagging
adhesive, and apply 4 oz or 6 oz canvas jacket as required by pipe size.
a. Lap canvas jacket on itself and adjoining pipe insulation at least
2 inches.
D263027164
D263027
Printed 08/17/2015 220700 - 8 PIN 9500.9P
b. Size entire canvas jacket with lagging adhesive.
7. Exceptions:
a. In Types E, and F Service Piping Systems: Valves, fittings and
flanges may be insulated with premolded PVC fitting jackets,
with fibrous glass insulation inserts.
1) Additional insulation inserts are required for services
with operating temperatures over 250 degrees F or
where insulation thickness exceeds 1-1/2 inches. The
surface temperature of PVC fitting jacket must not
exceed 150 degrees F.
b. In Types E, and F Service Piping Systems: Insulate fittings,
valves, and irregular surfaces 3 inch size and smaller with
insulating cement covered with 4 oz or 6 oz canvas jacket as
required by pipe size.
1) Terminate pipe insulation adjacent to flanges and unions
with insulating cement, trowelled down to pipe on a
bevel.
c. Fittings, Valves, Flanges, and Irregular Surfaces In Concealed
Piping, Piping in Accessible Shafts, Attic Spaces, Crawl Spaces,
Unfinished Rooms, Unfinished Spaces, and Tunnels: Sizing of
canvas surface is not required.
3.06 INSTALLATION OF FLEXIBLE ELASTOMERIC FOAM INSULATION
A. Where possible, slip insulation over the pipe, and seal butt joints with adhesive.
1. Where the slip-on technique is not possible, slit the insulation and
install.
2. Re-seal with adhesive, making sure the mating surfaces are completely
joined.
B. Insulate fittings and valves with miter cut sections. Use templates provided by
the manufacturer, and assemble the cut sections in accordance with the
manufacturer’s printed instructions.
1. Insulate threaded fittings and valves with sleeved fitting covers. Over
lap and seal the covers to the adjoining pipe insulation with adhesive.
C. Carefully mate and seal with adhesive all contact surfaces to maintain the
integrity of the vapor barrier of the system.
D. Piping Exposed Exterior to a Building, Totally Exposed to the Elements:
1. Apply flexible elastomeric foam insulation to piping with adhesive.
2. Apply reinforcing membrane around piping insulation with adhesive or
mastic.
3. Adhesive Applied System: Apply 2 coats of finish. See Section 099103.
4. Mastic Applied System: Apply another coat of mastic over reinforcing
membrane.
3.07 INSTALLATION OF SHEET METAL JACKETING ON PIPING
D263027 165
D263027
Printed 08/17/2015 220700 - 9 PIN 9500.9P
A. Secure jacketing to insulated piping with preformed aluminum snap straps and
stainless steel strapping installed with special banding wrench.
B. Jacket exposed insulated fittings, valves and flanges with mitred sections of
aluminum jacketing.
1. Seal joints with sealant and secure with preformed aluminum bands.
2. Substitution: Factory fabricated, preformed, sectional aluminum fitting
covers or premolded polyvinylchloride fitting covers may be used in lieu
of mitred sections of aluminum jacketing for covering fittings, valves
and flanges.
3.08 FIELD QUALITY CONTROL
A. Field Samples: The Department’s Representative, may at his discretion, take
field samples of installed insulation for the purpose of checking materials and
application. Reinsulate sample cut areas.
3.09 PIPING INSULATION SCHEDULE
A. Insulate all cold service and hot service piping, and appurtenances except where
otherwise specified.
B. Schedule of Items Not to be Insulated:
1. Chrome plated piping, unless otherwise specified.
2. Exposed piping in finished spaces, serving one fixture, or piece of
equipment, and which connection from the main, branch, or riser, is 24
inches or less in length.
3. Water heater blow-off piping.
4. Air vents, pressure reducing valves, pilot lines, safety valves, relief
valves.
5. Water meters.
6. Piping buried in the ground, unless otherwise specified herein.
7. Items installed by others, unless otherwise specified herein.
8. Sanitary drainage piping, unless otherwise specified herein.
9. Mechanical equipment with factory applied steel jacket.
10. Hot service piping 81 degrees F to 104 degrees F.
11. Flanges and unions in Type E, F, and G service piping systems.
12. Sprinkler and standpipe piping, unless otherwise specified.
3.10 COLD SERVICE INSULATION MATERIAL SCHEDULE
TYPE SERVICE AND
TEMPERATURES
INSULATION
MATERIAL
PIPE
SIZES
(INCHES)
MINIMUM
(NOMINAL)
INSULATION
THICKNESS
(INCHES)
C Fluids (except domestic cold
water) 40 F to 80 F.
Flex. Elastomeric
Foam or
Fibrous Glass
1-1/2 &
less
Over 1-1/2
1
1-1/2
D263027166
D263027
Printed 08/17/2015 220700 - 10 PIN 9500.9P
TYPE SERVICE AND
TEMPERATURES
INSULATION
MATERIAL
PIPE
SIZES
(INCHES)
MINIMUM
(NOMINAL)
INSULATION
THICKNESS
(INCHES)
D
Domestic cold water, and as
specified.
33 F to 80 F.
Flex. Elastomeric
Foam or
Fibrous Glass
All Sizes 1/2
A. NOTES:
1. Sprinkler and Standpipe Piping (First 10 feet connected to domestic
water main within building): Insulate with same materials and
thicknesses specified for domestic cold water.
2. Roof Drain Bodies Below Roof, Horizontal Conductor Piping Including
Drops, and First Fitting on Vertical conductor: Insulate with same
materials and thicknesses specified for domestic cold water.
3. Piping Serving Handicapped Accessible Lavatories:
a. Insulate exposed hot water supply and waste piping with flexible
elastomeric foam pipe insulation.
b. Insulate exposed hot and cold water supply, and waste piping
with under lav piping protection cover. Install fasteners thru
each pair of holes in insulated safety wrap.
3.11 HOT SERVICE INSULATION MATERIAL SCHEDULE
SERVICE AND
TEMPERATURES
INSULATION
MATERIAL
PIPE
SIZES
(INCHES)
MINIMUM
(NOMINAL)
INSULATION
THICKNESS
(INCHES)
E Water and other fluids
105 F to140 F.
Flex. Elastomeric
Foam or
Fibrous Glass
1-1/2 &
Less
Over 1-1/2
1
2
F Water and other fluids
141 F to 250 F. Fibrous Glass
6 & Less
8 & Up
2
2-1/2
END OF SECTION
D263027 167
D263027
Printed 8/17/2015 220800 - 1 PIN 9500.9P
SECTION 220800
CLEANING AND TESTING
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Testing Sprinkler System: NFPA-13.
B. Testing Fire Standpipe System: NFPA-14.
1.02 SUBMITTALS
A. Quality Control Submittals
1. Test Reports (Field Tests): Submit data for each system tested, and/or
disinfected; include date performed, description, and test results for each
system.
1.03 QUALITY ASSURANCE
A. Regulatory Requirements:
1. Perform factory testing of factory fabricated equipment in complete
accordance with the agencies having jurisdiction.
2. Perform field testing of piping systems in complete accordance with the
local utilities and other agencies having jurisdiction and as specified.
1.04 PROJECT CONDITIONS
A. Protection: During test Work, protect controls, gages and accessories which are
not designed to withstand test pressures. Do not utilize permanently installed
gages for field testing of systems.
1.05 SEQUENCING AND SCHEDULING
A. Transmit written notification of proposed date and time of operational tests to
the Department’s Representative at least 5 days in advance of such tests.
B. Perform cleaning and testing Work in the presence of the Department’s
Representative.
C. Pressure test piping systems inside buildings, at the roughing-in stage of
installation, before piping is enclosed by construction Work, and at other times
as directed. Perform test operations in sections as required and directed, to
progress the Work in a satisfactory manner and not delay the general
construction of the building. Valve or cap-off sections of piping to be tested,
utilizing valves required to be installed in the permanent piping systems, or
temporary valves or caps as required to perform the Work.
D263027168
D263027
Printed 8/17/2015 220800 - 2 PIN 9500.9P
PART 2 PRODUCTS
2.01 MATERIALS
A. Test Equipment and Instruments: Type and kind as required for the particular
system under test.
B. Test Media (air, vacuum, water): As specified for the particular piping or system
under test.
C. Cleaning Agent (water): As specified for the particular piping, apparatus or
system being cleaned.
PART 3 EXECUTION
3.01 PRELIMINARY WORK
A. Thoroughly clean pipe and tubing prior to installation. During installation,
prevent foreign matter from entering systems. Prevent if possible and remove
stoppages or obstructions from piping and systems.
3.02 PRESSURE TESTS - PIPING
A. Piping shall be tight under test and shall not show loss in pressure or visible
leaks, during test operations or after the minimum duration of time as specified.
Remove piping which is not tight under test; remake joints and repeat test until
no leaks occur.
B. Water Systems:
1. Domestic water (potable cold, domestic hot and recirculation) inside
buildings:
a. Before fixtures, faucets, trim and accessories are connected,
perform hydrostatic test at 125 psig minimum for 4 hours.
b. After fixtures, faucets, trim and accessories are connected,
perform hydrostatic retest at 75 psig for 4 hours.
C. Gas Piping: Before backfilling or concealment perform air test of duration and
pressure as required by the local gas company. However, for gas piping
designed for pressures of from 4 inches to 6 inches water column, air test at 15
inches Hg for one hour, without drop in pressure. Test gas piping with air only.
Check joints for leaks with soap suds.
D. Air Piping:
1. Compressed Air: Test with air at 150 psig for one hour.
2. Check joints for leaks with soap suds.
D263027 169
D263027
Printed 8/17/2015 220800 - 3 PIN 9500.9P
E. Vacuum Piping: Perform air test at 150 psig for one hour, followed by a vacuum
test of 25 inches Hg for one hour, during which time the mercury shall remain
stationary for the last 30 minutes of test.
F. Gasoline Piping: As Specified under the Section entitled “Fuel Dispensing
System”.
G. Drainage, Vent, Conductor and Roof Drain Piping (Inside Buildings): Perform
tests before fixtures are installed. Test by filling the entire system with water,
and allowing to stand for 3 hours, with no noticeable loss of water. Test joints
under a minimum head of 10 feet of water, except the uppermost section. Test
the uppermost section to overflowing.
3.03 TESTING OF EQUIPMENT, APPARATUS AND APPURTENANCES
A. Relief Valves: Increase pressure in equipment or apparatus to relief valve
setting, to test opening of valves at required relief pressures.
END OF SECTION
D263027170
D263027
Printed 08/17/2015 221100- 1 PIN 9500.9P
SECTION 221100
PLUMBING PIPING
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Through Penetration Firestops: Section 078400.
B. Sealants: Section 079200.
1.02 SUBMITTALS
A. Product Data:
1. Catalog sheets and specifications indicating manufacturer name, type,
applicable reference standard, schedule, or class for specified pipe and
fittings.
2. Material Schedule: Itemize pipe and fitting materials for each specified
application in Pipe and Fittings Schedule in Part 3 of this Section.
Where optional materials are specified indicate option selected.
B. Quality Control Submittals
1. Copy of hydraulic press fitting manufacturer’s printed field inspection
procedures for hydraulic press joints in copper tubing.
2. Brazer Qualification Data: Copies of certification; include names, home
addresses and social security numbers of brazers.
PART 2 PRODUCTS
2.01 STEEL PIPE AND FITTINGS
A. Steel Pipe for Threading: Standard weight, Schedule 40, black or galvanized;
ASTM A 53 or ASTM A 135.
B. Steel Pipe for Roll Grooving: Standard weight, Schedule 40, black or
galvanized; ASTM A 53, Grade B, Type F for sizes 3/4 inch to 1-1/2 inch, and
Type E or S for sizes 2 inch to 24 inch, or ASTM A 135.
C. Malleable Iron, Steam Pattern Threaded Fittings:
1. 150 lb Class: ASME B16.3.
2. 300 lb Class: ASME B16.3.
D. Cast Iron Fittings:
1. Drainage Pattern, Threaded: ASME B16.12.
2. Steam Pattern, Threaded: ASME B16.4.
a. Standard Weight: Class 125.
b. Extra Heavy Weight: Class 250.
3. Flanged Fittings and Threaded Flanges: ASME B16.1.
D263027 171
D263027
Printed 08/17/2015 221100- 2 PIN 9500.9P
a. Standard Weight: Class 125.
b. Extra Heavy: Class 250.
E. Unions: Malleable iron, 250 lb class, brass to iron or brass to brass seats.
F. Couplings: Same material and pressure rating as adjoining pipe, conforming to
standards for fittings in such pipe. Use taper tapped threaded type in screwed
pipe systems operating in excess of 15 psig.
G. Nipples: Same material and strength as adjoining pipe, except nipples having a
length of less than one inch between threads shall be extra heavy.
2.02 COPPER AND BRASS PIPE, TUBING AND FITTINGS
A. Copper Tube, Types K, L, and M: ASTM B 88.
C. Wrot Copper Tube Fittings, Solder Joint: ASME B16.22.
D. Cast Copper Alloy Tube Fittings, Solder Joint: ASME B16.18.
E. Drainage Tube, Type DWV: ASTM B 306.
F. Wrot Copper Drainage Tube Fittings, Solder Joint: ASME B16.29.
G. Cast Copper Alloy Drainage Fittings, Solder Joint: ASME B16.23.
H. Chrome Plated Grade A Red Brass Threaded Pipe, Standard Weight: ASTM B
43.
1. Plating: 0.02 mil chromium over 0.2 mil nickel plating, high polish
finish.
I. Chrome Plated Cast Brass Threaded Pipe Fittings, 125 lb Class: ASME B16.15.
1. Plating: 0.02 mil chromium over 0.2 mil nickel plating, high polish
finish.
J. Unions: Cast bronze, 150 lb Class, bronze to bronze seats, threaded or solder
joint.
K. Plumber’s Tube: Seamless, semi-annealed, minimum 65 percent copper, No. 18
B & S Gage.
L. Flared Tube Fittings:
1. Water Tube Type: ASME B16.26.
2. Refrigerant Tube Type: SAE J513.
M. Flanges: Conform to the Standards for fittings used in systems.
1. Brazing Flanges: ASME B16.24, hubs modified for brazing ends.
2.03 HYDRAULIC PRESS FITTINGS FOR COPPER TUBING
D263027172
D263027
Printed 08/17/2015 221100- 3 PIN 9500.9P
A. Acceptable Fittings:
1. ProPress by Viega, 301 N. Main, Wichita, KS 67202, (877) 843-4262,
www.viega.com.
B. Operating Conditions:
1. Maximum Operating Pressure: 200 psi.
2. Operating Temperature Range: 0-250 degrees F.
3. Maximum Test Pressure: 600 psi.
4. Maximum Vacuum: 29.2 inches hg @ 68 degrees F.
C. Features:
1. Fittings: Copper and copper alloy conforming to material requirements
of ASME B16.18 or ASME B16.22.
a. Stainless Steel Grip Ring: Adds strength to the joint without
collapsing the interior passageway
2. No flame for soldering required for installation of fittings and valves.
3. Unpressed connections identified during pressure testing when water
flows past sealing element.
4. Sealing Elements: Factory installed, EPDM.
5. Fittings that have been pressed can be rotated. If rotated more than 5
degrees, the fitting must be repressed to restore its resistance to
rotational movement.
6. Extended fitting end lead allows for twice the retention grip surface, and
assists with proper tube alignment.
7. Soldered adapter fittings are not allowed.
2.07 JOINING AND SEALANT MATERIALS
B. Solder: Solid wire type conforming to the following:
1. Type 3: Lead-free tin-silver solder (ASTM B 32 Alloy Grade E, AC, or
HB); Engelhard Corp.’s Silvabrite 100, Federated Fry Metals’ Aqua
Clean, or J.W. Harris Co. Inc.’s Stay-Safe Bridgit.
C. Soldering Flux for Soldered Joints: All-State Welding Products Inc.’s Duzall,
Engelhard Corp.’s General Purpose Liquid or Paste, Federated Fry Metals’
Water Flow 2000, or J.W. Harris Co. Inc.’s Stay-Clean.
E. Joint Packing:
1. Oiled Oakum: Manufactured by Nupak of New Orleans, Inc., 931
Daniel St., Kenner, LA 70062, (504) 466-1484.
2. Acid Resistant Joint Packing: Sealite Inc.’s Red Stripe, Asbestos-Free
Acid-Resistant White Oakum, No. 312.
F. Gaskets For Use With Ductile Iron Water Pipe and Cast Iron Drainage Pipe:
Synthetic rubber rings (molded or tubular): Clow Corp.’s Belltite, Tyler Pipe
Industries Inc.’s Ty-Seal, or U.S. Pipe and Foundry Co.’s Tyton.
G. Flange Gasket Material:
D263027 173
D263027
Printed 08/17/2015 221100- 4 PIN 9500.9P
1. For Use with Cold Water: 1/16 inch thick rubber.
2. For Use with Hot Water, Air or Steam: Waterproofed non-asbestos
ceramic or mineral fiber, or a combination of metal and water-proofed
non-asbestos ceramic or mineral fiber, designed for the temperatures and
pressures of the piping systems in which installed.
H. Gaskets For Use With Grooved End Pipes and Fittings: Type and materials as
recommended and furnished by the fitting manufacturer, for the service of piping
system in which installed.
I. Anti-Seize Lubricant: Bostik Inc.’s Never Seez or Dow Corning Corp.’s
Molykote 1000.
2.08 PACKING MATERIALS FOR BUILDING CONSTRUCTION PENETRATIONS
A. Oiled Oakum: Manufactured by Nupak of New Orleans, Inc., 931 Daniel St.,
Kenner, LA 70062, (504)466-1484.
B. Mechanical Modular Seals: Thunderline Corp.’s Link Seal wall and floor seals
designed for the service of piping system in which installed.
2.09 PIPE SLEEVES
A. Type A: Schedule 40 steel pipe.
B. Type B: No. 16 gage galvanized sheet steel.
C. Type C: Schedule 40 steel pipe with 1/4 inch steel collar continuously welded to
pipe sleeve. Size steel collars as required to span a minimum of one cell or
corrugation, on all sides of the rough opening thru the metal deck.
D. Type D: No. 16 gage galvanized sheet steel with 16 gage sheet steel metal collar
rigidly secured to sleeve. Size metal collars as required to span a minimum of
one cell or corrugation, on all sides of the rough opening thru the metal deck.
2.10 FLOOR, WALL AND CEILING PLATES
A. Cast Brass: Solid type with polished chrome plated finish, and set screw.
1. Series Z89 by Zurn, 929 Riverside Drive, Grosvenordale, CT 06255,
(800) 243-1830.
2. Model 127XXXX by Maguire Mfg., Cheshire CT 06410, (203) 699-
1801.
B. Stamped Steel: Split type, polished chrome plated finish, with set screw.
a. Figures 2 and 13 by Anvil International, Portsmouth, NH 03802, (603)
422-8000.
D263027174
D263027
Printed 08/17/2015 221100- 5 PIN 9500.9P
C. Cast Iron or Malleable Iron: Solid type, galvanized finish, with set screw:
1. Model 395 by Anvil International, Portsmouth, NH 03802, (603) 422-
8000.
2. Model 900-016XX by Landsdale International, Westville, NJ 08093,
(800) 908-0523.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install piping at approximate locations indicated, and at maximum height.
B. Install piping clear of door swings, and above sash heads.
C. Make allowances for expansion and contraction.
D. Allow for a minimum of one inch free air space around pipe or pipe covering,
unless otherwise specified.
E. Install horizontal piping with a constant pitch, and without sags or humps.
1. Water Piping: Pitch 1/4 inch per 10 feet upward in direction of flow,
unless otherwise noted. If it is not possible to maintain constant pitch,
establish a new low point and continue. At the low point, provide a 1/2
inch drip leg and gate valve with a hose bibb end. Provide an air vent at
the high point.
2. Drainage Piping: Pitch 1/4 inch per foot downward, in direction of flow,
unless otherwise noted.
3. Vent Piping: Pitch 1/4 inch per foot upward, unless otherwise noted.
F. Install vertical piping plumb.
G. Use fittings for offsets and direction changes, except for Type K soft annealed
copper temper water tube.
H. Cut pipe and tubing ends square; ream before joining.
I. Threading: Use American Standard Taper Pipe Thread Dies.
1. Thread brass pipe with special brass threading dies.
3.02 DRAINAGE SYSTEMS
A. Fittings:
1. Use long turn drainage pattern fittings, unless space conditions prohibit
their use; in such cases, short turn pattern fittings may be used.
2. Vertical Offsets: Make vertical offsets with 45 degree elbows, or 1/8
bends.
3. Tucker Fittings: Tucker fittings may only be installed in vertical piping.
B. Cleanouts:
D263027 175
D263027
Printed 08/17/2015 221100- 6 PIN 9500.9P
1. Install cleanouts with sufficient side and end clearance to allow for the
removal of the cleanout plug, and the use of cleaning tools.
2. Lubricate cleanout plugs with anti-seize lubricant.
3.03 DOMESTIC WATER PIPING SYSTEM
A. Connect runouts to the upper quadrant of the main, and run upward at not less
than 45 degrees before extending laterally.
B. Make final connections to plumbing fixtures and equipment with unions, or
flanges:
1. Do not use unions in ferrous piping larger than 3 inches.
2. Do not use unions in brass or copper piping larger than 2 inches.
3.06 PIPE JOINT MAKE-UP
A. Threaded Joint: Make up joint with a pipe thread compound applied in
accordance with manufacturer’s printed application instructions for the intended
service.
1. Chrome Plated Brass Pipe: Tighten joint with a strap or Parmalee
wrench; do not mar pipe finish. Install piping so that no threads are
visible.
B. Soldered Joint: Thoroughly clean tube end and inside of fitting with emery
cloth, sand cloth, or wire brush. Apply flux to the pre-cleaned surfaces. Install
fitting, heat to soldering temperature, and join the metals with type solder
specified. Remove residue.
C. Flanged Pipe Joint:
1. Install threaded companion flanges on steel pipe; flanges on galvanized
pipe are not required to be galvanized.
2. Provide a gasket for each joint.
a. Hot Water Pipe Gasket: Coat with a thin film of oil before
making up joint.
b. Air Pipe Gasket: Coat with a thin film of oil before making up
joint.
3. Coat bolt threads and nuts with anti-seize lubricant before making up
joint.
D. Calked Joint: Pack hub with joint packing specified, and calk. Run 12 ounces
molten lead for each inch of pipe diameter. Calk cooled lead ring and face off
smoothly.
E. Rubber Ring Push-on Joint: Clean hub, bevel spigot, and make up joint with
lubricated gasket in conformance with the manufacturer’s printed installation
instructions.
D263027176
D263027
Printed 08/17/2015 221100- 7 PIN 9500.9P
F. Grooved Pipe Joint: Roll groove pipe ends, make up joint with grooved end
fittings and couplings, in conformance with the manufacturer’s printed
installation instructions.
1. Cut grooved end piping is not acceptable.
G. Hubless CI Pipe Joint: Make up joint with hubless fitting and couplings, in
conformance with the manufacturer’s printed installation instructions.
H. Mechanical Joint: Make up joint in conformance with the manufacturer’s
printed installation instructions, with particular reference to tightening of bolts.
I. Glass Pipe Joint: Make up joint with glass drainline fittings and couplings in
conformance with the manufacturer’s printed installation instructions.
J. Fiberglass Reinforced Plastic Pipe Joint: Follow the manufacturer’s printed
installation instructions.
K. Polyethylene Containment Pipe Joint: Follow manufacturer’s printed
installation instructions.
L. High Density Polyethylene Pipe Joint (HDPE): Follow manufacturer’s printed
installation instructions.
M. Hydraulic Pressed Joint: Follow manufacturer’s printed installation
instructions.
N. Dissimilar Pipe Joint:
1. Joining Bell and Spigot and Threaded Pipe: Install a half coupling on
the pipe or tube end to form a spigot, and calk into the cast iron bell.
2. Joining Dissimilar Threaded Piping: Make up connection with a
threaded coupling or with companion flanges.
3. Joining Dissimilar Non-Threaded Piping: Make up connection with
adapters recommended by the manufacturers of the piping to be joined.
4. Joining Galvanized Steel Pipe and Copper Tubing: Make up connection
with a dielectric connector.
5. Joining FRP and Threaded Pipe: Make up connection with adapters as
recommended by manufacturers of piping being joined.
3.10 PIPING PENETRATIONS
A. Sleeve Schedule: Unless otherwise shown, comply with the following schedule
for the type of sleeve to be used where piping penetrates wall or floor
construction:
CONSTRUCTION SLEEVE TYPE
1. Frame construction. None Required
2. Foundation walls. A*
3. Non-waterproof interior walls. B*
4. Non-waterproof interior floors on D*
metal decks.
D263027 177
D263027
Printed 08/17/2015 221100- 8 PIN 9500.9P
5. Non-waterproof interior floors not on B*
metal decks.
5. Floors not on grade having a floor drain. A
6. Floors over mechanical equipment, steam A
service, machine, and boiler rooms.
6. Floors finished or to be finished with D*
latex composition or terrazzo, and on
metal decks.
9. Floors finished or to be finished with A
latex composition or terrazzo, and not
on metal decks.
7. Earth supported concrete floors. None Required
8. Exterior concrete slabs on grade. A
9. Fixtures with floor outlet waste piping. None Required
10. Metal roof decks. C
10. Non-metal roof decks. A
15. Waterproof floors on metal decks. D
16. Waterproof floors not on metal decks. A
17. Waterproof walls. A
*Core drilling is permissible in lieu of sleeves where marked with asterisks.
B. Diameter of Sleeves and Core Drilled Holes:
1. Unless otherwise specified, size holes thru floors and walls in
accordance with the through penetration fire stopping system being used.
C. Length of Sleeves (except as shown otherwise on Drawings):
1. Walls and Partitions: Equal in length to total finished thickness of wall
or partition.
2. Floors with Finish: Equal in length to total finished thickness of floor
and extending 1/2 inch above the finished floor level, except as follows:
a. In furred spaces at exterior walls, extend sleeve one inch above
the finished floor level.
3. Exterior Concrete Slabs: Equal in length to total thickness of slab and
extending 1/2 inch above the concrete slab.
4. Roofs: Equal in length to the total thickness of roof construction,
including insulation and roofing materials, and extending one inch above
the finished roof level.
D. Packing of Sleeves and Core Drilled Holes:
1. Unless otherwise specified, pack sleeves or cored drilled holes in
accordance with Section 078400 - FIRESTOPPING.
2. Pack sleeves in exterior walls or waterproofed walls above inside earth
or finished floors with oakum to within 1/2 inch of each wall face, and
finish both sides with Type 1C (one part) sealant. See Section 079200.
a. Mechanical modular seals may be used in lieu of packing and
sealant for sleeves and core drilled holes.
3. Pack sleeves in exterior concrete slabs with oakum to full depth, and
within 1/2 inch of top of sleeve and finish the remainder with sealant.
See Section 079200.
D263027178
D263027
Printed 08/17/2015 221100- 9 PIN 9500.9P
a. Sealant Types:
1) Piping Conveying Materials up to 140 degrees F other
than Motor Fuel Dispensing System Piping: Type 1C
(one part).
2) Motor Fuel Dispensing System Piping: Type 1C (2
part).
b. Mechanical modular seals may be used in lieu of packing and
sealant for sleeves and core drilled holes.
E. Weld metal collars of Type C and D sleeves to the upper surface of the metal
deck. Seal voids under the metal collar as recommended by the manufacturer of
the metal deck.
3.11 FLOOR, WALL AND CEILING PLATES
A. Install plates for exposed uninsulated piping passing thru floors, walls, ceilings,
and exterior concrete slabs as follows:
1. In Finished Spaces:
a. Piping 4 Inch Size and Smaller: Solid or split, chrome plated
cast brass.
b. Piping Over 4 Inch Size: Split, chrome plated cast brass.
2. Unfinished Spaces (Including Exterior Concrete Slabs): Solid, unplated
cast iron.
3. Fasten plates with set screws.
4. Plates are not required in pipe shafts or furred spaces.
3.12 PIPE AND FITTING SCHEDULE
A. Where options are given, choose only one option for each piping service. No
deviations from the selected option will be allowed.
B. Domestic Water (Above Ground):
1. 3 inch and Under: Type L hard drawn copper tube, with cast copper
alloy or wrot copper solder type fittings, and joints made up with Type 3
solder, or hydraulic press joints.
D. Drainage (Sanitary) Above Ground:
1. Option No. 1: Standard weight galvanized steel pipe, with galvanized
cast iron drainage pattern fittings, and threaded joints.
2. Option No. 2: Service weight, coated, cast iron bell and spigot pipe and
fittings with calked joints.
3. Option No. 3: Service weight, coated, cast iron bell and spigot pipe and
fittings with rubber ring push-on joints.
4. Option No. 4: Hubless, coated, cast iron pipe, fittings, and joint
couplings.
5. Option No. 5: DWV copper tubing, with cast brass or wrot copper
drainage pattern fittings, and joints made with Type 3 solder.
E. Drainage (Storm) Above Ground:
D263027 179
D263027
Printed 08/17/2015 221100- 10 PIN 9500.9P
1. Option No. 1: Standard weight galvanized steel pipe, with galvanized
cast iron drainage pattern fittings, and threaded joints.
2. Option No. 2: Standard weight galvanized steel pipe, with roll grooved
ends, grooved pipe fittings and couplings of coated ductile iron or hot
dipped galvanized malleable iron.
3. Option No. 3: Service weight, coated, cast iron bell and spigot pipe and
fittings, with calked joints.
4. Option No. 4: Service weight, coated, cast iron bell and spigot pipe and
fittings, with rubber ring push-on joints.
5. Option No. 5: Hubless, coated, cast iron pipe, fittings and joint
couplings.
6. Option No. 6: DWV copper drainage tube, with cast copper alloy or
wrot copper drainage pattern fittings, and joints made up with Type 3
solder.
F. Drainage Piping (Below Ground):
1. Option No. 1: Service weight, coated, cast iron bell and spigot pipe and
fittings, with calked joints.
2. Option No. 2: Service weight, coated, cast iron bell and spigot pipe and
fittings, with rubber ring push-on joints.
3. Option No. 3: Service weight, PVC Schedule 40, bell and spigot pipe
and fittings, with rubber ring push-on joints.
H. Vent Piping: Same materials that are used for piping system to which vent is
connected. The composting unit vent piping shall be encased in stainless steel
vent above the roof line. Each vent pipe shall be capped with a stainless steel
dome cap to match.
END OF SECTION
D263027180
D263027
Printed 8/17/2015 221116- 1 PIN 9500.9P
SECTION 221116
VACUUM BREAKERS
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. None
1.02 SUBMITTALS
A. Product Data:
1. Manufacturer’s catalog cuts, specifications and installation instructions
for each type Vacuum Breaker.
2. Manufacturer’s printed test procedure for testing operation of pressure
type vacuum breaker.
1.03 MAINTENANCE
A. Special Tools: One for each type and size vandal resistant fastener.
PART 2 PRODUCTS
2.01 VACUUM BREAKERS
A. Type C: Hose bibb vacuum breaker conforming to ASSE 1011 - Hose
Connection Vacuum Breakers.
1. Frost resistant type with brass body, flat poppet type check valve, rubber
disc and mating part, bronze internal trim, drainage feature, and
breakaway screw or vandal resistant fastener.
a. Operation: Check valve closes orifice and opens atmospheric
vent upon back siphonage.
b. Connections: 3/4 inch female hose thread inlet, and 3/4 inch
hose bibb outlet.
2.02 FASTENERS
A. Vandal Resistant: Allen or spanner head bolts. Phillips head and slotted head
fasteners are not acceptable.
PART 3 EXECUTION
3.01 INSTALLATION
D263027 181
D263027
Printed 8/17/2015 221116- 2 PIN 9500.9P
A. Install the Work of this Section in accordance with the manufacturer’s printed
installation instructions, unless otherwise specified.
3.02 FIELD QUALITY CONTROL
A. Operation Test:
1. Check vacuum breaker for leaking under normal operating conditions.
2. Apply negative pressure to the vacuum breaker inlet, and observe that
the device opens to the atmosphere.
3. Type D Vacuum Breaker: Test the device in accordance with the
manufacturer’s printed test procedure.
4. Repair or replace any device failing the operation test, and retest.
END OF SECTION
D263027182
D263027
Printed 8/17/2015 221119- 1 PIN 9500.9P
SECTION 221119
WATER SUPPLY ACCESSORIES
PART 1 GENERAL
1.01 SUBMITTALS
A. Product Data: Catalog sheets, specifications, dimensional data, and installation
instructions for each item specified, excluding fasteners.
1.02 MAINTENANCE
A. Special Tools: Deliver to the Director’s Representative.
1. Wall Hydrant T-Handle Locking Key: One for each wall hydrant.
2. Tools For Vandal Resistant Fasteners: One for each type and size.
PART 2 PRODUCTS
2.01 AIR CHAMBERS
A. Water Service Entrance: Same piping material used for above ground domestic
water system, complete with drain valve with hose bibb end at bottom of air
chamber, and pet cock at top.
1. Size: Two times water service pipe size, not to exceed 6 inches, and 4’-
0” minimum height.
B. Distribution System: Same piping material used for above ground domestic
water system.
1. Riser Air Chamber: Extend riser full size to the ceiling above the
highest branch run-out and cap.
2. Branch Air Chamber: Size 1-1/2 times the branch at the point of
installation, and 18 inch minimum height.
2.02 WATER HAMMER ARRESTORS
A. Hydropneumatically controlled with permanently sealed expansion chamber pre-
charged with non-combustible gas, threaded connection, and conforming to
ASME A112.26.1M - Water Hammer Arrestors, and ASSE 1010 - Water
Hammer Arrestors.
1. Bellows Type: Stainless steel construction with elastomer or stainless
steel bellows.
2. Piston Type: Hard drawn copper body with brass piston, cap and
adapter; and elastomer seals.
2.03 HOSE BIBBS
D263027 183
D263027
Printed 8/17/2015 221119- 2 PIN 9500.9P
A. Compression type with polished chrome plated bronze body, renewable units,
vacuum breaker with breakaway screw or vandal resistant fastener (ASSE 1011),
removable T-handle, and integral threaded wall flange.
1. Connections: 3/4 inch female threaded inlet, and 3/4 inch hose bibb
outlet.
2.04 FASTENERS
A. Vandal Resistant Fasteners: Torx head with center pin.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions, unless otherwise specified.
B. Wall Hydrants:
1. Installation Height: Minimum 18 inches above finished grade.
C. Secure external components in place with vandal resistant fasteners or devices
which cannot be removed without special tools.
END OF SECTION
D263027184
D263027
Printed 8/17/2015 221120 - 1 PIN 9500.9P
SECTION 221120
MIXING VALVES
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Showers: Section 224223.
1.02 SUBMITTALS
A. Product Data: Manufacturer’s catalog sheets, specifications, and installation
instructions for each type of mixing valve.
1.03 QUALITY ASSURANCE
A. Regulatory Requirements: Unless otherwise shown or specified, comply with
the applicable requirements of FS WW-P-541.
PART 2 PRODUCTS
2.01 VALVES - GENERAL
A. Valve Body: Cast brass.
B. Internal Components:
1. Metals: Brass, or stainless steel.
2. Non-Metals: Materials not adversely affected by contact with water,
temperature changes, and normal wear.
C. Finishes: Furnish polished, chrome plated brass, or No. 4 brush finished
stainless steel on exposed to view surfaces installed in finished spaces.
D. Single Handle Mixing Valves:
1. Operation: Valve shuts off in full cold position, and must pass through
cold range before delivering warm, and/or hot water.
2. Temperature Limit Stop: Factory set for 105 degrees F maximum
delivery temperature.
3. Automatic Shut-Down: If one supply should fail, the other will
automatically and instantly shut down.
2.02 VALVE TYPES
A. Type C: Pressure balancing shower valve.
1. Accessories: Integral stops.
2. Accessories: Integral stop-check valves.
D263027 185
D263027
Printed 8/17/2015 221120 - 2 PIN 9500.9P
3. Temperature Range: Cold through 115 degrees F.
4. Delivery Capacity: 5 gpm at 45 psi differential.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions.
3.02 FIELD QUALITY CONTROL
A. Capacity Check: Operate valve through entire range, and verify rated capacity.
Correct discrepancies.
B. Temperature Check: Set valve at full hot position and check delivered water
temperature for specified 105 degree F factory setting. Adjust temperature limit
stop as required.
END OF SECTION
D263027186
D263027
Printed 8/17/2015 221121- 1 PIN 9500.9P
SECTION 221121
METERING VALVE
PART 1 GENERAL
1.01 SUBMITTALS
A. Product Data: Manufacturer’s catalog sheets, specifications, and installation
instructions for each metering valve.
1.02 QUALITY ASSURANCE
A. Regulatory Requirements: Except as specified otherwise herein, the Work of
this section shall comply with the applicable requirements of FS WW-P-541.
1.03 MAINTENANCE
A. Special Tools: Tamper-resistant fastener tool.
PART 2 PRODUCTS
2.01 MATERIALS AND FINISHES
A. Valve Body: Cast brass.
B. Internal Components:
1. Metals: Brass or stainless steel.
2. Non-Metals: Materials not adversely affected by contact with water,
temperature changes, or a combination of both.
C. Finishes: Exposed to view surfaces shall be brass, polished and chrome plated,
or stainless steel, with a No. 4 brush finish.
D. Tamper-Resistant Fasteners: Brass or stainless steel fasteners having an allen,
spanner, or tri-slot head.
2.02 METERING VALVE (TYPE A)
A. Operation: Push button.
B. Timing Cycle: Adjustable from two seconds to two minutes delivering full flow
during the entire cycle.
1. All adjustments shall be concealed.
2. Timing orifice shall be protected by a self-cleaning filter.
3. Valve shall incorporate integral stops.
4. Exposed to view fasteners shall be tamper-resistant.
D263027 187
D263027
Printed 8/17/2015 221121- 2 PIN 9500.9P
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions.
B. Set the timing adjustment for a 30 second cycle.
END OF SECTION
D263027188
D263027
Printed 8/17/2015 221123- 1 PIN 9500.9P
SECTION 221123
PUMPS & PUMP LIFT-OUT RAIL SYSTEM
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Wiring for Motors and Motor Controllers: Section 260523.
B. Motors and Motor Controllers: Section 260221.
1.02 SUBMITTALS
A. Product Data: Catalog sheets and installation instructions for each type or size
pump.
B. Schedule: Pump schedule showing pump specifications and application.
C. Quality Control Submittals:
1. Performance curves for each pump, showing gpm, brake HP and
efficiency from free delivery to shut-off. Chart curves on
manufacturer’s factory tests shall be conducted in accordance with the
recommended procedures of the Hydraulic Institute, and certified thereto
by the manufacturer.
2. Include parallel pump curve and system curve for parallel operating
pumps. Design flow does not include standby pump (if any).
D. Contract Close Out Submittals:
1. Operation, Maintenance Data, and Parts Lists: Deliver 2 copies, for
each type of pump or pumping apparatus, to the Director’s
Representative.
1.03 MAINTENANCE
A. Spare Parts: Deliver one spare set of mechanical seals for each size and type of
pump equipped with mechanical seals, to the Director’s Representative, who will
sign receipt for same. Furnish seals of type as required for the particular pump
application and the chemical water treatment being utilized. Suitably box and
label spare seals as to their usage.
PART 2 PRODUCTS
2.01 PUMPS - GENERAL
D263027 189
D263027
Printed 8/17/2015 221123- 2 PIN 9500.9P
A. Pump Model: Myers 3WHV operating ant 225 gpm with a total head of 8’. It
shall use 1.5hp motor operating at 1750 RPM. It shall operate at 3 phase
230volts.
B. Pump Lift-out Rail System Model: Myers 3WH SRA 3030
C.
1. Design pumps to operate continuously without overheating bearings or motors at
every condition of operation on the pump curve, or produce noise audible outside the
room or space in which installed.
B. Equip pumps complete with electric motor and drive assembly, unless otherwise
indicated. Design pump casings for the indicated working pressure and factory
test at 1-1/2 times the designed pressure.
C. Manufacture domestic hot water pumps of all-bronze construction.
D. Pumps of the same type, shall be the product of a single manufacturer, with
pump parts of the same size and type interchangeable.
PART 3 EXECUTION
3.01 INSTALLATION
A. Install dosing pumps and lift-out rail systems in pump chamber.
END OF SECTION
D263027190
D263027
Printed 8/17/2015 221429 - 1 PIN 9500.9P
SECTION 221429
SUMP PUMP, SUBMERSIBLE
PART 1 GENERAL
1.01 PRODUCTS FURNISHED BUT NOT INSTALLED UNDER THIS SECTION
A. Deliver the sump frame to the Construction Work contractor for installation.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Earthwork: Section 310000.
B. Cast-In-Place Concrete: Section 033001.
C. Painting: Section 099103.
D. Pipe and Pipe Fittings: Section 221100.
E. Valves: Section 220523.
F. Wiring for Motors and Motor Controllers: Section 260523.
G. Motors and Motor Controllers: 260221.
1.03 SUBMITTALS
A. Product Data:
1. Catalog sheets, specifications, installation instructions, including pump
capacity curve (capacity vs. head) and electrical schematics.
2. Catalog sheets, specifications, and installation instructions for the sump
basin and cover.
3. Catalog sheets, specifications and installation instructions for the sump
cover and sump frame.
PART 2 PRODUCTS
2.01 SUMP PUMP
A. Type: Completely submersible, automatic operation, with a screenless suction,
non-clog impeller, and lifting bail.
1. Motor Requirements (Supplementary to Section 260221):
a. Equip submersible motor with built-in thermal overload
protection.
b. Power Requirements: Design to operate on a single phase, 60
Hertz, 120 volt circuit (NEMA standard motor voltage 115 V).
D263027 191
D263027
Printed 8/17/2015 221429 - 2 PIN 9500.9P
c. Power Cord: Waterproof, oil resistant, terminating with a 3
prong grounding type cord cap. Length as required.
B. Materials:
1. Casing, exterior covers and caps: Brass or bronze.
2. Impeller: Bronze.
3. Shaft: Steel, sealed against contact with moisture.
4. Exterior fasteners: Stainless steel.
C. Liquid Temperature: Design to handle liquids up to 120 degrees F maximum.
2.02 PUMP CONTROLS AND ACCESSORIES
A. Liquid Level Control Device: Construct of corrosion resistant materials, with
components designed for installation within the sump completely waterproof,
including oil resistant grounding type power cord.
1. Type: Designed for remote installation. Furnish with stainless
steel mounting clamps and stainless steel fasteners.
B. High Water Alarm: Factory wired assembly consisting of a 4 inch alarm bell,
transformer, warning light, silencing switch, housed in a NEMA-1 enclosure,
and liquid level control actuated.
C. Control Panel: Factory wired, housed in a NEMA-1 enclosure; alternator liquid
level control actuated. Include motor controller, H-O-A switch, run light, and
circuit breaker for each pump motor.
1. Motor Controller Requirements (Supplementary to Section 260221):
a. Motor Controller Type: Type B.
D. Wall Panel: 3/4 inch plywood, APA grade A-D; exterior glue, plain sliced face
veneer, finished, beveled edges all around. Construct of sufficient size for
mounting high water alarm and control panel.
2.03 SUMP COVER AND FRAME
A. Cover: Steel or cast iron, coal tar enamel coated, with openings for pump
access, power cord and discharge pipe. Provide rubber grommet in cover to
protect power cord.
B. Frame: Steel, 1/2 inch minimum thickness, square shaped and provided with
concrete anchors. Fabricate with recessed shoulder for flush mounting cover
with finished floor.
2.04 COVER THICKNESS SCHEDULE
PART 3 EXECUTION
3.01 INSTALLATION
D263027192
D263027
Printed 8/17/2015 221429 - 3 PIN 9500.9P
A. Install the Work of this Section in accordance with the manufacturer’s printed
installation instructions unless otherwise specified.
B. Install liquid level control device at proper elevation to produce specified sump
drawdown. Secure control device to pump discharge pipe with clamps or to side
of sump basin with corrosion resistant brackets and fasteners.
C. High Water Alarm: Install high water alarm and make electrical connections.
Install liquid level control device at proper elevation to activate alarm at
specified liquid depth. Secure control device to pump discharge pipe with
clamps or to side of sump basin with corrosion resistant brackets and fasteners.
D. Control Panel: Install and make electrical connections. Install liquid level
control devices at elevation required to produce specified sump drawdown.
Secure control devices to pump discharge pipe with clamps, or to side of sump
basin with corrosion resistant brackets and fasteners.
E. Wall Panel: Mount wall panel where directed and secure with suitable fasteners.
F. Sump: Install sump basin on a level firm base, make piping connections. Secure
sump cover; seal gastight.
G. Sump Frame: Install level at proper elevation.
H. Install sump cover.
3.02 PUMP OPERATION
A. Duplex Pump System: Set level controls to start the first (lead) pump when
liquid in sump reaches 30 inches, and to start the standby (lag) pump when level
rises to 40 inches, and to stop both pumps when liquid depth decreases to 4
inches.
1. Alternate lead and lag pumps with each operation cycle.
B. High Water Alarm Setting: Set control device to sound alarm when liquid depth
in the sump reaches 48 inches.
3.03 FIELD QUALITY CONTROL
A. Test sump pump system for proper operation at specified liquid depths.
B. Test high water alarm for proper operation at specified liquid depth.
END OF SECTION
D263027 193
D263027
Printed 8/17/2015 224200- 1 PIN 9500.9P
SECTION 224200
PLUMBING FIXTURES
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Sealants: Section 079200.
B. Showers: Section 224223.
C. Solid Plastic Fabrications: Section 066000.
1.02 SUBMITTALS
A. Product Data: Catalog sheets, specifications, roughing dimensions, and
installation instructions for each item specified except fasteners.
1. Deliver cut out data for countertop fixtures to the Department’s
Representative.
B. Samples:
1. Water Closet Seat: One seat if other than product specified. Sample
will be returned and if approved, may be installed on the Project.
1.03 QUALITY ASSURANCE
A. Regulatory Requirements:
1. Comply with applicable requirements of FS WW-P-541, and the
following standards:
a. ANSI/ASME A112.18.1M - Plumbing Fixture Fittings.
b. ANSI/ASME A112.19.1M - Enameled Cast Iron Plumbing
Fixtures.
c. ANSI/ASME A112.19.2M - Vitreous China Plumbing Fixtures.
d. ANSI/ASME A112.19.6 - Hydraulic Requirements for Water
Closets and Urinals.
2. Materials and installations designated as handicapped accessible shall
conform with the following:
a. ANSI A117.1 - Buildings and Facilities - Providing
Accessibility and Usability for Physically Handicapped People.
b. The Americans with Disabilities Act Accessibility Guidelines
for Buildings and Facilities (ADAAG), (Appendix A to 28 CFR
Part 36).
c. The Uniform Federal Accessibility Standards (UFAS),
(Appendix A to 41 CFR Part 101-19.6).
3. Each fixture carrier support shall be listed by model number in the
fixture support manufacturer’s Fixture Support Selection Guide as being
recommended for support of the appropriate fixture.
B. Plainly and permanently mark each fixture and fitting with the manufacturer’s
name or trade mark.
D263027194
D263027
Printed 8/17/2015 224200- 2 PIN 9500.9P
C. Acid resistant surfaces shall be plainly and permanently marked with the
manufacturer’s label or symbol indicating acid resistance.
1.04 MAINTENANCE
A. Special Tools: Deliver to the Department’s Representative.
1. Furnish the following tools labeled with names and locations where
used.
a. Keys for stops (furnished with stops).
b. Tools for Vandal Resistant Fasteners: Two for each type and
size.
PART 2 PRODUCTS
2.01 MATERIALS - GENERAL
A. Vitreous China: First quality, smooth, uniform color and texture, with fused on
glaze covering surfaces exposed to view.
1. Surfaces shall be free of chips, craze, warpage, cracks and
discolorations. Surfaces in contact with walls or floors shall be flat, with
warpage not to exceed 1/16 inch per foot.
2. Color: White.
B. Porcelain Enameled Cast Iron: Smooth, uniform color and texture, having fused
on glaze covering surfaces exposed to view.
1. Material shall show no cracks, chips, craze or discolorations.
2. Enameled surfaces shall be acid resistant unless otherwise specified.
3. Color: White.
C. Fixture Trim: Brass, bronze, or stainless steel construction; consisting of supply
and waste fittings, faucets, traps, stop valves, escutcheons, sink strainers,
nipples, supplies, and metal trim.
1. Brass piping: Ips standard weight, with standard weight, 125 lb cast
brass fittings.
2. Brass tubing: 18 B & S gage.
3. Stainless steel: 18-8 Type 302 or 304 unless otherwise specified.
D. Fixture Trim Finishes:
1. Brass or Bronze: Polished or satin finished chrome plating, 0.02 mil
chromium over 0.2 mil nickel plating.
2. Stainless Steel: Invisible welds and seams, and unless otherwise
specified, polished to No. 4 commercial finish.
E. Fixture Hold-down Bolts: Steel, plated for corrosion resistance.
1. Cap nuts: Metal, polished and chrome plated.
F. Combination Faucets: Faucets shall turn counter to each other for the on and off
positions.
D263027 195
D263027
Printed 8/17/2015 224200- 3 PIN 9500.9P
2.02 TYPE B SERVICE SINK
A. Sink: Vitreous china, unitized construction, blowout action, wall hung clinical
service sink with flushing rim, back outlet, top spud inlet, integral trap, back, and
sides.
1. Overall Dimensions (Approximate): 21-1/2 inches wide x 25 inches
front to back.
2. Bowl Inside Dimensions (Approximate): 18 x 18 x 6-1/4 inches deep.
B. Supply Fitting: Combination faucet with plain end rigid nozzle, bucket hook,
wall brace, with the following features:
1. 1/2 inch eccentric inlets on 8 inch centers with integral stops.
2. Integral wall flanges.
3. Replaceable discs and seats or renewable units.
4. Metal 6 inch indexed elbow handles.
5. 12-7/8 inches from finished wall to center of spout outlet.
C. Flushing Assembly: Exposed flush valve with oscillating handle, screwdriver
operated stop, flush pipe and escutcheons.
D. Accessories:
1. Rim Guard: 11 inch long stainless steel spring type guard for front edge.
2. Cast metal loose strainer.
E. Fasteners: Cap nuts and washers.
2.03 MOP SERVICE SINK
A. Receptor:
1. Terrazzo: Precast of marble chips and portland cement, ground and
polished, with no visible air holes or pits.
a. Exterior Basin Height: 12 inches.
2. Molded Stone: Comprised of ground stone, reinforcing fibers, and
resins molded into a homogeneous one piece unit. Receptor shall be
finished smooth and be impervious to water.
a. Exterior Basin Height: 10 inches.
B. Drain Fitting: Cast iron or cast brass body integral or attached to the receptor,
ready for connection. Strainer grate shall be polished brass or stainless steel,
removable for cleaning.
2.04 TYPE D LAVATORY - HANDICAPPED ACCESSIBLE
A. Fixture: Vitreous china, flat top, extended back ledge punched for lavatory
fitting, anti-splash rim, front overflow, and lower lugs for bearing plate bolting;
designed for concealed arm supports.
1. Dimensions: 20 inches long, 27 inches front to back, 3 inch front and
side apron.
D263027196
D263027
Printed 8/17/2015 224200- 4 PIN 9500.9P
B. Lavatory Fitting: Centerset unit with the following features:
1. Maximum Flow: 2.5 gpm at 80 psi.
2. Over rim spout with spray fitting.
3. Renewable units.
4. Metal 4 inch indexed blade handles set on 4 inch centers, with either
integral splines, or ceramic spline inserts. Plastic spline inserts will not
be accepted.
a. Maximum Activation Force: 5 lbf.
C. Waste Fitting: 1-1/4 inch tailpiece with a cast brass flat perforated strainer grate.
D. Trap: Cast brass, non-adjustable P trap, 1-1/4 inch tubing inlet, 1-1/2 inch ips
outlet.
1. Bottom cleanout plug.
E. Trap Nipple: Ips brass with a solid cast brass escutcheon.
F. Supplies: 3/8 inch ips brass, with offset and straight key operated stops with
keys.
2.05 COUNTERTOP LAVATORY
A. Fixture: Vitreous china, unitized construction, flat top graded to bowl, front
overflow, and self-rimming.
1. Size (approximate):
a. Oval: 20 inches x 17 inches.
B. Lavatory Fitting: Combination faucet and pop-up waste assembly with the
following features:
1. Maximum Flow: 2.5 gpm at 80 psi.
2. Over rim spout with aerator.
3. Renewable units.
4. Metal four arm indexed handles set on 8 inch centers, with either
integral splines, or ceramic spline inserts. Plastic spline inserts will not
be accepted.
5. Pop-up waste with non-removable drain plug.
6. 1-1/4 inch tailpiece.
7. Rigid connectors between spout and valve units; flexible connectors are
not acceptable.
C. Trap: Cast brass, non-adjustable P trap, 1-1/4 inch tubing inlet, 1-1/2 inch ips
outlet.
1. Bottom cleanout plug.
2. Ips brass nipple with solid cast brass escutcheon.
D. Supplies: 3/8 inch ips brass with key operated stops with solid cast brass
escutcheon.
1. Wall Supplies: Angle stops with keys.
2. Floor Supplies: Straight stops with keys.
D263027 197
D263027
Printed 8/17/2015 224200- 5 PIN 9500.9P
2.06 FIXTURE SUPPORTS AND SUPPORTING DEVICES FOR LAVATORIES,
SINKS, AND EQUIPMENT
A. General: Ferrous metal members of carriers and supporting devices with the
exception of chrome plated or porcelain enameled cast iron, shall be factory
painted for corrosion resistance.
B. Wall Mounted Carrier Supports: Plate type system, with steel plates on both
sides of the wall and through-bolted. On walls having an integral finish, a single
plate wall carrier designed for such installations may be used. Each carrier shall
be provided with the appropriate fixture supporting devices specified, or
recommended by the Carrier manufacturer’s Fixture Support Selection Guide.
1. Concealed Arms: Steel, with fixture locking lugs, leveling screws and a
means of attaching, positioning and securing the fixture to the carrier.
a. Vandal Resistant Trim: Polished, chrome plated metal cap nuts
and washers retained with vandal resistant set screws.
2.07 COUNTERTOP SINK
A. Material: 18 gage, seamlessly drawn, Type 302 (18-8) stainless steel.
1. Features: Self-rimming, extended back ledge, with faucet punchings
spaced on 4 inch centers. Cove corners 1-3/4 inch minimum radius;
fully coat underside with sound deadening and condensation barrier.
2. Finish: Satin finish exposed surfaces.
3. Size 31.5” (wide) x 22”(front to back) 10” (deep) inches.
B. Supply Fitting: Top mounted deck type mixing faucet, cast brass base and spout;
indexed lever handles.
1. Maximum Flow: 3 gpm at 80 psi.
2. 8 inch swing spout.
3. 1/2 inch inlets on 8 inch centers.
4. Renewable units.
5. Retractable thumb operated hose spray and cast brass escutcheon.
6. Supplies: 1/2 inch ips brass, with key operated angle stops, keys and
cast brass escutcheons.
C. Drain Assembly:
1. Stainless steel removable strainer basket with neoprene stopper and 1-
1/2 inch tubing tailpiece.
2. Stainless steel removable strainer basket with neoprene stopper and 1-
1/2 inch continuous tubing drain.
3. 1-1/2 inch cast brass non-adjustable P trap, with bottom cleanout plug.
4. 1-1/2 inch ips brass trap nipple with cast brass escutcheon.
D. Fastening Devices: Stainless steel spring clip assemblies or clamping devices
for securing sink to the countertop.
2.08 VITREOUS CHINA WATER CLOSETS
The fixture to be used to replace the public water closets as identified on the plans is the
Foam Flush Toilet as provided by Clivus Multrum and as detailed on the plans. These
units are designated as either of the following:
D263027198
D263027
Printed 8/17/2015 224200- 6 PIN 9500.9P
A. FF1: Foam Flush Standard model
B. FF2: Foam Flush ADA compliant model
B. Operation: (Standard). Fixture shall flush satisfactorily without extraordinary
rise of water level in the bowl.
1. Maximum gallons of water per flush: 1.6 gallons
Operation: (Foam Flush Toilets).
1. Flushing shall be 3 oz per flush. Activation shall be by electronic eye
that shall be automatically tripped when user enters and exits the toilet stall.
C. Water Closet Floor Flange:
1. For Use with Cast Iron Soil Pipe: Cast iron, 90 ounce minimum weight.
2. Closet Seat: Extra heavy duty, commercial design; Model 1655-C by
Bemis Mfg. Co., Model No. 527-CH by Beneke Corp., or Model No.
9500C by Church Seat Co.
3. Material and Construction: Solid plastic, open front, less cover, molded
in one piece with no joints, seams or crevices.
4. The manufacturer’s name shall be integrally molded into the seat.
5. Metal check hinges shall be integrally molded into seat. Hinges, inserts,
bearings and posts shall be of brass or stainless steel. Cover upper post
and metal exposed above fixture rim with plastic to match seat.
6. Surface shall be hard, polished, impervious to moisture, and not affected
by the action of uric acid.
7. Color: White
D. Water Closet Types:
1. WC-1: Wall hung, back outlet, back spud inlet, siphon jet action,
activated by means of a concealed electronic sensor flush valve.
Standard fixture 14-15 inches from finished floor to rim.
2. WC-2: As specified for WC-1 above except:
a. Handicapped accessible fixture, 17-19 inches from finished floor
to top of rim based on 1-3/16 inch seat height.
3. WC-3: Floor supported, floor outlet, top spud inlet siphon jet action
activated by an exposed electronic sensor flush valve. Standard fixture,
14-15 inches from finished floor to rim.
4. WC-4: As specified for WC-3 above excerpt:
a. Handicapped accessible fixture, 17-19 inches from finished floor
to top of rim based on 1-3/16 inch seat height.
B. Operation: Fixture shall flush satisfactorily without extraordinary rise of
water level in the bowl.
1. Maximum gallons of water per flush: 1.6 gallons.
C. Flush Tank: Vitreous china secured to and supported by the closet bowl and
separate lift off cover with provisions for locking.
1. Float valve with nylon seat and vacuum breaker.
2. Flushing valve.
D263027 199
D263027
Printed 8/17/2015 224200- 7 PIN 9500.9P
3. Metal trip lever.
4. Supply: 1/2 inch ips brass pipe with a key operated stop and solid cast
brass escutcheon.
D. Water Closet Floor Flange:
1. For Use with DWV Copper Tubing: Cast brass, 48 ounce minimum
weight.
2. For Use with Cast Iron Soil Pipe: Cast iron, 90 ounce minimum weight.
E. Closet Seat: Extra heavy duty, commercial design; Model 1655-C by Bemis
Mfg. Co., Model No. 527-CH by Beneke Corp., or Model No. 9500C by Church
Seat Co.
1. Material and Construction: Solid plastic, open front, less cover, molded
in one piece with no joints, seams or crevices.
2. The manufacturer’s name shall be molded into the seat.
3. Metal check hinges shall be integrally molded into the seat. Hinges,
inserts, bearings and posts shall be of brass or stainless steel. Cover
upper post and metal exposed above fixture rim with plastic to match
seat.
4. Surface shall be hard, polished, impervious to moisture, and not affected
by the action of uric acid.
5. Color: White.
F. Water Closet Types:
1. Type C Water Closet: Floor supported, floor outlet, top spud inlet
integral seat, siphon jet action, operated by means of an exposed flush
valve.
2.09 VITREOUS CHINA URINALS
A. China Model (AF107)
All waterless urinals utilize a 2” PVC connection to the composter with NO
TRAP. The urinal is vented through the composter by the in-line fan.
Vitreous china urinal with white “porcelain” finish for ease of cleaning.
Includes one-piece hanger for standard installation.
Front to back: 13 ¼”
Width: 13 ½”
Height: 18 ½ “
Bowl Depth: 7 3/4 “
Outlet drain: 2”
Weight: 25 lbs
2.22 FLUSH VALVES
A. Control Mechanism: Diaphragm or piston operated; do not intermix types.
B. Maximum Flow Per Flush:
1. Water Closet: 1.6 gallons.
D263027200
D263027
Printed 8/17/2015 224200- 8 PIN 9500.9P
C. Flush Valve Assemblies: Flush valve, stop-check, tailpiece, vacuum breaker,
and fixture spud coupling, including wall and spud flanges.
D. Valve Materials:
1. Valve Body: Brass or bronze.
2. Valve Internal Parts: Corrosion resistant materials that will not be
affected by the action of or contact with water.
E. Operating Features:
1. Valve operators shall employ the non hold-open feature.
2. Piston type valves shall be field adjustable.
F. Valve Operators:
1. Oscillating Handle: 4 inch brass spring loaded self return handle.
a. Concealed Installations: Furnish wall escutcheon with
operators.
4. Maximum Activation Force (Handicapped Accessible Operators): 5 lbf.
G. Assembly Components:
1. Flush Pipe: Seamless brass tubing with integral vacuum breaker, No. 18
B & S gage.
2. Fitting: Cast brass.
3. Stop-Check: Brass or bronze body, non rising stem stop valve with a
built-in automatic check.
a. Exposed Stop-Check: Screwdriver operated with protective cap.
4. Spud Coupling and Wall Flanges: Cast brass.
PART 3 EXECUTION
3.01 FIXTURE SUPPORT AND SUPPORTING DEVICE INSTALLATION
A. Install heavy duty floor mounted carrier supports with specified fixture
supporting devices for wall type plumbing fixtures.
1. Secure to building construction with lag bolts and metal expansion
shields, or other appropriate means as required by the construction
encountered.
B. Wall Mounted Carrier Supports: Install the following fixtures on wall mounted
carrier supports: Urinals. ADA lavatories, countertop lavatories
C. Attach the following fixtures to the building wall construction:
D. Fixture Supporting Devices: Attach fixtures by means of the following fixture
supporting devices attached to carrier supports.
FIXTURE SUPPORTING DEVICE
D263027 201
D263027
Printed 8/17/2015 224200- 9 PIN 9500.9P
FIXTURE SUPPORTING DEVICE
Clinical Service Sink Fixture hangers & bearing
Lavatory, VC, with back Concealed arms.
Lavatory, VC, slab type Concealed arms.
Lavatory, ECI, with back Exposed arms.
Lavatory, Type D Concealed arms.
Lavatory, Type E Through bolt.
Water Closet Bolt to comb. carrier and drainage fitting.
Urinal Fixture hanger and bearing plate.
F. Secure exposed external components in place with vandal resistant fasteners or
devices which cannot be removed without the use of special tools.
3.02 FIXTURE INSTALLATION
A. Install the Work of this section in accordance with the manufacturer’s printed
installation instructions.
B. Install fixtures level and at proper height, tighten connections, and install hold-
down bolts, cap nuts and cover plates, where required.
C. Secure exposed external components in place with vandal resistant fasteners or
devices which cannot be removed without the use of special tools.
D. Mop Service Sinks:
1. Set receptor leveled in bed of mortar laid on clean roughened surface.
Remove excess mortar and strike a neat joint.
2. Make connection from drainage pipe to receptor drain.
3. Caulk joints between receptor and wall or floor with Type 1D sealant;
strike a neat joint.
4. Install service fittings.
E. Lavatories:
2. Mount handicapped accessible fixtures 34 inches from finished floor to
rim. Refer to Standard Drawing No. 93/S3013 bound herein, for special
clearances required for handicapped accessible fixtures.
3. Caulk joint between fixture back and wall with Type 1D sealant; strike a
neat joint.
F. Countertop Fixtures:
1. Install fixture with securing devices supplied.
2. Set fixture on bedding of sealant, tighten securing devices and remove
excess sealant.
G. Water Closets:
1. Floor Supported Fixtures:
D263027202
D263027
Printed 8/17/2015 224200- 10 PIN 9500.9P
a. Set fixture in bed of setting compound; remove excess.
b. Caulk base perimeter with Type 1D sealant; strike a neat joint.
2. After connections are tightened, install cap nuts and washers.
3. Install water closet seats when directed.
H. Urinals:
1. Wall Hung Fixtures:
a. Standard Fixtures: Install wall hung fixtures 24 inches from
finished floor to rim.
b. Handicapped Accessible Fixtures: Install wall hung
handicapped accessible fixtures 14 inches (minimum) to 17
inches (maximum) from finished floor to rim.
c. Set bearing nuts on floor mounted carrier supports to position
wall hung fixtures 1/16 inch clear of finished wall.
d. Caulk the joint between fixture back and wall with Type 1D
sealant; strike a neat joint.
I. Flush Valves:
1. Standard Fixtures: Install flush valves on fixture centerline, and at
following heights above fixture rim or back to centerline of water inlet to
flush valve.
a. Water Closet: 11-1/2 inches. (for new bath first floor)
b. Urinal: 11-1/2 inches.
c. Service Sink: 24 inches.
2. Handicapped Accessible Fixtures: Install flush valves on fixture
centerline, and at following height above finished floor to centerline of
flush valve operator. Distance between centerline of flush valve operator
and centerline of water inlet is 1-1/2 inches.
a. Water Closet: Approximately 31-1/2 inches, and mounted on
wide side of stall.
1) Coordinate mounting height with Construction Work
Contractor to avoid interference with grab bar, and to
facilitate flush valve servicing.
b. Urinal: Maximum 44 inches.
3. Set oscillating handles parallel to wall on exposed installation.
4. Slip joints in flush pipe connections allowed only at fixture spud and
vacuum breaker ends; others shall be screwed connections.
5. Score tubing ends before assembling to assure tight slip joint
connections. No score marks shall be visible after assembly.
6. In utility corridors, solder screwed flush pipe connections.
3.03 CLEANING, FLUSHING AND ADJUSTMENT
A. Clean fixture and trim. Remove grease and dirt; polish surfaces but leave stickers
and warning labels intact.
B. Flush supply piping and traps; clean strainers.
C. Adjust stops for proper delivery.
D263027 203
D263027
Printed 8/17/2015 224200- 11 PIN 9500.9P
D. Adjust metering faucets for proper timing.
END OF SECTION
D263027204
D263027
Printed 8/17/2015 224200- 12 PIN 9500.9P
D263027 205
D263027
Printed 08/17/2015 260221 - 1 PIN 9500.9P
SECTION 260221
MOTORS AND MOTOR CONTROLLERS
PART 1 GENERAL
1.01 PRODUCTS FURNISHED BUT NOT INSTALLED
A. Deliver the following items to the Electrical Work Contractor for installation and
connection to power wiring:
1. Motor controllers including 2 copies of approved wiring diagrams.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Wiring for Motors and Motor Controllers: Section 260523.
1.03 REFERENCES
A. NEMA MG-1 - Motors and Generators.
B. NEMA ICS - General Standards for Industrial Control and Systems.
C. UL508 - Electric Industrial Control Equipment.
D. IEEE 519 - Recommended Practices and Requirements for Harmonic Control in
Electric Power Systems.
1.04 SUBMITTALS
A. Waiver of Submittals: The “Waiver of Certain Submittal Requirements” in
Section 013300 does not apply to this Section.
B. Submittal Package: Submit the product data, and quality control submittals
specified below at the same time as a package.
C. Product Data:
1. Motor Controllers: Catalog sheets, specifications, and installation
instructions. Submit product data for motor controllers simultaneously
with product data required for motors.
a. Identify each controller for use with corresponding motor.
b. Describe overload devices being supplied with each motor
controller (include equipment manufacturer’s
recommendations).
c. Enumerate and describe all accessories being supplied with each
motor controller.
2. All Motors:
a. Catalog sheets, specifications and installation instructions.
b. Data proving that voltage rating of each motor is in accordance
with specified NEMA standard motor voltage.
D263027206
D263027
Printed 08/17/2015 260221 - 2 PIN 9500.9P
c. Data proving that the service factor and temperature rise for the
motor’s insulation system conforms to NEMA standards for
each motor’s specific application.
d. Data proving that the motor efficiency rating conforms to
NEMA testing and marking standards MG1-12.54 and 12.55.
3. Additional Data for Motors Controlled by Solid State or Adjustable
Speed Motor Controllers:
a. Data proving that the motor has been designed for use with
associated controller.
b. Data proving that the motor has been designed for use with DC
injection braking.
D. Quality Control Submittals:
1. Harmonic analysis report.
2. Company Field Advisor Data: Include:
a. Name, business address and telephone number of Company
Field Advisor secured for the required services.
b. Certified statement from the Company listing the qualifications
of the Company Field Advisor.
c. Services and each product for which authorization is given by
the Company listed specifically for this project.
E. Contract Closeout Submittals:
1. System acceptance test report.
2. Certificate: Affidavit, signed by the Company Field Advisor and
notarized, certifying that the system meets the contract requirements and
is operating properly.
3. Operation and Maintenance Data: Deliver 2 copies, covering the
installed products, to the Director’s Representative.
1.05 QUALITY ASSURANCE
A. Equipment Qualifications For Products Other Than Those Specified:
1. At the time of submission provide written notice to the Director of the
intent to propose an “or equal” for products other than those specified.
Make the “or equal” submission in a timely manner to allow the Director
sufficient time to review the proposed product, perform inspections and
witness test demonstrations.
2. If products other than those specified are proposed for use furnish the
name, address, and telephone numbers of at least 5 comparable
installations that can prove the proposed products have performed
satisfactorily for 3 years. Certify in writing that the owners of the 5
comparable installations will allow inspection of their installation by the
Director's Representative and the Company Field Advisor.
a. Make arrangements with the owners of 2 installations (selected by
the Director) for inspection of the installations by the Director's
Representative. Also obtain the services of the Company Field
Advisor for the proposed products to be present. Notify the
Director a minimum of 3 weeks prior to the availability of the
D263027 207
D263027
Printed 08/17/2015 260221 - 3 PIN 9500.9P
installations for the inspection, and provide at least one alternative
date for each inspection.
b. Only references from the actual owner or owner’s representative
(Security Supervisor, Maintenance Supervisor, etc.) will be
accepted. References from dealers, system installers or others,
who are not the actual owners of the proposed products, are not
acceptable.
1) Verify the accuracy of all references submitted prior to
submission and certify in writing that the accuracy of the
information has been confirmed.
3. The product manufacturer shall have test facilities available that can
demonstrate that the proposed products meet the contract requirements.
a. Make arrangements with the test facility for the Director's
Representative to witness test demonstrations. Also obtain the
services of the Company Field Advisor for the proposed product
to be present at the test facility. Notify the Director a minimum of
3 weeks prior to the availability of the test facility, and provide at
least one alternative date for the testing.
4. Provide written certification from the manufacturer that the proposed
products are compatible for use with all other equipment proposed for use
for this system and meet all contract requirements.
B. Harmonic Analysis:
1. The adjustable speed motor controller manufacturer shall perform a
harmonic current magnitude and voltage distortion analysis and provide
certified calculations specific to this installation, showing that the total
harmonic distortion caused by the adjustable speed motor controller will
be below the specified level. The analysis shall be accordance with
2. The results shall be based on a computer aided/model circuit from the
controller to the distribution transformer supplying the controller, based
upon the materials and equipment proposed to be furnished and
installed, and associated portions of the existing electrical system.
a. Basic parameters relative to the existing system are specified
herein. Additional information deemed necessary by the
controller manufacturer to provide a certified harmonic analysis
report shall be obtained by a field investigation of the existing
system, at no additional cost to the State.
C. Company Field Advisor: Secure the services of a Company Field Advisor from
the Company providing the solid state controllers and the adjustable speed
controllers for a minimum of 8 working hours for the following:
1. Render advice regarding installation, programming, final adjustment,
and testing.
2. Witness final system test and then certify with an affidavit that the motor
controllers are installed in accordance with the contract documents and
are operating properly.
3. Train facility personnel on the operation and maintenance of the motor
controllers (minimum of two 1 hour sessions).
4. Explain available service programs to facility supervisory personnel for
their consideration.
D263027208
D263027
Printed 08/17/2015 260221 - 4 PIN 9500.9P
D. Service Availability: A fully equipped service organization shall be available to
service the completed Work.
PART 2 PRODUCTS
2.01 MOTORS
A. Classification:
1. Classification According to Application: Comply with NEMA standards
for general-purpose alternating-current squirrel-cage induction motors,
except:
a. Furnish NEMA definite-purpose or special-purpose motors
when required to suit the application.
b. Furnish NEMA type other than squirrel-cage construction when
required to suit the application.
2. Classification According to Environmental Protection and Methods of
Cooling: Comply with NEMA requirements for a dripproof machine
unless otherwise specified or indicated on the drawings, or required to
suit the application.
B. Efficiency: Motors shall be stamped with a NEMA nominal efficiency rating in
accordance with NEMA testing and marking standards MG1-12.54 and 12.55.
1. Nominal full-load three phase motor efficiency:
OPEN MOTORS
RPM 1200 1800 3600
HP
1.0 80.0 82.5
1.5 84.0 84.0 82.5
2.0 86.5 84.0 84.0
3.0 86.5 86.5 84.0
5.0 88.5 87.5 85.5
7.5 89.5 88.5 87.5
CLOSED MOTORS
RPM 1200 1800 3600
HP
1.0 81.5 84.0
1.5 85.5 85.0 84.0
2.0 86.5 84.0 85.5
3.0 88.5 88.5 86.5
5.0 88.5 88.5 87.5
7.5 89.5 91.0 88.5
D263027 209
D263027
Printed 08/17/2015 260221 - 5 PIN 9500.9P
2. Furnish motors having an efficiency higher than that indicated above
where specified to comply with utility company energy efficiency rebate
program requirements.
C. Motor (Nameplate) Voltage:
1. 120/208 V, Three Phase, 4W, Premises Wiring Systems:
a. Motors Less Than 1 hp: NEMA standard motor voltage 115 V,
single phase, 60 Hz.
b. Motors 1 hp and Larger: NEMA standard motor voltage 200 V,
three phase, 60 Hz. 208 V, 208-230 V, 220 V, or 230 V motors
are not acceptable.
2. 277/480 V, Three Phase, 4W, Premises Wiring Systems:
a. Motors Less Than 1/2 hp: NEMA standard motor voltage 115
V, single phase, 60 Hz.
b. Motors 1/2 hp and Larger: NEMA standard motor voltage 460
V, three phase, 60 Hz. 440 V motors are not acceptable.
D. Horsepower Capacity:
1. Each motor shall not be overloaded by the apparatus it operates under
every condition of operation.
2. The horsepower capacity shall be the continuous rating based on the
nameplate horsepower rating. (The motor may not be overloaded up to
the horsepower obtained by multiplying the rated horsepower by the
service factor shown on the nameplate).
3. Where a minimum horsepower capacity is listed, furnish a motor larger
than the minimum, if required in a particular case.
4. Pay additional cost due to necessary increase in feeder sizes, circuit
breaker sizes, etc., provided under the Electric Contract.
E. Bearings: Equip motors 1/2 hp and larger with ball bearings unless otherwise
specified or indicated on the drawings.
F. Speed: As required and approved to meet the requirements of the service for
which motors are intended.
G. Space Heaters: Where indicated, equip motors with space heaters and
accessories to prevent condensation in the motor windings when motor is not
operating.
H. Motor Winding Protection: Where indicated, equip motors with imbedded
temperature measuring detectors in the windings (thermocouples or resistance
thermometers) with control unit and accessories for direct reading of stator
temperatures. Alarm shall sound and motor controller trip at temperature
recommended by motor manufacturer.
I. Additional Requirements For Motors Used With Solid State and Adjustable
Speed Motor Controllers:
1. Designed specifically for use with type of controller required.
2. Designed for DC injection braking.
D263027210
D263027
Printed 08/17/2015 260221 - 6 PIN 9500.9P
J. Brake: Where indicated, equip motors with electro/mechanical brake system.
2.02 MANUAL AND MAGNETIC MOTOR CONTROLLERS
A. Minimum Size: The minimum allowable size of single or three phase magnetic
motor controller is NEMA size 0.
B. Voltage Rating: To suit system voltage.
1. For single phase motor controllers which are not produced to suit the
system voltage and phases, furnish properly rated 3 phase motor
controllers and utilize required number of poles for the single phase
circuit.
C. Enclosures:
1. NEMA Type: Unless otherwise indicated, furnish NEMA 1 enclosures.
2. Material: Steel construction unless otherwise indicated.
3. Type A, A1 and A2 Controllers Indicated To Be Flush Mounted:
Furnish stainless steel face plates and galvanized steel recessed
mounting boxes.
D. Control Power: Furnish fused secondary control power transformer (maximum
control voltage 120 volts) mounted within each magnetic motor controller
enclosure.
E. Local Control Devices:
1. Manual Motor Controllers:
a. Type A1 Controller: In addition to the on/off switch function,
furnish where indicated, a hand/auto switch or 3 position hand-
off-auto switch mounted in the enclosure cover.
2. Magnetic Motor Controllers: Equip controllers with push buttons, or 3
position hand-off-auto selector switch, (to suit operation) mounted in the
enclosure cover.
a. For NEMA 1 enclosures furnish standard duty devices.
b. For other NEMA enclosures furnish heavy duty devices to suit
the requirements of the NEMA enclosure.
F. Pilot Lights:
1. Manual Motor Controllers: Equip controllers with pilot lights (neon)
mounted in the enclosure cover.
2. Magnetic Motor Controllers: Equip controllers with pilot lights of the
neon lamp type or transformer type, mounted in the enclosure cover.
G. Time Delay Undervoltage Relays:
H. Sequenced Time Delay Relays:
I. Space Heaters: Equip magnetic motor controllers which are installed outdoors,
and indoors in unheated locations, with space heaters and humidistat to prevent
condensation within the housing.
D263027 211
D263027
Printed 08/17/2015 260221 - 7 PIN 9500.9P
J. Overload Devices: Equip motor controllers with manual reset melting type
(eutectic), or manual reset bi-metallic type standard trip overload devices
(NEMA Class 20, trips in 20 seconds or less when carrying a current equal to
600 percent of its current rating). Exceptions:
1. Equip motor controllers with automatic reset overload devices only
where indicated.
2. Equip motor controllers with fast trip overload devices when
recommended by equipment manufacturer (NEMA Class 10, trips in 10
seconds or less when carrying a current equal to 600 percent of its
current rating).
3. Equip motor controllers with slow trip overload devices when
recommended by equipment manufacturer (NEMA Class 30, trips in 30
seconds or less when carrying a current equal to 600 percent of its
current rating).
4. Equip motor controllers with ambient compensated overload protection
where motor and relay are not in the same ambient.
5. Equip motor controllers with solid state overload relays where indicated.
K. Manual Motor Controller Types:
1. Type A (Full Voltage, Non-Magnetic): Allen-Bradley Co.’s Bulletin
609, Cutler-Hammer Products’ File A/B300-9115, Furnas Electric Co.’s
Class 11, General Electric Co.’s CR-1062, Square D Co.’s Class 2510,
Type M, or Westinghouse Electric Corp.’s Type B100.
2. Type A1 (Full Voltage, Non-Magnetic Single Phase): Allen-Bradley
Co.’s Bulletin 600, Cutler-Hammer Products’ File B200-9101, Furnas
Electric Co.’s class 10, General Electric Co.’s CR-101, Square D Co.’s
Class 2510, Type F, or Westinghouse Electric Corp.’s Type MS.
3. Type A2 (2 Speed, 2 Winding, Full Voltage, Non-Magnetic): Allen-
Bradley Co.’s Bulletin 609TS, Cutler-Hammer Products’ File A700,
General Electric Co.’s CR-1062, or Square D Co.’s Class 2512, Type M.
4. Type A3 (2 Speed, 2 Winding, Full Voltage, Non-Magnetic, Single
Phase): Allen-Bradley Co.’s Bulletin 600, Cutler-Hammer Products’
File B200-9106, General Electric Co.’s CR-101, or Square D Co.’s Class
2512, Type F.
L. Magnetic Motor Controller Types:
1. Type B (Full Voltage Magnetic): Allen-Bradley Co.’s Bulletin 509,
Cutler-Hammer Products’ File A10-9586, Furnas Electric Co.’s Class
14, General Electric Co.’s CR-306, Square D Co.’s Class 8536, or
Westinghouse Electric Corp.’s Class A200.
2. Type B-COM (Combination Full Voltage, Magnetic/Safety Switch):
Allen-Bradley Co.’s Bulletin 512, Cutler-Hammer Products’ File A30-
9589, Furnas Electric Co.’s Class 17, General Electric Co.’s, CR-308,
Square D Co.’s Class 8538, or Westinghouse Electric Corp.’s Class
A203.
3. Type B2 (2 Speed, 2 Winding, Full Voltage, Magnetic): Allen-Bradley
Co.’s Bulletin 530, Cutler-Hammer Products’ File A700, Furnas Electric
Co.’s Class 30, General Electric Co.’s CR-309, Square D Co.’s Class
8810, or Westinghouse Electric Corp.’s Class A900.
D263027212
D263027
Printed 08/17/2015 260221 - 8 PIN 9500.9P
4. Type C (Automatic, Reduced Voltage Autotransformer, Magnetic):
Allen-Bradley Co.’s Bulletin 570, Cutler-Hammer Products’ File A400-
9621, Furnas Electric Co.’s Class 36, General Electric Co.’s CR-331,
Square D Co.’s, Class 8606, or Westinghouse Electric Corp.’s Class
A600.
5. Type C-Com (Combination Automatic, Reduced Voltage
Autotransformer, Magnetic/Safety Switch): Allen-Bradley Co.’s
Bulletin 572, Cutler-Hammer Products’ File A400-9621, Furnas Electric
Co.’s Class 37, Square D Co.’s Class 8606, or Westinghouse Electric
Corp.’s Class A603.
6. Type D (Part Winding, Magnetic): Allen-Bradley Co.’s Bulletin 530,
Cutler-Hammer Products’ File A460-9612, Furnas Electric Co.’s Class
36, General Electric Co.’s CR-330, Square D Co.’s Class 8640, or
Westinghouse Electric Corp’s Class A700.
M. Remote Control Stations:
1. Normal Duty: Start-Stop with pilot light unless otherwise indicated, in
NEMA 1 enclosure; Allen-Bradley Co.’s Bulletin 800S, Cutler-Hammer
Products’ Bulletin 10250, Furnas Electric Co.’s Class 50, General
Electric Co.’s CR-2943, Square D Co.’s Class 9001, or Westinghouse
Electric Corp.’s Type PB1/PB2.
2. Heavy Duty: Start-Stop with pilot light unless otherwise indicated, in
NEMA enclosure to suit conditions; Allen-Bradley Co.’s Bulletin 800T,
Cutler-Hammer Products’ 10250T, Furnas Electric Co.’s Class 52,
General Electric Co.’s CR104P, Square D Co.’s Class 9001, or
Westinghouse Electric Corp.’s Type PB1/PB2.
2.03 SOLID STATE MOTOR CONTROLLERS
A. Type SS : Microprocessor controlled, solid state, stepless, reduced voltage
motor controller:
1. Companies and Models: Furnish the Company’s model which meets the
requirements of the motor and driven equipment combination, suits the
electrical system parameters, and accommodates the operating features
and accessories:
a. Allen-Bradley Co. Inc.’s Bulletin 2050 (30-120 hp, 208-575 V).
b. Furnas Electric Co.’s Class 93 (25-350 hp, 200-575 V).
c. General Electric Co.’s CR270 (20-1000 hp, 480 V).
d. Square D Co.’s Class 8660 (3-600 hp, 200-575 V).
e. Westinghouse Electric Corp.’s ES (5-1000 hp, 208-575 V).
2. Operating Features And Accessories:
a. Single speed.
b. Current ramp starting mode: Low initial current (starting at
zero) gradually increasing to a maximum starting current value
utilizing adjustable acceleration ramp time (rate of current
increase). Once up to speed the current falls back to the motors
running current.
c. Constant current starting mode: Motor receivers constant
current within the current level limit adjustments. Once up to
speed the current falls back to the motors running current.
D263027 213
D263027
Printed 08/17/2015 260221 - 9 PIN 9500.9P
d. Linear timed starting mode: Variable voltage and current
controlled acceleration time/linear rate of speed increase, to
operate in conjunction with the motor tachometer. Starting
current does not exceed the motors running current.
e. Energy saver feature which automatically reduces voltage to
lightly loaded motor.
f. Voltage limiter set to not exceed voltage rating of motor.
g. Heavy duty dynamic braking which directs the regenerative
energy from the motor into a resistor.
h. Provision to energize electro/mechanical brake to hold the
driven equipment stopped, after the motor has stopped.
i. Ambient operating temperature range 0 to 40 degrees C.
Maximum humidity 95 percent.
j. Digital display, or meters with switches, showing operational
functions:
1) Voltage.
2) Current.
3) Elapsed time.
k. Digital display, or LED’s showing diagnostic functions,
including:
1) Phase loss.
2) Phase reversal.
3) Undervoltage.
4) Overtemperature.
5) Ground fault.
l. Trouble alarm contact.
m. Suitable for use on circuit capable of delivering 22,000 amps
RMS short circuit fault current.
n. Input voltage: Suitable for use on 208 V ac 3 phase circuit.
o. 100 percent continuous current rating, 300 percent for 30
seconds.
p. Local control panel for manual operation:
1) Start-stop pushbuttons.
2) Hand-Off-Automatic selector switch.
3) Hand-Automatic selector switch, and start-stop
pushbuttons.
4) Forward-Reverse selector switch.
5) Fast-Slow (for 2 speed motor).
6) Run light.
q. Local programming panel or other control method for:
1) Acceleration rate.
2) Deceleration rate.
r. Fused secondary control power transformer.
s. Start/stop control voltage maximum 120 V.
t. Auxiliary output contacts, 120 V ac, 1 amp:
1) Fault: 1 N.O., 1 N.O.
u. Overload Devices: Equip motor controller with manual reset
solid state, manual reset melting type (eutectic), or manual reset
bi-metallic type standard trip overload devices (NEMA Class 20,
D263027214
D263027
Printed 08/17/2015 260221 - 10 PIN 9500.9P
trips in 20 seconds or less when carrying a current equal to 600
percent of its current rating). Exceptions:
1) Equip motor controllers with fast trip overload devices
when recommended by equipment manufacturer
(NEMA Class 10, trips in 10 seconds or less when
carrying a current equal to 600 percent of its current
rating).
2) Equip motor controllers with slow trip overload devices
when recommended by equipment manufacturer
(NEMA Class 30, trips in 30 seconds or less when
carrying a current equal to 600 percent of its current
rating).
3) Equip motor controllers with ambient compensated
overload protection where motor and relay are not in the
same ambient.
v. NEMA 1 enclosure.
w. NEMA 3 enclosure.
x. NEMA 3R enclosure.
y. NEMA 4 stainless steel enclosure.
z. NEMA 12 enclosure.
aa. Input circuit breaker/disconnect switch with external operator.
bb. Input fusible disconnect switch with external operator.
cc. Transient protective devices on input terminals; Innovative
Technology Inc.’s P-Plus Protector.
dd. Manual bypass switch to allow the motor to be operated either
from the solid state motor controller or across the line.
ee. Automatic bypass switch to automatically switch to across the
line operation upon solid state motor controller failure.
ff. Output isolation contactor to open circuit to motor whenever
controller is in stop mode.
gg. Remote control station, NEMA 1 enclosure, start-stop with pilot
light; Allen-Bradley Co.’s Bulletin 800T, Cutler-Hammer
Products’ 10250T, Furnas Electric Co.’s Class 52, General
Electric Co.’s CR104P, Square D Co.’s Class 9001, or
Westinghouse Electric Corp.’s Type PB1/PB2.
hh. Provide additional operating features and accessories as required
by the manufacturer of the equipment which the motor controller
is driving.
2.06 NAMEPLATES
A. General: Precision engrave letters and numbers with uniform margins, character
size minimum 3/16 inch high.
1. Phenolic: Two color laminated engraver’s stock, 1/16 inch minimum
thickness, machine engraved to expose inner core color (white).
2. Aluminum: Standard aluminum alloy plate stock, minimum .032 inches
thick, engraved areas enamel filled or background enameled with natural
aluminum engraved characters.
3. Materials for Outdoor Applications: As recommended by nameplate
manufacturer to suit environmental conditions.
D263027 215
D263027
Printed 08/17/2015 260221 - 11 PIN 9500.9P
PART 3 EXECUTION
3.01 INSTALLATION
A. Install the Work of this Section in accordance with the manufacturer’s printed
instructions.
B. Nameplates: Identify each remote control station, indicating motor controlled.
Identify each interlock switch, indicating purpose of switch:
1. NEMA 1 Enclosures: Rivet or bolt nameplate to the cover.
2. NEMA 12 Enclosures: Rivet or bolt and gasket nameplate to the cover.
3. NEMA 3R, 4, 4X, 7, or 9 Enclosures: Attach nameplates to the cover
using adhesive specifically designed for the purpose, or mount
nameplate on wall or other conspicuous location adjacent to switch. Do
not penetrate enclosure with fasteners.
3.02 REMOTE CONTROL STATION SCHEDULE
A. Use normal duty remote control stations in dry non-hazardous locations. Use
heavy duty remote control stations in all other locations.
3.03 FIELD QUALITY CONTROL
A. Preliminary System Test:
1. Preparation: Have the Company Field Advisor program and adjust the
completed solid state and adjustable speed motor controllers and then
operate them long enough to assure that they are performing properly.
2. Run a preliminary test for the purpose of:
a. Determining whether motor controllers are in a suitable
condition to conduct an acceptance test.
b. Checking instruments and equipment.
c. Training facility personnel.
B. System Acceptance Test:
1. Preparation: Notify the Director’s Representative at least 3 working
days prior to the test so arrangements can be made prior to the test to
have a Facility Representative witness the test.
2. Make the following tests:
a. Demonstrate that each solid state and adjustable speed motor
controller performs its intended function.
3. Supply all equipment necessary for system adjustment and testing.
4. Submit written report of test results signed by the Company Field
Advisor and the Director’s Representative. Mount a copy of the final
report in a plexiglass enclosed frame assembly in a conspicuous location
on or adjacent to each motor controller.
3.04 MOTOR CONTROLLER SCHEDULE
D263027216
D263027
Printed 08/17/2015 260221 - 12 PIN 9500.9P
A. Types of Motor Controllers Required For Single Speed Motors, Unless Indicated
Otherwise On Drawings:
1. 120/208 V, Three Phase, 4W, Premises Wiring System:
a. Single Phase Motor Less Than 1 hp - Manually Operated: Type
A or Type A1.
b. Single Phase Motors Less Than 1 hp - Automatically Operated:
Type B. Exception: Type A or Type A1 may be used for
motors less than 1/2 hp when the automatic auxiliary controlling
device (thermostat, pressure switch, etc.) is rated for the voltage
and current requirements of the motor.
c. Three Phase Squirrel Cage Motors Less Than 7-1/2 hp -
Manually or Automatically Operated: Type B-COM (B when
indicated on drawing) or Type SS.
d. Three Phase Squirrel Cage Motors 7-1/2 hp and Larger -
Manually or Automatically Operated: Type C-COM (C when
indicated on drawings) or Type SS.
e. Three Phase Hermetically Sealed Compressor Motors Less Than
7-1/2 hp - Automatically Operated: Type B or Type SS.
f. Three Phase Hermetically Sealed Compressor Motors 7-1/2 hp
and Larger - Automatically Operated: Type D or Type SS.
2. 277/480 V, Three Phase, 4W, Premises Wiring System:
a. Single Phase Motors Less than l/2 hp - Manually Operated:
Type A or Type A1.
b. Single Phase Motors Less Than 1/2 hp - Automatically
Operated: Type B. Exception: Type A or Type A1 may be
used when the automatic auxiliary controlling device
(thermostat, pressure switch, etc.) is rated for the voltage and
current requirements of the motor.
c. Three Phase Squirrel Cage Motors Less than 15 hp - Manually
or Automatically Operated: Type B-COM (B when indicated on
drawings) or Type SS.
d. Three Phase Squirrel Cage Motors 15 hp and Larger - Manually
or Automatically Operated: Type C-COM (C when indicated on
drawings) or Type SS.
e. Three Phase Hermetically Sealed Compressor Motors Less than
15 hp - Automatically Operated: Type B or Type SS.
f. Three Phase Hermetically Sealed Compressor Motors 15 hp and
Larger - Automatically Operated: Type D or Type SS.
B. Types of Motor Controllers Required For 2 Speed Motors, Unless Indicated
Otherwise on Drawings:
1. 120/208 V, Three Phase, 4W, Premises Wiring System:
a. Single Phase Motors Less Than 1 hp - Manually Operated:
Type A2. Exception: Type A3 may be used for motors 1/2 hp
or less.
b. Single Phase Motors Less Than 1 hp - Automatically Operated:
Type B2.
D263027 217
D263027
Printed 08/17/2015 260221 - 13 PIN 9500.9P
c. Three Phase Squirrel Cage Motors Less Than 7-1/2 hp -
Manually or Automatically Operated: Type B2 or Type SS.
d. Three Phase Squirrel Cage Motors 7-1/2 hp and Larger: Type
SS.
2. 277/480 V, Three Phase, 4W, Premises Wiring System:
a. Single Phase Motors Less Than 1/2 hp - Manually Operated:
Type A2 or Type A3.
b. Single Phase Motors Less Than 1/2 hp - Automatically
Operated: Type B2.
c. Three Phase Squirrel Cage Motors Less Than 15 hp - Manually
or Automatically Operated: Type B2 or Type SS.
d. Three Phase Squirrel Cage Motors 15 hp and Larger: Type SS.
C. Types of Motor Controllers Required For Variable Speed Applications:
1. Three Phase Premises Wiring System:
a. Three Phase Motors 1 to 800 hp: Type AS-PMW.
D. The Controls for the dosing pumps shall be as follows:
Duplex control panel NEMA 4X Fiberglass enclosure equipped with, lead lag
pump circuitry, red flashing high water alarm light and bell, acknowledge alarm
with silence button, Elapsed time meters, seal leak relays, Rayco VSS-4C auto
dialer, Condensation heater, 15 amp GFI receptacle
1. Essex duplex level controller
2. Level rat transducer
Nema 4x fiberglass enclosure
Aluminum back panel and inner door
Square D motor circuit breaker
Control circuit breaker
Iec rated starter
Alarm and control circuit fuses
Hand-off-auto switch
Pump run light
Seal fail light and relay
Heat sensor terminals
Alarm test switch
Terminal strip and ground lugs
Alarm light
Required control relays
Elapsed time meter
Auxiliary alarm dry contacts for all alarms
Engraved labels
UL508A labeled and listed
Dosing timer
Solid state controller
Motorized valve controls w/HOA and alternator
The QX-1 would be fine for the 6” butterfly valve. It
can be powered
by 120 volt, single phase service. Horsepower is 0.16,
full load amperage
D263027218
D263027
Printed 08/17/2015 260221 - 14 PIN 9500.9P
is 1.5 amps, locked rotor amperage is 1.9.
3. Remote alarm panel
All alarm lights as main panel
Same horn and bell as main panel
Auxiliary alarm contacts
Level display
4-20 ma level output
Elapse time meters
4.The pump control panel shall have magnetic starters and have disconnect
circuit breakers inside for each pump and control circuit. One circuit breaker is
to be provided for the pump control panel.
E. The actuator shall be a Quarter Turn Electric Actuator Limitourque QX as
manufactured by Flowserve.
F. Technical assistance with this specification is available from Mr. Dominic Sack
of Fluid Kinetics Inc. at 315-8705766 or [email protected].
END OF SECTION
D263027 219
D263027
Printed 08/17/2015 260523 - 1 PIN 9500.9P
SECTION 260523
WIRING FOR MOTORS AND MOTOR CONTROLLERS
PART 1 GENERAL
1.01 REFERENCES
A. NEMA, ANSI, and UL.
1.02 SUBMITTALS
A. Shop Drawings: Complete wiring diagrams of all power and control connections
(Standard diagrams will not be accepted). Deliver 2 copies of approved wiring
diagrams to the Electrical Work Contractor for installation of power wiring and
connections required under the Electrical Work Contract.
B. Product Data: Catalog sheets, specifications and installation instructions.
PART 2 PRODUCTS
2.01 MATERIALS FOR CONTROL WIRING
A. Raceways, Fittings and Accessories:
1. Rigid Ferrous Metal Conduit: Steel, hot dipped galvanized on the
outside and inside, UL categorized as Rigid Ferrous Metal Conduit
(identified on UL Listing Mark as Rigid Metal Conduit - Steel or Rigid
Steel Conduit), by Allied Tube & Conduit Corp., LTV Copperweld, or
Wheatland Tube Co.
2. Intermediate Ferrous Metal Conduit: Steel, galvanized on the outside
and enameled on the inside, UL categorized as Intermediate Ferrous
Metal Conduit (identified on UL Listing Mark as Intermediate Metal
Conduit or IMC), by Allied Tube & Conduit Corp., LTV Copperweld, or
Wheatland Tube Co.
3. Electrical Metallic Tubing: Steel, galvanized on the outside and
enameled on the inside, UL categorized as Electrical Metallic Tubing
(identified on UL Listing Mark as Electrical Metallic Tubing), by Allied
Tube & Conduit Corp., LTV Copperweld, or Wheatland Tube Co.
4. Flexible Metal Conduit: Galvanized steel strip shaped into interlocking
convolutions, UL categorized as Flexible Metal Conduit (identified on
UL Listing Mark as Flexible Steel Conduit or Flexible Steel Conduit
Type RW), by AFC Cable Systems Inc., Anamet Electrical Inc., Electri-
Flex Co., or International Metal Hose Co.
5. Liquid-tight Flexible Metal Conduit: UL categorized as liquid-tight
flexible metal conduit (identified on UL Listing Mark as Liquid-Tight
Flexible Metal Conduit, also specifically marked with temperature and
environment application data), by AFC Cable Systems Inc., Anamet
Electrical Inc., Electri-Flex Co., or Universal Metal Hose Co.
D263027220
D263027
Printed 08/17/2015 260523 - 2 PIN 9500.9P
6. Surface Metal Raceway, Fittings and Accessories: By Thomas & Betts
Corp., Mono-Systems Inc. or Wiremold Co. Area and conductor
capacity indicated for each size raceway is for reference. Follow
manufacturer’s recommended raceway capacity for all types and sizes of
conductors:
a. Size 1: Nominal area .3 sq. in. min., 4 No. 12 THW max.;
Thomas & Betts B400, Mono-Systems SMS 700, or Wiremold’s
V700.
b. Size 2: Nominal area .75 sq. in. min., 11 No. 12 THW max.;
Thomas & Betts SR250, Mono-Systems SMS2100, Wiremold’s
2100.
c. Size 3: Nominal area 2.8 sq. in. min., 43 No. 12 THW max.;
Thomas & Betts SR500, Mono-Systems SMS3200, or
Wiremold’s G3000.
. 7. Wireways, Fittings and Accessories:
a. NEMA 1 (Without Knockouts): Hoffman Enclosures Inc.
Bulletin F-40, Hubbell/Wegmann’s HSK, Lee Products Co.’s S
Series, Rittal/Electromate’s EW & EWHC Lay-In Wireway
System, or Square D Co.’s Square-Duct Class 5100.
8. Insulated Bushings, Plastic Bushings, Insulated Grounding Bushings: By
Appleton Electric Co., Cooper/Crouse-Hinds, OZ/Gedney Co., or
Thomas & Betts Corp.
9. Connectors and Couplings:
a. Locknuts: UL, steel/zinc electroplate; Appleton Electric Co.’s
BL-50 Series, Cooper/Crouse-Hinds’ 11 Series, OZ/Gedney
Co.’s 1-50S Series, Raco Inc.’s 1002 Series, Steel City/T&B
Corp.’s LN-101 Series, or Thomas & Betts Corp.’s 141 Series.
b. Couplings (For Rigid Metal and IMC Conduit): Standard
galvanized threaded couplings as furnished by conduit
manufacturer, Allied Tube & Conduit Corp.’s Kwik-Couple, or
Thomas & Betts Corp.’s Shamrock.
c. Three Piece Conduit Coupling (For Rigid Metal and IMC
Conduit): Steel, malleable iron, zinc electroplate; Allied Tube &
Conduit Corp.’s Kwik-Couple, Appleton Electric Co.’s EC-50
Series, Cooper/Crouse-Hinds’ 190M Series, OZ/Gedney Co.’s 4-
50 Series, Raco Inc.’s 1502 Series, Steel City/T & B Corp.s EK-
401 Series, or Thomas & Betts Corp.’s 675 Series.
d. Electrical Metallic Tubing Couplings and Insulated Connectors:
Compression type, steel/zinc electroplate; Appleton Electric
Co.’s TW-50CS1, TWC-50CS Series, Cooper/Crouse-Hinds’
1650, 660S Series, Raco Inc.’s 2912, 2922 Series, Steel City/T &
B Corp.’s TC-711 Series, or Thomas & Betts Corp.’s 5120, 5123
Series.
e. Flexible Metal Conduit Connectors: Arlington Industries Inc.’s
Saddle-Grip, OZ/Gedney Co.’s C-8T, 24-34T, ACV-50T Series,
or Thomas & Betts Corp.’s Nylon Insulated Tite-Bite Series.
f. Liquid-tight Flexible Metal Conduit Connectors:
1) Dry, Damp Locations: Steel, malleable iron, zinc
electroplate, insulated throat; Appleton Electric Co.’s
STB Series, Cooper/Crouse-Hinds’ LTB Series,
OZ/Gedney Co.’s 4Q-50T Series, Raco Inc.’s 3512
D263027 221
D263027
Printed 08/17/2015 260523 - 3 PIN 9500.9P
Series, Steel City/T & B Corp.’s LT-701 Series, or
Thomas & Betts Corp.’s 5332 Series.
2) Wet Locations: OZ/Gedney Co.’s 4Q-TG Series (hot-
dip/mechanically galvanized), or Thomas & Betts
Corp.’s 3322 Series (PVC coated).
10. Conduit Bodies (Threaded):
a. Dry, Damp Locations: Zinc electroplate malleable iron or cast
iron alloy bodies with zinc electroplate steel covers; Appleton
Electric Co.’s Unilets, Cooper/Crouse-Hinds’ Condulets,
OZ/Gedney Co.’s Conduit Bodies, or Thomas & Betts Corp.’s
Conduit Bodies.
b. Wet Locations: Malleable iron or cast iron alloy bodies and
covers with hot dipped galvanized or other specified corrosion
resistant finish; Cooper/Crouse-Hinds’ Condulets (Corro-free
epoxy powder coat), Thomas & Betts Corp.’s Conduit Bodies
(hot dipped galvanized), or OZ/Gedney Co.’s Conduit Bodies
(hot dipped galvanized). Stainless steel cover screws, covers
gasketed to suit application.
11. Expansion Fittings:
a. Dry, Damp Locations:
1) Malleable iron, zinc electroplate finish: Appleton
Electric Co.’s XJ or OZ/Gedney Co.’s AX (TX for
EMT), with external bonding jumper.
2) Electrogalvanized Steel: Cooper/Crouse-Hinds’ XJG
(XJG-EMT for EMT), or Thomas & Betts Corp.’s XJG,
with internal grounding.
b. Wet Locations: Cooper/Crouse-Hinds XJG (Corro-free epoxy
powder coat), OZ Gedney Co.’s AX, EXE (end type, hot dipped
galvanized), or Thomas & Betts Corp.’s XJG (hot dipped
galvanized).
12. Deflection Fittings:
a. Dry, Damp Locations: Appleton Electric Co.’s DF,
Cooper/Crouse-Hinds’ XD, or OZ/Gedney Co.’s Type DX.
b. Wet Locations: Ductile iron couplings with hot dipped
galvanized finish, neoprene sleeve, and stainless steel bands,
Appleton Electric Co.’s CF; or bronze couplings, neoprene
sleeve, and stainless steel bands, OZ/Gedney Co.’s Type DX.
13. Sealing Fittings:
a. Dry, Damp Locations: Appleton Electric Co.’s EYS, ESU
w/Kwiko sealing compound and fiber filler, Cooper/Crouse-
Hinds’ EYS, EZS w/Chico A sealing compound and Chico X
filler, OZ/Gedney Co.’s EY, EYA with EYC sealing compound
and EYF damming fiber, or Thomas & Betts Corp.’s. EYS
w/Chico A sealing compound and Chico X filler.
1) Other Type Fittings: As required to suit installation
requirements, by Appleton Electric Co., Cooper/Crouse-
Hinds, OZ/Gedney Co, or Thomas & Betts Corp.
b. Wet Locations: Malleable iron body with hot
dipped/mechanically galvanized finish, neoprene sleeve, and
stainless steel bands, Appleton electric Co.’s CF; or bronze
D263027222
D263027
Printed 08/17/2015 260523 - 4 PIN 9500.9P
couplings, neoprene sleeve, and stainless steel bands,
OZ/Gedney Co.’s Type DX.
1) Horizontal: Cooper/Crouse-Hinds’ EYS with Chico A
sealing compound and Chico X filler, OZ/Gedney Co.’s
EYD with EYC sealing compound and EYF damming
fiber, or Thomas & Betts Corp.’s. EYS w/Chico A
sealing compound and Chico X filler.
2) Vertical (with Drain): Cooper/Crouse-Hinds with Chico
A sealing compound and Chico X filler, OZ/Gedney
Co.’s EY, EYA with EYC sealing compound and EYF
damming fiber, or Thomas & Betts Corp.’s. w/Chico A
sealing compound and Chico X filler.
3) Other Type Fittings. As required to suit installation
requirements, by Cooper/Crouse-Hinds, OZ/Gedney Co.,
or Thomas & Betts Corp. with hot dipped/mechanically
galvanized finish or epoxy powder coat.
14. Sealant for Raceways Exposed to Different Temperatures: Sealing
compounds and accessories to suit installation; Appleton Electric Co.’s
DUC, or Kwiko Sealing Compound with fiber filler, Cooper/Crouse-
Hinds’ Chico A Sealing Compound with Chico X fiber, Electrical
Products Division 3M Scotch products, OZ Gedney Co.’s DUX or EYC
sealing compound with EYF damming fiber, or Thomas & Betts Corp.’s
Blackburn DX.
15. Vertical Conductor Supports:
a. Dry, Damp Locations: Kellems/Hubbell Inc.’s Conduit Riser
Grips, or OZ/Gedney Co.’s Type M, Type R.
b. Wet Locations: Kellems/Hubbell Inc.’s Conduit Riser Grips
(stainless steel or tin coated bronze), or OZ/Gedney Co.’s hot
dipped galvanized finish Type CMT or Type W.
B. Outlet/Device, Junction and Pull Boxes:
1. Galvanized Steel Boxes for Concealed Work: Standard galvanized steel
boxes and device covers by Appleton Electric Co., Beck Mfg./Picoma
Industries, Cooper/Crouse-Hinds, Raco/Div. of Hubbell , or Steel City/T
& B Corp.
2. Galvanized Steel Junction and Pull boxes for Exposed Work: Code
gage, galvanized steel screw cover boxes by Delta Metal Products Inc.,
Hoffman Enclosures Inc., Hubbell Wiegmann, Lee Products Co., or
Rittal/Electromate.
3. Threaded Type Boxes for Exposed Work:
a. Outlet Boxes:
1) For Dry, Damp Locations: Zinc electroplate malleable
iron or cast iron alloy boxes by Appleton Electric Co.,
Cooper/Crouse-Hinds Co., OZ/ Gedney Co., or Thomas
& Betts Corp. with zinc electroplate steel covers to suit
application.
2) For Wet Locations: Malleable iron or cast iron alloy
boxes with hot dipped galvanized or other specified
corrosion resistant finish as produced by Cooper/Crouse-
Hinds (hot dipped galvanized or Corro-free epoxy
powder coat), OZ/Gedney Co. (hot dipped galvanized),
D263027 223
D263027
Printed 08/17/2015 260523 - 5 PIN 9500.9P
or Thomas & Betts Corp. (hot dipped galvanized) with
stainless steel cover screws, and malleable iron covers
gasketed to suit application.
b. Junction And Pull Boxes:
1) For Dry, Damp Locations: Zinc electroplate cast iron
boxes by Appleton Electric Co., Cooper/Crouse-Hinds,
OZ/Gedney Co., or Thomas & Betts Corp. with zinc
electroplate steel or cast iron cover.
2) For Wet Locations: Cast iron boxes by Cooper/Crouse-
Hinds’ (hot dipped galvanized or Corro-free epoxy
powder coat), OZ/Gedney Co. (hot dipped galvanized),
or Thomas & Betts Corp. (hot dipped galvanized) with
stainless steel cover screws and cast iron cover gasketed
to suit application.
c. Conduit Bodies, Threaded (Provided with a Volume Marking):
1) For Dry, Damp Location: Zinc electroplate malleable
iron or cast iron alloy bodies with zinc electroplate steel
covers; Appleton Electric Co.’s Unilets, Cooper/Crouse-
Hinds’ Condulets, OZ/Gedney Co.’s Conduit Bodies, or
Thomas & Betts Corp.’s Conduit Bodies.
2) For Wet Locations: Malleable iron or cast iron alloy
bodies with hot dipped galvanized or other specified
corrosion resistant finish; Cooper/Crouse-Hinds’
Condulets (hot dipped galvanized or Corro-free epoxy
power coat), OZ/Gedney Co.’s Conduit Bodies (hot
dipped galvanized), or Thomas & Betts Corp.’s Conduit
Bodies (hot dipped galvanized) with stainless steel cover
screws and malleable iron covers gasketed to suit
application.
4. Specific Purpose Outlet Boxes: As fabricated by manufacturers for
mounting their equipment.
5. For Fire Rated Construction:
a. Parameters For Use of Listed Metallic Boxes: UL Electrical
Construction Equipment Directory - Metallic Outlet Boxes
(QCIT).
b. Wall Opening Protective Materials: As listed in UL Fire
Resistance Directory - Wall Opening Protective Materials
(CLIV), or UL Electrical Construction Equipment Directory -
Wall Opening Protective Materials (QCSN).
C. Conductors and Accessories:
1. Date of Manufacture: No insulated conductor over one year old when
delivered to the site will be acceptable.
2. Conductors: Annealed uncoated copper or annealed coated copper in
conformance with the applicable standards for the type of insulation to
be applied on the conductor.
3. Class 1 Wiring:
a. No. 18 and No. 16 AWG: Insulated copper conductors suitable
for 600 volts, NFPA 70 types KF-2, KFF-2, PAFF, PF, PFF,
PGF, PGFF, PTFF, SF-2, SFF-2, TF, TFF, TFN, TFFN, ZF, or
ZFF.
D263027224
D263027
Printed 08/17/2015 260523 - 6 PIN 9500.9P
b. Larger than No. 16 AWG: Insulated copper conductors suitable
for 600 volts, in compliance with NFPA 70 Article 310.
c. Conductor with other types and thickness of insulation may be
used if listed for Class 1 circuit use.
4. Class 2 Wiring:
a. Multiconductor Cables: NFPA 70 Article 725, Types CL2P,
CL2R, CL2.
b. Other types of cables may be used in accordance with NFPA 70
Table 725-61 “Cable Uses and Permitted Substitutions”, as
approved.
5. Class 3 Wiring:
a. Single Conductors No. 18 and No. 16 AWG: Same as Class 1
No. 18 and No. 16 AWG conductors, except that:
1) Conductors are also listed as CL3.
2) Voltage rating not marked on cable except where cable
has multiple listings and voltage marking is required for
one or more of the listings.
b. Multiconductor Cables: NFPA 70 Article 725, Types CL3P,
CL3R, CL3.
c. Other types of cables may be used in accordance with NFPA 70,
Table 725-61 “Cable Uses and Permitted Substitutions”, as
approved.
6. Connectors:
a. General: Connectors specified are part of a system. Furnish
connectors and components, and use specific tools and methods
as recommended by connector manufacturer to form complete
connector system.
b. Splices:
1) Spring Type:
a) Rated 105° C, 600V; Buchanan/Ideal Industries
Inc.’s B-Cap, Electrical Products Div./3M’s
Scotchlok Type Y, R, G, B, O/B+, R/Y+, or
B/G+, or Ideal Industries Inc.’s Wing Nuts or
Wire Nuts.
b) Rated 150° C, 600V; Ideal Industries Inc.’s High
Temperature Wire-Nut Model 73B, 59B.
2) Indent Type with Insulating Jacket:
a) Rated 105° C, 600V; Buchanan/Ideal Industries
Inc.’s Crimp Connectors, Ideal Industries Inc.’s
Crimp Connectors, Penn-Union Corp.’s Penn-
Crimps, or Thomas & Betts Corp.’s STA-KON.
3) Indent Type (Uninsulated): Anderson/Hubbell’s Versa-
Crimp, VERSAtile, Blackburn/T&B Corp.’s Color-
Coded Compression Connectors, Electrical Products
Div./3M’s Scotchlok 10000, 11000 Series, Framatome
Connectors/Burndy’s Hydent, Penn-Union Corp.’s BCU,
BBCU Series, or Thomas & Betts Corp.’s Compression
Connectors.
4) Connector Blocks: NIS Industires Inc.’s Polaris System,
or Thomas & Betts Corp.’s Blackburn AMT Series.
D263027 225
D263027
Printed 08/17/2015 260523 - 7 PIN 9500.9P
5) Resin Splice Kits: Electrical Products Div./3M’s
Scotchcast Brand Kit Nos. 82A Series, 82-B1 or 90-B1,
or Scotchcast Brand Resin Pressure Splicing Method.
6) Heat Shrinkable Splices: Electrical Products Div./3M’s
ITCSN, Raychem Corp.’s Thermofit Type WCS, or
Thomas & Betts Corp.’s SHRINK-KON Insulators.
7) Cold Shrink Splices: Electrical Products Div./3M’s
8420 Series.
7. Terminals: Nylon insulated pressure terminal connectors by Amp-
Tyco/Electronics, Electrical Products Div./3M, Framatome
Connectors/Burndy, Ideal Industries Inc., Panduit Corp., Penn-Union
Corp., Thomas & Betts Corp., or Wiremold Co.
8. Insulation Tapes:
a. Plastic Tape: Electrical Products Div./3M’s Scotch Super 33+ or
Scotch 88, Plymouth Rubber Co.’s Plymouth/ Bishop Premium
85CW.
b. Rubber Tape: Electrical Products Div./3M’s Scotch 130C, or
Plymouth Rubber Co.’s Plymouth/Bishop W963 Plysafe.
9. Moisture Sealing Tape: Electrical Products Div./3M’s Scotch 2200 or
2210, or Plymouth Rubber Co.’s Plymouth/Bishop 4000 Plyseal-V.
10. Wire Management Products: Cable clamps and clips, cable ties, spiral
wraps, etc., by Catamount/T&B Corp., or Ideal Industries Inc.
D. Supporting Devices:
1. “C” Beam Clamps:
a. For 1 Inch Conduit Maximum: B-Line Systems Inc.’s BG-8-C2
and BP-8-C1 Series, or Caddy Fastener Div./Erico Products
Inc.’s BC-8P and BC-8PSM Series.
b. For 3 Inch Conduit Maximum: Appleton Electric Co.’s BH-500
Series beam clamp with H50W/B Series hangers, Kindorf/T&B
Corp.’s 500 Series beam clamp with 6H0-B Series hanger, or
OZ/Gedney Co.’s IS-500 Series beam clamp with H-OWB
Series hanger.
c. For 1/4 Inch Hanger Rods: B-Line Systems Inc.’s BC, Caddy
Fastener Div./Erico Products Inc.’s BC, Kindorf/T&B Corp.’s
500-SC, 510, or Unistrut Corp.’s P1648S, P2398S, P2675,
P2676.
d. For 3/8 Inch Hanger Rods: B-Line Systems Inc.’s BC, Caddy
Fastener Div./Erico Products Inc.’s BC, Kindorf/T&B Corp.’s
E231-3/8, 502, or Unistrut Corp.’s P1649AS, P2401S, P2675,
P2676.
2. Pipe Straps: Two hole steel conduit straps; Kindorf/T&B Corp.’s C-144
Series.
3. Pipe Clamps: One hole malleable iron clamps; Kindorf/T&B Corp.’s
HS-400 Series, or OZ/ Gedney Co.’s 14-50 Series.
4. Supporting Fastener (Metal Stud Construction): Metal stud supports,
clips and accessories as produced by Caddy Fastener Div./Erico Products
Inc.
PART 3 EXECUTION
D263027226
D263027
Printed 08/17/2015 260523 - 8 PIN 9500.9P
3.01 INSTALLATION, GENERAL
A. Power Wiring: Not included in this Contract (provided by Electric Contractor).
Exception:
1. Where a power source (at junction box, enclosed circuit breaker, safety
switch, or panelboard) is provided by the Electric Contractor, provide
power wiring from the power source to the equipment.
B. Control Wiring: Provide control wiring and connections.
1. Where control circuit interlocking is required between individually
mounted motor controllers, provide a single pole on-off switch in a
threaded type box mounted adjacent to motor safety switches which are
remote from the control transformer (to enable interlock circuit to be
opened when the motor safety switch is opened).
3.02 RACEWAY INSTALLATION
A. Conduit Installed Concealed:
1. Install conduit concealed unless otherwise indicated on the drawings.
2. Existing Construction:
a. Run conduit in existing chases and hung ceilings.
b. If conduit cannot be installed concealed due to conditions
encountered in the building, report such conditions and await
approval in writing before proceeding.
3. New Construction:
a. Run conduit in the ceilings, walls, and partitions.
b. Conduit may not be installed in concrete floor slab (concrete
slabs that are both ceilings and floors shall be treated as floor
slabs), EXCEPT at LBP sump.
1) Conduit Under Slab on Grade:
a) Run conduit under vapor barrier (if any).
b) Install equipment grounding conductor in each
conduit. Bond at boxes and equipment to which
conduit is connected.
4. If any portions of the conduit system cannot be installed concealed due to
conditions encountered in the building, report such conditions and await
approval in writing before proceeding.
B. Conduits Penetrating Concrete Floor Slabs (Concrete slabs that are both ceilings
and floors shall be treated as floor slabs):
1. Provide a minimum of 2 inches between conduits that vertically
penetrate elevated concrete slabs.
2. Provide firestopping and spray on fireproofing at locations where
conduits penetrate surface of floor slab and slab is part of fire rating
required for construction.
C. Conduit Installed Exposed:
D263027 227
D263027
Printed 08/17/2015 260523 - 9 PIN 9500.9P
1. Install conduit exposed where indicated on the drawings. If not
indicated, conduit may be installed exposed, as approved, in:
a. Unfinished spaces, and finished spaces housing mechanical or
electrical equipment that is generally accessible only to facility
maintenance personnel.
b. Areas where existing conduits have been installed exposed.
c. Areas where conduit cannot be installed concealed.
2. Install conduit tight to the surface of the building construction.
Exceptions:
a. Where otherwise indicated or directed.
b. Where conduit is exposed in wet locations. Install entire wiring
system including conduit, boxes, and fittings so that there is 1/4
inch air space between it and the wall or supporting surface.
3. Install vertical runs perpendicular to the floor.
4. Install runs on the ceiling perpendicular or parallel to the walls.
5. Install horizontal runs parallel to the floor.
6. Do not run conduits near heating pipes.
7. Installation of conduit directly on the floor will not be permitted.
D. Conduit Size: Not smaller than 1/2 inch electrical trade size.
E. Raceways Exposed to Different Temperatures: Where portions of an interior
raceway system are exposed to widely different temperatures, seal interior and
exterior of raceway to prevent circulation of air from a warmer to a colder section
through the raceway installation.
1. Refrigerated Rooms: Install conduit body or junction box in the raceway
system on warm side of refrigerated room. After conductors are
installed, seal interior of the raceway at the conduit body or junction box.
2. Heated Areas to Unheated Areas: After conductors are installed, seal
interior of the raceway at the nearest conduit body, outlet or junction box
in the heated area adjoining the unheated area.
F. Conduit for Prefabricated Walk-In Refrigeration Boxes:
1. Run box wiring in conduit. Run conduit exposed on exterior of box
unless project conditions require conduit to be run exposed on interior of
box.
a. Install rigid ferrous metal conduit where the metal surfaces are
galvanized steel.
b. Install rigid stainless steel conduit where the metal surfaces are
stainless steel.
2. Create a thermal break where penetrating the box by installing maximum
of 12 inches of Schedule 40 high density polyethylene conduit within the
conduit run at the penetration.
3. Install equipment grounding conductor in each conduit.
4. Seal raceway as specified for raceways exposed to different
temperatures.
G. Conduits in Heating Tunnels: Install rigid ferrous metal conduit exposed in the
tunnel and run conduit to avoid manhole entrances and other obstructions.
D263027228
D263027
Printed 08/17/2015 260523 - 10 PIN 9500.9P
H. Conduit in Waterproofed Floors: Install conduit runs in waterproof floors to
avoid penetrating the waterproofing. Avoid penetration of waterproofing with
conduit risers so far as practicable.
1. Where it is necessary to puncture the waterproofing for a conduit riser,
install a standard weight steel pipe sleeve extending one inch above the
finished floor level. Flash the steel pipe sleeve to the waterproofing with
16 ounce copper. Construct the flashing with a copper tube extending
the full height of the sleeve, soldered to a copper base extending 6 inches
in all directions from the sleeve.
2. The flashing will be integrated into the waterproofing by the
Construction Contractor. Provide solid cast brass floor plates with
chromium finish where pipe sleeves are exposed in rooms.
I. Conduit in Hazardous Areas: Install Work in hazardous areas in accordance with
NFPA 70 - National Electrical Code.
1. Install sealing fittings in concealed conduit runs in a recessed box with
blank face plate to match other face plates in the area.
J. Raceway Schedule:
1. Rigid Ferrous Metal Conduit: Install in all locations unless otherwise
specified or indicated on the drawings.
2. Intermediate Metal Conduit: May be installed in all dry and damp
locations except:
a. Hazardous areas.
b. Where other type raceways are specified or indicated on the
drawings.
3. Electrical Metallic Tubing:
a. May be installed concealed above suspended ceilings where
conduit does not support equipment.
b. May be installed concealed in hollow areas in dry locations,
including:
1) Hollow concrete masonry units, except where cores are
to be filled.
2) Drywall construction with sheet metal studs, except
where studs are less than 3-1/2 inches deep.
c. May be installed exposed as branch circuit conduits in dry non-
hazardous locations at elevations over 10’-0” above finished
floor where conduit does not support equipment.
4. Flexible Metal Conduit: Install equipment grounding conductor in the
flexible metal conduit and bond at each box or equipment to which
conduit is connected:
a. Use 1 to 3 feet of flexible metal conduit for final conduit
connection to:
1) Equipment subject to vibration (dry locations).
2) Equipment requiring flexible connection for adjustment
or alignment (dry locations).
b. Use above existing non-removable suspended ceilings where
rigid type raceways cannot be installed due to inaccessibility of
space above ceiling.
c. May be installed concealed in drywall construction with sheet
metal studs, except where studs are less than 3-1/2 inches deep.
D263027 229
D263027
Printed 08/17/2015 260523 - 11 PIN 9500.9P
5. Liquid-tight Flexible Metal Conduit: Use 1 to 3 feet of liquid-tight
flexible metal conduit (UL listed and marked suitable for the
installation’s temperature and environmental conditions) for final conduit
connection to:
a. Equipment subject to vibration (damp and wet locations).
b. Equipment requiring flexible connection for adjustment or
alignment (damp and wet locations).
6. Surface Metal Raceway: Use as exposed raceway system in finished
spaces at locations, when approved, where raceways cannot be installed
concealed:
a. Use surface metal raceway system of size required for number of
wires to be installed therein.
b. Do not run raceway through walls that have a plaster finish nor
through masonry walls or floors. Install a pipe sleeve, or a short
length of conduit with junction boxes or adapter fittings for
raceway runs through such areas. Run raceway along top of
baseboards, care being taken to avoid telephone and other signal
wiring. Where raceway crosses chair railing or picture molding,
cut the chair railing or picture molding to permit the raceway to
lie flat against the wall. Run raceway around door frames and
other openings. Run raceway on ceiling or walls perpendicular
to or parallel with walls and floors.
c. Secure raceway at intervals not exceeding 36 inches.
d. Where equipment is mounted on an outlet box and the equipment
base is larger than the outlet box, provide finishing collar around
equipment base and outlet box or provide finishing collar/outlet
box:
1) Finishing Collar: Same finish and peripheral dimensions
as the equipment base, including provisions for
mounting, slots to fit over raceway and of depth to cover
outlet box and extend back to ceiling or wall.
2) Combination Finishing Collar/Outlet Box: Same finish
and peripheral dimensions as the equipment base to be
mounted thereon, gage or thickness of metal as required
by National Electrical Code, including provision for
mounting and knockouts for entrance of raceway.
7. Wireways: May be used indoors in dry locations for exposed raceway
between grouped, wall mounted equipment.
K. Fittings and Accessories Schedule:
1. General:
a. Use fittings and accessories that have a temperature rating equal
to, or higher than the temperature rating of the conductors to be
installed within the raceway.
b. Use zinc electroplate or hot dipped galvanized steel/malleable
iron or cast iron alloy fittings and accessories in conjunction with
ferrous raceways in dry and damp locations unless otherwise
specified or indicated on the drawings.
c. Use malleable iron or cast iron alloy fittings and accessories
having hot dipped/mechanically galvanized finish or other
specified corrosion resistant finish in conjunction with ferrous
D263027230
D263027
Printed 08/17/2015 260523 - 12 PIN 9500.9P
raceways in wet locations unless otherwise specified or indicated
on the drawings.
d. Use caps or plugs to seal ends of conduits until wiring is
installed (to exclude foreign material).
e. Use insulated grounding bushings on the ends of conduits that
are not directly connected to the enclosure (such as stub-ups
under equipment, etc.) and bond between bushings and enclosure
with equipment grounding conductor.
f. Use expansion fittings where raceways cross expansion joints.
g. Use deflection fittings where raceways cross expansion joints
that move in more than one plane.
h. Use 2 locknuts and an insulated bushing on end of each conduit
entering sheet metal cabinet or box in dry or damp locations.
1) Plastic bushings may be used on 1/2 and 3/4 inch
conduit in lieu of insulated bushing.
2) Terminate conduit ends within cabinet/box at the same
level.
i. Use watertight hub on end of each conduit entering cabinets or
boxes (in wet locations) that are not constructed with integral
threaded hubs.
2. For Rigid and Intermediate Metal Conduit: Use threaded fittings and
accessories. Use 3 piece conduit coupling where neither piece of conduit
can be rotated.
3. For Electrical Metallic Tubing: Use compression type connectors and
couplings.
4. For Flexible Metal Conduit: Use flexible metal conduit connectors.
5. For Liquid-tight Flexible Metal Conduit: Use liquid-tight connectors.
6. For Surface Metal Raceway: Use raceway manufacturer’s standard
fittings and accessories.
7. For Wireways: Use wireway manufacturer’s standard fittings and
accessories.
3.03 OUTLET, JUNCTION AND PULLBOX INSTALLATION
A. Boxes For Concealed Conduit System:
1. Non-Fire Rated Construction:
a. Depth: To suit job conditions and comply with NFPA 70 Article
370.
b. For Junction and Pull Boxes: Use galvanized steel boxes with
flush covers.
c. For Devices:
1) Plaster or Cast-In-Place Concrete Walls: Use 4 inch or
4-11/16 inch galvanized steel boxes with device covers.
2) Walls Other Than Plaster or Cast-In-Place Concrete:
Use type of galvanized steel box that will allow device
to cover the opening made for the installation of the box.
2. Recessed Boxes in Fire Rated (2 hour maximum) Bearing and
Nonbearing Wood or Steel Stud Walls (Gypsum Wallboard Facings):
a. Use listed single and double gang metallic device boxes. The
surface area of individual device box shall not exceed 16 square
inches.
D263027 231
D263027
Printed 08/17/2015 260523 - 13 PIN 9500.9P
b. The aggregate surface area of the boxes shall not exceed 100
square inches per 100 square feet of wall surface.
c. Securely fasten boxes to the studs. Verify that the opening in the
wallboard facing is cut so that the clearance between the box and
the wallboard does not exceed 1/8 inch.
d. Separate boxes located on opposite sides of walls or partitions by
a minimum horizontal distance of 24 inches. This minimum
separation distance may be reduced when wall opening
protective materials are installed according to the requirements
of their classification.
e. Use wall opening protective material in conjunction with boxes
installed on opposite sides of walls or partitions of staggered stud
construction in accordance with the classification requirements
for the protective material.
3. Other Fire Rated Construction: Use materials and methods to comply
with the listing requirements for the classified construction.
B. Boxes For Exposed Conduit System:
1. Dry and Damp Locations: Use zinc electroplate or hot dipped
galvanized threaded type malleable iron or cast iron alloy outlet,
junction, and pullboxes or conduit bodies provided with a volume
marking in conjunction with ferrous raceways unless otherwise specified
or indicated on the drawings.
a. Galvanized steel boxes may be used in conjunction with conduit
sizes over 1 inch in non-hazardous dry and damp locations.
b. Galvanized steel boxes may be used in conjunction with
electrical metallic tubing where it is installed exposed as branch
circuit conduits at elevations over 10’-0” above finished floor.
2. Wet Locations: Use threaded type malleable iron or cast iron alloy outlet
junction, and pullboxes or conduit bodies (provided with a volume
marking) with hot dipped galvanized or other specified corrosion
resistant coating in conjunction with ferrous raceways unless otherwise
specified or indicated on the drawings.
3. Finishing Collar or Combination Finishing Collar/Outlet Box (Surface
Mounted Equipment Used With Exposed Raceway):
a. Use finishing collar where surface mounted equipment is
installed on an exposed raceway outlet box and the equipment
base is larger than the outlet box.
b. Use combination finishing collar/outlet box where surface
mounted equipment is not indicated to be installed on an exposed
raceway outlet box, but raceway cannot be run directly into
equipment body due to equipment design.
C. Specific Purpose Outlet Boxes: Use to mount equipment when available and
suitable for job conditions. Unless otherwise specified, use threaded type boxes
with finish as specified for exposed conduit system, steel (painted) for surface
metal raceway system and galvanized steel for recessed installations.
3.04 CONDUCTOR INSTALLATION
A. Install conductors in raceways.
D263027232
D263027
Printed 08/17/2015 260523 - 14 PIN 9500.9P
B. Conductor Size: Install conductors of size shown on drawings. Where size is not
indicated for control wiring, the minimum size allowed is:
1. For Class 1 Circuits:
a. No. 18 and No. 16 AWG may be used provided they supply
loads that do not exceed 6 amps (No. 18 AWG), or 8 amps (No.
16 AWG).
b. Larger than No. 16 AWG: Use to supply loads not greater than
the ampacities given in NFPA 70 Section 310-15.
2. For Class 2 Circuits: Any size to suit application.
3. For Class 3 Circuits: No. 18 AWG.
C. Color Code for Control Circuits: In accordance with ICEA/NEMA WC-30
“Color Coding of Wires and Cables”. Other coding methods may be used, as
approved.
D. Wire Management: Use wire management products to bundle, route, and support
wiring in junction boxes, pullboxes, wireways, gutters, channels, and other
locations where wiring is accessible.
E. Insulated Conductor Schedule:
1. Class 1 Circuits: Use Class 1 wiring specified in Part 2 (except where
special type insulation is required).
2. Class 2 Circuits: Use Class 2 wiring specified in Part 2 (except where
special type insulation is required).
3. Class 3 Circuits: Use Class 3 wiring specified in Part 2 (except where
special type insulation is required).
F. Connector Schedule:
1. Splices:
a. Dry Locations: For Conductors No. 8 AWG or Smaller: Use
spring type pressure connectors, indent type pressure connectors
with insulating jackets, or connector blocks (except where
special type splices are required).
b. Damp Locations: As specified for dry locations, except apply
moisture sealing tape over the entire insulated connection
(moisture sealing tape not required if heat shrinkable splices or
cold shrink splices are used).
c. Wet Locations: Use uninsulated indent type pressure connectors
and insulate with resin splice kits, cold shrink splices or heat
shrinkable splices. Exception: Splices above ground which are
totally enclosed and protected in NEMA 3R, 4, 4X enclosures
may be spliced as specified for damp locations.
2. Terminations:
a. For Conductors No. 10 AWG or Smaller: Use terminals for
connecting control wiring to terminal strips, and to equipment
designed for use with terminals.
3.05 SUPPORTING DEVICE INSTALLATION
A. Attachment of Conduit System:
D263027 233
D263027
Printed 08/17/2015 260523 - 15 PIN 9500.9P
1. Wood Construction: Attach conduit to wood construction by means of
pipe straps or pipe clamps and wood screws or lag bolts.
2. Masonry Construction: Attach conduit to masonry construction by
means of pipe straps or pipe clamps and masonry anchorage devices.
3. Steel Beams: Attach conduit to steel beams by means of “C” beam
clamps and hangers.
4. Conduit Above Suspended Ceiling: Do not rest conduit directly on
runner bars, T-bars, etc. Support conduit from ceiling supports or from
construction above suspended ceiling.
B. Metal Stud Construction: Attach raceways and boxes to metal studs by means of
supporting fasteners manufactured specifically for the purpose.
1. Support and attach outlet boxes so that they cannot torque/twist. Either:
a. Use bar hanger assembly, or:
b. In addition to attachment to the stud, also provide far side box
support.
END OF SECTION
D263027234
D263027
Printed 08/17/2015 333104 - 1 PIN 9500.9P
SECTION 333104
PLASTIC DRAINAGE PIPE (SANITARY)
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Earthwork: Section 310000.
B. Manholes: Section 333913.
1.02 SUBMITTALS
A. Product Data: Manufacturer’s specifications with all pertinent information
regarding dimensions, fittings and installation instructions.
PART 2 PRODUCTS
2.01 GENERAL
A. Each length of pipe and each fitting shall be marked in accordance with the
applicable ASTM Designation.
2.02 DRAINAGE PIPE AND FITTINGS
A. PVC Sewer Pipe and Fittings; (6 inches Diameter and Larger): SDR 35 and
ASTM D 3034.
B. ABS Sewer Pipe and Fittings: ASTM D 2751.
C. ABS Composite Sewer Pipe: ASTM D 2680.
D. Plastic Pipe (4 and 6 inches Diameter, Solid and Perforated) for Building Drains,
Cleanout Pipes, Discharge Lines, Leaching Fields, Drain Tiles, etc: PVC
meeting ASTM D 2729 or SR (Styrene Rubber) meeting ASTM D 2852.
2.03 SOLVENT CEMENTS
A. Solvent cement used for joining plastic pipe and fittings shall meet the following
designations for the various types of plastic pipe listed.
1. PVC: ASTM D 2564.
2. ABS: ASTM D 2235.
3. SR: ASTM D 3122.
2.04 PREINSULATED PVC GRAVITY SEWER PIPE
D263027 235
D263027
Printed 08/17/2015 333104 - 2 PIN 9500.9P
A. Preinsulated Gravity Sewer: PVC Carrier Pipe - 160 psi (SDR 26) PVC pipe
meeting ASTM D1784; PVC Casing Pipe - Material ASTM D1784, Pipe - SDR 1
or heavier - ASTM D2241; Rubber sealing rings (gaskets) - molded solid
compression type seal; Foam - polyurethane - 1.5 to 2.5 lb./cu. Ft., 90 percent
closed cell content, K value - 0.14 Btu/inch/hr./degree F/sq. ft.
1. Acceptable Manufacturer: Thermal Pipe Systems, Inc., 5205 W. Woodmill
Dr., Suite 33, Wilmington, DE 19808, (302) 999-1588,
www.thermalpipesystems.com.
2. Provide rubber end seals on all full and cut-down sections to protect
insulation.
3. Utilize SDR 26 gasketed PVC fittings. Encase in concrete following
leakage testing.
PART 3 EXECUTION
3.01 INSPECTION
A. Inspect all pipe and fittings before installation. Remove defective pipe and
fittings from the site.
B. Do not backfill before installation is inspected by the Department’s
Representative.
3.02 GENERAL
A. Install pipe in accordance with the manufacturer’s recommendations and as
specified in ASTM D 2321.
B. Join PVC pipe with solvent cemented joints as recommended by ASTM D 2855.
C. Use Cushion Material for bedding and backfill to the depth shown on the
drawings for solid pipe.
D. Use No. 2 Coarse Aggregate for bedding and backfill to the depth shown on the
drawings for perforated pipe.
3.03 INSTALLATION
A. Laying Pipe: Lay pipe to indicated line and grade with a firm uniform bearing
for the entire length of the pipe. Excavate sufficient clearance at each bell or
coupling to allow uniform bearing along the pipe barrel. Fill excess excavation
with suitable material and tamp.
B. Joints:
1. Wipe inside of sockets and outside of pipe to be jointed, clean and dry.
2. Install rubber gaskets in accordance with the manufacturer’s
specifications.
C. Connections:
D263027236
D263027
Printed 08/17/2015 333104 - 3 PIN 9500.9P
1. Make connections to existing manholes by cutting into the floor or bench
of the manhole and forming a new channel.
2. If the pipe, manholes or other structures with which connection is to be
made has not yet been installed, install the pipe to a point directed by the
Department’s Representative and plug or cap the end in a satisfactory
manner.
D. Lay perforated pipe on a tamped bed of underdrain filter material.
E. Temporary Conductor Outlets: If required, remove existing temporary conductor
outlets and deliver them to the Facility Authorities as directed.
F. Cleanouts:
1. Construct cleanouts at the locations shown and as detailed on the
drawings.
2. Use PVC wyes, bends and pipe as indicated.
3. Extend cleanout piping to grade and terminate with deck plug installed
in accordance with manufacturer’s instructions.
4. Install deck plug flush with grade with grade and encase with 2500 psi -
concrete pad as shown.
3.04 LEAKAGE TESTS
A. Prior to backfilling and laying additional pipe, test the first 100 feet of sewer
construction for leakage.
1. Fill the sewer with water and maintain a head two feet above the highest
section of Work being tested. Measure the quantity of leakage. When
the sewer being tested is constructed in water bearing soil, the leakage
test may, at the discretion of the Department’s Representative, be made
by measuring the quantity of infiltration into the sewer. The allowable
leakage or infiltration shall not exceed 10 gallons per 24 hours per inch
pipe diameter per 1000 feet of sewer being tested.
2. If air testing is used, conform to the procedure described in ASTM
F1417.
B. Additional leakage tests and a final test shall be performed as directed.
END OF SECTION
D263027 237
D263027
Printed 8/17/2015 333925 - 1 PIN 9500.9P
SECTION 333925
COMPOSTING UNITS
PART 1 GENERAL
1.01 RELATED WORK SPECIFIED ELSEWHERE
A. Plastic Drainage Pipe: Section 333104.
1.02 DESIGN REQUIREMENTS
A. NFS Certification
The Composting unit must be certified by the National Sanitation Foundation
under Standard 41.
B. Capacity
Solids storage capacity, 234 cubic feet, 1747 US gallons
Daily capacity at average temp, >65°F, 65,000 visits
1.03 SUBMITTALS
Submission material shall consist of proof that the Composting Units are manufactured
by Clivus Multrum, Model M35.
PART 2 PRODUCTS
2.01 OVERALL DIMENSIONS
Installed: Length: 103”; Width: 70.5”; Height: 89”
Weight: 800 lbs.
Working Area on Top of Composter: 53”x53”
Waste Access Door: 10”x30” (composter front)
Compost Access Lid: 34.5”x70.5” (composter front)
Polyethylene Wall Thickness: 0.375” nominal
2.02 MATERIALS
The M35 Composter and its internal Liquid Separation Tank are rotationally molded
high-density polyethylene resin that conforms with the following specifications:
Density (ASTM D1505): 0.943 g/cm3
Tensile Strength at Yield (ASTM D638): 3,000 psi
Impact Brittleness Temperature ( ARM Impact) : -103°F
Dart Impact (-40° C, 6.53 mils thickness) : 180 ft-lbs
Envt. Stress Crack Resistance (D1693): 700 hrs
D263027238
D263027
Printed 8/17/2015 333925 - 2 PIN 9500.9P
2.03 VENTILATION
AC: 120V, 60Hz, 71w, .67 amp fan with 264 cfm at free air. Fan made of GE Noryl
plastic, totally enclosed, ball-bearing motor, in-line, direct drive. UL & CSA approved.
Energy Star rated. Diameter: 11.75”; Inlet/Outlet Diameter: 6”; Length: 9.625”. The fan
is mounted in-line near the composter, with 4” PVC or ABS ducting (not included) . 12V
DC available
2.04 AUTOMATIC MOISTENING SYSTEM
An automatic control device monitors daily compost mass moistening. Timer is housed
in water-resistant NEMA box. Spray time is pre-set at factory.
2.05 TANK ALARM
Automatic tank alarm responds to liquid level and air flow sensors.
AC: 120 VAC, 50/60 Hz, 7 watts max. Alarm Horn: 82 decibels at 10 feet; meets Type
3R water-tight standard as installed by factory. Alarm Beacon: meets Type 3R water-
tight standard as installed by factory. CSA certified.
2.06 LIQUID REMOVAL
Liquid removal shall be by gravity to a common sump pit..
2.07 LIQUID END-PRODUCT SEPARATION TANK
A sump pit (295 gallons) stores the liquid separately from the compost to enhance
decomposition. The liquid end- product is then pumped to a holding tank and stored for
routine pick-up.
2.08 CONTROLLER
The 980 Controller regulates the functioning of the moistening, liquid removal,
ventilation and fire suppression devices. Requires 20 amp circuit . Housing: water
resistant NEMA box, 10”x8”x6”.
PART 3 EXECUTION
3.01 INSTALLATION OF SEPTIC TANK
The installation shall consist of placement of the composting units as indicated in the
plans. All units shall be connected to the embedded LBP line, connected to the electrical
service, water supply, and ventilation system.
The connections from the foam flush toilets, and waterless urinals shall be made.
D263027 239
D263027
Printed 8/17/2015 333925 - 3 PIN 9500.9P
The contractor shall also place the bedding material provided by the supplier.
END OF SECTION
D263027240
04000 Page 1 of 1 Per DQAB L05/07/09
PREVAILING WAGE RATES NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.
D263027 241
General Decision Number: NY150004 08/28/2015 NY4
Superseded General Decision Number: NY20140004
State: New York
Construction Types: Building, Heavy and Highway
Counties: Broome and Chenango Counties in New York.
BUILDING CONSTRUCTION PROJECTS FOR BROOME COUNTY ONLY (does not include single family homes and apartments up to and including 4 stories, HEAVY AND HIGHWAY CONSTRUCTION PROJECTS
Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis-Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts.
Modification Number Publication Date 0 01/02/2015 1 01/09/2015 2 06/05/2015 3 06/12/2015 4 06/19/2015 5 07/17/2015 6 07/31/2015 7 08/21/2015 8 08/28/2015
ASBE0030-001 05/01/2014
Rates Fringes
Asbestos/Insulator Worker includes application of all materials, protective coverings, coatings and finishings to all types of mechanical systems. Also the application of firestopping material to openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement......$ 30.15 19.30 HAZARDOUS MATERIAL HANDLER SCOPE OF WORK: DUTIES LIMITED TO preparation, wetting, stripping, removal, scrapping,
Page 1 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027242
vacuuming, bagging, and disposing of all insulation materials, whether they contain asbestos or not from mechanical system...........$ 18.72 9.95 ---------------------------------------------------------------- BOIL0197-001 01/01/2013
Rates Fringes
BOILERMAKER......................$ 31.10 23.72 ---------------------------------------------------------------- BRNY0003-002 07/01/2015
BINGHAMTON CHAPTER
Rates Fringes
BRICKLAYER BUILDING CONSTRUCTION, BROOME COUNTY Bricklayers, Cement Masons, Stone Masons, Pointers, Caulkers and Cleaners...................$ 29.18 17.60 Marble Masons, Tile Layers, and Terrazzo Workers....................$ 28.66 15.77 Marble, Tile and Terrazzo Finishers..................$ 25.67 13.86 HEAVY AND HIGHWAY CONSTRUCTION, BROOME & CHENANGO COUNTIES Cement Masons..............$ 29.87 17.79 ---------------------------------------------------------------- CARP0277-010 06/01/2015
Rates Fringes
CARPENTER (BUILDING CONSTRUCTION) BROOME COUNTY Carpenters, Carpet Layer, Drywall Applicator, Floor Coverer, Lather............$ 25.46 17.04 Millwrights................$ 23.06 14.22 CARPENTER (HEAVY & HIGHWAY CONSTRUCTION) BROOME COUNTY Carpenter..................$ 28.40 18.29 CHENANGO COUNTY Carpenter..................$ 28.40 20.45
FOOTNOTES:
a. Paid Holidays: Independence Day and Labor Day, provided the employee works his scheduled day before and his scheduled day after the holiday and is on the payroll in the payroll week in which the holiday falls.
Page 2 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 243
---------------------------------------------------------------- ELEC0043-003 06/01/2015
CHENANGO (Twps of Columbus, New Berlin & Sherburne):
Rates Fringes
ELECTRICIAN......................$ 35.00 22.27 ---------------------------------------------------------------- ELEC0325-002 06/01/2015
BROOME, CHENANGO (Entire County, except Columbus, New Berlin and Sherburne Townships)
Rates Fringes
CABLE SPLICER....................$ 36.00 24.75 ELECTRICIAN......................$ 31.75 24.75 ---------------------------------------------------------------- ELEC1249-003 05/04/2015
Rates Fringes
ELECTRICIAN (LINE CONSTRUCTION: LIGHTING AND TRAFFIC SIGNAL Including any and all Fiber Optic Cable necessary for Traffic Signal Systems, Traffic Monitoring systems and Road Weather information systems) Flagman.....................$ 24.62 7%+20.50 Groundman (Truck Driver)....$ 32.83 7%+20.50 Groundman Truck Driver (tractor trailer unit)......$ 34.88 7%+20.50 Lineman & Technician........$ 41.04 7%+20.50 Mechanic....................$ 32.83 7%+20.50
FOOTNOTE:
a. New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, plus President's Day, Good Friday, Decoration Day, Election Day for the President of the United States and Election Day for the Governor of the State of New York, provided the employee works the day before or the day after the holiday.
---------------------------------------------------------------- ELEC1249-004 05/04/2015
Rates Fringes
ELECTRICIAN (Line Construction) Overhead and underground distribution and maintenance work and all overhead and underground
Page 3 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027244
transmission line work including any and all fiber optic ground wire, fiber optic shield wire or any other like product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities : Flagman....................$ 28.14 7%+20.50 Groundman digging machine operator...................$ 42.21 7%+20.50 Groundman truck driver (tractor trailer unit).....$ 39.87 7%+20.50 Groundman Truck driver.....$ 37.52 7%+20.50 Lineman and Technician.....$ 46.90 7%+20.50 Mechanic...................$ 37.52 7%+20.50 Substation: Cable Splicer..............$ 51.59 7%+20.50 Flagman....................$ 28.14 7%+20.50 Ground man truck driver....$ 37.52 7%+20.50 Groundman digging machine operator...................$ 42.21 7%+20.50 Groundman truck driver (tractor trailer unit).....$ 39.87 7%+20.50 Lineman & Technician.......$ 46.90 7%+20.50 Mechanic...................$ 37.52 7%+20.50 Switching structures; railroad catenary installation and maintenance, third rail type underground fluid or gas filled transmission conduit and cable installations (including any and all fiber optic ground product by any other name manufactured for the dual purpose of ground fault protection and fiber optic capabilities), pipetype cable installation and maintenance jobs or projects, and maintenance bonding of rails; Pipetype cable installation Cable Splicer..............$ 53.02 7%+20.50 Flagman....................$ 28.92 7%+20.50 Groundman Digging Machine Operator...................$ 43.38 7%+20.50 Groundman Truck Driver (tractor-trailer unit).....$ 40.97 7%+20.50 Groundman Truck Driver.....$ 38.56 7%+20.50 Lineman & Technician.......$ 48.20 7%+20.50 Mechanic...................$ 38.56 7%+20.50
FOOTNOTE:
Page 4 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 245
a. PAID HOLIDAYS: New Year's Day, Presidents' Day, Memorial Day, Good Friday, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and Election Day for the President of the United States and Election Day for the Governor of New York State, provided the employee works two days before or two days after the holiday.
---------------------------------------------------------------- ELEC1249-008 01/01/2014
Rates Fringes
ELECTRICIAN (Line Construction) TELEPHONE, CATV FIBEROPTICS CABLE AND EQUIPMENT Cable splicer..............$ 29.12 3%+4.43 Groundman..................$ 12.98 3%+4.43 Installer Repairman- Teledata Lineman/Technician- Equipment Operator.........$ 27.64 3%+4.43 Tree Trimmer................$ 22.41 8.30+3%+a
a. New Year's Day, President's Day, Good Friday, Decoration Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, Day after Thanksgiving, Christmas Day.
---------------------------------------------------------------- ELEV0062-002 01/01/2015
Rates Fringes
Elevator Constructor Mechanics...................$ 42.03 28.385+a+b
FOOTNOTE: a.Vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourly rate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day.
---------------------------------------------------------------- ENGI0106-001 07/01/2015
HEAVY & HIGHWAY
Rates Fringes
Power equipment operators: GROUP 1.....................$ 38.91 24.40+a GROUP 2.....................$ 38.00 24.40+a GROUP 3.....................$ 35.43 24.40+a GROUP 4.....................$ 42.91 24.40+a GROUP 5.....................$ 41.91 24.40+a GROUP 6.....................$ 40.91 24.40+a GROUP 7.....................$ 40.52 24.40+a
Page 5 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027246
POWER EQUIPMENT OPERATOR CLASSIFICATIONS (HEAVY & HIGHWAY):
GROUP 1: Asphalt Curb Machine, Self Propelled, Slipform, Automated Concrete Spreader (CMI Type), Automatic Fine Grader, Backhoe (Except Tractor Mounted, Rubber Tired), Backhoe Excavator Full Swing (CAT 212 or similar type), Back Filling Machine, Belt Placer (CMI Type), Blacktop Plant (Automated), Boom truck , Cableway, Caisson Auger, Central Mix Concrete Plant (Automated), Concrete Curb Machine, Self Propelled, Slipform, Concrete Pump, Crane, Cherry Picker, Derricks (steel erection), Dragline, Overhead Crane (Gantry or Straddle type), Pile Driver, Truck Crane, Directional Drilling Machine, Dredge, Dual Drum Paver, Excavator (All Purpose Hydraulically Operated) (Gradall or Similar), Front End Loader ( 4 cu. yd. and Over), Head Tower (Sauerman or Equal), Hoist (Two or Three Drum), Holland Loader, Maintenance Engineer, Mine Hoist, Mucking Machine or Mole Pavement Breaker(SP) Wertgen; PB-4 and similar type, Power Grader, Profiler (over 105 H.P.) Quad 9, Quarry Master (or equivalent), Scraper, Fireman, Fork Lift, Form Tamper, Grout Pump, Gunite Machine, Hammers (Hydraulic self-propelled), Hydra-Spiker, ride-on, Hydraulic Pump (jacking system), Hydro-Blaster (Water), Mulching Machine, Oiler, Parapet Concrete or Pavement, Shovel, Side Boom, Slip Form Paver, Tractor Drawn, BeltType Loader, Truck or Trailer Mounted Log , Chipper (Self Feeder), Tug Operator (Manned Rented Equipment Excluded), Tunnel Shovel
GROUP 2: Asphalt Paver, Backhoe (Tractor Mounted, Rubber Tired), Bituminous Recycler Machine, Bituminous Spreader and Mixer, Blacktop Plant (NonAutomated), Blast or Rotary Drill (Truck or Tractor Mounted), Boring Machine, Cage Hoist, Central Mix Plant (NonAutomated) and All Concrete Batching Plants, Cherry Picker (5 tons capacity and under), Concrete Paver (Over 16S), Crawler Drill, Self-contained, Crusher, Diesel Power Unit, Drill Rigs, Tractor Mounted, Front End Loader (Under 4 cu. yd.), Greaseman/Lubrication Engineer, HiPressure Boiler (15 lbs. and over), Hoist (One Drum), Hydro-Axe, Kolman Plant Loader and Similar Type Loaders, L.C.M. Work Boat Operator, Locomotive Mixer (for stabilized base selfpropelled), Monorail Machine, Plant Engineer, Profiler (105 H.P. and under), Grinder, Post Hole Digger and Post Driver, Power Broom (towed), Power Heaterman, Power Sweeper, Revinius Widener, Roller (Grade and Fill), Scarifier, ride-on, Shell Winder, Skid steer loader (Bobcat or similar), Span-Saw, ride-on, Steam Cleaner, Pug Mill, Pump Crete Ready Mix Concrete Plant Refrigeration Equipment (for soil stabilization)Road Widener, Roller (all above subgrade), Sea Mule, Self-contained Ride-on Rock Drill, Excluding Air-Track Type Drill, Skidder, Tractor with Dozer and/or Pusher, Trencher. Tugger Hoist, Vermeer saw (ride on, any size or type), Winch, Winch Cat
GROUP 3: A Frame Winch Hoist on Truck , Articulated Heavy Hauler, Aggregate Plant, Asphalt or Concrete Grooving, Machine (ride on), Ballast Regulator, Ride-on Boiler (used in conjunction with production), Bituminous Heater,
Page 6 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 247
self-propelled, Boat (powered), Cement and Bin Operator, Compressors, Dust Collectors, Generators, Pumps, Welding Machines, Light Plants, Heaters (hands-off equipment), Concrete Pavement Spreader and Finisher, Concrete Paver or Mixer (16S and under), Concrete Saw (self-propelled), Conveyor, Deck Hand, Directional Drill Machine Locator, Drill, (Core), Drill, (Well,) Farm Tractor with accessories, Fine Grade Machine, Tamper, ride-on, Tie Extractor, ride-on, Tie Handler, ride-on, Tie Inserter, ride-on, Tie Spacer, ride-on, Tire Repair, Track Liner, ride-on, Tractor, Tractor (with towed accessories), Vibratory Compactor, Vibro Tamp, Well Point
GROUP 4: Tower Cranes
GROUP 5: Cranes 50 tons and over
GROUP 6: Cranes 49 tons and below
GROUP 7: Master Mechanic
FOOTNOTE:
a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Lincoln's Birthday, Washington's Birthday, Good Friday, Columbus Day, November Election Day and Veteran's Day
---------------------------------------------------------------- ENGI0106-006 07/01/2015
Rates Fringes
Power equipment operators: (BUILDING:) GROUP A(1)..................$ 37.26 23.70+a GROUP A.....................$ 35.07 23.70+a GROUP B.....................$ 34.65 23.70+a GROUP C.....................$ 32.53 23.70+a
Hazardous work- Anytime Operating Engineers are involved with Level C or above, $3.00 per hour over regular rate.
FOOTNOTE: a. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day.
POWER EQUIPMENT OPERATOR CLASSIFICATIONS (Building)
GROUP A(1): Crane, hydraulic cranes, tower crane, locomotive crane, piledriver, cableway, derricks, whirlies, dragline, boom trucks over 5 tons
GROUP A: Shovel, all excavators (including rubber tire, full swing), gradalls, power road grader all CMI equipment, front-end rubber tire loader, tractor-mounted drill (quarry master), mucking machine, concrete central mix plant, concrete pump, belcrete system, automated asphalt concrete
Page 7 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027248
plant, tractor road paver, boom trucks 5 tons and under, Maintenance Engineer, self contained crawler drill-hydraulic rock drill.
GROUP B: Backhoes (rubber tired backhoe/loader combination), bulldozer, pushcat, tractor, traxcavator, scraper, LeTourneau grader, form fine grader, road roller, blacktop roller, blacktop spreader, power brooms, sweepers, trenching machine, Barber Green loader, side booms, hydro hammer, concrete spreader, concrete finishing machine, one drum hoist, power hoisting (single drum), hoist two drum or more, three drum engine, power hoisting (two drum and over), two drum and swinging engine, three drum swinging engine, hod hoist, A-L frame winches, core and well drillers (one drum), post hole digger, model CHB VibroTamp or similar machine, batch bin and plant operator, dinkey locomotive, skid steer loader, track excavator 5/8 cu. yd. or smaller.
GROUP C: Fork lift, high lift, lull, oiler, fireman and heavy-duty greaser, boilers and steam generators, pump, vibrator, motor mixer, air compressor, dust collector, selding machine, well point, mechanical heater, generators, temporary light plants, concrete pumps, electric submersible pump 4" and over, murphy type disel generator, conveyor, elevators, concrete mixer and beltcrete power pack (belcrete system seeding and mulching machines pumps.
---------------------------------------------------------------- IRON0060-001 05/01/2015
BROOME; CHENANGO (Twps. of Afton, Bainbridge, Coventry, German, Greene, Gilford, McDonough, Norwich, Oxford, Preston, and Smithville):
Rates Fringes
Ironworkers: Structural, Ornamental, Reinforcing, Pre-cast Concrete Erector, Machinery Mover & Rigger, Fence Erector, Stone Derrickman, Welder, Sheeter, Sheeter Bucker-up..$ 28.70 23.05 ---------------------------------------------------------------- IRON0440-003 05/01/2015
CHENANGO (Twps. of Columbus, New Berlin, North Norwich, Plymouth, Sherburne and Smyrna):
Rates Fringes
Ironworkers: Structural, Ornamental, Rodmen, Reinforcement, Rigger, Machinery Mover, Fence Erector, Stone
Page 8 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 249
Derrickman..................$ 25.95 24.24 ---------------------------------------------------------------- LABO0017-003 07/01/2014
TWPS. OF COLUMBUS, SHERBURNE AND NEW BERLIN IN CHENANGO COUNTY
Rates Fringes
LABORER HEAVY and HIGHWAY GROUP 1....................$ 30.05 22.40 GROUP 2....................$ 34.55 22.40 GROUP 3....................$ 38.55 22.40 GROUP 4....................$ 42.45 22.40
FOOTNOTES: a. Paid Holidays: New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, Washington's Birthday, Election Day, Veterans Day provided the employee works one day in the calendar week during which the holiday occurs
HEAVY AND HIGHWAY CLASSIFICATIONS
GROUP 1: Flagperson, gateperson
GROUP 2: General Laborers, Chuck Tenders, Handling and Distributing of Drinking Water, Distributing all Tools and Supplies of Laborers, AFL-CIO Trades Tenders, Nipper, Powder Carrier, Magazine Tender, Warehousemen, Concrete Men, Vibrator Men, Mason Tender, Mortar Men, Spraying, Brushing and Covering of Concrete for Curing and Preservative Purposes, Traffic Striper, Scaffold Builder, Concrete Curb and Sidewalk Form Setters, permanent traffic striping and reflective devices, placing and maintenance of all flares, cones, lights, signs, barricades, traffic patterns, and all temporary reflective type materials for traffic control, custodial work, traffic directors, temporary heat or light tenders, tool room, dewatering pump men, pitman, dumpmen, snow removal and firewatch, asphalt man, joint setter, signal person, pipelayer, pipelining and relining, wellpoints, conduit and duct layer, wire puller, rip rap and dry stone layer, steel rod carrier core drill, rock splitter, Hilti gun, air or electric, jackhammer, bush hammer, pavement breaker, chipping hammer, wagon drill, air track, jib rig, joy drill, gunite and sand blasting, coal passer and other machine operators, power tool operator sprayer and nozzle man on mulching and seeding machine, all guard rail and fence, all seeding and sod laying, all landscape work, grade checker, all bridge work, walk behind self-propelled power saw grinder, groover or similar type machine, walk behind tamper and roller of all types, salvage, stripping, wrecking and dismantling laborer (including barman, cutting torch and burner man), sheeting and shoring coming under laborers jurisdiction, bit grinder, operator of form pin puller and drivers, sandblasting joint and jet sealer, filling and wiring baskets for gabion walls, permanent sign man, median barrier, sta-wall or similar type product, chain saw operator, railroad track laborer, waterproofer,
Page 9 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027250
pre-stressed and pre-cast concrete brick, block and stone pavers, power tools used to perform work usually done by laborers, power buggy and pumpcrete operator, fireproof, plaster and acoustic pump, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous materials abatement when protective clothing and equipment is not required, power brush cutter, retention liners, artificial turf, retaining walls, walk behind surface planer, welding related to laborers work, remote controlled equipment normally operated by laborers, all technician work including but not limited to stitching, seaming, heat welding, fireproof sprayer, mortar mixer, concrete finisher, form setter for concrete curbs and flatwork, gunite nozzle man, stone cutters, granite stone layer, manhole, catch basin or inlet installing, laser men, ground man on milling machine
GROUP 3: Ingersoll Rand heavy duty crawler master type HCMZ, any drill using 4" or larger bit, asbestos, toxic, bio-remediation, phyto-remediation, lead or hazardous material abatement when protective clothing and equipment is required, all working foremen including grade, pipe, concrete, clearing, blacktop drill, paving and blaster etc., hydraulic drill or similar, forklift for masonry only, blaster and asphalt screedman
GROUP 4: Asbestos, toxic, lead or hazardous material abatement foreman
---------------------------------------------------------------- LABO0785-012 07/01/2014
BROOME; CHENANGO (Remainder of Counties):
Rates Fringes
LABORER LABORER HEAVY AND HIGHWAY: GROUP 1....................$ 25.96 17.05 GROUP 2....................$ 26.16 17.05 GROUP 3....................$ 26.36 17.05 GROUP 4....................$ 26.56 17.05 GROUP 5....................$ 27.96 17.05
LABORER CLASSFICATIONS
GROUP 1: Laborers, flaggers, outboard and hand boats
GROUP 2: Bull float, chain saw, concrete aggregate, bin concrete bootman, gin buggy, hand or machine vibrator, jackhammer, mason tender, mortar mixer, pavement breaker, handlers of all steel mesh, small generators for laborers' tools, installation of bridge drainage pipe, pipelayers, vibrator type rollers, tamper, drill doctor tail or screw operator on asphalt paver, water pump operator (1 1\2' and single diaphragm), nozzle (asphalt gunnite, seeding and sandblasting), laborers on chain link fence erection, rock splitter and power unit, pusher type concrete saw and all other gas, electric, oil and air tool operators, wrecking laborers
Page 10 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 251
GROUP 3: All rock or drilling machine operators (except quarry master and similar type), acetylene torch operators and asphalt paver, powderman
GROUP 4: Blasters, form setters, stone or granite curb setters
GROUP 5: Asbestos and hazardous waste removal
---------------------------------------------------------------- LABO0785-013 07/01/2012
BROOME (Remainder of County)
Rates Fringes
LABORER LABORERS BUILDING: GROUP 1....................$ 20.50 14.35 GROUP 2....................$ 21.50 14.35 GROUP 3....................$ 22.00 14.35
LABORERS CLASSIFICATION:
GROUP 1: Common laborers
GROUP 2: Masonry forklifts, bob cats, rock drilling equipment and blasters
GROUP 3: Asbestos and hazardous waste removal
---------------------------------------------------------------- * PAIN0004-056 05/01/2015
Rates Fringes
Painters: Bridges.....................$ 38.00 24.00 Epoxy-Brush & Roller........$ 24.95 17.03 Painters and Tapers.........$ 24.70 17.03 Spray Epoxy.................$ 25.95 17.03 Spray Work/Steeple Jack (over 100 ft)...............$ 25.70 17.03 Structural Steel (buildings) Spray Work......$ 25.20 17.03 Swing Scaffold, Boatswain Chair, Spray, Sandblasting, Steam Cleaning, Acid and High Pressure Water, Paperhangers, Vinyl Hangers, Power Grinders w/respirator................$ 25.20 17.03 ---------------------------------------------------------------- * PAIN0677-003 05/01/2015
Rates Fringes
GLAZIER..........................$ 23.85 15.99
Page 11 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027252
---------------------------------------------------------------- PLUM0112-010 05/01/2014
BROOME COUNTY Townships of Lisle, Triangle, Barker, Nanticoke, Newark Valley, Owego, Maine, Union, Vestal, Kirkwood, Conklin, Chenango, Fenton, Colesville, Windsor and Stanford
CHENANGO COUNTY Townships of Linklaen, Otselic, Smyrna, Sherburne, Columbus, Pitcher, Pharsalia, Plymouth, North Norwich, New Berlin, German, McDonough, Preston, Norwich, Smithville, Oxford, Guilford
Rates Fringes
PLUMBER/PIPEFITTER Southern Zone...............$ 31.63 22.74 ---------------------------------------------------------------- ROOF0203-001 06/01/2011
Rates Fringes
ROOFER...........................$ 23.12 12.72 ---------------------------------------------------------------- SFNY0669-001 04/01/2015
Rates Fringes
SPRINKLER FITTER.................$ 31.66 23.02 ---------------------------------------------------------------- SHEE0058-002 05/01/2012
CHENANGO COUNTY:
Rates Fringes
SHEET METAL WORKER, Includes HVAC Duct Installation Projects over $10 million...$ 27.94 17.19 SHEETMETAL WORKER (HVAC Duct Installation Only) Projects with sheetmetal work contracts totalling $10 million or less.........$ 26.94 17.19 ---------------------------------------------------------------- SHEE0112-003 01/01/2013
BROOME COUNTY
Rates Fringes
Sheet Metal Worker...............$ 27.60 15.26 ---------------------------------------------------------------- TEAM0693-001 07/01/2012
Rates Fringes
Truck drivers: HEAVY & HIGHWAY GROUP 1....................$ 21.92 16.99+a
Page 12 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 253
GROUP 2....................$ 21.92 16.99+a GROUP 3....................$ 21.92 16.99+a GROUP 4....................$ 22.12 16.99+a GROUP 5....................$ 22.12 16.99+a
FOOTNOTES: a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, provided the employee works the day before and the day after the holidays.
TRUCK DRIVERS HEAVY & HIGHWAY CLASSIFICATIONS:
GROUP 1: Pickups; panel trucks; flatboy material trucks (straight jobs); single-axle dump trucks; dumpsters; receivers; greasers; truck tiremen
GROUP 2: Tandems; batch trucks mechanics
GROUP 3: Semi-trailers; low-boy trucks; asphalt distributors trucks; agitator; mixer trucks and dumpcrete type vehicles; truck mechanic; fuel truck
GROUP 4: Specialized earth moving equipment - euclid type or similar off-highway equipment, where not self loaded; straddle (ross) carrier; self contained concrete unit
GROUP 5: Off-highway tandem back-dump; twin engine equipment and double hitched equipment where not self loaded
----------------------------------------------------------------
WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental.
================================================================
Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)).
----------------------------------------------------------------
The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate).
Union Rate Identifiers
A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or
Page 13 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027254
"UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014.
Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate.
Survey Rate Identifiers
Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier.
Survey wage rates are not updated and remain in effect until a new survey is conducted.
Union Average Rate Identifiers
Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier.
A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based.
----------------------------------------------------------------
WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can
Page 14 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027 255
be:
* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed.
With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210
The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION
Page 15 of 15
9/15/2015http://www.wdol.gov/wdol/scafiles/davisbacon/ny4.dvb
D263027256
SPECIAL NOTE STATE PREVAILING WAGE RATES
04025 Page 1 of 1 EB 06-035 L 01/06/11 9/15/11
The New York State Department of Labor (NYSDOL) has issued a project-specific prevailing wage rate schedule for this Contract. The New York State Labor Law requires the Contractor and all subcontractors to ensure that all workers employed in the performance of a public work contract are paid not less than the prevailing wage rate and supplemental (fringe) benefits in the locality where the work is performed. The project-specific prevailing wage rate schedule, together with all updates and amendments, is incorporated by reference in this Contract, and made a part hereof, as though fully set forth herein. The schedule may be accessed by visiting the NYSDOL website, navigating to the appropriate web page for prevailing wages, and entering the Prevailing Rate Case Number (PRC#). The PRC# is found on NYSDOL Form PW-200, the following page in this Contract Proposal. The project-specific prevailing wage rate schedule and all wage rate amendments are annexed electronically through the following link:
www.labor.ny.gov It is the obligation of the Contractor and all subcontractors to obtain all updated prevailing wage rate schedules and to pay all workers in accordance with the periodic wage rate schedule updates issued by the NYSDOL. Any changes or clarifications of labor classifications, and information on the applicability of particular prevailing wage rates, must be obtained from the Office of the Director of the Bureau of Public Work at the New York State Department of Labor.
D263027 257
PREVAILING WAGE SCHEDULE FOR ARTICLE 8 PUBLIC WORK PROJECT Attached is the current schedule(s) of the prevailing wage rates and prevailing hourlysupplements for the project referenced above. A unique Prevailing Wage Case Number(PRC#) has been assigned to the schedule(s) for your project. The schedule is effective from July 2015 through June 2016. All updates, corrections, postedon the 1st business day of each month, and future copies of the annual determination areavailable on the Department's website www.labor.state.ny.us. Updated PDF copies ofyour schedule can be accessed by entering your assigned PRC# at the proper location onthe website. It is the responsibility of the contracting agency or its agent to annex and make part, theattached schedule, to the specifications for this project, when it is advertised for bids and /orto forward said schedules to the successful bidder(s), immediately upon receipt, in order toinsure the proper payment of wages. Please refer to the "General Provisions of Laws Covering Workers on Public WorkContracts" provided with this schedule, for the specific details relating to otherresponsibilities of the Department of Jurisdiction. Upon completion or cancellation of this project, enter the required information and mail ORfax this form to the office shown at the bottom of this notice, OR fill out the electronicversion via the NYSDOL website.
NOTICE OF COMPLETION / CANCELLATION OF PROJECT
Date Completed: Date Cancelled:
Name & Title of Representative:
Phone: (518) 457-5589 Fax: (518) 485-1870 W. Averell Harriman State Office Campus, Bldg. 12, Room 130, Albany, NY 12240
www.labor.state.ny.us. PW 200 [email protected]
Andrew M. Cuomo, Governor Mario J. Musolino, Acting, Commissioner
NYSDOT FRANK SALVAGGIO, DQAB PS&E UNITNYSDOTPOD 2350 WOLF ROADALBANY NY 12232
Schedule Year 2015 through 2016Date Requested 08/28/2015PRC# 2015009082
Location BROOME COUNTYProject ID# D263027Project Type I81 GATEWAY REST AREA SEWER IMPROVEMENTS - PLUMBING CONTRACT. PIN 9500.9P
D263027258
General Provisions of Laws Covering Workers on Article 8 Public Work Contracts Introduction The Labor Law requires public work contractors and subcontractors to pay laborers, workers, or mechanics employed inthe performance of a public work contract not less than the prevailing rate of wage and supplements (fringe benefits) in thelocality where the work is performed. Responsibilities of the Department of Jurisdiction A Department of Jurisdiction (Contracting Agency) includes a state department, agency, board or commission: a county,city, town or village; a school district, board of education or board of cooperative educational services; a sewer, water, fire,improvement and other district corporation; a public benefit corporation; and a public authority awarding a public workcontract. The Department of Jurisdiction (Contracting Agency) awarding a public work contract MUST obtain a Prevailing RateSchedule listing the hourly rates of wages and supplements due the workers to be employed on a public work project.This schedule may be obtained by completing and forwarding a "Request for wage and Supplement Information" form (PW39) to the Bureau of Public Work. The Prevailing Rate Schedule MUST be included in the specifications for the contract tobe awarded and is deemed part of the public work contract. Upon the awarding of the contract, the law requires that the Department of Jurisdiction (Contracting Agency) furnish thefollowing information to the Bureau: the name and address of the contractor, the date the contract was let and theapproximate dollar value of the contract. To facilitate compliance with this provision of the Labor Law, a copy of theDepartment's "Notice of Contract Award" form (PW 16) is provided with the original Prevailing Rate Schedule. The Department of Jurisdiction (Contracting Agency) is required to notify the Bureau of the completion or cancellation ofany public work project. The Department's PW 200 form is provided for that purpose. Both the PW 16 and PW 200 forms are available for completion online. Hours No laborer, worker, or mechanic in the employ of a contractor or subcontractor engaged in the performance of any publicwork project shall be permitted to work more than eight hours in any day or more than five days in any week, except incases of extraordinary emergency. The contractor and the Department of Jurisdiction (Contracting Agency) may apply tothe Bureau of Public Work for a dispensation permitting workers to work additional hours or days per week on a particularpublic work project. There are very few exceptions to this rule. Complete information regarding these exceptions is available on the "4 Day /10 Hour Work Schedule" form (PW 30R). Wages and Supplements The wages and supplements to be paid and/or provided to laborers, workers, and mechanics employed on a public workproject shall be not less than those listed in the current Prevailing Rate Schedule for the locality where the work isperformed. If a prime contractor on a public work project has not been provided with a Prevailing Rate Schedule, thecontractor must notify the Department of Jurisdiction (Contracting Agency) who in turn must request an original PrevailingRate Schedule form the Bureau of Public Work. Requests may be submitted by: mail to NYSDOL, Bureau of Public Work,State Office Bldg. Campus, Bldg. 12, Rm. 130, Albany, NY 12240; Fax to Bureau of Public Work (518) 485-1870; orelectronically at the NYSDOL website www.labor.state.ny.us. Upon receiving the original schedule, the Department of Jurisdiction (Contracting Agency) is REQUIRED to providecomplete copies to all prime contractors who in turn MUST, by law, provide copies of all applicable county schedules toeach subcontractor and obtain from each subcontractor, an affidavit certifying such schedules were received. If the originalschedule expired, the contractor may obtain a copy of the new annual determination from the NYSDOL websitewww.labor.state.ny.us. The Commissioner of Labor makes an annual determination of the prevailing rates. This determination is in effect fromJuly 1st through June 30th of the following year. The annual determination is available on the NYSDOL websitewww.labor.state.ny.us. Payrolls and Payroll Records Every contractor and subcontractor MUST keep original payrolls or transcripts subscribed and affirmed as true underpenalty of perjury. Payrolls must be maintained for at least three (3) years from the project's date of completion. At aminimum, payrolls must show the following information for each person employed on a public work project: Name,Address, Last 4 Digits of Social Security Number, Classification(s) in which the worker was employed, Hourly wage rate(s)paid, Supplements paid or provided, and Daily and weekly number of hours worked in each classification.
D263027 259
Every contractor and subcontractor shall submit to the Department of Jurisdiction (Contracting Agency), within thirty (30)days after issuance of its first payroll and every thirty (30) days thereafter, a transcript of the original payrolls, subscribedand affirmed as true under penalty of perjury. The Department of Jurisdiction (Contracting Agency) shall collect, reviewfor facial validity, and maintain such payrolls. In addition, the Commissioner of Labor may require contractors to furnish, with ten (10) days of a request, payroll recordssworn to as their validity and accuracy for public work and private work. Payroll records include, by are not limited to timecards, work description sheets, proof that supplements were provided, cancelled payroll checks and payrolls. Failure toprovide the requested information within the allotted ten (10) days will result in the withholding of up to 25% of thecontract, not to exceed $100,000.00. If the contractor or subcontractor does not maintain a place of business in New YorkState and the amount of the contract exceeds $25,000.00, payroll records and certifications must be kept on the projectworksite. The prime contractor is responsible for any underpayments of prevailing wages or supplements by any subcontractor. All contractors or their subcontractors shall provide to their subcontractors a copy of the Prevailing Rate Schedulespecified in the public work contract as well as any subsequently issued schedules. A failure to provide these schedulesby a contractor or subcontractor is a violation of Article 8, Section 220-a of the Labor Law. All subcontractors engaged by a public work project contractor or its subcontractor, upon receipt of the original scheduleand any subsequently issued schedules, shall provide to such contractor a verified statement attesting that thesubcontractor has received the Prevailing Rate Schedule and will pay or provide the applicable rates of wages andsupplements specified therein. (See NYS Labor Laws, Article 8 . Section 220-a). Determination of Prevailing Wage and Supplement Rate Updates Applicable to All Counties The wages and supplements contained in the annual determination become effective July 1st whether or not the newdetermination has been received by a given contractor. Care should be taken to review the rates for obvious errors. Anycorrections should be brought to the Department's attention immediately. It is the responsibility of the public workcontractor to use the proper rates. If there is a question on the proper classification to be used, please call the districtoffice located nearest the project. Any errors in the annual determination will be corrected and posted to the NYSDOLwebsite on the first business day of each month. Contractors are responsible for paying these updated rates as well,retroactive to July 1st. When you review the schedule for a particular occupation, your attention should be directed to the dates above thecolumn of rates. These are the dates for which a given set of rates is effective. To the extent possible, the Departmentposts rates in its possession that cover periods of time beyond the July 1st to June 30th time frame covered by aparticular annual determination. Rates that extend beyond that instant time period are informational ONLY and may beupdated in future annual determinations that actually cover the then appropriate July 1st to June 30th time period. Withholding of Payments When a complaint is filed with the Commissioner of Labor alleging the failure of a contractor or subcontractor to pay orprovide the prevailing wages or supplements, or when the Commissioner of Labor believes that unpaid wages orsupplements may be due, payments on the public work contract shall be withheld from the prime contractor in a sufficientamount to satisfy the alleged unpaid wages and supplements, including interest and civil penalty, pending a finaldetermination. When the Bureau of Public Work finds that a contractor or subcontractor on a public work project failed to pay or providethe requisite prevailing wages or supplements, the Bureau is authorized by Sections 220-b and 235.2 of the Labor Law toso notify the financial officer of the Department of Jurisdiction (Contracting Agency) that awarded the public work contract.Such officer MUST then withhold or cause to be withheld from any payment due the prime contractor on account of suchcontract the amount indicated by the Bureau as sufficient to satisfy the unpaid wages and supplements, including interestand any civil penalty that may be assessed by the Commissioner of Labor. The withholding continues until there is a finaldetermination of the underpayment by the Commissioner of Labor or by the court in the event a legal proceeding isinstituted for review of the determination of the Commissioner of Labor. The Department of Jurisdiction (Contracting Agency) shall comply with this order of the Commissioner of Labor or of thecourt with respect to the release of the funds so withheld. Summary of Notice Posting Requirements The current Prevailing Rate Schedule must be posted in a prominent and accessible place on the site of the public workproject. The prevailing wage schedule must be encased in, or constructed of, materials capable of withstanding adverseweather conditions and be titled "PREVAILING RATE OF WAGES" in letters no smaller than two (2) inches by two (2)inches. The "Public Work Project" notice must be posted at the beginning of the performance of every public work contract, oneach job site.
D263027260
Every employer providing workers. compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers. Compensation Board in a conspicuous place on the jobsite. Every employer subject to the NYS Human Rights Law must conspicuously post at its offices, places of employment, oremployment training centers, notices furnished by the State Division of Human Rights. Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the NYS Department of Labor. Apprentices Employees cannot be paid apprentice rates unless they are individually registered in a program registered with the NYSCommissioner of Labor. The allowable ratio of apprentices to journeyworkers in any craft classification can be no greaterthan the statewide building trade ratios promulgated by the Department of Labor and included with the Prevailing RateSchedule. An employee listed on a payroll as an apprentice who is not registered as above or is performing work outsidethe classification of work for which the apprentice is indentured, must be paid the prevailing journeyworker's wage rate forthe classification of work the employee is actually performing. NYSDOL Labor Law, Article 8, Section 220-3, require that only apprentices individually registered with the NYSDepartment of Labor may be paid apprenticeship rates on a public work project. No other Federal or State Agency ofoffice registers apprentices in New York State. Persons wishing to verify the apprentice registration of any person must do so in writing by mail, to the NYSDOL Office ofEmployability Development / Apprenticeship Training, State Office Bldg. Campus, Bldg. 12, Albany, NY 12240 or by Faxto NYSDOL Apprenticeship Training (518) 457-7154. All requests for verification must include the name and socialsecurity number of the person for whom the information is requested. The only conclusive proof of individual apprentice registration is written verification from the NYSDOL ApprenticeshipTraining Albany Central office. Neither Federal nor State Apprenticeship Training offices outside of Albany can provideconclusive registration information. It should be noted that the existence of a registered apprenticeship program is not conclusive proof that any person isregistered in that program. Furthermore, the existence or possession of wallet cards, identification cards, or copies ofstate forms is not conclusive proof of the registration of any person as an apprentice. Interest and Penalties In the event that an underpayment of wages and/or supplements is found:
- Interest shall be assessed at the rate then in effect as prescribed by the Superintendent of Banks pursuant tosection 14-a of the Banking Law, per annum from the date of underpayment to the date restitution is made.
- A Civil Penalty may also be assessed, not to exceed 25% of the total of wages, supplements, and interest due.
Debarment Any contractor or subcontractor and/or its successor shall be ineligible to submit a bid on or be awarded any public workcontract or subcontract with any state, municipal corporation or public body for a period of five (5) years when:
- Two (2) willful determinations have been rendered against that contractor or subcontractor and/or its successorwithin any consecutive six (6) year period.
- There is any willful determination that involves the falsification of payroll records or the kickback of wages orsupplements.
Criminal Sanctions Willful violations of the Prevailing Wage Law (Article 8 of the Labor Law) may be a felony punishable by fine orimprisonment of up to 15 years, or both. Discrimination No employee or applicant for employment may be discriminated against on account of age, race, creed, color, nationalorigin, sex, disability or marital status. No contractor, subcontractor nor any person acting on its behalf, shall by reason of race, creed, color, disability, sex ornational origin discriminate against any citizen of the State of New York who is qualified and available to perform the workto which the employment relates (NYS Labor Law, Article 8, Section 220-e(a)). No contractor, subcontractor, nor any person acting on its behalf, shall in any manner, discriminate against or intimidateany employee on account of race, creed, color, disability, sex, or national origin (NYS Labor Law, Article 8, Section 220-e(b) ).
D263027 261
The Human Rights Law also prohibits discrimination in employment because of age, marital status, or religion. There may be deducted from the amount payable to the contractor under the contract a penalty of $50.00 for eachcalendar day during which such person was discriminated against or intimidated in violation of the provision of the contract (NYS Labor Law, Article 8, Section 220-e(c) ). The contract may be cancelled or terminated by the State or municipality. All monies due or to become due thereundermay be forfeited for a second or any subsequent violation of the terms or conditions of the anti-discrimination sections ofthe contract (NYS Labor Law, Article 8, Section 220-e(d) ). Every employer subject to the New York State Human Rights Law must conspicuously post at its offices, places ofemployment, or employment training centers notices furnished by the State Division of Human Rights. Workers' Compensation In accordance with Section 142 of the State Finance Law, the contractor shall maintain coverage during the life of thecontract for the benefit of such employees as required by the provisions of the New York State Workers' CompensationLaw. A contractor who is awarded a public work contract must provide proof of workers' compensation coverage prior to beingallowed to begin work. The insurance policy must be issued by a company authorized to provide workers' compensation coverage in New YorkState. Proof of coverage must be on form C-105.2 (Certificate of Workers' Compensation Insurance) and must name thisagency as a certificate holder. If New York State coverage is added to an existing out-of-state policy, it can only be added to a policy from a companyauthorized to write workers' compensation coverage in this state. The coverage must be listed under item 3A of theinformation page. The contractor must maintain proof that subcontractors doing work covered under this contract secured and maintained aworkers' compensation policy for all employees working in New York State. Every employer providing worker's compensation insurance and disability benefits must post notices of such coverage inthe format prescribed by the Workers' Compensation Board in a conspicuous place on the jobsite. Unemployment Insurance Employers liable for contributions under the Unemployment Insurance Law must conspicuously post on the jobsite noticesfurnished by the New York State Department of Labor.
D263027262
Introduction to the Prevailing Rate Schedule
Information About Prevailing Rate Schedule This information is provided to assist you in the interpretation of particular requirements for each classification of worker contained in theattached Schedule of Prevailing Rates.
Classification It is the duty of the Commissioner of Labor to make the proper classification of workers taking into account whether the work is heavy andhighway, building, sewer and water, tunnel work, or residential, and to make a determination of wages and supplements to be paid orprovided. It is the responsibility of the public work contractor to use the proper rate. If there is a question on the proper classification to beused, please call the district office located nearest the project. District office locations and phone numbers are listed below. Prevailing Wage Schedules are issued separately for "General Construction Projects" and "Residential Construction Projects" on a county-by-county basis. General Construction Rates apply to projects such as: Buildings, Heavy & Highway, and Tunnel and Water & Sewer rates. Residential Construction Rates generally apply to construction, reconstruction, repair, alteration, or demolition of one family, two family, rowhousing, or rental type units intended for residential use. Some rates listed in the Residential Construction Rate Schedule have a very limited applicability listed along with the rate. Rates foroccupations or locations not shown on the residential schedule must be obtained from the General Construction Rate Schedule. Pleasecontact the local Bureau of Public Work office before using Residential Rate Schedules, to ensure that the project meets the required criteria.
Paid Holidays Paid Holidays are days for which an eligible employee receives a regular day's pay, but is not required to perform work. If an employeeworks on a day listed as a paid holiday, this remuneration is in addition to payment of the required prevailing rate for the work actuallyperformed.
Overtime At a minimum, all work performed on a public work project in excess of eight hours in any one day or more than five days in any workweek isovertime. However, the specific overtime requirements for each trade or occupation on a public work project may differ. Specific overtimerequirements for each trade or occupation are contained in the prevailing rate schedules. Overtime holiday pay is the premium pay that is required for work performed on specified holidays. It is only required where the employeeactually performs work on such holidays. The applicable holidays are listed under HOLIDAYS: OVERTIME. The required rate of pay for these covered holidays can be found in theOVERTIME PAY section listings for each classification.
Supplemental Benefits Particular attention should be given to the supplemental benefit requirements. In most cases the payment or provision of supplements is foreach hour worked (noted in the schedule as 'Per hour worked'). Some classifications require the payment or provision of supplements foreach hour paid (noted in the schedule as 'Per hour paid'), which require supplements to be paid or provided at a premium rate for premiumhours worked. Some classifications may also require the payment or provision of supplements for paid holidays on which no work isperformed.
Effective Dates When you review the schedule for a particular occupation, your attention should be directed to the dates above the column of rates. Theseare the dates for which a given set of rates is effective. The rate listed is valid until the next effective rate change or until the new annualdetermination which takes effect on July 1 of each year. All contractors and subcontractors are required to pay the current prevailing ratesof wages and supplements. If you have any questions please contact the Bureau of Public Work or visit the New York State Department ofLabor website (www.labor.state.ny.us) for current wage rate information.
Apprentice Training Ratios The following are the allowable ratios of registered Apprentices to Journey-workers. For example, the ratio 1:1,1:3 indicates the allowable initial ratio is one Apprentice to one Journeyworker. The Journeyworker must be inplace on the project before an Apprentice is allowed. Then three additional Journeyworkers are needed before a second Apprentice isallowed. The last ratio repeats indefinitely. Therefore, three more Journeyworkers must be present before a third Apprentice can be hired,and so on. Please call Apprentice Training Central Office at (518) 457-6820 if you have any questions.
Title (Trade) Ratio
Boilermaker (Construction) 1:1,1:4
Boilermaker (Shop) 1:1,1:3
Carpenter (Bldg.,H&H, Pile Driver/Dockbuilder) 1:1,1:4
Carpenter (Residential) 1:1,1:3
Page 29
Prevailing Wage Rates for 07/01/2015 - 06/30/2016 Published by the New York State Department of LaborLast Published on Aug 01 2015 PRC Number 2015009082
D263027 263
Electrical (Outside) Lineman 1:1,1:2
Electrician (Inside) 1:1,1:3
Elevator/Escalator Construction & Modernizer 1:1,1:2
Glazier 1:1,1:3
Insulation & Asbestos Worker 1:1,1:3
Iron Worker 1:1,1:4
Laborer 1:1,1:3
Mason 1:1,1:4
Millwright 1:1,1:4
Op Engineer 1:1,1:5
Painter 1:1,1:3
Plumber & Steamfitter 1:1,1:3
Roofer 1:1,1:2
Sheet Metal Worker 1:1,1:3
Sprinkler Fitter 1:1,1:2
If you have any questions concerning the attached schedule or would like additional information, please contact the nearest BUREAU ofPUBLIC WORK District Office or write to:
New York State Department of Labor Bureau of Public Work State Office Campus, Bldg. 12 Albany, NY 12240
District Office Locations: Telephone # FAX #
Bureau of Public Work - Albany 518-457-2744 518-485-0240
Bureau of Public Work - Binghamton 607-721-8005 607-721-8004
Bureau of Public Work - Buffalo 716-847-7159 716-847-7650
Bureau of Public Work - Garden City 516-228-3915 516-794-3518
Bureau of Public Work - Newburgh 845-568-5287 845-568-5332
Bureau of Public Work - New York City 212-932-2419 212-775-3579
Bureau of Public Work - Patchogue 631-687-4882 631-687-4902
Bureau of Public Work - Rochester 585-258-4505 585-258-4708
Bureau of Public Work - Syracuse 315-428-4056 315-428-4671
Bureau of Public Work - Utica 315-793-2314 315-793-2514
Bureau of Public Work - White Plains 914-997-9507 914-997-9523
Bureau of Public Work - Central Office 518-457-5589 518-485-1870
Page 30
Prevailing Wage Rates for 07/01/2015 - 06/30/2016 Published by the New York State Department of LaborLast Published on Aug 01 2015 PRC Number 2015009082
D263027264
04200 Per DQAB L05/07/09 Page 1 of 1
ESTIMATE OF QUANTITIES NOTE: This form was developed for repetitive use throughout all contract proposals and may identify items not applicable to this specific project.
D263027 265
PAGE: 1 DATE: 09/21/2015 QUANTITY SHEET SUMMARY FOR PROPOSAL
CONTRACT ID: D263027 PROJECT(S): 95009P
CONTRACTOR :________________________________________________________________ ============================================================================================ SEC ITEM NUM NUMBER DESCRIPTION UNIT QUANTITY ============================================================================================ 0001 690.02000105 SPECIALTY WORK (PLUMBING AND GAS) LS 1.000 ============================================================================================ 0001 697.03 FIELD CHANGE PAYMENT DC 32000.000 ============================================================================================ 0001 699.040001 MOBILIZATION LS 1.000 ============================================================================================
D263027266