O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Contract No. FDC-013-100445.4 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES HARRISBURG, PENNSYLVANIA BID DOCUMENTS HVAC FOR DISTRICT OFFICE AND PIPE REPAIR ELK STATE FOREST SHIPPEN TOWNSHIP CAMERON COUNTY, PENNSYLVANIA CONTRACT NO. FDC-013-100445.4 D BI DESIGN PROFESSIONALS BUREAU OF FACILITY DESIGN AND CONSTRUCTION RACHEL CARSON STATE OFFICE BUILDING 400 MARKET STREET HARRISBURG, PENNSYLVANIA ISSUED: April 16, 2014 BID OPENING: May 13, 2014 2:00 p.m., Local Time Contract No. FDC-013-100445.4 TABLE OF CONTENTS Page Number Title COVER i to ii O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D TABLE OF CONTENTS BID INSTRUCTIONS BI-1 to BI-5 BID FORM BF-1 to BF-10 GENERAL CONDITIONS GC-1 LIST OF DRAWINGS LD-1 SPECIAL REQUIREMENTS No. SR-1 to SR-13 Title Page Number 1. Definitions SR-1 2. Qualification of Bidders SR-1 3. Nondiscrimination/Sexual Harassment Clause SR-1 to SR-2 4. Contractor Integrity Provisions SR-3 to SR-7 5. Certified Minority and Women Business Utilization 6. Assignments and Subcontracts SR-7 SR-7 to SR-8 7. Notice to Proceed SR-8 8. Surety Bonds SR-8 to SR-9 9. Pennsylvania Electronic Payment Program SR-9 10. Payment Only In Accordance With Contract SR-10 SR-10 to SR-11 12. Permits SR-11 to SR-13 BI 11. Right-To-Know Law D PREVAILING MINIMUM WAGE PREDETERMINATION i PMW-1 to PMW-22 Contract No. FDC-013-100445.4 TECHNICAL SPECIFICATIONS Title DIVISION DIVISION 1 GENERAL REQUIREMENTS Page Number Section 01100 SUMMARY OF WORK 01100-1 01100-7 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Section 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 01340-1 01340-4 Section 01400 QUALITY REQUIREMENTS 01400-1 01400-4 Section 01620 STORAGE AND PROTECTION 01620-1 01620-2 Section 01705 MOBILIZATION AND DEMOBILIZATION 01705-1 01705-2 Section 01780 CLOSEOUT SUBMITTALS 01780-1 01780-5 Section 01820 DEMONSTATION AND TRAINING 01820-1 01820-4 DIVISION 7 THERMAL AND MOISTURE PROTECTION Section 07840 FIRE STOPPING 07840-1 07840-3 Section 07900 JOINT SEALERS 07900-1 07900-4 16050-1 16050-2 16060-1 16060-4 Section 16070 HANGERS AND SUPPORTS 16070-1 16070-2 Section 16075 ELECTRICAL IDENTIFICATION 16075-1 16075-7 Section 16123 BUILDING WIRE AND CABLE 16123-1 16123-10 Section 16131 CONDUIT 16131-1 16131-11 Section 16138 BOXES 16138-1 16138-3 Section 16145 LIGHTING CONTROL DEVICES 16145-1 16145-7 Section 16155 EQUIPMENT WIRING 16155-1 16155-3 Section 16411 ENCLOSED CIRCUIT BREAKERS 16411-1 16411-6 16412-1 16412-5 Section 16443 PANEL BOARDS 16443-1 16443-6 Section 16491 16491-1 16491-3 DIVISION 16 ELECTRICAL CONSTRUCTION Section 16050 MINOR ELECTRICAL DEMOLITION Section 16060 GROUNDING AND BONDING FOR BI ELECTRICAL SYSTEMS D Section 16412 ENCLOSED SWITCHES FUSES END OF TABLE OF CONTENTS ii Contract No. FDC-013-100445.4 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES HARRISBURG, PENNSYLVANIA BID INSTRUCTIONS Sealed bids for HVAC for District Office and Pipe Repair, Elk State Forest, Shippen Township, Cameron County, Pennsylvania, Contract No. FDC-013-100445.4, will be received by the Department of Conservation and Natural Resources, Office of Chief Counsel, 7th Floor, Rachel Carson State Office Building, 400 Market Street, Harrisburg, Pennsylvania 17101-2301, until 2:00 p.m., Local Time, May 13, 2014, at which time the said proposals will be publicly opened and read at the same location. 2. Bids must be submitted in envelopes furnished by the Department, and the envelopes must be sealed. 3. Bid Documents may be obtained by telephone requests to 717-787-5055 or over the counter sales in the Construction Management Section, 8th Floor, Rachel Carson State Office Building, 400 Market Street, Harrisburg, Pennsylvania. The cost of these documents is Eight Dollars ($8.00) per CD and payment shall be by American Express, Discover, MasterCard or Visa Credit Cards only. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. NOTE: Bid Documents need not be returned and payment will not be refunded. Bid Documents may be reviewed free of charge during normal working hours, (8:00 a.m. to 4:00 p.m.) in the Department of Conservation and Natural Resources, Division of Field Engineering, 8th Floor, Rachel Carson State Office Building, 400 Market Street, Harrisburg, Pennsylvania, or at the, Office of Parks and Forestry, Sizerville State Park, 199 E. Cowley Run Road, Emporium, Pennsylvania. 5. Work included under this contract consists of providing electrical power to new HVAC equipment, adding breakers to electrical panel, and minor electrical demolition. 6. The Commonwealth reserves the right to reject any and all bids and to waive any informalities, defects or irregularities in the bids. 7. The right is reserved, as the interests of the Commonwealth may require, to revise or amend the Bid Documents prior to the date set for opening of bids. Such revisions will be announced by Addenda to the Bid Documents. Copies of all such Addenda issued will be sent to all parties receiving copies of the Bid Documents and must be submitted with bid. D BI 4. 8. The Commonwealth of Pennsylvania is an “Equal Opportunity Employer” and requires conformance with all state and federal laws prohibiting discrimination in hiring or employment opportunities. No contract will be awarded to a bidder who has been debarred from bidding because of failure to comply with the Nondiscrimination Clause included in the General Conditions. BI-1 Contract No. FDC-013-100445.4 9. SMALL BUSINESS CERTIFICATION AND SMALL DIVERSE BUSINESS MPLS: Responsive bidders must hold a current small business certification from PA Department of General Services (DGS) Failure to meet this requirement may be cause for rejection. Enter the DGS Small Business Certificate Number on bid form signature page where indicated. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D SMALL DIVERSE BUSINESS MPLS: Small Diverse Business MPLs are not required for this contract. 10. INTERPRETATIONS TO BIDDERS: Any explanation desired by prospective bidders regarding the meaning or interpretation of the drawings and specifications must be requested in writing in sufficient time to allow for a reply to reach them before the submission of bids. Oral explanation or instructions given before the award of the contract will not be binding. Any official interpretation made will be in the form of an addendum to the specifications or drawings and will be furnished to all bidders and its receipt by the bidder shall be acknowledged. The Contractor shall direct any questions regarding the technical specifications and/or the drawings to Kathleen Rhoten, P.E. at 717-705-5350. All other questions shall be directed to the Construction Management Section at 717-787-5055. SITE CONDITIONS: Prospective Bidders should visit the site to ascertain pertinent local conditions readily determined by inspection and inquiry, such as the location, accessibility and general character of the site, labor conditions, the character and extent of existing work within or adjacent thereto, and any other work being performed thereon. 12. QUALIFICATIONS OF BIDDERS: Before a bid is considered for award, the bidder may be requested by the Department to submit a statement of facts in detail as to his previous experience in performing similar or comparable work, and of his business and technical organization, financial resources, and equipment available for performing the contemplated work. (Also see Item No. 24, “CONTRACT COMPLIANCE”.) 13. BID GUARANTY: All bids must be accompanied by a certified check or cashier’s check drawn to the order of the Commonwealth of Pennsylvania (or a Bid Bond on the Department’s Bid Bond Form, executed by the Bidder and a Surety Company) of at least ten percent (10%) of the total bid price as a guaranty. Where security is required, failure to submit the guaranty with the bid may be cause for rejection. The bidder shall furnish security of the type specified in the Bid Form. In case security is in the form of a certified check or cashier’s check, the Department may make such disposition of the same as will accomplish the purpose for which submitted. Checks may be held uncollected at the bidder’s risk. Checks or bid bonds furnished as security by unsuccessful bidders will be returned as soon as practicable after the opening and/or award. D BI 11. 14. PREPARATION OF BIDS: (a) Bids shall be submitted on the Bid Form furnished, and must be manually signed. If erasures or other changes appear on the forms, each such Erasure or Change must be initialed by the person signing the bid. The bidder should retain the Bid Document Booklet which contains the bidder’s copy of the Bid Form. BI-2 Contract No. FDC-013-100445.4 The Bid Form will provide space for quotation of a price, or prices, for one or more items which may be lump sum bids or unit prices, resulting in a bid on a unit or a schedule of construction, or a combination thereof. Where required on the Bid Form, bidders must quote on all items and they are advised that failure to do so may disqualify the bid. When quotations on all schedules or alternates are not required, bidders should insert the words “no bid” in the space provided for any item on which no quotation is made. Alternate bids will not be considered unless specified in the Bid Form. Telegraphic bids will not be considered. Modification by telegraph of bids already submitted will be considered if received prior to the time of opening fixed in the Invitation for Bids. Telegraphic modification shall not reveal the amount of the original or revised total bid. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D (b) 15. SUBMISSION OF BIDS: Bids must be submitted as directed on the Bid Form. A copy of all Addenda may be required to be signed and attached to the Bid Form. If your bid has been delivered prior to receiving an Addendum, telegraphic notification of revision of bid or notification of receipt of the Addendum will be acceptable. 16. RECEIPT AND OPENING OF BIDS: (a) Bids will be submitted prior to the time fixed in the Invitation for Bids and Bid Form. Late bids will not be considered. (b) No responsibility will attach to any employee of the Department for the premature opening of, or the failure to open, a bid not properly addressed and identified or for any reason whatsoever. (c) Bidders are advised that all mailed bids are processed through a central processing location for the Commonwealth. Bidders are advised to allow sufficient time for the bids to arrive at the Issuing Office. It is suggested that bids be delivered through an overnight delivery service so that the time and date of delivery is recorded. This will ensure that a bid received at the central processing location prior to the bid opening time and date will be considered timely received. However, even if overnight delivery is used, Bidder is still responsible for ensuring that the bid is received at the time and location specified. Failure to ensure that bids are received on time will result in the bid being rejected as late and returned to the bidder unopened. D BI 17. 18. WITHDRAWAL OF BIDS: Bids may be withdrawn on written, telegraphic, or telephone facsimile request received from bidders prior to the time fixed for opening. After the bid opening, withdrawal of bids must conform to Sections 902(d) and 512(f) of the CPC; provided that a request to withdraw must be made in writing to the Department within two (2) business days after the opening of bids. Supporting evidence of right to withdraw must be submitted by the bidder to the Department within ten (10) business days after the bid opening. ATTENDANCE AT BID OPENING: All bids will be opened and publicly read at the time and place specified in the Invitation for Bids and Bid Form. Bidders or other interested parties may be present at the bid opening. BI-3 Contract No. FDC-013-100445.4 SUBMISSION OF MORE THAN ONE BID: If more than one bid is offered by any one party by or in the name of his or their clerk, partner, or other person, all such bids will be rejected. A party who has quoted prices to a bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work. 20. AWARD OF CONTRACT: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 19. (a) (b) The contract will be awarded as soon as practicable to the lowest responsible bidder, prices and other factors considered, provided his bid is reasonable and it is to the best interest of the Department to accept it. The Department reserves the right to waive any informality in bids received when such waiver is in the best interest of the Department. In case of error in the extension of prices, the unit price will govern. (c) The Department further reserves the right to make award for individual schedules or a combination of schedules when such a breakdown is indicated in the Bid Form. Unless such schedules are included in the Bid Form, only one contract will be awarded. (d) Standard Contract Forms are on file in the Division of Field Engineering, 8th Floor, Rachel Carson State Office Building, 400 Market Street, Harrisburg, Pennsylvania, and may be examined by interested contractors during regular office hours. REJECTION OF BIDS: The Department reserves the right to reject any and all bids when such rejection is in the best interest of the Department; to reject the bid of a bidder who has previously failed to perform properly or complete on time contracts of a similar nature; and to reject the bid of a bidder who is not, in the opinion of the Secretary, in a position to perform the contract. Bids in which the bid prices are obviously unbalanced may be rejected. This includes lump sum items such as Mobilization and Demobilization as well as unit price items. 22. CONTRACTS AND BONDSThe bidder to whom award is made shall, within ten (10) days after receipt of the documents, enter into a written contract with the Department and furnish satisfactory performance and payment bonds in the penal sum of One Hundred percent (100%) of the contract price for both the performance and payment bonds and a maintenance bond in the penal sum of Fifty percent (50%) of the contract price. Unless the contract is executed and bonds furnished within ten (10) days after receipt of the award letter and attached agreement, or if the bidder fails, refuses, or neglects to return executed contract and bonds as specified, the amount of the proposal guaranty shall be forfeited and retained in the Department as liquidated damages for such neglect, refusal or failure. The Department may then at its option award the contract to the next lowest bidder or re-advertise the work, to the best interest of the Department. BI 21. D 23. PUBLIC WORKS EMPLOYMENT VERIFICATION ACT The Public Works Employment Verification Act, 43 P.S. §§167.1-167.11, became effective on January 1, 2013. As a bidder on a public works contract, you are required to comply with Section 4 of the Act by submitting the Public Works Employment Verification Form as a condition to being awarded the contract. By completing the Form, you affirm that you have utilized the Federal E-Verify program to verify the employment eligibility of all new employees hired post January 1, 2013, and that you BI-4 Contract No. FDC-013-100445.4 will continue to comply with the provisions of the Act for all new hires throughout the duration of the Contract. The Public Works Employment Verification Form and a link to the U.S. Department of Homeland Security’s Employment Verification web site can be found on the Department of General Services’ Construction and Public Works web page at www.dgs.state.pa.us . CONTRACT COMPLIANCE: The Commonwealth of Pennsylvania is an “Equal Opportunity Employer” and requires conformance with all state and federal laws prohibiting discrimination in hiring or employment opportunities. No contract will be awarded to a bidder who has been debarred from bidding because of failure to comply with the Nondiscrimination Clause included in the General Conditions. Alfred Uzokwe, P.E. Director Bureau of Facility Design and Construction Department of Conservation and Natural Resources D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 24. ISSUED: April 16, 2014 BID OPENING: BI-5 May 13, 2014 2:00 p.m., Local Time Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES HARRISBURG, PENNSYLVANIA BID FORM HVAC FOR DISTRICT OFFICE AND PIPE REPAIR ELK STATE FOREST SHIPPEN TOWNSHIP CAMERON COUNTY, PENNSYLVANIA CONTRACT NO. FDC-013-100445.4 D BI Please Note: It is the intent of the Special Requirements to conform all solicitation and contract documents to the Act of May 15, 1998 (P.L. 358, No. 57), known as the Commonwealth Procurement Code (62 Pa. C.S. 101 et seq.) (“CPC”). To the extent that any requirement in any solicitation or contract document is prohibited under the CPC, the requirements of the CPC shall control. ISSUED: April 16, 2014 BID OPENING: BF-1 May 13, 2014 2:00 p.m., Local Time Contract No. FDC-013-100445.4 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES HARRISBURG, PENNSYLVANIA O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D BID FORM DEPOSIT AND OPENING OF BIDS Sealed bids must be deposited in the Department of Conservation and Natural Resources, Office of Chief Counsel, 7th Floor, Rachel Carson State Office Building, 400 Market Street, Harrisburg, Pennsylvania 17101-2301, before 2:00 p.m., Local Time, May 13, 2014, at which time the bids will be publicly opened and read at the same location. IMPORTANT - Be sure to show figures in ink, sign the Bid Form and attach, if required, as a proposal guaranty, a certified check, or cashier’s check, or a bid bond executed by the Bidder and a surety company. If a bid bond is used, it must be on the Department’s Bid Bond Form, a copy of which is included in the Bid Form, and executed by a corporate surety authorized to do business in Pennsylvania. PERSONAL CHECKS, PERSONAL MONEY ORDERS, OR POSTAL MONEY ORDERS ARE NOT ACCEPTABLE. Submit proposal in envelope furnished for that purpose. BID OF (NAME) (ADDRESS) To furnish all labor, equipment and materials, and to obtain all permits and licenses and to do and perform all work in a substantial and workmanlike manner, in accordance with the General Conditions for Construction, Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, dated 2005, including any supplements or revisions, the Special Requirements, and Technical Specifications enclosed herein and made a part hereof, and the Cover Sheet and Drawings E-001, E-101, E-601 titled: HVAC FOR DISTRICT OFFICE AND PIPE REPAIR ELK STATE FOREST SHIPPEN TOWNSHIP CAMERON COUNTY, PENNSYLVANIA D BI This bid must be filled in by the Bidder in ink or typewritten; the unit prices written in numerals and the extensions made by him. For the purpose of the evaluation of bids, arithmetic discrepancies will be resolved in the following manner. Decimal points which the Department determines, in its sole discretion, to be obviously misplaced will be corrected. In the case of discrepancy between the unit price and extended unit price, the unit price will govern. Apparent errors in extension of unit price will be corrected. Apparent errors in addition of lump-sum and extended prices will be corrected. The Department will proceed on the assumption that the bidder intends his bid to be evaluated on the basis of his unit prices, extensions and totals arrived at by resolution of arithmetic discrepancies as provided above and the bid will be so reflected on the abstract of bids. Any omission of lump sum and/or unit prices will be sufficient to cause rejection of a bid as informal. BF-2 Contract No. FDC-013-100445.4 The Department reserves the right to accept or reject any or all bids, and to waive any informalities, defects or irregularities in the bids. Award will be made to the lowest qualified bidder as determined by the Department. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D More than one bid on any project from an individual, a firm or partnership, a corporation, or an association under same or different names, will invalidate all bids from such bidders. The right is reserved, as the interests of the Commonwealth may require, to revise or amend the Bid Documents prior to the date set for opening of bids. Such revisions will be announced by Addenda to the Bid Documents. Copies of all Addenda issued will be sent to all parties receiving copies of the Bid Documents. It may be required to have a copy of all Addenda signed and attached to the Bid Form. The Addenda are effective upon receipt and evidence of delivery may also be established by use of the postal receipt for certified mail. If your bid has been delivered prior to receiving an Addendum, telegraphic notification of revisions of bid or notification of receipt of Addendum will be acceptable. Be certain your bid guaranty, if required, is adequate. D BI The Commonwealth of Pennsylvania is an “Equal Opportunity Employer” and requires conformance with all state and federal laws prohibiting discrimination in hiring or employment opportunities. No contract will be awarded to a bidder who has been debarred from bidding because of failure to comply with the Nondiscrimination Clause included in the General Conditions. BF-3 Contract No. FDC-013-100445.4 To the Secretary Department of Conservation and Natural Resources Rachel Carson State Office Building 400 Market Street Harrisburg, Pennsylvania O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D In accordance with the advertisement of the Department of Conservation and Natural Resources inviting bids for HVAC for District Office and Pipe Repair, Elk State Forest, Shippen Township, Cameron County, Pennsylvania, Contract No. FDC-013-100445, and in conformity with the Drawings and Specifications on file in the office of the Department of Conservation and Natural Resources, the Bidder hereby certifies that the Bidder is the only person(s) interested in this bid as a principal(s); that it is made without collusion with any person, firm, or corporation; that an examination has been made of the Drawings, General Conditions for Construction, Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, dated 2005, including any supplements or revisions, and the Special Requirements and Technical Specifications enclosed herein and made a part hereof, and all Addenda issued prior to the time set for opening of bids; that the Bidder has had sufficient time to examine the site of the work; that the Bidder has had sufficient time to investigate and is satisfied as to the condition which will be encountered and has based his bid on the Bidder’s own independent examination and investigation; that the Bidder proposes to furnish all necessary labor, material, equipment, tools, machines, and other means of construction necessary to perform all work under the contract at the lump sum prices bid; that the Bidder understands that the work under this contract is subject to change; such change to be compensated for in accordance with the Contract Documents.; that the Bidder understands that the quantities of work, as shown herein, are approximate only and are subject to increase or decrease, and further understands that all quantities of work, whether increased or decreased, are to be performed at the lump sum and unit prices bid in the following schedule of prices: SCHEDULE OF PRICES ITEM NO. DESCRIPTION ESTIMATED QUANTITY UNIT UNIT PRICE TOTAL Submittals and Shop Drawings JOB JOB LUMP SUM $ ______ 2. Mobilization and Demobilization JOB JOB LUMP SUM $ ______ 3. Storage and Protection JOB JOB LUMP SUM $ ______ Electrical Demolition JOB JOB LUMP SUM $ ______ Electrical Construction JOB JOB LUMP SUM $ ______ BI 1. D 4. 5. TOTAL AMOUNT OF BID: BF-4 $ Contract No. FDC-013-100445.4 NOTE: Be certain to execute the signature page, BF-8 Bid results are available online after 3:30 p.m. on bid opening date (www.dcnr.state.pa.us/facdes/fdc_BidResults.aspx). O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D It is further proposed to execute the Contract, including the bonds, in accordance with the requirements of the General Conditions, to begin work within ten (10) days after receipt of Notice to Proceed, and to complete the work within one hundred-eighty (180) calendar days after the official starting date. The tenth day after receipt of Notice to Proceed shall be the official starting date unless the ten (10) day period is extended in writing by the Secretary. It is understood that if the work is not completed within the time above specified or such extension thereof, as shall be granted in accordance with the General Conditions, the Contractor shall pay the Commonwealth of Pennsylvania as liquidated damages and not as a penalty for non-completion of work, the amount of Seven Hundred-Fifty Dollars ($750) per day for each and every calendar day thereafter until the work shall be completed and accepted. The apparent low bidder may be requested to provide information concerning his experience, equipment, and fiscal capability to perform construction similar to that covered by his bid. Responsive bidders must hold a current small business certification from PA Department of General Services (DGS) D BI FAILURE TO MEET THIS REQUIREMENT MAY BE CAUSE FOR REJECTION. ENTER DGS SMALL BUSINESS CERTIFICATE NUMBER ON BID FORM SIGNATURE PAGE WHERE INDICATED. BF-5 Contract No. FDC-013-100445.4 ANTI-COLLUSION AFFIDAVIT Project Name and Location: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D HVAC for District Office and Pipe Repair Elk State Forest Shippen Township Cameron County, Pennsylvania Contract No. FDC-013-100445.4 State of County of The undersigned deponent deposes and says that he is the ___________________________ of the ________________________________________________________________ company; that he is authorized to make this affidavit on behalf of said company and that the said company has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. (Contractor) By (Signature) (Typed/Printed Name) D BI Sworn to and subscribed before me the undersigned notary public this ____________ day of _______________________, 20_______. (Notary Public) My Commission expires BF-6 Contract No. FDC-013-100445.4 RECIPROCAL LIMITATIONS ACT BIDDER’S CERTIFICATION AS TO CONSTRUCTION CONTRACTS (To Be Enclosed As Part Of Sealed Bid) A. To determine if the bidder is a Pennsylvania “resident bidder” under the Act, the bidder hereby certifies that: It _____ is (check one) is not authorized to transact business in Pennsylvania O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D (1) _____ (2) (3) and did have (check one) . _____ did not have a bonafide establishment for transacting business within Pennsylvania, at which it was transacting business on the issue/mailing date shown in these Bid Documents and The address of bidder’s bonafide establishment for transacting business within Pennsylvania, at which it was transacting business on the issue/mailing date shown in these Bid Documents, is as follows: It _____ PENNSYLVANIA ADDRESS B. In determining whether the bidder is a nonresident bidder from a state that gives or requires a preference to bidders from that state, the bidder’s address, given in these Bid Documents, shall be used by the Department. If that address is incorrect, or if no address is given, please provide the correct address in the space below: CORRECT ADDRESS (Bidder) By (Signature) BI (Typed/Printed Name) D (Title) (Bidder: Complete all information requested on this page and return it as part of your sealed bid.) BF-7 Contract No. FDC-013-100445.4 SIGNATURES When Bidder is an Individual:* Signature Bidder Printed Name Business Telephone No. Business Address O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Business FAX No. Federal Tax I.D. No. DGS Small Business Certification No. PA Vendor No. *If operating under a fictitious name, the name has (has not) been registered to carry on business in Pennsylvania. When Bidder is a Partnership:* Bidder Business Address Business Telephone No. By:** Business FAX No. Signature Printed Name Business Address Signature Printed Name Business Address Federal Tax I.D. No. DGS Small Business Certification No. PA Vendor No. *If operating under a fictitious name, the name has (has not) been registered to carry on business in Pennsylvania. **Signature required of one partner, list names and addresses of all others. When Bidder is a Corporation:* Bidder Business Address Business Telephone No. Business FAX No. Attest: By: BI Signature Signature (Corporate Seal) (Corporate Secretary) (President) Printed Name D Printed Name (Vice President) Business Address Business Address Federal Tax I.D. No. DGS Small Business Certification No. PA Vendor No. *The __________________________________________________________________is a corporation organized and existing under the laws of _______________________________________, and has (has not) been registered to carry on business in Pennsylvania. BF-8 Contract No. FDC-013-100445.4 COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES BID BOND (Please Complete All Blanks) KNOW ALL MEN BY THESE PRESENTS, that we, O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D (Name and Address) (hereinafter called the “Principal”) as Principal and (Name and Address) a corporation duly organized under the laws of the State of (hereinafter called the “Surety”) as Surety, are held and firmly bound unto The Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, Harrisburg, Pennsylvania (hereinafter called the “Obligee”), in the sum of Dollars ($ ________________________________________________) for the payment of which sum, well and truly to be made, we, the said Principal and the said Surety, bind ourselves, our heirs, administrators, successors, and assigns, jointly and severally, firmly by these presents. Signed and sealed with our seals this _______ day of ____________________________, 20_____. WHEREAS the Principal has submitted a bid upon Contract No. for NOW, THEREFORE, the condition of this obligation is such that if the Principal shall not withdraw its bid prior to the expiration of the award period after the opening of the bids and shall comply with all requirements set forth in the Bid Documents; and if the said contract be awarded to the Principal, the Principal shall, within such time as may be specified, enter into the contract, and, if specified, give bonds, with surety acceptable to the Obligee, covering the faithful performance of the said contract, payment of claims for labor, material, and equipment rental, and the remedy of defective workmanship or material for one year after the date of completion, all of which shall be supplied on the forms as specified by said Obligee, or if the Principal shall fail to do so, pay to the Obligee the lesser of the following amounts: 1) the amount of this bond as hereinabove set forth, or 2) the difference between (a) the amount specified in the Principal’s bid and (b) such larger amount, being the sum of the amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, plus, if the work is resubmitted for bidding, the costs of printing the new contract document, required advertising, and printing and mailing notices to prospective bidders in connection with the resubmission, then this obligation shall be void; otherwise to remain in full force and effect. WITNESS (OR ATTEST IF A CORPORATION) PRINCIPAL Signed By Printed Name Printed Name Printed Title Printed Title D BI Signed By ATTEST SURETY Signed By Signed By Printed Name Printed Name Printed Title Printed Title Note to Surety: Please attach appropriate Power-of-Attorney/Authorizing Document. Note to Bidder: Bid Bond information must be completed on form provided. BF-9 . Contract No. FDC-013-100445.4 COMMONWEALTH OF PENNSYLVANIA O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PUBLIC WORKS EMPLOYMENT VERIFICATION FORM Date Business or Organization Name (Employer) ________________________________________________ Address ____________________________________________________________________________ City _____________________________________ State _____________ Zip Code _______________ □ Contractor □ Subcontactor (check one) Contracting Public Body _______________________________________________________________ Contract/Project No ___________________________________________________________________ Project Description ___________________________________________________________________ Project Location _____________________________________________________________________ As a contractor/subcontractor for the above referenced public works contract, I hereby affirm that as of the above date, our company is in compliance with the Public Works Employment Verification Act ('the Act') through utilization of the federal E-Verify Program (EVP) operated by the United States Department of Homeland Security. To the best of my/our knowledge, all employees hired post January 1, 2013 are authorized to work in the United States. It is also agreed to that all public works contractors/subcontractors will utilize the federal EVP to verify the employment eligibility of each new hire within five (5) business days of the employee start date throughout the duration of the public works contract. Documentation confirming the use of the BI federal EVP upon each new hire shall be maintained in the event of an investigation or audit. I, ________________________ , authorized representative of the company above, attest that the D information contained in this verification form is true and correct and understand that the submission of false or misleading information in connection with the above verification shall be subject to sanctions provided by law. Authorized Representative Signature BF-10 Contract No. FDC-013-100445.4 GENERAL CONDITIONS O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D INCLUDED IN THESE BID DOCUMENTS, BY REFERENCE, IS THE GENERAL CONDITIONS FOR CONSTRUCTION, DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES, COMMONWEALTH OF PENNSYLVANIA, DATED 2005, WHICH IS NOT ENCLOSED. THE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS, PUBLICATION 408, DATED 2011, WHICH MAY BE REFERENCED IN THE TECHNICAL SPECIFICATIONS IS ALSO NOT ENCLOSED. IF THE BIDDER DOES NOT HAVE A COPY OR DESIRES ADDITIONAL COPIES OF THE GENERAL CONDITIONS FOR CONSTRUCTION, THEY MAY BE OBTAINED BY ACCESSING THE DEPARTMENT’S WEB SITE AT www.dcnr.state.pa.us/facdes/. IF THE BIDDER DESIRES A COPY OF THE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION PUBLICATION, IT MAY BE PURCHASED FROM DEPARTMENT OF TRANSPORTATION, BUREAU OF PUBLICATION AND SALES, 17120, 5TH FLOOR, 400 NORTH STREET, HARRISBURG, PA TELEPHONE 717-787-6746. D BI SPECIAL NOTE: THE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS, PUBLICATION 408, DATED 2011, SECTION 100, GENERAL PROVISIONS, SECTIONS 101 THRU 112, AND APPENDIX B AND C ARE NOT INCLUDED IN THE CONTRACT UNLESS OTHERWISE SPECIFICALLY REFERENCED IN THE BID DOCUMENTS AND/OR THE TECHNICAL SPECIFICATIONS. WHEN THERE ARE ANY CONFLICTS BETWEEN THE TECHNICAL SPECIFICATIONS 408/2011 OF THE PENNSYLVANIA DEPARTMENT OF TRANSPORTATION AND THE GENERAL CONDITIONS FOR CONSTRUCTION, COMMONWEALTH OF PENNSYLVANIA, DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES, DATED 2005, THE GENERAL CONDITIONS FOR CONSTRUCTION, COMMONWEALTH OF PENNSYLVANIA, DEPARTMENT OF CONSERVATION AND NATURAL RESOURCES, DATED 2005 SHALL GOVERN. GC-1 Contract No. FDC-013-100445.4 Included in these Bid Documents, by reference, are the following Drawings: LIST OF DRAWINGS Title G-001 COVER SHEET E-001 ELECTRICAL DIAGRAMS, SYMBOLS, AND LEGEND E-101 ELECTRICAL POWER PLAN E-601 ELECTRICAL PANEL SCHEDULES M-001 HVAC LEGEND AND SYMBOLS M-101 HVAC FLOOR PLAN M-102 HVAC ROOF PLAN M-103 HVAC PIPING FLOOR PLAN M-401 ENLARGED MECHANICAL ROOM FLOOR PLANS AND SECTION M-501 MECHANICAL DETAILS M-502 MECHANICAL DETAILS M-601 HVAC CONTROL DIAGRAMS M-602 HVAC SEQUENCE OF OPERATIONS M-603 VAV BOX SEQUENCE OF OPERATIONS AND CONTROL DIAGRAM M-604 EQUIPMENT SCHEDULES M-605 EQUIPMENT SCHEDULES M-606 HVAC CONTROL DIAGRAMS M-607 HEATING HOT WATER DIAGRAM AND SEQUENCE OF OPERATIONS M-608 HVAC SEQUENCE OF OPERATIONS FOR AHU-2/CU-2 M-701 HVAC DEMOLITION FLOOR PLAN D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Drawing No. LD-1 Contract No. FDC-013-100445.4 SPECIAL REQUIREMENTS O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D The following Special Requirements supplement and/or revise the General Conditions for Construction, Commonwealth of Pennsylvania, Department of Conservation and Natural Resources, dated 2005, hereinafter referred to as the “General Conditions.” Any provisions of these sections of the General Conditions which are not altered by the Drawings or by these Special Requirements or by any subsequently issued Addendum shall apply to the contract even though the Contractor’s attention is not specifically drawn to such provisions. It is the intent of these Special Requirements to conform all solicitation and contract documents to the Act of May 15, 1998 (P.L. 358, No. 57), known as the Commonwealth Procurement Code (62 Pa. C.S. 101 et seq.) (“CPC”). To the extent that any requirement in any solicitation or contract document is prohibited under the CPC, the requirements of the CPC shall control. SPECIAL REQUIREMENT NO. 1 - DEFINITIONS Automated Clearing House (ACH) Network. A highly reliable and efficient nationwide batch-oriented electronic funds transfer system governed by the NACHA Operating Rules which provide for the Interbank clearing of electronic payments for participating depository financial institutions. The Federal Reserve and Electronic Payments Network act as ACH Operators, central clearing facilities through which financial institutions transmit or receive ACH entries. Under this process, a payment is transferred electronically from a commonwealth bank account to a payee-designated bank account. ACH Payments. Electronic remittance to Individuals or entities that are made electronically within the banking system; eliminate the need to print and mail a check; ensure that a payee receives payment by a specific date; provide an efficient, cost effective, and payee-friendly means of making payments; are environmentally friendly through the reduced use of paper, postage, office supplies, processing time, and storage space; and provide payees with an option to receive electronic addenda. SPECIAL REQUIREMENT NO. 2 - QUALIFICATION OF BIDDERS SMALL BUSINESS CERTIFICATION – If indicated as required in the Bid Instructions; Responsive bidders must hold a current small business certification from PA Department of General Services (DGS) SPECIAL REQUIREMENT NO. 3 - NONDISCRIMINATION/SEXUAL HARASSMENT CLAUSE BI During the term of the Contract, The Contractor agrees as follows: In the hiring of any employee(s) for the manufacture of supplies, performance of work, or any other activity required under the contract or any subcontract, the Contractor, each subcontractor, or any person acting on behalf of the Contractor or subcontractor shall not, by reason of gender, race, creed, or color, discriminate against any citizen of this Commonwealth who is qualified and available to perform the work to which the employment relates. B. Neither the Contractor nor any subcontractor nor any person on their behalf shall in any manner discriminate against or intimidate any employee involved in the manufacture of D A. SR-1 Contract No. FDC-013-100445.4 supplies, the performance of work, or any other activity required under the contract on account of gender, race, creed, or color. The Contractor and each subcontractor shall establish and maintain a written sexual harassment policy and shall inform their employees of the policy. The policy must contain a notice that sexual harassment will not be tolerated and employees who practice it will be disciplined. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. D. The Contractor and each subcontractor shall not discriminate by reason of gender, race, creed, or color against any subcontractor or supplier who is qualified to perform the work to which the contracts relates. E. The Contractor and each subcontractor shall, within the time periods requested by the Commonwealth, furnish all necessary employment documents and records and permit access to their books, records, and accounts by the Department and the Bureau of Small Business Opportunities (BSBO), for purpose of ascertaining compliance with provisions of this Nondiscrimination/Sexual Harassment Clause. Within fifteen (15) days after award of any contract, the Contractor shall be required to complete, sign and submit Form STD-21, the “Initial Contract Compliance Data” form. The Contractor also shall be required to complete, sign and submit Form STD-28, the “Monthly Contract Compliance Report for Construction Contractors”, each month no later than the 15th of the month following the reporting period beginning with the initial job conference and continuing through the completion of the project. Those Contractors who have fewer than five employees or whose employees are all from the same family or who have completed the Form STD-21 within the past 12 months may, within the 15 days, request an exemption from the Form STD-21 submission requirement from the Department. The Bureau of Small Business Opportunities (BSBO) is available for technical assistance to all bidders submitting proposals for this contract. D BI Contact the Bureau of Small Business Opportunities at 717/787-7380. correspondence to: Bureau of Small Business Opportunities 611 North Office Building Harrisburg, Pennsylvania 17125 Address F. The Contractor shall include the provisions of this Nondiscrimination/Sexual Harassment Clause in every subcontract so that those provisions applicable to subcontractors will be binding upon each subcontractor. G. The Commonwealth may cancel or terminate the contract and all money due or to become due under the contract may be forfeited for a violation of the terms and conditions of this Nondiscrimination/Sexual Harassment Clause. In addition, the Commonwealth may proceed with debarment or suspension and may place the Contractor in the Contractor Responsibility File. SR-2 Contract No. FDC-013-100445.4 SPECIAL REQUIREMENT NO. 4 - CONTRACTOR INTEGRITY PROVISIONS A. Definitions. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. “Confidential information” means information that a) is not already in the public domain; b) is not available to the public upon request; c) is not or does not become generally known to Contractor from a third party without an obligation to maintain its confidentiality; d) has not become generally known to the public through a act or omission of Contractor; or e) has not been independently developed by Contractor without the use of confidential information of the Commonwealth. 2. “Consent” means written permission signed by a duly authorized officer or employee of the Commonwealth, provided that where the material facts have been disclosed, in writing, by pre-qualification, bid, proposal, or contractual terms, the Commonwealth shall be deemed to have consented by virtue of execution of this contract. 3. “Contractor” means the individual or entity that has entered into this contract with the Commonwealth, including those directors, officers, partners, managers, and owners having more than a five percent interest in Contractor. 4. “Financial interest” means: (a) Ownership of more than a five percent (5%) interest in any business; or (b) Holding a position as an officer, director, trustee, partner, employee, or holding any position of management. 5. “Gratuity” means tendering, giving or providing anything of more than nominal monetary value including, but not limited to, cash, travel, entertainment, gifts, meals, lodging, loans, subscriptions, advances, deposits of money, services, employment, or contracts of any kind. The exceptions set forth in the Governor’s Code of Conduct, Executive Order 1980-18, the 4 Pa. Code §7.153(b), shall apply. 6. “Immediate family” means a spouse and any unemancipated child. 7. “Non-bid basis” means a contract awarded or executed by the Commonwealth with Contractor without seeking bids or proposals from any other potential bidder or offeror. D BI 8. “Political contribution” means any payment, gift, subscription, assessment, contract, payment for services, dues, loan, forbearance, advance or deposit of money or any valuable thing, to a candidate for public office or to a political committee, including but not limited to a political action committee, made for the purpose of influencing any election in the Commonwealth of Pennsylvania or for paying debts incurred by or for a candidate or committee before or after any election. B. It is essential that those who seek to contract with the Commonwealth of Pennsylvania (“Commonwealth”) observe high standards of honesty and integrity. They must conduct themselves in a manner that fosters public confidence in the integrity of the Commonwealth procurement process. SR-3 Contract No. FDC-013-100445.4 C. In furtherance of this policy, Contractor agrees to the following: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. Contractor shall maintain the highest standards of honesty and integrity during the performance of this contract and shall take no action in violation of state or federal laws or regulations or any other applicable laws or regulations, or other requirements applicable to Contractor or that governs contracting with the Commonwealth. 2. Contractor shall establish and implement a written business integrity policy, which includes, at a minimum, the requirements of these provisions as they relate to Contractor employee activity with the Commonwealth and Commonwealth employees, and which is distributed and made known to all Contractor employees. 3. Contractor, its affiliates, agents and employees shall not influence, or attempt to influence, any Commonwealth employee to breach the standards of ethical conduct for Commonwealth employees set forth in the Public Official and Employees Ethics Act, 65 Pa.C.S. §§1101 et seq.; the State Adverse Interest Act, 71 P.S. §776.1 et seq.; and the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq., or to breach any other state or federal law or regulation. 4. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person at the direction or request of any Commonwealth official or employee. 5. Contractor, its affiliates, agents and employees shall not offer, give, or agree or promise to give any gratuity to a Commonwealth official or employee or to any other person, the acceptance of which would violate the Governor’s Code of Conduct, Executive Order 1980-18, 4 Pa. Code §7.151 et seq. or any statute, regulation, statement of policy, management directive or any other published standard of the Commonwealth. 6. Contractor, its affiliates, agents and employees shall not, directly or indirectly, offer, confer, or agree to confer any pecuniary benefit on anyone as consideration for the decision, opinion, recommendation, vote, other exercise of discretion, or violation of a known legal duty by any Commonwealth official or employee. D BI 7. Contractor, its affiliates, agents, employees, or anyone in privity with him or her shall not accept or agree to accept from any person, any gratuity in connection with the performance of work under the contract, except as provided in the contract. 8. Contractor shall not have a financial interest in any other contractor, subcontractor, or supplier providing services, labor, or material on this project, unless the financial interest is disclosed to the Commonwealth in writing and the Commonwealth consents to Contractor’s financial interest prior to Commonwealth execution of the contract. Contractor shall disclose the financial interest to the Commonwealth at the time of bid or proposal submission, or if no bids or proposals are solicited, no later than Contractor’s submission of the contract signed by Contractor. SR-4 Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 9. Contractor, its affiliates, agents and employees shall not disclose to others any information, documents, reports, data, or records provided to, or prepared by, Contractor under this contract without the prior written approval of the Commonwealth, except as required by the Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, or other applicable law or as otherwise provided in this contract. Any information, documents, reports, data, or records secured by Contractor from the Commonwealth or a third party in connection with the performance of this contract shall be kept confidential unless disclosure of such information is: a. Approved in writing by the Commonwealth prior to its disclosure; or b. Directed by a court or other tribunal of competent jurisdiction unless the contract requires prior Commonwealth approval; or c. Required for compliance with federal or state securities laws or the requirements of national securities exchanges; or d. Necessary for purposes of Contractor’s internal assessment and review; or e. Deemed necessary by Contractor in any action to enforce the provisions of this contract or to defend or prosecute claims by or against parties other than the Commonwealth; or f. Permitted by the valid authorization of a third party to whom the information, documents, reports, data, or records pertain: or g. Otherwise required by law. D BI 10. Contractor certifies that neither it nor any of its officers, directors, associates, partners, limited partners or individual owners has not been officially notified of, charged with, or convicted of any of the following and agrees to immediately notify the Commonwealth agency contracting officer in writing if and when it or any officer, director, associate, partner, limited partner or individual owner has been officially notified of, charged with, convicted of, or officially notified of a governmental determination of any of the following: a. Commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements or receiving stolen property. b. Commission of fraud or a criminal offense or other improper conduct or knowledge of, approval of or acquiescence in such activities by Contractor or any affiliate, officer, director, associate, partner, limited partner, individual owner, or employee or other individual or entity associated with: (1) obtaining; (2) attempting to obtain; or (3) performing a public contract or subcontract. Contractor’s acceptance of the benefits derived from the conduct shall be deemed evidence of such knowledge, approval or acquiescence. c. Violation of federal or state antitrust statutes. d. Violation of any federal or state law regulating campaign contributions. SR-5 Contract No. FDC-013-100445.4 e. Violation of any federal or state environmental law. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D f. Violation of any federal or state law regulating hours of labor, minimum wage standards or prevailing wage standards; discrimination in wages; or child labor violations. g. Violation of the Act of June 2, 1915 (P.L.736, No. 338), known as the Workers’ Compensation Act, 77 P.S. 1 et seq. h. Violation of any federal or state law prohibiting discrimination in employment. i. Debarment by any agency or department of the federal government or by any other state. j. Any other crime involving moral turpitude or business honesty or integrity. Contractor acknowledges that the Commonwealth may, in its sole discretion, terminate the contract for cause upon such notification or when the Commonwealth otherwise learns that Contractor has been officially notified, charged, or convicted. 11. If this contract was awarded to Contractor on a non-bid basis, Contractor must, (as required by Section 1641 of the Pennsylvania Election Code) file a report of political contributions with the Secretary of the Commonwealth on or before February 15 of the next calendar year. The report must include an itemized list of all political contributions known to Contractor by virtue of the knowledge possessed by every officer, director, associate, partner, limited partner, or individual owner that has been made by: a. Any officer, director, associate, partner, limited partner, individual owner or members of the immediate family when the contributions exceed an aggregate of one thousand dollars ($1,000) by any individual during the preceding year; or b. Any employee or members of his immediate family whose political contribution exceeded one thousand dollars ($1,000) during the preceding year. D BI To obtain a copy of the reporting form, Contractor shall contact the Bureau of Commissions, Elections and Legislation, Division of Campaign Finance and Lobbying Disclosure, Room 210, North Office Building, Harrisburg, PA 17120. 12. Contractor shall comply with requirements of the Lobbying Disclosure Act, 65 Pa.C.S. § 13A01 et seq., and the regulations promulgated pursuant to that law. Contractor employee activities prior to or outside of formal Commonwealth procurement communication protocol are considered lobbying and subjects the Contractor employees to the registration and reporting requirements of the law. Actions by outside lobbyists on Contractor’s behalf, no matter the procurement stage, are not exempt and must be reported. SR-6 Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 13. When Contractor has reason to believe that any breach of ethical standards as set forth in law, the Governor’s Code of Conduct, or in these provisions has occurred or may occur, including but not limited to contact by a Commonwealth officer or employee which, if acted upon, would violate such ethical standards, Contractor shall immediately notify the Commonwealth contracting officer or Commonwealth Inspector General in writing. 14. Contractor, by submission of its bid or proposal and/or execution of this contract and by the submission of any bills, invoices or requests for payment pursuant to the contract, certifies and represents that it has not violated any of these contractor integrity provisions in connection with the submission of the bid or proposal, during any contract negotiations or during the term of the contract. 15. Contractor shall cooperate with the Office of Inspector General in its investigation of any alleged Commonwealth employee breach of ethical standards and any alleged Contractor non-compliance with these provisions. Contractor agrees to make identified Contractor employees available for interviews at reasonable times and places. Contractor, upon the inquiry or request of the Office of Inspector General, shall provide, or if appropriate, make promptly available for inspection or copying, any information of any type or form deemed relevant by the Inspector General to Contractor's integrity and compliance with these provisions. Such information may include, but shall not be limited to, Contractor's business or financial records, documents or files of any type or form that refers to or concern this contract. 16. For violation of any of these Contractor Integrity Provisions, the Commonwealth may terminate this and any other contract with Contractor, claim liquidated damages in an amount equal to the value of anything received in breach of these provisions, claim damages for all additional costs and expenses incurred in obtaining another contractor to complete performance under this contract, and debar and suspend Contractor from doing business with the Commonwealth. These rights and remedies are cumulative, and the use or non-use of any one shall not preclude the use of all or any other. These rights and remedies are in addition to those the Commonwealth may have under law, statute, regulation, or otherwise. SPECIAL REQUIREMENT NO. 5 - CERTIFIED MINORITY AND WOMEN BUSINESS SMALL DIVERSE BUSINESS PARTICIPATION– Not applicable for this contract. D BI UTILIZATION SPECIAL REQUIREMENT NO. 6 - ASSIGNMENT AND SUBCONTRACTS The Contractor will be required to submit to the Department, the names of all of the Subcontracts and/or Suppliers in which the Contractor has a financial interest, and which will be utilized in the project. SR-7 Contract No. FDC-013-100445.4 The Contractor will be required to submit to the Department, copies of all subcontracts for work to be performed on the project prior to commencement of any work by the subcontractor. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D The Contractor shall also submit a copy of every subcontract with a Small Diverse Business to the Department of General Service’s Bureau of Small Business Opportunities. 611 North Office Building, Harrisburg, Pennsylvania, 17125. For every purchase order with a Small Diverse Business Supplier or Manufacturer, the Contractor shall submit to the Department, a copy of the purchase order to the Department. Any purchase order for a Nonstocking Supplier must include the fee or commission paid to the Nonstocking Supplier. The Contractor shall identify to the Department, all work to be subcontracted, and all material and/or equipment that will be supplied by a Small Business Supplier or Manufacture on a separate line item on a Contract Breakdown Sheet. SPECIAL REQUIREMENT NO. 7 - NOTICE TO PROCEED Subsection 3.8: Delete in its entirety and substitute: Within Ninety (90) days of the bid opening or in the case of a delayed award as described in paragraph 3.1, 30 days of the date that the contract is awarded, the Contract shall be executed by the Department and the successful Bidder, and the Department will issue a Notice to Proceed unless the time shall be extended by the mutual written consent of the Department and the successful Bidder. D BI SPECIAL REQUIREMENT NO. 8 - SURETY BONDS The Bidder to whom the Contract is awarded will be required to execute a “Performance Bond”, covering satisfactory performance of the work contracted, in the sum of One Hundred Percent (100%) of the amount of the Contract; a “Material and Labor Payment Bond” covering the prompt payment in full for materials, utility services rendered, and all equipment furnished and/or labor supplied or performed, in the prosecution of the work, also in the sum of One Hundred Percent (100%) of the amount of the Contract; and a “Maintenance Bond” in the sum of Fifty Percent (50%) of the Contract amount, conditioned for the Contractor’s remedy, without cost to the Department, of any defects which develop during the remedy guarantee period as outlined in Section 5.18, “Remedy Guarantee Period,” of these General Conditions. All bonds must be executed by a Corporate Surety authorized to do business in the Commonwealth. If the bonds are executed by a non-resident agent, they must be countersigned by a resident agent registered with the Pennsylvania Department of Insurance. The same Surety must execute all bonds and should the Surety upon such bonds become unsatisfactory to the Department, the Contractor must promptly furnish such additional security as may be required from time to time to protect the interests of the Department and of any individual, partnership, joint venture, corporations or other legal entity supplying materials, utility services, equipment, and/or labor in the prosecution of the work contemplated by the Contract. If the Contractor selects a surety company who must obtain reinsurance in another surety company, co-suretyship, etc., by deposit with it, in pledge of conveyance to it in trust for its SR-8 Contract No. FDC-013-100445.4 protection of property or by conveyance or mortgage for its protection, such reinsurance, cosuretyships, etc., will be reviewed by the Department and any costs associated with appraisals or evaluations of pledged assets shall be borne by the Contractor. The Department in its sole discretion will evaluate the reinsurance, co-suretyship, etc., to insure that the public is adequately protected under the Contract. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D In accordance with the Act of June 10, 1947 (P.L. 493), 8 P.S. 23, if the Contractor is a corporation not incorporated in Pennsylvania, the contracting corporation and its sureties shall not be discharged from liability on the bonds, nor the bonds surrendered, until such corporation files with the Department a certificate from the Department of Revenue evidencing the payment in full of all bonus taxes, penalties and interest, and a certificate from the Bureau of Unemployment Compensation, Benefits and Allowances of the Department of Labor and Industry, evidencing the payment of all unemployment compensation, contributions, penalties and interest due the Commonwealth from the said contracting corporation, or any foreign corporation, sub-contractor thereunder or for which liability has accrued but the time for payment has not arrived. The Contractor shall require each subcontractor to notify its subcontractors and suppliers, in writing, that their right of recovery against the Material and Labor Payment Bond may not be exercised unless the Prime Contractor is notified of the claim by registered or certified mail within ninety (90) days from the last performance of labor or provision of materials. Contractor shall furnish to the Department a copy of this notification. SPECIAL REQUIREMENT NO. 9 - PENNSYLVANIA ELECTRONIC PAYMENT PROGRAM The Pennsylvania Electronic Payment Program (PEPP) establishes ACH and electronic addenda as the preferred method of payment in lieu of issuing checks and mailing remittance advices. The Department has established that ACH shall be the required method of payment to the Contractor. The Contractor shall be required to register with CVMU to obtain a vendor number at: http://www.vendorregistration.state.pa.us/cvmu/paper/default.aspx Once a Commonwealth of PA vender number has been obtained, The Contractor shall be required to participate in PEPP by completing the online form at: D BI http://www.vendorregistration.state.pa.us/cvmu/paper/Forms/ACH-EFTenrollmentform.pdf The Commonwealth will make contract payments through ACH. Within 10 days of award of the contract, the Contractor must submit or must have already submitted its ACH information within its user profile in the Commonwealth's procurement system (SRM). At the time of submitting ACH information, the contractor will also be able to enroll to receive remittances via electronic addenda. I t is the responsibility of the Contractor to ensure that the ACH information contained in SRM is accurate and complete. Failure to maintain accurate and complete information may result in delays in payments. SR-9 Contract No. FDC-013-100445.4 SPECIAL REQUIREMENT NO. 10 - PAYMENT ONLY IN ACCORDANCE WITH CONTRACT O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Prior to the first progress Estimate, the Contractor shall submit for the Department’s approval, a detailed Contract Breakdown Sheet, indicating values for line-items of the Work. The Contract Breakdown Sheet must provide the aggregate total contract sum, divided to facilitate payments to subcontractors, The Contract Breakdown Sheet of values shall be prepared on the form specified by the Department and supported by such data required by the Department to substantiate its correctness in accordance with the following: Each item in the Cost Breakdown shall include its proper share of overhead and profit. When more than one building or structure is included in the Contract, the Contractor shall submit a Contract Breakdown Sheet, indicating Unit Prices for all items of Work within the separate buildings or structures. This Cost Breakdown, when accepted by the Department, will be used as a basis for the Contractor’s Application for Payments. This breakdown may also be used by the Department to determine the cost or credit to the Department resulting from the changes in the Work. SPECIAL REQUIREMENT NO. 11 - RIGHT-TO-KNOW LAW A. The Pennsylvania Right-to-Know Law, 65 P.S. §§ 67.101-3104, (“RTKL”) applies to this Contract. For the purpose of these provisions, the term “the Commonwealth” shall refer to the contracting Commonwealth agency. B. If the Commonwealth needs the Contractor’s assistance in any matter arising out of the RTKL related to this Contract, it shall notify the Contractor using the legal contact information provided in this Contract. The Contractor, at any time, may designate a different contact for such purpose upon reasonable prior written notice to the Commonwealth. C. Upon written notification from the Commonwealth that it requires the Contractor’s assistance in responding to a request under the RTKL for information related to this Contract that may be in the Contractor’s possession, constituting, or alleged to constitute, a public record in accordance with the RTKL (“Requested Information”), the Contractor shall: BI 1. Provide the Commonwealth, within ten (10) calendar days after receipt of written notification, access to, and copies of, any document or information in the Contractor’s possession arising out of this Contract that the Commonwealth reasonably believes is Requested Information and may be a public record under the RTKL; and D 2. Provide such other assistance as the Commonwealth may reasonably request, in order to comply with the RTKL with respect to this Contract. D. If the Contractor considers the Requested Information to include a request for a Trade Secret or Confidential Proprietary Information, as those terms are defined by the RTKL, or other information that the Contractor considers exempt from production under the RTKL, the Contractor must notify the Commonwealth and provide, within seven (7) calendar days of receiving the written notification, a written statement signed by a SR-10 Contract No. FDC-013-100445.4 representative of the Contractor explaining why the requested material is exempt from public disclosure under the RTKL. The Commonwealth will rely upon the written statement from the Contractor in denying a RTKL request for the Requested Information unless the Commonwealth determines that the Requested Information is clearly not protected from disclosure under the RTKL. Should the Commonwealth determine that the Requested Information is clearly not exempt from disclosure, the Contractor shall provide the Requested Information within five (5) business days of receipt of written notification of the Commonwealth’s determination. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D E. F. If the Contractor fails to provide the Requested Information within the time period required by these provisions, the Contractor shall indemnify and hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth. G. The Commonwealth will reimburse the Contractor for any costs associated with complying with these provisions only to the extent allowed under the fee schedule established by the Office of Open Records or as otherwise provided by the RTKL if the fee schedule is inapplicable. H. The Contractor may file a legal challenge to any Commonwealth decision to release a record to the public with the Office of Open Records, or in the Pennsylvania Courts, however, the Contractor shall indemnify the Commonwealth for any legal expenses incurred by the Commonwealth as a result of such a challenge and shall hold the Commonwealth harmless for any damages, penalties, costs, detriment or harm that the Commonwealth may incur as a result of the Contractor’s failure, including any statutory damages assessed against the Commonwealth, regardless of the outcome of such legal challenge. As between the parties, the Contractor agrees to waive all rights or remedies that may be available to it as a result of the Commonwealth’s disclosure of Requested Information pursuant to the RTKL. I. The Contractor’s duties relating to the RTKL are continuing duties that survive the expiration of this Contract and shall continue as long as the Contractor has Requested Information in its possession. BI SPECIAL REQUIREMENT NO. 12 - PERMITS D The Contractor is advised that a Uniform Construction Code (UCC) Permit have been obtained for this project. These permits are made a part of these Special Requirements. The Contractor will be required to abide by all requirements of these permits. SR-11 SR-12 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D BI SR-13 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D BI Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PREVAILING WAGES PROJECT RATES Project Name: HVAC for District Office and Pipe Repair Awarding Agency: DCNR Contract Award Date: 5/13/2014 Serial Number: 14-02320 Project Classification: Building Determination Date: 4/16/2014 Assigned Field Office: Altoona Field Office Phone Number: 814-940-6224 Toll Free Phone Number: Cameron County Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total Asbestos & Insulation Workers 8/1/2011 $32.27 $20.04 $52.31 Asbestos & Insulation Workers 8/1/2012 $33.42 $20.04 $53.46 Asbestos & Insulation Workers 8/1/2013 $32.22 $22.37 $54.59 Boilermakers 6/1/2008 $33.90 $20.06 $53.96 Boilermakers 8/1/2010 $37.52 $22.49 $60.01 Boilermakers 6/1/2011 $38.10 $24.36 $62.46 12/1/2013 $26.62 $15.84 $42.46 Bricklayers (Cement Masons) 4/1/2013 $26.62 $15.49 $42.11 Bricklayers (Cement Masons) 2/1/2014 $26.62 $16.34 $42.96 Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers 6/1/2009 $24.79 $9.68 $34.47 6/1/2010 $25.33 $10.14 $35.47 6/1/2011 $25.85 $10.61 $36.46 6/1/2012 $25.98 $11.67 $37.65 6/1/2013 $26.09 $12.51 $38.60 D BI Bricklayer PMW-1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2014 $26.21 $13.35 $39.56 1/1/2010 $29.95 $12.25 $42.20 Dockbuilder, Pile Drivers 1/1/2011 $30.35 $13.10 $43.45 Dockbuilder, Pile Drivers 1/1/2012 $30.85 $13.70 $44.55 Dockbuilder, Pile Drivers 1/1/2013 $31.45 $14.20 $45.65 Dockbuilder, Pile Drivers 1/1/2014 $31.45 $15.60 $47.05 Dockbuilder, Pile Drivers 1/1/2015 $31.74 $16.57 $48.31 Dockbuilder, Pile Drivers 1/1/2016 $32.03 $17.53 $49.56 Drywall Finisher 6/1/2009 $23.87 $12.84 $36.71 Drywall Finisher 6/1/2010 $23.97 $13.74 $37.71 Drywall Finisher 6/1/2011 $24.50 $14.21 $38.71 Drywall Finisher 6/1/2012 $25.05 $14.66 $39.71 Drywall Finisher 6/1/2013 $25.63 $15.23 $40.86 Drywall Finisher 6/1/2014 $26.21 $15.80 $42.01 Drywall Finisher 6/1/2015 $26.79 $16.37 $43.16 Electric Lineman 3/1/2006 $35.15 $14.64 $49.79 12/26/2008 $33.11 $17.13 $50.24 12/25/2009 $35.61 $17.13 $52.74 12/24/2010 $38.01 $17.13 $55.14 12/23/2011 $35.76 $21.10 $56.86 12/21/2012 $37.71 $21.10 $58.81 12/21/2013 $39.71 $21.10 $60.81 1/1/2013 $42.61 $25.49 $68.10 Elevator Constructor 1/1/2014 $43.22 $27.09 $70.31 Glazier 9/1/2010 $20.38 $14.82 $35.20 Glazier 9/1/2011 $20.88 $15.32 $36.20 Glazier 9/1/2012 $21.38 $15.82 $37.20 Glazier 9/1/2013 $21.40 $16.20 $37.60 Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) 6/1/2010 $25.11 $21.40 $46.51 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Carpenters, Drywall Hangers, Framers, Instrument Men, Lathers, Soft Floor Layers Dockbuilder, Pile Drivers D BI Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Electricians & Telecommunications Installation Technician Elevator Constructor PMW-2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total 6/1/2011 $25.26 $23.02 $48.28 6/1/2012 $26.28 $23.35 $49.63 6/1/2013 $26.67 $24.19 $50.86 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) $27.15 $25.44 $52.59 1/1/2012 $18.46 $10.83 $29.29 Laborers (Class 01 - See notes) 6/1/2012 $18.46 $11.16 $29.62 Laborers (Class 01 - See notes) 1/1/2013 $18.46 $11.96 $30.42 Laborers (Class 02 - See notes) 1/1/2012 $18.71 $10.83 $29.54 Laborers (Class 02 - See notes) 6/1/2012 $18.71 $11.16 $29.87 Laborers (Class 02 - See notes) 1/1/2013 $18.71 $11.96 $30.67 Laborers (Class 03 - See notes) 1/1/2012 $19.26 $10.83 $30.09 Laborers (Class 03 - See notes) 6/1/2012 $19.26 $11.10 $30.36 Laborers (Class 03 - See notes) 1/1/2013 $19.26 $11.96 $31.22 Landscape Laborer 6/1/2009 $17.20 $9.34 $26.54 Landscape Laborer 6/1/2010 $18.00 $9.34 $27.34 Landscape Laborer 6/1/2011 $18.95 $9.34 $28.29 Landscape Laborer 1/1/2012 $17.46 $10.83 $28.29 Landscape Laborer 6/1/2012 $17.20 $11.16 $28.36 Landscape Laborer 1/1/2013 $17.46 $11.96 $29.42 Marble Finisher 6/1/2009 $19.17 $10.55 $29.72 Marble Finisher 12/1/2009 $19.32 $11.05 $30.37 Marble Finisher 6/1/2010 $19.52 $11.70 $31.22 Marble Finisher 6/1/2011 $20.57 $11.85 $32.42 Marble Finisher 6/1/2012 $21.27 $11.35 $32.62 Marble Finisher 6/1/2013 $21.95 $11.65 $33.60 Marble Finisher 12/1/2013 $22.07 $11.73 $33.80 Marble Finisher 2/1/2014 $22.07 $12.23 $34.30 Marble Mason 6/1/2009 $19.42 $8.48 $27.90 Marble Mason 12/1/2009 $19.42 $8.91 $28.33 Marble Mason 12/1/2011 $19.42 $9.60 $29.02 D BI 6/1/2014 PMW-3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Hourly Rate Fringe Benefits 12/1/2013 $19.42 $9.85 $29.27 Millwright 6/1/2011 $34.42 $15.08 $49.50 Millwright 6/1/2012 $35.89 $16.11 $52.00 Millwright 6/1/2013 $36.49 $16.76 $53.25 Millwright 6/1/2014 $37.35 $17.15 $54.50 Operators (Class 01 - see notes) 7/1/2009 $25.47 $12.63 $38.10 Operators (Class 01 - see notes) 7/1/2010 $26.37 $13.13 $39.50 Operators (Class 01 - see notes) 7/1/2011 $26.88 $13.96 $40.84 Operators (Class 01 - see notes) 8/28/2012 $27.37 $14.62 $41.99 Operators (Class 01 - see notes) 7/1/2013 $27.87 $15.17 $43.04 Operators (Class 01 - see notes) 7/1/2014 $28.37 $15.72 $44.09 Operators (Class 01 - see notes) 7/1/2015 $28.97 $16.22 $45.19 Operators (Class 01 - see notes) 7/1/2016 $29.57 $16.77 $46.34 Operators (Class 02 -see notes) 7/1/2009 $22.79 $12.63 $35.42 Operators (Class 02 -see notes) 7/1/2010 $23.69 $13.13 $36.82 Operators (Class 02 -see notes) 7/1/2011 $24.20 $13.96 $38.16 Operators (Class 02 -see notes) 8/28/2012 $24.50 $14.62 $39.12 Operators (Class 02 -see notes) 7/1/2013 $24.85 $15.17 $40.02 Operators (Class 02 -see notes) 7/1/2014 $25.20 $15.72 $40.92 Operators (Class 02 -see notes) 7/1/2015 $25.65 $16.22 $41.87 Operators (Class 02 -see notes) 7/1/2016 $26.10 $16.77 $42.87 Operators (Class 03 - see notes) 7/1/2009 $21.24 $12.63 $33.87 Operators (Class 03 - see notes) 7/1/2010 $22.14 $13.13 $35.27 Operators (Class 03 - See notes) 7/1/2011 $22.65 $13.96 $36.61 Operators (Class 03 - see notes) 8/28/2012 $22.85 $14.62 $37.47 Operators (Class 03 - see notes) 7/1/2013 $23.10 $15.17 $38.27 Operators (Class 03 - see notes) 7/1/2014 $23.35 $15.72 $39.07 Operators (Class 03 - see notes) 7/1/2015 $23.70 $16.22 $39.92 Operators (Class 03 - see notes) 7/1/2016 $24.05 $16.77 $40.82 Operators (Class 04 - Chief of Party (Surveying and Layout)) 7/1/2009 $20.84 $12.63 $33.47 Building Expiration Date Total D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Marble Mason Effective Date PMW-4 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Expiration Date Hourly Rate Fringe Benefits Total 7/1/2010 $21.74 $13.13 $34.87 8/28/2012 $22.45 $14.62 $37.07 7/1/2013 $22.70 $15.17 $37.87 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Chief of Party (Surveying and Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Instrument Person (Surveying & Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Operators (Class 04 - Rodman/Chainman (Surveying and Layout)) Painters Class 2 (see notes) Effective Date $22.95 $15.72 $38.67 7/1/2015 $23.30 $16.52 $39.82 7/1/2016 $23.65 $16.77 $40.42 7/1/2009 $19.84 $12.63 $32.47 7/1/2010 $20.74 $13.13 $33.87 8/28/2012 $21.45 $14.62 $36.07 7/1/2013 $21.70 $15.17 $36.87 7/1/2014 $21.95 $15.72 $37.67 7/1/2015 $22.30 $16.22 $38.52 7/1/2016 $22.65 $16.77 $39.42 7/1/2009 $19.39 $12.63 $32.02 7/1/2010 $20.29 $13.13 $33.42 8/28/2012 $21.00 $14.62 $35.62 7/1/2013 $21.25 $15.17 $36.42 7/1/2014 $21.50 $15.72 $37.22 7/1/2015 $21.85 $16.22 $38.07 7/1/2016 $22.20 $16.77 $38.97 6/1/2009 $21.27 $12.24 $33.51 Painters Class 2 (see notes) 6/1/2010 $21.85 $12.89 $34.74 Painters Class 2 (see notes) 6/1/2012 $22.86 $13.88 $36.74 Painters Class 2 (see notes) 6/1/2013 $23.39 $14.35 $37.74 Painters Class 2 (see notes) 6/1/2014 $23.89 $14.85 $38.74 Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) 1/1/2009 $43.28 $12.00 $55.28 1/1/2010 $44.39 $12.25 $56.64 D BI 7/1/2014 PMW-5 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2010 $44.39 $12.25 $56.64 1/1/2011 $45.53 $13.00 $58.53 1/1/2012 $46.28 $13.60 $59.88 $47.18 $14.10 $61.28 6/1/2013 $27.37 $12.86 $40.23 Plasterers 6/1/2014 $27.67 $13.61 $41.28 Plumbers and Steamfitters 6/1/2010 $30.14 $18.83 $48.97 Plumbers and Steamfitters 1/1/2011 $29.46 $19.51 $48.97 Plumbers and Steamfitters 6/1/2011 $31.13 $19.86 $50.99 Plumbers and Steamfitters 6/1/2012 $31.99 $19.97 $51.96 Plumbers and Steamfitters 6/1/2013 $32.38 $20.57 $52.95 Plumbers and Steamfitters 6/1/2014 $32.86 $21.17 $54.03 Pointers, Caulkers, Cleaners 7/1/2009 $25.88 $13.33 $39.21 Pointers, Caulkers, Cleaners 12/1/2009 $25.98 $13.83 $39.81 Pointers, Caulkers, Cleaners 6/1/2010 $25.98 $14.33 $40.31 Pointers, Caulkers, Cleaners 12/1/2010 $26.36 $14.53 $40.89 Pointers, Caulkers, Cleaners 6/1/2011 $26.87 $14.53 $41.40 Pointers, Caulkers, Cleaners 12/1/2011 $27.10 $15.03 $42.13 Pointers, Caulkers, Cleaners 6/1/2012 $27.41 $15.23 $42.64 Pointers, Caulkers, Cleaners 12/1/2013 $28.47 $15.79 $44.26 Roofers 6/1/2013 $28.91 $12.68 $41.59 Roofers 12/1/2013 $28.74 $12.85 $41.59 Roofers 6/1/2014 $29.54 $12.88 $42.42 Roofers 6/1/2015 $27.45 $15.97 $43.42 Sheet Metal Workers 7/1/2012 $31.93 $22.69 $54.62 Sheet Metal Workers 7/1/2013 $32.45 $23.55 $56.00 Sprinklerfitters 1/1/2010 $33.85 $17.60 $51.45 Sprinklerfitters 1/1/2011 $33.35 $18.45 $51.80 Sprinklerfitters 4/1/2011 $34.18 $18.45 $52.63 Sprinklerfitters 1/1/2012 $34.18 $18.60 $52.78 D 1/1/2013 BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Pile Driver Divers (Building, Heavy, Highway) Plasterers PMW-6 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Effective Date Expiration Date Hourly Rate Fringe Benefits Total 4/1/2012 $35.21 $18.65 $53.86 Sprinklerfitters 1/1/2013 $35.21 $18.80 $54.01 Sprinklerfitters 4/1/2013 $33.03 $20.12 $53.15 Sprinklerfitters 7/1/2013 $33.69 $20.12 $53.81 Sprinklerfitters 4/1/2014 $34.36 $20.47 $54.83 Sprinklerfitters 4/1/2015 $35.05 $20.62 $55.67 Stone Masons 12/1/2007 $27.55 $13.47 $41.02 Stone Masons 12/1/2009 $28.92 $15.20 $44.12 Stone Masons 6/1/2010 $29.32 $15.85 $45.17 Stone Masons 12/1/2010 $29.75 $16.22 $45.97 Stone Masons 6/1/2011 $30.65 $16.22 $46.87 Stone Masons 12/1/2011 $30.97 $16.80 $47.77 Terrazzo Finisher 6/1/2009 $25.61 $12.04 $37.65 Terrazzo Finisher 12/1/2009 $25.76 $12.54 $38.30 Terrazzo Finisher 12/1/2010 $26.36 $13.19 $39.55 Terrazzo Finisher 6/1/2011 $27.06 $13.49 $40.55 Terrazzo Finisher 12/1/2011 $27.06 $13.49 $40.55 Terrazzo Finisher 6/1/2012 $27.56 $13.02 $40.58 Terrazzo Finisher 4/1/2013 $27.56 $13.27 $40.83 Terrazzo Finisher 12/1/2013 $28.45 $13.38 $41.83 Terrazzo Finisher 2/1/2014 $28.45 $13.88 $42.33 Terrazzo Finisher 2/1/2014 $28.45 $13.88 $42.33 Terrazzo Setter 12/1/2013 $28.80 $14.58 $43.38 Terrazzo Setter 2/1/2014 $28.80 $15.08 $43.88 Tile Finisher 6/1/2009 $20.77 $10.55 $31.32 Tile Finisher 12/1/2009 $20.92 $11.05 $31.97 Tile Finisher 6/1/2010 $21.12 $11.70 $32.82 Tile Finisher 6/1/2011 $22.17 $11.85 $34.02 Tile Finisher 6/1/2012 $22.87 $11.38 $34.25 Tile Finisher 6/1/2013 $23.55 $11.65 $35.20 Tile Finisher 12/1/2013 $23.67 $11.73 $35.40 BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Sprinklerfitters D Building PMW-7 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total 2/1/2014 $23.67 $12.23 $35.90 Tile Setter 6/1/2009 $26.85 $13.45 $40.30 Tile Setter 12/1/2009 $27.10 $13.95 $41.05 Tile Setter 6/1/2010 $27.40 $14.60 $42.00 Tile Setter 6/1/2011 $28.39 $15.01 $43.40 Tile Setter 6/1/2012 $28.76 $15.07 $43.83 Tile Setter 6/1/2013 $29.48 $15.40 $44.88 Tile Setter 12/1/2013 $29.56 $15.57 $45.13 Tile Setter 2/1/2014 $29.56 $16.07 $45.63 Truckdriver class 1(see notes) 1/1/2009 $24.05 $11.35 $35.40 Truckdriver class 1(see notes) 1/1/2010 $24.80 $11.95 $36.75 Truckdriver class 1(see notes) 1/1/2011 $25.31 $12.69 $38.00 Truckdriver class 1(see notes) 1/1/2012 $25.69 $13.41 $39.10 Truckdriver class 1(see notes) 1/1/2013 $26.08 $14.12 $40.20 Truckdriver class 1(see notes) 1/1/2014 $26.55 $14.90 $41.45 Truckdriver class 1(see notes) 1/1/2015 $27.00 $15.70 $42.70 Truckdriver class 1(see notes) 1/1/2016 $27.44 $16.51 $43.95 Truckdriver class 2 (see notes) 1/1/2009 $24.23 $11.44 $35.67 Truckdriver class 2 (see notes) 1/1/2010 $24.98 $12.04 $37.02 Truckdriver class 2 (see notes) 1/1/2011 $25.49 $12.78 $38.27 Truckdriver class 2 (see notes) 1/1/2012 $25.87 $13.50 $39.37 Truckdriver class 2 (see notes) 1/1/2013 $26.24 $14.23 $40.47 Truckdriver class 2 (see notes) 1/1/2014 $26.72 $15.00 $41.72 Truckdriver class 2 (see notes) 1/1/2015 $27.18 $15.79 $42.97 Truckdriver class 2 (see notes) 1/1/2016 $27.61 $16.61 $44.22 Truckdriver class 3 (see notes) 1/1/2009 $24.74 $11.69 $36.43 Truckdriver class 3 (see notes) 1/1/2010 $25.49 $12.29 $37.78 Truckdriver class 3 (see notes) 1/1/2011 $25.99 $13.04 $39.03 Truckdriver class 3 (see notes) 1/1/2012 $26.37 $13.76 $40.13 Truckdriver class 3 (see notes) 1/1/2013 $26.74 $14.49 $41.23 Truckdriver class 3 (see notes) 1/1/2014 $27.21 $15.27 $42.48 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Tile Finisher PMW-8 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Building Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2015 $27.65 $16.08 $43.73 Truckdriver class 3 (see notes) 1/1/2016 $28.10 $16.88 $44.98 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Truckdriver class 3 (see notes) PMW-9 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2009 $27.99 $12.16 $40.15 Carpenter Welder 1/1/2010 $28.94 $12.56 $41.50 Carpenter Welder 1/1/2011 $29.18 $13.57 $42.75 Carpenter Welder 1/1/2012 $29.45 $14.40 $43.85 Carpenter Welder 1/1/2013 $29.83 $15.12 $44.95 Carpenter Welder 1/1/2014 $30.68 $15.52 $46.20 Carpenter Welder 1/1/2015 $31.31 $16.14 $47.45 Carpenter Welder 1/1/2016 $32.14 $16.56 $48.70 Carpenters 1/1/2009 $27.28 $12.16 $39.44 Carpenters 1/1/2010 $28.23 $12.56 $40.79 Carpenters 1/1/2011 $28.47 $13.57 $42.04 Carpenters 1/1/2012 $28.74 $14.40 $43.14 Carpenters 1/1/2013 $29.12 $15.12 $44.24 Carpenters 1/1/2014 $29.97 $15.52 $45.49 Carpenters 1/1/2015 $30.60 $16.14 $46.74 Carpenters 1/1/2016 $31.43 $16.56 $47.99 Cement Finishers 1/1/2009 $26.72 $12.97 $39.69 Cement Finishers 1/1/2010 $27.62 $13.42 $41.04 Cement Finishers 1/1/2011 $28.02 $14.27 $42.29 Cement Finishers 1/1/2012 $28.22 $15.17 $43.39 Cement Finishers 1/1/2013 $28.60 $15.89 $44.49 Cement Finishers 1/1/2014 $29.45 $16.29 $45.74 Cement Finishers 1/1/2015 $29.60 $17.39 $46.99 Cement Finishers 1/1/2016 $29.75 $18.49 $48.24 Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Iron Workers (Bridge, Structural Steel, Ornamental, Precast, Reinforcing) Laborers (Class 01 - See notes) 6/1/2009 $24.73 $20.10 $44.83 6/1/2010 $25.11 $21.40 $46.51 6/1/2011 $25.26 $23.02 $48.28 6/1/2012 $26.28 $23.35 $49.63 6/1/2013 $26.67 $24.39 $51.06 1/1/2009 $23.20 $12.65 $35.85 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Carpenter Welder PMW-10 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2010 $23.65 $13.55 $37.20 Laborers (Class 01 - See notes) 1/1/2011 $23.89 $14.56 $38.45 Laborers (Class 01 - See notes) 1/1/2012 $23.97 $15.58 $39.55 Laborers (Class 01 - See notes) 1/1/2013 $24.03 $16.62 $40.65 Laborers (Class 01 - See notes) 1/1/2014 $24.13 $17.77 $41.90 Laborers (Class 01 - See notes) 1/1/2015 $24.13 $19.02 $43.15 Laborers (Class 01 - See notes) 1/1/2016 $24.13 $20.27 $44.40 Laborers (Class 02 - See notes) 1/1/2009 $23.36 $12.65 $36.01 Laborers (Class 02 - See notes) 1/1/2010 $23.81 $13.55 $37.36 Laborers (Class 02 - See notes) 1/1/2011 $24.05 $14.56 $38.61 Laborers (Class 02 - See notes) 1/1/2012 $24.13 $15.58 $39.71 Laborers (Class 02 - See notes) 1/1/2013 $24.19 $16.62 $40.81 Laborers (Class 02 - See notes) 1/1/2014 $24.29 $17.77 $42.06 Laborers (Class 02 - See notes) 1/1/2015 $24.29 $19.02 $43.31 Laborers (Class 02 - See notes) 1/1/2016 $24.29 $20.27 $44.56 Laborers (Class 03 - See notes) 1/1/2009 $23.85 $12.65 $36.50 Laborers (Class 03 - See notes) 1/1/2010 $24.30 $13.55 $37.85 Laborers (Class 03 - See notes) 1/1/2011 $24.54 $14.56 $39.10 Laborers (Class 03 - See notes) 1/1/2012 $24.62 $15.58 $40.20 Laborers (Class 03 - See notes) 1/1/2013 $24.68 $16.62 $41.30 Laborers (Class 03 - See notes) 1/1/2014 $24.78 $17.77 $42.55 Laborers (Class 03 - See notes) 1/1/2015 $24.78 $19.02 $43.80 Laborers (Class 03 - See notes) 1/1/2016 $24.78 $20.27 $45.05 Laborers (Class 04 - See notes) 1/1/2009 $24.30 $12.65 $36.95 Laborers (Class 04 - See notes) 1/1/2010 $24.75 $13.55 $38.30 Laborers (Class 04 - See notes) 1/1/2011 $24.99 $14.56 $39.55 Laborers (Class 04 - See notes) 1/1/2012 $25.07 $15.58 $40.65 Laborers (Class 04 - See notes) 1/1/2013 $25.13 $16.62 $41.75 Laborers (Class 04 - See notes) 1/1/2014 $25.23 $17.77 $43.00 Laborers (Class 04 - See notes) 1/1/2015 $25.23 $19.02 $44.25 Laborers (Class 04 - See notes) 1/1/2016 $25.23 $20.27 $45.50 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Laborers (Class 01 - See notes) PMW-11 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2009 $24.71 $12.65 $37.36 Laborers (Class 05 - See notes) 1/1/2010 $25.16 $13.55 $38.71 Laborers (Class 05 - See notes) 1/1/2011 $25.40 $14.56 $39.96 Laborers (Class 05 - See notes) 1/1/2012 $25.48 $15.58 $41.06 Laborers (Class 05 - See notes) 1/1/2013 $25.54 $16.62 $42.16 Laborers (Class 05 - See notes) 1/1/2014 $25.64 $17.77 $43.41 Laborers (Class 05 - See notes) 1/1/2015 $25.64 $19.02 $44.66 Laborers (Class 05 - See notes) 1/1/2016 $25.64 $20.27 $45.91 Laborers (Class 06 - See notes) 1/1/2009 $21.55 $12.65 $34.20 Laborers (Class 06 - See notes) 1/1/2010 $22.00 $13.55 $35.55 Laborers (Class 06 - See notes) 1/1/2011 $22.24 $14.56 $36.80 Laborers (Class 06 - See notes) 1/1/2012 $22.32 $15.58 $37.90 Laborers (Class 06 - See notes) 1/1/2013 $22.38 $16.62 $39.00 Laborers (Class 06 - See notes) 1/1/2014 $22.48 $17.77 $40.25 Laborers (Class 06 - See notes) 1/1/2015 $22.48 $19.02 $41.50 Laborers (Class 06 - See notes) 1/1/2016 $22.48 $20.27 $42.75 Laborers (Class 07 - See notes) 1/1/2009 $24.20 $12.65 $36.85 Laborers (Class 07 - See notes) 1/1/2010 $24.65 $13.55 $38.20 Laborers (Class 07 - See notes) 1/1/2011 $24.89 $14.56 $39.45 Laborers (Class 07 - See notes) 1/1/2012 $24.97 $15.58 $40.55 Laborers (Class 07 - See notes) 1/1/2013 $25.03 $16.62 $41.65 Laborers (Class 07 - See notes) 1/1/2014 $25.13 $17.77 $42.90 Laborers (Class 07 - See notes) 1/1/2015 $25.13 $19.02 $44.15 Laborers (Class 07 - See notes) 1/1/2016 $25.13 $20.27 $45.40 Laborers (Class 08 - See notes) 1/1/2009 $25.70 $12.65 $38.35 Laborers (Class 08 - See notes) 1/1/2010 $26.15 $13.55 $39.70 Laborers (Class 08 - See notes) 1/1/2011 $26.39 $14.56 $40.95 Laborers (Class 08 - See notes) 1/1/2012 $26.47 $15.58 $42.05 Laborers (Class 08 - See notes) 1/1/2013 $26.53 $16.62 $43.15 Laborers (Class 08 - See notes) 1/1/2014 $26.63 $17.77 $44.40 Laborers (Class 08 - See notes) 1/1/2015 $26.63 $19.02 $45.65 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Laborers (Class 05 - See notes) PMW-12 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2016 $26.63 $20.27 $46.90 Operators (Class 01 - see notes) 1/1/2009 $26.09 $14.44 $40.53 Operators (Class 01 - see notes) 1/1/2010 $26.89 $14.99 $41.88 Operators (Class 01 - see notes) 1/1/2011 $27.39 $15.74 $43.13 Operators (Class 01 - see notes) 1/1/2012 $27.79 $16.44 $44.23 Operators (Class 01 - see notes) 1/1/2013 $28.19 $17.14 $45.33 Operators (Class 01 - see notes) 1/1/2014 $28.75 $17.83 $46.58 Operators (Class 01 - see notes) 1/1/2015 $29.30 $18.53 $47.83 Operators (Class 01 - see notes) 1/1/2016 $29.90 $19.18 $49.08 Operators (Class 02 -see notes) 1/1/2009 $25.81 $14.44 $40.25 Operators (Class 02 -see notes) 1/1/2010 $26.61 $14.99 $41.60 Operators (Class 02 -see notes) 1/1/2011 $27.11 $15.74 $42.85 Operators (Class 02 -see notes) 1/1/2012 $27.51 $16.44 $43.95 Operators (Class 02 -see notes) 1/1/2013 $27.91 $17.14 $45.05 Operators (Class 02 -see notes) 1/1/2014 $28.47 $17.83 $46.30 Operators (Class 02 -see notes) 1/1/2015 $29.02 $18.53 $47.55 Operators (Class 02 -see notes) 1/1/2016 $29.62 $19.18 $48.80 Operators (Class 03 - See notes) 1/1/2009 $22.17 $14.44 $36.61 Operators (Class 03 - See notes) 1/1/2010 $22.97 $14.99 $37.96 Operators (Class 03 - See notes) 1/1/2011 $23.47 $15.74 $39.21 Operators (Class 03 - See notes) 1/1/2012 $23.87 $16.44 $40.31 Operators (Class 03 - See notes) 1/1/2013 $24.27 $17.14 $41.41 Operators (Class 03 - See notes) 1/1/2014 $24.83 $17.83 $42.66 Operators (Class 03 - see notes) 1/1/2015 $25.38 $18.53 $43.91 Operators (Class 03 - See notes) 1/1/2016 $25.98 $19.18 $45.16 Operators (Class 04 - See notes) 1/1/2009 $21.68 $14.44 $36.12 Operators (Class 04 - See notes) 1/1/2010 $22.48 $14.99 $37.47 Operators (Class 04 - See notes) 1/1/2011 $22.98 $15.74 $38.72 Operators (Class 04 - See notes) 1/1/2012 $23.38 $16.44 $39.82 Operators (Class 04 - See notes) 1/1/2013 $23.78 $17.14 $40.92 Operators (Class 04 - See notes) 1/1/2014 $24.34 $17.83 $42.17 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Laborers (Class 08 - See notes) PMW-13 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total 1/1/2015 $24.89 $18.53 $43.42 Operators (Class 04 - See notes) 1/1/2016 $25.49 $19.18 $44.67 Operators (Class 05 - See notes) 1/1/2009 $21.47 $14.44 $35.91 Operators (Class 05 - See notes) 1/1/2010 $22.27 $14.99 $37.26 Operators (Class 05 - See notes) 1/1/2011 $22.77 $15.74 $38.51 Operators (Class 05 - See notes) 1/1/2012 $23.17 $16.44 $39.61 Operators (Class 05 - See notes) 1/1/2013 $23.57 $17.14 $40.71 Operators (Class 05 - See notes) 1/1/2014 $24.13 $17.83 $41.96 Operators (Class 05 - See notes) 1/1/2015 $24.68 $18.53 $43.21 Operators (Class 05 - See notes) 1/1/2016 $25.28 $19.18 $44.46 Painters Class 1 (see notes) 6/1/2009 $22.27 $12.24 $34.51 Painters Class 1 (see notes) 6/1/2010 $22.95 $12.89 $35.84 Painters Class 1 (see notes) 6/1/2012 $24.21 $13.88 $38.09 Painters Class 1 (see notes) 6/1/2013 $25.99 $14.35 $40.34 Painters Class 1 (see notes) 6/1/2014 $26.54 $14.90 $41.44 Piledrivers 1/1/2009 $28.85 $12.00 $40.85 Piledrivers 1/1/2010 $29.95 $12.25 $42.20 Piledrivers 1/1/2011 $30.35 $13.10 $43.45 Piledrivers 1/1/2012 $30.85 $13.70 $44.55 Piledrivers 1/1/2013 $31.45 $14.20 $45.65 Piledrivers 1/1/2014 $31.45 $15.45 $46.90 Piledrivers 1/1/2015 $31.74 $16.41 $48.15 Piledrivers 1/1/2016 $32.03 $17.37 $49.40 Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) Steamfitters (Heavy and Highway - Gas Distribution) 5/1/2010 $30.27 $26.09 $56.36 5/1/2012 $34.87 $26.86 $61.73 5/1/2013 $36.02 $27.73 $63.75 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Operators (Class 04 - See notes) PMW-14 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 PREVAILING WAGES PROJECT RATES Heavy/Highway Effective Date Expiration Date Hourly Rate Fringe Benefits Total Notes: If you can not find a classification under Heavy/Highway please refer to the Building classifications. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D The Bureau of Labor Law Compliance updated its Pennsylvania Building Journeyperson Laborer Notes to clarify existing tasks performed throughout the Commonwealth. The “Building Laborer Notes ” link on the Bureau ’s website provides a list of those tasks that should be read in conformity with custom and usage of the construction industry in the geographic region in which they are utilized. D BI "Notes as Referenced in Predeterminations" For further information on construction types review the on the Labor and Industry Website. Go to www.dli.state.pa.us, scroll down to the picture labeled "Labor Law Compliance" and click the picture. Then scroll down on the left menu and click on the "Prevailing Wage" link. PMW-15 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Notes for 33 County Building Common Journeyperson Laborer O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion, Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon, Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren, Washington & Westmoreland The following updates to the Bureau of Labor Law Compliance’s Pennsylvania Building Journeyperson Laborer Notes are meant to provide a reference point for uniformity and clarity throughout the Commonwealth. The Notes may not be comprehensive, and should be read in conformity with the custom and usage of the construction industry in the geographic region in which they are utilized. THE COMMON JOURNEYPERSON LABORER CATEGORY CONTAINS CLASS 1 AND 2. CLASS 2 JOURNEYPERSONS WILL BE DENOTED BY **. D BI COMMON JOURNEYPERSON 1. Cleaning, scrubbing, washing and polishing floors, furniture and windows (including through the use of bonding or flying cranes); For marble, granite, and terrazzo, cleaning, scrubbing, washing, and polishing after final acceptance. 2. Demolition of interiors and removal of all debris; 3. Grading stone and dirt by hand; 4. Form pinning 5. Pouring handling, and placing of all concrete and related materials and all cure applications; 6. Sheathing, lagging, and mining; 7. Cleaning up debris; 8. Stripping, dismantling, oiling and moving of concrete forms; 9. Loading, unloading and carrying of reinforced steel; 10. Handling and distributing lumber and all other building materials, including final strip, and including materials used or installed by mechanical trades (e.g., electrician, plumber, sheet metal worker, insulator); 11. Unloading, carrying, distributing and laying of pre-cast concrete slabs and planks; 12. Wrecking, moving and demolishing underpinning and shoring of all structures; 13. Using flags and other signaling devices; 14. Performing landscaping and nursery work; 15. Serving as a Toolroom Person, hanging tools, delivering tools; 16. Cleaning precipitators; 17. Watching for fires; 18. Operating conveyors; 19. Using vacuum cleaners of all types (ride or walk-along); 20. Digging and filling holes and trenches using hand tools; 21. Driving stakes; 22. Ripping out material which is to be discarded; 23. Cleaning roof removal materials on the ground. Performs roof removal work for demolition (Roof removal work for roof replacement is performed by roofers); PMW-16 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 24. Operating a pressure washer; 25. Unloading, stockpiling and moving materials for carpenters. 26. Operating power buggies and pumps;** 27. Operating walk along compacting and vibrating equipment;** 28. Operating guniting machines (including potman);** 29. Operating steam jennies;** 30. Using pumps of 2” and under;** 31. Operating burning torches or burners for demolition;** 32. Blasting or assisting with blasting;** 33. Grading and building scaffolds;** 34. Using or assisting with air and hydraulic wagon drills, on or off tracks;** 35. Using walk-along or walk behind lifts and similar machines;** 36. Serving as a drill runner or drill runner’s assistant;** 37. Operating a chipping hammer or similar;** 38. Mixing mortar or operating a mortar mixing machine (regardless of power used, including starting and stopping); 39. Feeding grout machines and operating grout pumps;** 40. Operating concrete saws;** 41. Operating air tracks or assisting;** 42. Laying on nonmetallic (clay, ironstone, terra cotta, vitrified concrete and plastic) pipe and the making of joints for the same within five feet outside a building, or to the first joint beyond five feet from a building;** 43. Operating jackhammers or concrete busters;** 44. Operating concrete drills and cutting equipment for trenches, flatwork, and wall coring of multi-use (common) holes;** 45. Operating walk behind rollers and similar machines** 46. Using a cutting torch for demolition work on steel or other metal structures;** 47. Operating salamanders, smudge pots, propane and kerosene burners and all other heating methods;** 48. Operating drills and all other pneumatic and electric hand tools for demolition;** 49. Using concrete mixers, vibrators and pumps;** 50. Operating walk along tamping equipment;** 51. Sandblasting (filling the pot, cleaning up of sand, use of the nozzle) pumps 2” or under for demolition;** 52. Using welding torches;** 53. Working on swing scaffold, sling and Bosun chairs.** BI CLASS 3 Asbestos Removal or Abatement Laborer D CLASS 4 Watchman and Flagman PMW-17 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Definitions for Building Operators in the 33 County Area O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Allegheny, Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Cameron, Centre, Clarion, Clearfield, Clinton, Crawford, Elk, Erie, Fayette, Forest, Franklin, Fulton, Greene, Huntingdon, Indiana, Jefferson, Lawrence, McKean, Mercer, Mifflin, Potter, Somerset, Venango, Warren, Washington & Westmoreland GROUP I OPERATORS BUILDING CONSTRUCTION CLASS I Asphalt Paver, Asphalt Roller, Asphalt Plant Operator, Athey Loader, Auger (Truck or Tractor Mounted), Auto Grader (C.M.I. and similar), Backhoe (180º and 360º swing), Back-Filling Machine, Batch Plant, Bulldozer, Cable Layer, Cableway, Caisson Drill, Central Mix Plant, Compactor with Blade, Concrete Pump (all types), Over-Head Crane, Crane (Crawler or Truck Mounted)*, Tower Crane (Stationary or Climbing Type), Rough Terrain Crane**, Wagon Crane, Crushing and/or Screening Plant, Derrick Traveler, Derrick (all types)(when assistance is needed it will be an oiler or apprentice), Derrick Boats, Dragline, Drill (Davey or similar), Dredge, Drill (Well and Core)(Truck or Skid Mounted), Elevator, Excavating Equipment (all other), Fork Lift (Lull or similar), Franki Pile Machine (or similar), Guard Post Driver, Gradall (all types), Grader, Elevating Grader, Equipment Greaser, Helicopter, Helicopter Hoist Operators, Front End Loader, Skid Steer Loader (or similar), Hoist, Hydraulic Boom Truck, Jumbo Operator, Kocal, Koehring Scooper, Locomotive, Metro Chip Harvester (or similar), Mix Mobile, Mixer – Paver, Mucking Machine, Multiple Bowl Machines, Pile Driver (Sonic or similar), Scrapers, Shovels (powered), Slip Form Paver (C.M.I. and similar), Spreader (Concrete, Asphalt, or Stone), Tire Repairman (when assigned to a jobsite), Tower Mobile, Tractors (all types), Trencher, Tug Boat, Vermeer Saw, Welder (repairman), Whirley * Cranes with Boom or Mast length (including jib) 100 ft or over shall be paid an additional $.25 per hour for each 50-foot increment of additional boom and/or jib length) ** An Additional $.25 per hour shall be paid when a jib is attached to the basic boom Note: An additional $.25 per hour shall be paid when any crane rated over 15 ton is placed on any building structure CLASS II D BI Ballast Regulator, Boat (material or personnel)(powered), Boiler, Boring Machine, Compressor (combined with Air Tugger, Air Pump, Gunite Machine, or Sand Blaster ), Concrete Belt Placer, Concrete Saw, Conveyor, Carry Crane, Crushing/Screening Plants, Curb Builder (self-propelled), Forklifts (ridden or self-propelled), Form Line Machine, Generator (over 5KW), Grout Pump, Heaters, Hoist (monorail, roof, one drum-regardless of power used), Huck Machine (or similar), Hydraulic Jack (single or multiple)(power driven), Ladavator, Mortar Mixer, Mulching Machine, Pavement Breaker (self-propelled or ridden), Pin Puller (powered), Pipe Cleaning Machine, Pipe Dream, Power Broom (except push type), Pulverizer, Pumps (regardless of power used), Roller/Compactor, Refrigeration Plant, Ross Carrier (or similar), Seeding Machine, Slab Lifting Machine (hydraulic), Spray Cure Machine PMW-18 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 (power driven), Side Delivery Shoulder Spreader (attachment), Steam Jenny (or similar), Stone Crusher, Stone Spreader (self-propelled), Siphon (steam or air), Tie Tamper (multiple heads), Tractor (when used for landscaping, snaking, or hauling), Truck (Winch)(when hoisting and placing), Tube Finisher (C.M.I. and similar), Tugger, Water Blaster, Welding Machine, Well Point System O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D CLASS III Brakeman, Deck Hand, Helicopter Signalman, Oiler*, Elevator (Alterations & Remodeling Commercial Buildings), Mechanic’s Assistant * Oiler on Truck Cranes: Under 50 ton rated capacity shall be paid an additional $.10 per hour over the Class III base rate, 50 ton up to100 ton shall be paid an additional $.25 per hour over the Class III base rate, and 100 ton or over shall be paid an additional $1.00 per hour over the Class III base rate D BI PMW-19 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Notes for Building, Heavy, Highway Truckdriver Truckdriver Class 1 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Single Axle Truckdrivers Class 2 Tandem Tri-Axle Semi-Trailer (Combination) Truckdrivers Class 3 Speciality Vehicles D BI PMW-20 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Painters Notes for Building, Heavy, Highway Painters Cameron, Crawford, Forest, Potter & Warren Counties O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D Painters Class 1 - Industrial Rates (Heavy/Highway) Painters Class 2 - Commercial Rates (Building) Allegheny, Fayette, Greene & Washington Counties Painters Painters Painters Painters Painters Painters Class Class Class Class Class Class 1 2 3 4 5 6 - Industrial Brush & Roll (Heavy/Highway) Industrial Sandblast & Spray (Heavy/Highway) Bridge, Hot Stack, & Transmission Towers (Heavy/Highway) Painter Tender I (Heavy/Highway) Painter Tender II (Heavy/Highway) Commercial Painting & Paperhanging (Building) Armstrong, Beaver, Bedford, Blair, Butler, Cambria, Centre, Clarion, Clearfield, Elk, Fulton, Huntingdon, Indiana, Jefferson, Juniata, Lawrence, Mercer, Mifflin, Somerset, Venango & Westmoreland Counties Painters Painters Painters Painters Painters Painters Class Class Class Class Class Class 1 2 3 4 5 6 - Industrial Brush & Roll (Heavy/Highway) Industrial Sandblast & Spray (Heavy/Highway) Bridge, Hot Stack, & Transmission Towers (Heavy/Highway) Painter Tender I (Heavy/Highway) Painter Tender II (Heavy/Highway) Commercial Painting & Paperhanging (Building) Bucks, Chester, Delaware, Montgomery & Philadelphia Counties Painters Class 1 - Brush, Roller & Spray Painters Class 2 - Bridge Painters Class 3 - Wallcoverer BI Adams, Berks, Bradford, Carbon, Clinton, Columbia, Cumberland, Dauphin, Franklin, Lackawanna, Lancaster, Lebanon, Lehigh, Luzerne, Lycoming, Monroe, Montour, Northampton, Northumberland, Perry, Pike, Schuylkill, Snyder, Sullivan, Susquehanna, Tioga, Union, Wayne, Wyoming & York Counties D Painters Class 1 - Commercial* Painters Class 2 - Industrial (includes Structural Steel, Industrial Spray & Sandblasting)* Painters Class 3 - Bridge* * $1.00per hour above the rate for all classifications for work done in the following manner: Steel, Spray, Epoxy, HIPAC Coatings, Catalyzed Epoxy, Urethanes, Removers, Swing, Basket, and Sandblasting PMW-21 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D BI Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Clinton County Painters Class 1 - Spray Painters Class 2 - Brush & Roller PMW-22 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01100 SUMMARY OF WORK PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SUMMARY A. General Contract Requirements: 1. The work under this project consists of replacing the HVAC system to the interior offices and conference room, and related electrical components and controls, replacing the boiler, and adding return ducts to the new HVAC system. 2. Work included under this project shall be performed under: a. Contract No. FDC-013-100445.2 - HVAC Construction b. Contract No. FDC-013-100445.4 - Electrical Construction 3. The limits of work and requirements of the contract shall be as specified here in and as indicated on the contract drawings. 4. Work performed under each contract shall include, but is not necessarily limited to, the furnishing of all labor, superintendence, materials, tools and equipment, miscellaneous items and performing all work necessary to complete all construction to the satisfaction of, and subject to the approval of, the Department. 5. All construction work shown on the contract drawings and not expressly mentioned in the specifications, and all work specified and not shown on the contract drawings but obviously necessary for the proper execution of same shall be performed by the Contractor. It is expressly intended that the work of this contract shall provide a complete and fully functional and accessible structure, finished in every aspect and detail as would be considered industry standard, as it is not the intent to delineate or describe every detail and feature of the work. No additions to the contract sum will be approved for any materials, equipment and/or labor to perform work hereunder unless it can be clearly shown to be beyond the scope and intent of the drawings and specifications, and absolutely essential to the proper execution of the work. B. Related Work: D BI 1. Applicable requirements of the General Conditions for Construction, dated 2005, Special Requirements, and all related sections of the contract documents, including this section, apply to this entire specification and shall have the same force and effect as if printed herewith in full. 2. In all cases where a device or part of the equipment is herein referred to in the singular, such reference shall apply to as many such items as are required to complete the installation. C. Bid Form and Items of Work: 1. Each Contractor shall prepare the appropriate Bid Form for their respective contract. SUMMARY OF WORK 01100 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D. Coordination: Other Department facilities are located within proximity of the work site. The Contractor shall coordinate and plan methods and sequence of work so as to avoid any interruptions to the daily operations of the Department. The office will be open and the contractor will need to adjust his work to minimize the disruption. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. E. Temporary Services: 1. Installation of all temporary services (heat, trash removal, and access control) required as defined in Section 4.16 of the General Conditions shall be provided under the HVAC Construction Contract FDC-013-100445.2. 2. All costs for installation, operations, maintenance and removal of temporary services shall be the responsibility of the HVAC Contractor under Contract FDC-013-100445.2. 3. All temporary services shall remain in place for the duration of the contract or until removal is directed by the Department. 4. The following temporary services are available to the Contractor from the Department: a. b. c. Limited electric for small hand tools in certain locations. 1) The Lead Contractor under Contract FDC-013-100445.2 shall verify on-site capacity and location and provide additional power to meet construction capacity and location requirements. 2) Department provided electricity may not be used for providing temporary heat. Limited water in certain locations. 1) The Lead Contractor under Contract FDC-013-100445.2 shall verify on-site capacity and location and provide additional water to meet construction capacity and location requirements. Sanitary facilities 1) The sanitary facilities available for use by each Contractor will also remain open for public use during the construction period. 2) The Lead Contractor under Contract FDC-013-100445.2 shall maintain the sanitary facilities in the same or better condition throughout the construction period as they were at the beginning of construction. Temporary services provided by the Department for use during the work shall be used in the most efficient and economical manner possible. Abuse or use of the temporary service in excess of what is needed for performing the work may result in revocation of permission to use the temporary service. Temporary services shall then be provided by the Contractor in accordance with these specifications. 6. Temporary services provided by the Department for use during the work shall be restored before the end of the Contract to the same or better condition as when offered for use. D BI 5. SUMMARY OF WORK 01100 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 F. Lead Contractor Designation: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. The Contractor awarded the HVAC Construction Contract FDC-013-100445.2 shall be designated the Lead Contractor. The Lead Contractor shall be responsible for providing a composite schedule indicating the sequence of work for both construction contracts. It shall be the responsibility of each individual Contractor to coordinate and provide information to the Lead Contractor so that a timely construction schedule can be maintained. G. Permits 1. Each Contractor shall, at their expense, obtain any and all required permits and licenses for his work as may be required by the local governing jurisdiction. 2. The following permits have been obtained by the Department: a. General building permit H. Inspections 1. General Building Permit: a. The HVAC Contractor under Contract FDC-013-100445.2 shall arrange and coordinate all inspections under their work required by the General Building Permit; including notifying the appropriate Building Code Official as provided by the Department, notifying the Department's representative of the planned inspection date, being present during the inspection, and making the work accessible for inspection. 2. Electrical: a. The Electrical Contractor under Contract No. FDC-013-100445.4 shall be responsible for arranging and coordinating an inspection of the electrical system by an independent inspection agency qualified to perform such inspections and approved by the Department. b. Submit the name and qualifications of the inspection agency to the Department for approval. c. Submit an electrical inspection report or certification stating that the electrical system passed the inspection and is in compliance with all applicable codes and regulations. D BI 1.02 SCOPE OF WORK A. Contract No. FDC-013-100445.2 - HVAC Construction 1. This contract shall include all general construction work complete as depicted and defined on the contract drawings and as specified in these contract specifications. Main items of work consist essentially of, but are not limited to the following: a. Demolishing and/or removing the existing HVAC system and associated ductwork serving the interior offices and conference room. SUMMARY OF WORK 01100 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Replacing the existing boiler, air handlers and condensing units serving the conference room and interior offices and their associated ductwork and controls with new. c. Adding hot water base board heat to the conference room and restrooms. d. Replacing Exhaust fans in restrooms and adding occupancy sensors and tying the controls into the lights. Adding exhaust penthouse to roof. e. Adding exhaust fan to janitor's closet and adding occupancy sensor. f. Adding general exhaust to mechanical room and janitor's closet. g. Replacing boiler combustion air duct and adding air intake duct. h. Replacing branch line loops to existing through the wall units. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D b. B. Contract No. FDC-013-100445.4 - Electrical Construction 1. This contract shall include all general construction work complete as depicted and defined on the contract drawings and as specified in these contract specifications. Main items of work consist essentially of, but are not limited to the following: a. Electrical wiring from circuit breakers to reheat coils, electric coils, control transformers, controls, and other HVAC equipment as required. b. Replacing an electrical panel. 1.03 SITE VISIT AND INVESTIGATION A. Each bidder shall visit the site located in Emporium, Shippen Township, Cameron County, Pennsylvania, and acquaint himself/herself with the existing conditions and the activity involved prior to the time of bidding. The site may be visited after contacting the Park Manager, at 814-486-3365, and arranging the visit. 1.04 QUALITY ASSURANCE A. All work and the execution of same shall be completed in a first class, workmanlike manner by experienced and qualified trade persons, and shall conform to the best building practice. 1.05 STANDARDS AND REGULATIONS D BI A. Nothing contained in these specifications or shown on the drawings shall be construed to be in conflict with any standards, local codes, ordinances or regulations governing the installation of the work specified herein. B. The entire installation shall conform to all pertinent codes and regulations, local, municipal, county and state authorities, the National Fire Protection Association, the National Electrical Code and other regulatory bodies having jurisdiction over this class of work. Applicable codes shall include, but not be limited to: 1. Pennsylvania Uniform Construction Code a. The provisions of Chapters 2 through 29, 31 through 35 of the International Building Code. b. ICC Electrical Code. SUMMARY OF WORK 01100 - 4 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 c. Mechanical Code. d. International Fire Code. e. International Energy Conservation Code. 2. National Electric Code (NEC) 2008. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Where applicable, materials and equipment shall bear stamps or seals of the NFPA, ASME, AMCA, NEMA and other industry regulating groups. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. All equipment or apparatus of any one system must be the product of one manufacturer, or equivalent products of a number of manufacturers that are suitable for use in a unified or assembled system. 2.02 PERFORMANCE OF EQUIPMENT A. All materials, equipment and appurtenances of any kind shown on the drawings, hereinafter specified, or required for the completion of the work in accordance with the intent of these specifications, shall be completely satisfactory and acceptable as regards operation, performance and capacity. No approval, written or verbal, or any drawings, descriptive data or samples of such material, equipment and/or appurtenances shall relieve the Contractor of his/her responsibility to turn over the complete installation to the Department in perfect working order and in complete conformance with the drawings and specifications, at the completion of the work. B. Any material, equipment or appurtenances, the operation, capacity or performance of which does not comply with the requirements of the drawings or specifications, or which is damaged prior to acceptance by the Department, will be held to be defective materials, equipment and/or appurtenances, and shall be removed and replaced or put in proper and acceptable working order, satisfactory to the Department, without additional cost to the Department. 2.03 "OR EQUAL" CLAUSE BI A. Whenever a material or article is specified or shown on the plans by using the name of a particular vendor, any material or article which shall perform adequately the duties imposed by the general design will be considered equal and satisfactory, providing the material or article so proposed is of equal substance and function in the opinion of the Department's representative and upon his/her written approval. PART 3 EXECUTION D 3.01 CONTRACTOR'S WORK AREA A. The Contractor's work area shall be limited to that necessary to satisfactorily complete the work as indicated on the Drawings. Work and or travel patterns outside immediate areas of construction shall be restricted to areas as directed by the Department. SUMMARY OF WORK 01100 - 5 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.02 COORDINATION WITH DEPARTMENT'S REPRESENTATIVE O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. The Contractor is responsible for notifying the Department’s representative of his delivery and work schedule in advance so that proper inspection and coordination can be provided. 3.03 ACCESS TO SITE AND CONSTRUCTION OPERATIONS A. Access to the building shall be coordinated between the Department’s representative and the Contractor. The Contractor shall be responsible for any damage caused by their personnel or subcontractors to properties and/or possessions of the Department. 3.04 "AS-BUILT" DRAWINGS A. As the work progresses, the Contractor shall record on one set of plans and specifications all changes, deviations, or alterations made to the original design. At the final inspection, the Contractor shall turn the “As-Built” set of drawings and specifications over to the Department. B. Failure to provide the as-built drawings may delay final payment. 3.05 OPERATION AND MAINTENANCE MANUAL A. At the completion of the work, the Contractor shall provide two bound operation maintenance manuals to the Department as defined in Section 5.19 of the General Conditions. The Manuals shall contain cleaning and maintenance instructions, wiring diagrams, warranties, a copy of all approved submittals, other information required for the operation of all systems, and information on all finishes and equipment. 1. Bind operation and maintenance data in 8-1/2 inch by 11-inch, 3-ring binders with durable plastic covers. 2. Subdivide the binder contents with permanent page dividers and tabs clearly titling the section contents. 3. Organize and arrange each binder as follows: D BI a. Table of Contents with each product or system description identified and the location of the data within the binder. b. Part 2: Operation and Maintenance data subdivided by specification section and arranged by product, equipment, or system. This data shall include: 1) Equipment and product lists 2) Parts lists 3) Operation instructions 4) Maintenance instructions 5) Winterization instructions and procedure SUMMARY OF WORK 01100 - 6 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Part 3: Documents and Certifications subdivided by specification section and arranged by product, equipment, or system. This data shall include: 1) Approved shop drawings and submittals 2) Warranties, guarantees, and bonds 3) Test reports 4) As-built plans and specifications O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D c. 3.06 MEASUREMENT AND PAYMENT A. All Work performed under this section shall be considered incidental and payment shall be made under other sections of this specification. D BI END OF SECTION SUMMARY OF WORK 01100 - 7 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01340 SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Equipment and material submissions. B. Related Work: 1. Individual requirements for submittals also may be described in pertinent sections of these specifications. C. Work Not Included: 1. Unrequired submittals will not be reviewed by the Department. 2. The Contractor shall require his subcontractor to provide drawings, setting diagrams, and similar information to help coordinate the work, but, such data shall remain between the Contractor and his subcontractors and will not be reviewed by the Department unless specifically called for within the contract documents. 1.02 QUALITY ASSURANCE A. Coordination of Submittals: 1. Prior to each submittal, carefully review and coordinate all aspects of each item being submitted. 2. Verify that each item, and the submittal for it, conforms in all respects with the specified requirements. 3. By affixing the Contractor's signature to each submittal, certify that this coordination has been performed. PART 2 PRODUCTS 2.01 SHOP DRAWINGS A. Scale and Measurements: Make shop drawings accurately to a scale sufficiently large to show all pertinent aspects of the item and its method of connection to the work. BI B. Review comments of the Department will be shown on one copy of the prints when it is returned to the Contractor. D 2.02 PRODUCT DATA (CATALOG CUTS) A. Where contents of submitted literature from manufacturers include data not pertinent to the submittal, clearly indicate which portions of the contents are being submitted for review. SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 01340 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 2.03 SAMPLES A. Provide sample or samples identical to the precise article proposed to be provided. B. Size of samples shall be as follows: Sheet or Similar Materials - 12” x 12”. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 2. Linear or Similar Materials - 12” long x full width. 2.04 COLORS AND PATTERNS A. Unless the precise color and/or pattern is specifically called out in the contract documents, submit two sets of accurate color and pattern charts. One set shall be submitted to the project site and the second set to the Department for their selection. B. Color selection charts should be submitted as soon as possible. The Department will not make color/pattern selections for materials until color and pattern samples for all finish items can be coordinated. PART 3 EXECUTION 3.01 IDENTIFICATION OF SUBMITTALS A. Consecutively number all transmittals. #1, #2, #3, etc. Number each submittal item, within the transmittal grouping. The number for each submittal item shall correspond with the “submittal no.” indicated on the Project Submittal Logs herein. B. When material is resubmitted for any reason, transmit under a new letter of transmittal and with a new transmittal number. The new transmittal number shall carry a subsequent alphabetical suffix. (i.e. resubmission of item 1 shall be submitted as 1A). C. Accompany each submission with a letter of transmittal showing all information required for identification and checking. D. On at least the first page of each submittal, and elsewhere as required for positive identification, show the submittal number in which the item was included. D BI E. Project Submittal Log: 1. The Department‘s representative will maintain a submittal log for the duration of the work, showing current status of all submittals at all times. 2. The form labeled “Project Submittal Log” attached at the end of this specification section shall be used to track the status of submittals and shall accompany all submissions to the Department. 3. The Contractor shall provide all of the necessary data to the Department, to enable the Department‘s representative to maintain an accurate submittal log. 3.02 GROUPING OF SUBMITTALS A. Unless otherwise specified, make submittals in groups containing all associated items to assure that information is available for checking each item when it is received. SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 01340 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.03 TIMING OF SUBMITTALS A. Make submittals far enough in advance of scheduled installation dates to provide time required for reviews, for securing necessary approvals, for possible revisions and resubmission’s, and for placing orders and securing delivery. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. In scheduling, allow at least ten working days for review by the Department following the Department’s receipt of the submittal. 3.04 FORMAT OF SUBMITTALS A. The Department will determine the method, format, and number of copies of submittals. At the Department's option they may include: 1. Documents: Submit one electronic copy in PDF format. An electronically-marked up file will be returned. Create PDFs at native size and right-side up; illegible files will be rejected. a. Individual files shall contain the complete submittal of individual items. Splitting submittals into multiple files is not permitted. File sharing or FTP services may be required for file sizes that exceed 10 meg. b. Files shall be named as directed by the Department. 2. Documents: Submit a minimum of six sets, or a quantity as directed by the Department, of documents clearly printed on plain white paper or manufacturer's standard printed literature. Text and images shall not be smudged or blurred and be of sufficient size to be easily readable. a. Small Size Sheets: 8-1/2 x 11 inches. b. Large Size Sheets: 24 x 36 inches. c. A maximum of three sets will be returned to the contractor. 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made at the lump sum bid price under each contract for the following pay item: 1. “Submittals & Shop Drawings” D BI SHOP DRAWINGS, PRODUCT DATA, AND SAMPLES 01340 - 3 BUREAU OF FACILITY DESIGN AND CONSTRUCTION PROJECT NO: TITLE: LOCATION: COUNTY: CONTRACTOR: Elk State Forest Cameron County HVAC for District Office and Pipe Repair FDC-013-100445.4 – Electrical Construction PROJECT SUBMITTAL LOG D O D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D BI 01780 01820 07620 07720 07840 07900 16060 16070 16075 16123 16131 16138 16145 16155 16411 16412 16443 16491 Closeout submittals,Manual Training Plan Sheet metal flashing and trim Roof accessories Firestopping Joint Sealers Grounding and bonding for electrical systems Hangers and supports Electrical Identification Building Wire and Cable Conduit Boxes Lighting Control Devices Equipment Wiring Enclosed Circuit Breakers Enclosed Switches Panelboards fuses x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x CC x SD x x x x x x x x x x x x x x x CS MS SD = SHOP DRAWINGS CC = CATALOG CUTS CS = COLOR SELECTION CHARTS MS = MANUFACTURERS PRODUCT AND INSTALLATION SPECIFICATIONS CT = CERTIFICATIONS, TEST RESULTS, ETC. SA = SAMPLES (12”X12” MIN. FOR SHEET MATERIALS OR 12” LENGTH FOR LINEAR MATERIALS) LEGEND: REMARKS: 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 SUBMITTAL NO. x x x CT x x x SA DATE APV APN REJ RETURNED APV = APPROVED APN = APPROVED AS NOTED REJ = REJECTED, RESUBMIT DATE THE FOLLOWING SUBMITTALS SHALL BE SUBMITTED TO THE DEPARTMENT FOR REVIEW AND APPROVAL. ADDITIONAL SUBMITTALS MAY BE REQUIRED. SPEC. REQUIREMENTS CONTRACTOR ACTION DEPARTMENT ACTION REQUIRED SUBMITTALS SUBMITTAL RESUBMITAL REVIEW DATE REMARKS SECTION ITEM DESCRIPTION Page 1 of 1 7-20-2009 Contract No. FDC-013-100445.4 SHOP DRAWINGS, PRODUCT DATA AND SAMPLES 01340-4 END OF SECTION Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01400 QUALITY REQUIREMENTS D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 1 GENERAL 1.01 SECTION INCLUDES A. References and standards. B. Quality assurance submittals. C. Control of installation. D. Tolerances. E. Testing and inspection services. F. Manufacturers' field services. 1.02 SUBMITTALS A. Testing Agency Qualifications: 1. Prior to start of Work, submit agency name, address, and telephone number, and names of full time specialist and responsible officer. B. Design Data: Submit for Department's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Department's information. C. Test Reports: After each test/inspection, promptly submit two copies of report to Department and to Contractor. 1. Include: a. Date issued. b. Project title and number. c. Name of inspector. d. Date and time of sampling or inspection. e. Identification of product and specifications section. f. Location in the Project. g. Type of test/inspection. h. Date of test/inspection. i. Results of test/inspection. j. Conformance with Contract Documents. k. When requested by Department, provide interpretation of results. 2. Test report submittals are for Department's knowledge as contract administrator for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents, or for Department's information. D. Certificates: When specified in individual specification sections, submit certification by the manufacturer and Contractor or installation/application subcontractor to Department, in quantities specified for Product Data. 1. Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. QUALITY REQUIREMENTS 01400 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D E. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Department's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. F. Manufacturer's Field Reports: Submit reports for Department's benefit as contract administrator or for Department. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. G. Erection Drawings: Submit drawings for Department's benefit as contract administrator or for Department. 1. Submit for information for the limited purpose of assessing conformance with information given and the design concept expressed in the contract documents. 1.03 REFERENCES AND STANDARDS A. For products and workmanship specified by reference to a document or documents not included in the Project Manual, also referred to as reference standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes. B. Conform to reference standard of date of issue current on date of Contract Documents, except where a specific date is established by applicable code. C. Obtain copies of standards where required by product specification sections. D. Maintain copy at project site during submittals, planning, and progress of the specific work, until Substantial Completion. E. Should specified reference standards conflict with Contract Documents, request clarification from Department before proceeding. F. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those of Department shall be altered from the Contract Documents by mention or inference otherwise in any reference document. 1.04 TESTING AND INSPECTION AGENCIES A. Contractor Employed Agency: 1. Testing agency: Comply with requirements of ASTM E329, ASTM E 548, ASTM E543, ASTM C1021, ASTM C1077, and ASTM C1093. 2. Inspection agency: Comply with requirements of ASTM D3740, ASTM E329, and ASTM E548. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce Work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. QUALITY REQUIREMENTS 01400 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Department before proceeding. D. Comply with specified standards as minimum quality for the Work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have Work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 TOLERANCES A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do not permit tolerances to accumulate. B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Department before proceeding. C. Adjust products to appropriate dimensions; position before securing products in place. 3.03 TESTING AND INSPECTION A. See individual specification sections for testing required. B. Testing Agency Duties: 1. Provide qualified personnel at site. Cooperate with Department and Contractor in performance of services. 2. Promptly notify Department and Contractor of observed irregularities or non-conformance of Work or products. 3. Perform additional tests and inspections required by Department. 4. Attend preconstruction meetings and progress meetings. 5. Submit reports of all tests/inspections specified. C. Limits on Testing/Inspection Agency Authority: 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 2. Agency may not approve or accept any portion of the Work. 3. Agency may not assume any duties of Contractor. 4. Agency has no authority to stop the Work. D. Contractor Responsibilities: 1. Deliver to agency at designated location, adequate samples of materials proposed to be used that require testing, along with proposed mix designs. 2. Provide incidental labor and facilities: a. To provide access to Work to be tested/inspected. b. To facilitate tests/inspections. 3. Notify Department and laboratory 24 hours prior to expected time for operations requiring testing/inspection services. QUALITY REQUIREMENTS 01400 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 Employ services of an independent qualified testing laboratory and pay for additional samples, tests, and inspections required by Contractor beyond specified requirements. E. Re-testing required because of non-conformance to specified requirements shall be performed by the same agency on instructions by Department. F. Re-testing required because of non-conformance to specified requirements shall be paid for by Contractor. 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment and provide as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.05 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Department, it is not practical to remove and replace the Work, Department will direct an appropriate remedy or adjust payment. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 4. 3.06 MEASUREMENT AND PAYMENT A. All Work performed under this section shall be considered incidental and payment shall be made under other sections of this specification. D BI END OF SECTION QUALITY REQUIREMENTS 01400 - 4 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01620 STORAGE AND PROTECTION PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Storage of equipment and materials. B. Protection of equipment and materials. C. Storage trailers. D. Related Work: 1. Additional procedures also may be prescribed in other sections of these specifications. 1.02 QUALITY ASSURANCE A. The Contractor shall take such procedures as are required to assure full protection of work and materials. Procedures shall include instruction of employees on safe material handling practices and techniques, notification on manufacturers recommended handling procedures, etc. 1.03 MANUFACTURER'S RECOMMENDATIONS A. Except as otherwise approved by the Department, determine and comply with manufacturers' recommendations on product handling, storage, and protection. PART 2 PRODUCTS-Not Used PART 3 EXECUTION 3.01 PACKAGING 1. Maintain packaged materials with seals unbroken and labels intact until time of use. 2. Promptly remove damaged material and unsuitable items from the job site, and promptly replace with material meeting the specified requirements, at no additional cost to the Department. B. The Department may reject as non-complying such material and products that do not bear identification satisfactory to the Department as to manufacturer, grade, quality, and other pertinent information. D BI A. Deliver products to the job site in their manufacturer's original container, with labels intact and legible. 3.02 PROTECTION A. Protect finished surfaces, including jambs and soffits of openings used as passageways, through which equipment and materials are handled. B. Provide protection for finished floor surfaces in traffic areas prior to allowing equipment or materials to be moved over such surfaces. STORAGE AND PROTECTION 01620 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 C. Maintain finished areas clean, unmarred, and suitably protected until accepted by the Department. 3.03 REPAIRS AND REPLACEMENTS O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. In the event of damage, promptly make replacements and repairs to the approval of the Department and at no additional cost to the Department. B. Additional time required securing replacements and to make repairs will not be considered by the Department to justify an extension in the Contract Time of Completion. C. Maintain finished surfaces clean, unmarred, and suitably protected until accepted by the Department. 3.04 STORAGE TRAILER A. Each Contractor may place a storage trailer on-site for storage of materials, equipment, tools, and supplies. B. Locate the storage trailer as directed by the Department. 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay items. 1. "Storage and Protection" D BI END OF SECTION STORAGE AND PROTECTION 01620 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01705 MOBILIZATION AND DEMOBILIZATION PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Mobilization and Demobilization of equipment, materials, and supplies. B. As-built drawings submission. C. Operation and Maintenance manual submission. 1.02 RELATED SECTIONS A. Section 01100 – Summary of Work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 GENERAL A. The method of work and placement of materials and supplies shall be approved in advanced by the Department's representative. 3.02 MOBILIZATION A. Mobilization shall consist of activity and work required to move all necessary plant, equipment, facilities, materials, supplies and personnel onto the site; the complete assembly and set-up of same in satisfactory working order. Also included shall be the adequate storage means to protect supplies and materials from exposure to the elements, vandalism and other damage. 3.03 DEMOBILIZATION A. Demobilization shall consist of activity and work required for the removal of all plant, equipment, facilities, unused materials, supplies and personnel off the site; cleanup of all areas affected by the Contract directly or indirectly; and removal and disposal of all debris, scrap and trash generated by the Contractor during project execution to the satisfaction of the Department. C. Demobilization shall include the submission of the Operation and Maintenance Manuals as specified in Section 01100. D BI B. Demobilization shall include the submission of the "As-Built" drawings as specified in Section 01100. MOBILIZATION AND DEMOBILIZATION 01705 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.04 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price under each contract for the following pay item: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. "Mobilization and Demobilization" B. Forty percent (40%) of this pay item will be paid to the Contractor for "Mobilization" as specified above. The remaining sixty (60%) of the pay item will be paid to the Contractor for "Demobilization" as specified above and following a Final Site Inspection by the Department's Representative. D BI END OF SECTION MOBILIZATION AND DEMOBILIZATION 01705 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01780 CLOSEOUT SUBMITTALS D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Operation and Maintenance Data. C. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 01340 - Shop Drawings, Product Data, and Samples: B. Individual Product Sections: Specific requirements for operation and maintenance data. C. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Department with claim for final Application for Payment. B. Operation and Maintenance Data: 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before start of Work. Department will review draft and return one copy with comments. 2. For equipment, or component parts of equipment put into service during construction and operated by Department, submit completed documents within ten days after acceptance. 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be reviewed and returned after final inspection, with Department comments. Revise content of all document sets as required prior to final submission. 4. Submit two sets of revised final documents in final form within 10 days after final inspection. C. Warranties and Bonds: 1. For equipment or component parts of equipment put into service during construction with Department's permission, submit documents within 10 days after acceptance. 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing the date of acceptance as the beginning of the warranty period. CLOSEOUT SUBMITTALS 01780 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Specifications. 3. Addenda. 4. Change Orders and other modifications to the Contract. 5. Reviewed shop drawings, product data, and samples. 6. Manufacturer's instruction for assembly, installation, and adjusting. B. Ensure entries are complete and accurate, enabling future reference by Department. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Specifications: Legibly mark and record at each product section description of actual products installed, including the following: 1. Manufacturer's name and product model and number. 2. Product substitutions or alternates utilized. 3. Changes made by Addenda and modifications. F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1. Measured locations of internal utilities and appurtenances concealed in construction, referenced to visible and accessible features of the Work. 2. Field changes of dimension and detail. 3. Details not on original Contract drawings. 3.02 OPERATION AND MAINTENANCE DATA A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors and suppliers, including local source of supplies and replacement parts. B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data applicable to installation. Delete inapplicable information. C. Drawings: Supplement product data to illustrate relations of component parts of equipment and systems, to show control and flow diagrams. Do not use Project Record Documents as maintenance drawings. D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for each procedure, incorporating manufacturer's instructions. 3.03 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES A. For Each Product, Applied Material, and Finish: 1. Product data, with catalog number, size, composition, and color and texture designations. 2. Information for re-ordering custom manufactured products. CLOSEOUT SUBMITTALS 01780 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and methods, precautions against detrimental cleaning agents and methods, and recommended schedule for cleaning and maintenance. C. Moisture protection and weather-exposed products: Include product data listing applicable reference standards, chemical composition, and details of installation. Provide recommendations for inspections, maintenance, and repair. D. Additional information as specified in individual product specification sections. E. Provide a listing in Table of Contents for design data, with tabbed fly sheet and space for insertion of data. 3.04 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS A. For Each Item of Equipment and Each System: 1. Description of unit or system, and component parts. 2. Identify function, normal operating characteristics, and limiting conditions. 3. Include performance curves, with engineering data and tests. 4. Complete nomenclature and model number of replaceable parts. B. Panelboard Circuit Directories: Provide electrical service characteristics, controls, and communications; typed or hand written. C. Include color coded wiring diagrams as installed. D. Operating Procedures: Include start-up, break-in, and routine normal operating instructions and sequences. Include regulation, control, stopping, shut-down, and emergency instructions. Include summer, winter, and any special operating instructions. E. Maintenance Requirements: Include routine procedures and guide for preventative maintenance and troubleshooting; disassembly, repair, and reassembly instructions; and alignment, adjusting, balancing, and checking instructions. F. Provide servicing and lubrication schedule, and list of lubricants required. G. Include manufacturer's printed operation and maintenance instructions. H. Include sequence of operation by controls manufacturer. I. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required for maintenance. J. Provide control diagrams by controls manufacturer as installed. K. Provide Contractor's coordination drawings, with color coded piping diagrams as installed. L. Provide list of original manufacturer's spare parts, current prices, and recommended quantities to be maintained in storage. M. Include test and balancing reports. N. Additional Requirements: As specified in individual product specification sections. 3.05 OPERATION AND MAINTENANCE MANUALS A. Prepare instructions and data by personnel experienced in maintenance and operation of described products. CLOSEOUT SUBMITTALS 01780 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Prepare data in the form of an instructional manual. C. Binders: Commercial quality, 8-1/2 by 11 inch (216 by 280 mm) three D side ring binders with durable plastic covers; 2 inch (50 mm) maximum ring size. When multiple binders are used, correlate data into related consistent groupings. D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE INSTRUCTIONS; identify title of Project; identify subject matter of contents. E. Provide tabbed dividers for each separate product and system, with typed description of product and major component parts of equipment. F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to size of text pages. H. Arrange content by systems under section numbers and sequence of Table of Contents of this Project Manual. I. Contents: Prepare a Table of Contents for each volume, with each product or system description identified, in three parts as follows: 1. Part 1: Directory, listing names, addresses, and telephone numbers of Department, Contractor, Subcontractors, and major equipment suppliers. 2. 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: a. Significant design criteria. b. List of equipment. c. Parts list for each component. d. Operating instructions. e. Maintenance instructions for equipment and systems. f. Maintenance instructions for special finishes, including recommended cleaning methods and materials, and special precautions identifying detrimental agents. 3. Part 3: Project documents and certificates, including the following: a. Shop drawings and product data. b. Air and water balance reports. c. Certificates. d. Photocopies of warranties and bonds. J. Provide a listing in Table of Contents for design data, with tabbed dividers and space for insertion of data. K. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Department, Consultants, and Contractor with name of responsible parties; schedule of products and systems, indexed to content of the volume. CLOSEOUT SUBMITTALS 01780 - 4 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 3.06 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Department's permission, leave date of beginning of time of warranty until the Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. E. Manual: Bind in commercial quality 8-1/2 by 11 inch (216 by 279 mm) three D side ring binders with durable plastic covers. F. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of Project; name, address and telephone number of Contractor and equipment supplier; and name of responsible company principal. G. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, with each item identified with the number and title of the specification section in which specified, and the name of product or work item. H. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, and manufacturer, with name, address, and telephone number of responsible principal. 3.07 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made at the lump sum bid price under each contract for the following pay item: D BI 1. "Mobilization and Demobilization" END OF SECTION CLOSEOUT SUBMITTALS 01780 - 5 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 01820 DEMONSTRATION AND TRAINING PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SUMMARY A. Demonstration of products and systems where indicated in specific specification sections. B. Training of Department personnel in operation and maintenance is required for: 1. All software-operated systems. 2. HVAC systems and equipment. 3. Electrical systems and equipment. 4. Items specified in individual product Sections. 1.02 SUBMITTALS A. See Section 01340 - Shop Drawings, Product data, and Samples for submittal procedures. B. Training Plan: The department will designate personnel to be trained; tailor training to needs and skill-level of attendees. Submit to Department for transmittal. 2. Submit not less than four weeks prior to start of training. 3. Revise and resubmit until acceptable. 4. Provide an overall schedule showing all training sessions. 5. Include at least the following for each training session: a. Identification, date, time, and duration. b. Description of products and/or systems to be covered. c. Name of firm and person conducting training; include qualifications. d. Intended audience, such as job description. e. Objectives of training and suggested methods of ensuring adequate training. f. Methods to be used, such as classroom lecture, live demonstrations, hands-on, etc. g. Media to be used, such a slides, hand-outs, etc. h. Training equipment required, such as projector, projection screen, etc., to be provided by Contractor. D BI 1. C. Training Manuals: Provide training manual for each attendee; allow for minimum of two attendees per training session. 1. Include applicable portion of O&M manuals. DEMONSTRATION AND TRAINING 01820 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 2. Include copies of all hand-outs, slides, overheads, video presentations, etc., that are not included in O&M manuals. 3. Provide one extra copy of each training manual to be included with operation and maintenance data. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D. Training Reports: 1. Identification of each training session, date, time, and duration. 2. Sign-in sheet showing names and job titles of attendees. 3. List of attendee questions and written answers given, including copies of and references to supporting documentation required for clarification; include answers to questions that could not be answered in original training session. 1.03 QUALITY ASSURANCE A. Instructor Qualifications: Familiar with design, operation, maintenance and troubleshooting of the relevant products and systems. 1. Provide as instructors the most qualified trainer of those contractors and/or installers who actually supplied and installed the systems and equipment. 2. Where a single person is not familiar with all aspects, provide specialists with necessary qualifications. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 DEMONSTRATION - GENERAL A. Demonstrations conducted during system start-up do not qualify as demonstrations for the purposes of this section, unless approved in advance by the Department. B. Demonstration may be combined with the Department personnel training if applicable. D BI C. Operating Equipment and Systems: Demonstrate operation in all modes, including start-up, shut-down, seasonal changeover, emergency conditions, and troubleshooting, and maintenance procedures, including scheduled and preventive maintenance. 1. Perform demonstrations prior to Final Inspection. 2. For equipment or systems requiring seasonal operation, perform demonstration for other season within six months. D. Non-Operating Products: Demonstrate cleaning, scheduled and preventive maintenance, and repair procedures. 1. Perform demonstrations prior to Final Inspection. 3.02 TRAINING - GENERAL A. Conduct training on-site unless otherwise indicated. B. Department will provide classroom and seating at no cost to Contractor. DEMONSTRATION AND TRAINING 01820 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 C. Provide training in minimum two hour segments. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D. Training schedule will be subject to availability of the Department's personnel to be trained; re-schedule training sessions as required by the Department; once schedule has been approved by Department failure to conduct sessions according to schedule will be cause for Department to charge Contractor for personnel "show-up" time. E. Review of Facility Policy on Operation and Maintenance Data: During training discuss: 1. The location of the O&M manuals and procedures for use and preservation; backup copies. 2. Typical contents and organization of all manuals, including explanatory information, system narratives, and product specific information. 3. Typical uses of the O&M manuals. F. Product- and System-Specific Training: 1. Review the applicable O&M manuals. 2. For systems, provide an overview of system operation, design parameters and constraints, and operational strategies. 3. Review instructions for proper operation in all modes, including start-up, shut-down, seasonal changeover and emergency procedures, and for maintenance, including preventative maintenance. 4. Provide hands-on training on all operational modes possible and preventive maintenance. 5. Emphasize safe and proper operating requirements; discuss relevant health and safety issues and emergency procedures. 6. Discuss common troubleshooting problems and solutions. 7. Discuss any peculiarities of equipment installation or operation. 8. Discuss warranties and guarantees, including procedures necessary to avoid voiding coverage. D BI 9. Review recommended tools and spare parts inventory suggestions of manufacturers. 10. Review spare parts and tools required to be furnished by Contractor. 11. Review spare parts suppliers and sources and procurement procedures. G. Be prepared to answer questions raised by training attendees; if unable to answer during training session, provide written response within three days. DEMONSTRATION AND TRAINING 01820 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.03 MEASUREMENT AND PAYMENT A. All Work performed under this section shall be considered incidental and payment shall be made under other sections of this specification. D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D END OF SECTION DEMONSTRATION AND TRAINING 01820 - 4 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 07840 FIRESTOPPING PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Firestopping systems. B. Firestopping of all joints and penetrations in fire-resistance rated and smoke-resistant assemblies, whether indicated on drawings or not, and other openings indicated. 1.02 REFERENCE STANDARDS A. ASTM E119 - Standard Test Methods for Fire Tests of Building Construction and Materials; 2011. B. ITS (DIR) - Directory of Listed Products; Intertek Testing Services NA, Inc.; current edition. C. FM 4991 - Approval of Firestop Contractors; Factory Mutual Research Corporation; 2001. D. FM P7825 - Approval Guide; Factory Mutual Research Corporation; current edition. E. UL (FRD) - Fire Resistance Directory; Underwriters Laboratories Inc.; current edition. 1.03 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples. B. Schedule of Firestopping: List each type of penetration. C. Product Data: Provide data on product characteristics, performance ratings, and limitations. D. Manufacturer's Installation Instructions: Indicate preparation and installation instructions. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. D BI 1.04 QUALITY ASSURANCE A. Fire Testing: Provide firestopping assemblies of designs that provide the scheduled fire ratings when tested in accordance with methods indicated. 1. Listing in the current-year classification or certification books of UL, FM, or ITS (Warnock Hersey) will be considered as constituting an acceptable test report. 2. Valid evaluation report published by ICC Evaluation Service, Inc. (ICC-ES) at www.icc-es.org will be considered as constituting an acceptable test report. 3. Submission of actual test reports is required for assemblies for which none of the above substantiation exists. FIRESTOPPING 07840 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. C. Installer Qualifications: Company specializing in performing the work of this section and: Approved by Factory Mutual Research under FM Standard 4991, Approval of Firestop Contractors, or meeting any two of the following requirements:. 2. With minimum 3 years documented experience installing work of this type. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 1.05 FIELD CONDITIONS A. Comply with firestopping manufacturer's recommendations for temperature and conditions during and after installation. Maintain minimum temperature before, during, and for 3 days after installation of materials. B. Provide ventilation in areas where solvent-cured materials are being installed. PART 2 PRODUCTS 2.01 FIRESTOPPING SYSTEMS A. Firestopping at Combustible Pipe and Conduit Penetrations, of diameter 4 inches (100 mm) or less: Any material meeting requirements. 2.02 MATERIALS A. Firestopping Sealants: Provide only products having lower volatile organic compound (VOC) content than required by South Coast Air Quality Management District Rule No.1168. B. Intumescent Putty: Compound that expands on exposure to surface heat gain; conforming to the following: 1. Potential Expansion: Minimum 1000 percent. 2. Manufacturers: a. RectorSeal: www.rectorseal.com. b. 3M Fire Protection Products: www.3m.com/firestop. c. Hilti, Inc: www.us.hilti.com. d. Substitutions: See Section 01340 - Product Requirements. BI C. Primers, Sleeves, Forms, Insulation, Packing, Stuffing, and Accessories: Type required for tested assembly design. PART 3 EXECUTION D 3.01 EXAMINATION A. Verify openings are ready to receive the work of this section. 3.02 INSTALLATION A. Install materials in manner described in fire test report and in accordance with manufacturer's instructions, completely closing openings. FIRESTOPPING 07840 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.03 MEASUREMENT AND PAYMENT A. Payment for all performed under this section shall be made under the lump sum bid price for the following pay item: 1. "HVAC Construction". "Electrical Construction". O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2. D BI END OF SECTION FIRESTOPPING 07840 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 SECTION 07900 JOINT SEALERS D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 1 GENERAL 1.01 SECTION INCLUDES A. Sealants and joint backing. B. Precompressed foam sealers. C. Hollow gaskets. 1.02 RELATED REQUIREMENTS A. Section 07840 - Firestopping: Firestopping sealants. 1.03 REFERENCE STANDARDS A. ASTM C919 - Standard Practice for Use of Sealants in Acoustical Applications; 2012. B. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2011. C. ASTM C1193 - Standard Guide for Use of Joint Sealants; 2011a. 1.04 SUBMITTALS A. Product Data: Provide data indicating sealant chemical characteristics, performance criteria, substrate preparation, limitations, and color availability. B. Manufacturer's Installation Instructions: Indicate special procedures, surface preparation, and perimeter conditions requiring special attention. 1.05 QUALITY ASSURANCE A. Maintain one copy of each referenced document covering installation requirements on site. 1.06 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 1.07 WARRANTY A. See Section 01780 - Closeout Submittals, for additional warranty requirements. B. Correct defective work within a five year period after Date of Substantial Completion. C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight seal, exhibit loss of adhesion or cohesion, or do not cure. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Gunnable and Pourable Sealants: 1. Adhesives Technology Corporation: www.atc.ws. 2. BASF Construction Chemicals-Building Systems: www.buildingsystems.basf.com. 3. Bostik Inc: www.bostik-us.com. 4. Dow Corning Corporation: www.dowcorning.com. 5. Or approved equivalent. JOINT SEALERS 07900 - 1 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Silicone Sealants: 1. Bostik Inc: www.bostik-us.com. 2. Momentive Performance Materials, Inc (formerly GE Silicones): www.momentive.com. 3. Pecora Corporation: www.pecora.com. 4. Or approved equal. C. Preformed Compressible Foam Sealers: 1. EMSEAL Joint Systems, Ltd: www.emseal.com. 2. Sandell Manufacturing Company, Inc: www.sandellmfg.com. 3. Dayton Superior Corporation: www.daytonsuperior.com. 4. Tremco Global Sealants: www.tremcosealants.com. 5. Or approved equal. 2.02 SEALANTS A. General Purpose Exterior Sealant: Polyurethane; ASTM C920, Grade NS, Class 25, Uses M, G, and A; single component. 1. Color: Match adjacent finished surfaces. 2. Applications: Use for: a. Joints between concrete and other materials. b. Joints between metal frames and other materials. c. Other exterior joints for which no other sealant is indicated. B. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinning, noncuring. 1. Applications: Use for: a. Concealed sealant bead in sheet metal work. C. Sealant for Continuous Water Immersion: Polysulfide; ASTM C920, Grade NS, Class 25, Uses I, M, and A; approved by manufacturer for continuous water immersion; single component. 1. Color: To be selected by Department from manufacturer's standard range. D. Silicone Sealant: ASTM C920, Grade NS, Class 25, Uses NT, A, G, M, O; single component, solvent curing, non-sagging, non-staining, fungus resistant, non-bleeding. 1. Color: Match adjacent finished surfaces. 2. Movement Capability: Plus and minus 25 percent. 3. Service Temperature Range: -65 to 180 degrees F (-54 to 82 degrees C). 4. Shore A Hardness Range: 15 to 35. 2.03 ACCESSORIES A. Primer: Non-staining type, recommended by sealant manufacturer to suit application. B. Joint Cleaner: Non-corrosive and non-staining type, recommended by sealant manufacturer; compatible with joint forming materials. C. Joint Backing: Round foam rod compatible with sealant; closed cell polyethylene; oversized 30 to 50 percent larger than joint width. D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. JOINT SEALERS 07900 - 2 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 3 EXECUTION 3.01 EXAMINATION A. Verify that substrate surfaces are ready to receive work. B. Verify that joint backing and release tapes are compatible with sealant. 3.02 PREPARATION A. Remove loose materials and foreign matter that could impair adhesion of sealant. B. Clean and prime joints in accordance with manufacturer's instructions. C. Perform preparation in accordance with manufacturer's instructions and ASTM C1193. D. Protect elements surrounding the work of this section from damage or disfigurement. 3.03 INSTALLATION A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces and material installation instructions. B. Perform installation in accordance with ASTM C1193. C. Perform acoustical sealant application work in accordance with ASTM C919. D. Measure joint dimensions and size joint backers to achieve width-to-depth ratio, neck dimension, and surface bond area as recommended by manufacturer. E. Install bond breaker where joint backing is not used. F. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. G. Apply sealant within recommended application temperature ranges. Consult manufacturer when sealant cannot be applied within these temperature ranges. H. Tool joints concave. I. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and intersections; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surface. J. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal all joints with adhesive; install with face 1/8 to 1/4 inch (3 to 6 mm) below adjoining surface. 3.04 CLEANING A. Clean adjacent soiled surfaces. 3.05 PROTECTION A. Protect sealants until cured. 3.06 SCHEDULE A. Lap Joints in Exterior Sheet Metal Work: B. Butt Joints in Exterior Metal Work and Siding: C. Joints Between Exterior Metal Frames and Adjacent Work (except masonry): JOINT SEALERS 07900 - 3 Contract No. FDC-013-100445.2 Contract No. FDC-013-100445.4 3.07 MEASUREMENT AND PAYMENT D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay items. 1. "HVAC Construction". 2. "Electrical Construction". END OF SECTION JOINT SEALERS 07900 - 4 Contract No. FDC-013-100445.4 SECTION 16050 MINOR ELECTRICAL DEMOLITION D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D PART 1 GENERAL 1.01 SECTION INCLUDES A. Electrical demolition. PART 2 PRODUCTS 2.01 MATERIALS AND EQUIPMENT A. Materials and equipment for patching and extending work: As specified in individual sections. PART 3 EXECUTION 3.01 EXAMINATION A. Verify field measurements and circuiting arrangements are as shown on Drawings. B. Verify that abandoned wiring and equipment serve only abandoned facilities. C. Demolition drawings are based on casual field observation and existing record documents. D. Report discrepancies to Department before disturbing existing installation. E. Beginning of demolition means installer accepts existing conditions. 3.02 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings to be removed. B. Provide temporary wiring and connections to maintain existing systems in service during construction. When work must be performed on energized equipment or circuits, use personnel experienced in such operations. C. Existing Electrical Service: Maintain existing system in service until new system is complete and ready for service. Disable system only to make switchovers and connections. Minimize outage duration. 1. Obtain permission from Department at least 24 hours before partially or completely disabling system. 2. Make temporary connections to maintain service in areas adjacent to work area. 3.03 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Remove, relocate, and extend existing installations to accommodate new construction. B. Remove abandoned wiring to source of supply. C. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. D. Disconnect and remove abandoned panelboards and distribution equipment. E. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. F. Repair adjacent construction and finishes damaged during demolition and extension work. MINOR ELECTRICAL DEMOLITION 16050 - 1 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D G. Maintain access to existing electrical installations that remain active. Modify installation or provide access panel as appropriate. H. Extend existing installations using materials and methods compatible with existing electrical installations, or as specified. 3.04 CLEANING AND REPAIR A. Clean and repair existing materials and equipment that remain or that are to be reused. B. Panelboards: Clean exposed surfaces and check tightness of electrical connections. Replace damaged circuit breakers and provide closure plates for vacant positions. Provide typed circuit directory showing revised circuiting arrangement. 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Demolition" END OF SECTION MINOR ELECTRICAL DEMOLITION 16050 - 2 Contract No. FDC-013-100445.4 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D SECTION 16060 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 GENERAL 1.01 SECTION INCLUDES A. Grounding and bonding requirements. B. Conductors for grounding and bonding. C. Connectors for grounding and bonding. 1.02 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. B. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. C. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. UL 467 - Grounding and Bonding Equipment; Current Edition, Including All Revisions. 1.03 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.04 SUBMITTALS A. See Section 01340 - Administrative Requirements for submittals procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for grounding and bonding system components. C. Shop Drawings: 1. Indicate proposed arrangement for signal reference grids. Include locations of items to be bonded and methods of connection. D. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Field quality control test reports. F. Project Record Documents: Record actual locations of grounding electrode system components and connections. 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 16060- 1 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.06 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store products in accordance with manufacturer's instructions. PART 2 PRODUCTS 2.01 GROUNDING AND BONDING REQUIREMENTS A. Existing Work: Where existing grounding and bonding system components are indicated to be reused, they may be reused only where they are free from corrosion, integrity and continuity are verified, and where acceptable to the authority having jurisdiction. B. Do not use products for applications other than as permitted by NFPA 70 and product listing. C. Unless specifically indicated to be excluded, provide all required components, conductors, connectors, conduit, boxes, fittings, supports, accessories, etc. as necessary for a complete grounding and bonding system. D. Where conductor size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. E. Bonding and Equipment Grounding: 1. Provide bonding for equipment grounding conductors, equipment ground busses, metallic equipment enclosures, metallic raceways and boxes, device grounding terminals, and other normally non-current-carrying conductive materials enclosing electrical conductors/equipment or likely to become energized as indicated and in accordance with NFPA 70. 2. Provide insulated equipment grounding conductor in each feeder and branch circuit raceway. Do not use raceways as sole equipment grounding conductor. 3. Where circuit conductor sizes are increased for voltage drop, increase size of equipment grounding conductor proportionally in accordance with NFPA 70. 4. Unless otherwise indicated, connect wiring device grounding terminal to branch circuit equipment grounding conductor and to outlet box with bonding jumper. 5. Terminate branch circuit equipment grounding conductors on solidly bonded equipment ground bus only. Do not terminate on neutral (grounded) or isolated/insulated ground bus. 6. Provide bonding jumper across expansion or expansion/deflection fittings provided to accommodate conduit movement. 7. Provide bonding for interior metal piping systems in accordance with NFPA 70. This includes, but is not limited to: a. Metal water piping where not already effectively bonded to metal underground water pipe used as grounding electrode. b. Metal gas piping. 8. Provide bonding for interior metal air ducts. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 16060- 2 D BI O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D F. Isolated Ground System: 1. Where isolated ground receptacles or other isolated ground connections are indicated, provide separate isolated/insulated equipment grounding conductors. 2. Connect isolated/insulated equipment grounding conductors only to separate isolated/insulated equipment ground busses. 3. Connect the isolated/insulated equipment grounding conductors to the solidly bonded equipment ground bus only at the service disconnect or separately derived system disconnect. Do not make any other connections between isolated ground system and normal equipment ground system on the load side of this connection. 2.02 GROUNDING AND BONDING COMPONENTS A. General Requirements: 1. Provide products listed, classified, and labeled by Underwriter's Laboratories Inc. (UL) or testing firm acceptable to authority having jurisdiction as suitable for the purpose indicated. 2. Provide products listed and labeled as complying with UL 467 where applicable. B. Conductors for Grounding and Bonding, in addition to requirements of Section 16123: 1. Use insulated copper conductors unless otherwise indicated. a. Exceptions: 1) Use bare copper conductors where installed underground in direct contact with earth. 2) Use bare copper conductors where directly encased in concrete (not in raceway). C. Connectors for Grounding and Bonding: 1. Description: Connectors appropriate for the application and suitable for the conductors and items to be connected; listed and labeled as complying with UL 467. 2. Unless otherwise indicated, use mechanical connectors, compression connectors, or exothermic welded connections for accessible connections. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that work likely to damage grounding and bonding system components has been completed. B. Verify that field measurements are as shown on the drawings. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install grounding and bonding system components in a neat and workmanlike manner in accordance with NECA 1. C. Make grounding and bonding connections using specified connectors. 1. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. Do not remove conductor strands to facilitate insertion into connector. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 16060- 3 Remove nonconductive paint, enamel, or similar coating at threads, contact points, and contact surfaces. 3. Exothermic Welds: Make connections using molds and weld material suitable for the items to be connected in accordance with manufacturer's recommendations. 4. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 5. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. D. Identify grounding and bonding system components in accordance with Section 16075 3.03 FIELD QUALITY CONTROL A. Perform inspection, testing, and adjusting in accordance with Section 01400. B. Inspect and test in accordance with NETA STD ATS except Section 4. C. Perform inspections and tests listed in NETA STD ATS, Section 7.13. D. Perform ground electrode resistance tests under normally dry conditions. Precipitation within the previous 48 hours does not constitute normally dry conditions. E. Investigate and correct deficiencies where measured ground resistances do not comply with specified requirements. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2. D BI 3.04 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" END OF SECTION GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 16060- 4 Contract No. FDC-013-100445.4 SECTION 16070 HANGERS AND SUPPORTS PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Conduit and equipment supports. B. Anchors and fasteners. 1.02 REFERENCE STANDARDS A. ASTM A123/A123M - Standard Specification for Zinc (Hot-Dip Galvanized) Coatings on Iron and Steel Products; 2009. B. ICC-ES AC193 - Acceptance Criteria for Mechanical Anchors in Concrete Elements; 2010 C. ICC-ES AC308 - Acceptance Criteria for Post-Installed Adhesive Anchors in Concrete Elements; 2009. D. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. E. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.03 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. B. Product Data: Provide manufacturer’s catalog data for fastening systems. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.04 QUALITY ASSURANCE BI A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. D PART 2 PRODUCTS 2.01 MANUFACTURERS A. Thomas & Betts Corporation: www.tnb.com. B. Threaded Rod Company: www.threadedrod.com. C. Or approved equal. HANGERS AND SUPPORTS 16070 - 1 Contract No. FDC-013-100445.4 2.02 MATERIALS A. Hangers, Supports, Anchors, and Fasteners - General: Corrosion-resistant materials of size and type adequate to carry the loads of equipment and conduit, including weight of wire in conduit. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Supports: Fabricated of structural steel or formed steel members; galvanized. C. Anchors and Fasteners: 1. Do not use powder-actuated anchors, spring clips, or beam clamps. 2. Steel Structural Elements: Use beam clamps, steel spring clips, steel ramset fasteners, or welded fasteners. 3. Concrete Surfaces: Use self-drilling anchors or expansion anchors. 4. Hollow Masonry, Plaster, and Gypsum Board Partitions: Use toggle bolts or hollow wall fasteners. 5. Sheet Metal: Use sheet metal screws. 6. Wood Elements: Use wood screws. PART 3 EXECUTION 3.01 INSTALLATION A. Install hangers and supports as required to adequately and securely support electrical system components, in a neat and workmanlike manner, as specified in NECA 1. 1. Do not fasten supports to pipes, ducts, mechanical equipment, or conduit. 2. Do not drill or cut structural members. B. Rigidly weld support members or use hexagon-head bolts to present neat appearance with adequate strength and rigidity. Use spring lock washers under all nuts. C. Install surface-mounted cabinets and panelboards with minimum of four anchors. D. In wet and damp locations use steel channel supports to stand cabinets and panelboards 1 inch (25 mm) off wall. E. Use sheet metal channel to bridge studs above and below cabinets and panelboards recessed in hollow partitions. D BI 3.02 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" END OF SECTION HANGERS AND SUPPORTS 16070 - 2 Contract No. FDC-013-100445.4 SECTION 16075 ELECTRICAL IDENTIFICATION PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Electrical identification requirements. B. Identification nameplates and labels. C. Wire and cable markers. D. Voltage markers. E. Warning signs and labels. 1.02 RELATED REQUIREMENTS A. Section 16123 - Building Wire and Cable: Color coding for power conductors and cables 600 V and less; vinyl color coding electrical tape. 1.03 REFERENCE STANDARDS A. ANSI Z535.2 - American National Standard for Environmental and Facility Safety Signs; 2007. B. ANSI Z535.4 - American National Standard for Product Safety Signs and Labels; 2007. C. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. NFPA 70E - Standard for Electrical Safety in the Workplace; 2009. E. UL 969 - Marking and Labeling Systems; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Verify final designations for equipment, systems, and components to be identified prior to fabrication of identification products. B. Sequencing: Do not conceal items to be identified, in locations such as above suspended ceilings, until identification products have been installed. 2. Do not install identification products until final surface finishes and painting are complete. D BI 1. 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. ELECTRICAL IDENTIFICATION 16075 - 1 Contract No. FDC-013-100445.4 B. Product Data: Provide manufacturer's standard catalog pages and data sheets for each product. C. Shop Drawings: Provide schedule of items to be identified indicating proposed designations, materials, legends, and formats. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D D. Samples: 1. Identification Nameplates: One of each type and color specified. 2. Warning Signs and Labels: One of each type and legend specified. E. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation and installation of product. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. 1.07 FIELD CONDITIONS A. Do not install adhesive products when ambient temperature is lower than recommended by manufacturer. PART 2 PRODUCTS 2.01 IDENTIFICATION REQUIREMENTS A. Existing Work: Unless specifically excluded, identify existing elements to remain that are not already identified in accordance with specified requirements. B. Identification for Equipment: D BI 1. Use identification nameplate to identify each piece of electrical distribution and control equipment and associated sections, compartments, and components. a. Motor Control Centers: 1) Identify ampere rating. 2) Identify voltage and phase. 3) Identify power source and circuit number. Include location when not within sight of equipment. 4) Use identification nameplate to identify main overcurrent protective device. 5) Use identification nameplate to identify load(s) served for each branch device. Do not identify spares and spaces. b. Enclosed switches, circuit breakers, and motor controllers: 1) Identify voltage and phase. 2) Identify power source and circuit number. Include location when not within sight of equipment. 3) Identify load(s) served. Include location when not within sight of equipment. ELECTRICAL IDENTIFICATION 16075 - 2 Contract No. FDC-013-100445.4 Enclosed Contactors: 1) Identify ampere rating. 2) Identify voltage and phase. 3) Identify configuration, e.g., E.O.E.H. (electrically operated, electrically held) or E.O.M.H. (electrically operated, mechanically held). 4) Identify coil voltage. 5) Identify load(s) and associated circuits controlled. Include location. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D c. 2. Service Equipment: a. Use identification nameplate to identify each service disconnecting means. b. For buildings or structures supplied by more than one service, or any combination of branch circuits, feeders, and services, use identification nameplate or means of identification acceptable to authority having jurisdiction at each service disconnecting means to identify all other services, feeders, and branch circuits supplying that building or structure. Verify format and descriptions with authority having jurisdiction. c. Use identification nameplate at each piece of service equipment to identify the available fault current and the date calculations were performed. 3. Arc Flash Hazard Warning Labels: Use warning labels to identify arc flash hazards for electrical equipment, such as switchboards, panelboards, industrial control panels, meter socket enclosures, and motor control centers that are likely to require examination, adjustment, servicing, or maintenance while energized. a. Minimum Size: 3.5 by 5 inches (89 mm by 127 mm). b. Legend: Provide custom legend in accordance with NFPA 70E based on equipment-specific data: 1) Include orange header that reads "WARNING" where calculated incident energy is less than 40 calories per square cm. 2) Include red header that reads "DANGER" where calculated incident energy is 40 calories per square cm or greater. 3) Include the text "Arc Flash and Shock Hazard; Appropriate PPE Required" or approved equivalent. C. Identification for Conductors and Cables: 1. Color Coding for Power Conductors 600 V and Less: Comply with Section 16123. D BI 2. Use identification nameplate or identification label to identify color code for ungrounded and grounded power conductors inside door or enclosure at each piece of feeder or branch-circuit distribution equipment when premises has feeders or branch circuits served by more than one nominal voltage system. D. Identification for Boxes: 1. Use voltage markers to identify highest voltage present. 2. Use voltage markers or color coded boxes to identify systems other than normal power system. ELECTRICAL IDENTIFICATION 16075 - 3 Contract No. FDC-013-100445.4 3. Use identification labels or handwritten text using indelible marker to identify circuits enclosed. 2.02 IDENTIFICATION NAMEPLATES AND LABELS A. Identification Nameplates: Manufacturers: a. Brimar Industries, Inc: www.brimar.com. b. Kolbi Pipe Marker Co: www.kolbipipemarkers.com. c. Seton Identification Products: www.seton.com. 2. Materials: a. Indoor Clean, Dry Locations: Use plastic nameplates. 3. Plastic Nameplates: Two-layer or three-layer laminated acrylic or electrically non-conductive phenolic with beveled edges; minimum thickness of 1/16 inch (1.6 mm); engraved text. 4. Mounting Holes for Mechanical Fasteners: Two, centered on sides for sizes up to 1 inch (25 mm) high; Four, located at corners for larger sizes. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. B. Identification Labels: 1. Manufacturers: a. Brady Corporation: www.bradyid.com. b. Brother International Corporation: www.brother-usa.com. c. Panduit Corp: www.panduit.com. d. Or Approved Equal. 2. Materials: Use self-adhesive laminated plastic labels; UV, chemical, water, heat, and abrasion resistant. a. Use only for indoor locations. 3. Text: Use factory pre-printed or machine-printed text. Do not use handwritten text unless otherwise indicated. C. Format for Equipment Identification: 1. Minimum Size: 1 inch (25 mm) by 2.5 inches (64 mm). D BI 2. Legend: a. Equipment designation or other approved description. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: a. System Designation: 1 inch (25 mm). b. Equipment Designation: 1/2 inch (13 mm). c. Other Information: 1/4 inch (6 mm). 5. Color: a. Normal Power System: White text on black background. ELECTRICAL IDENTIFICATION 16075 - 4 Contract No. FDC-013-100445.4 D. Format for General Information and Operating Instructions: Minimum Size: 1 inch (25 mm) by 2.5 inches (64 mm). 2. Legend: Include information or instructions indicated or as required for proper and safe operation and maintenance. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 1/4 inch (6 mm). 5. Color: Black text on white background unless otherwise indicated. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. E. Format for Caution and Warning Messages: 1. Minimum Size: 2 inches (51 mm) by 4 inches (100 mm). 2. Legend: Include information or instructions indicated or as required for proper and safe operation and maintenance. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 1/2 inch (13 mm). 5. Color: Black text on yellow background unless otherwise indicated. F. Format for Control Device Identification: 1. Minimum Size: 3/8 inch (10 mm) by 1.5 inches (38 mm). 2. Legend: Load controlled or other designation indicated. 3. Text: All capitalized unless otherwise indicated. 4. Minimum Text Height: 3/16 inch (5 mm). 5. Color: Black text on clear background. 2.03 WIRE AND CABLE MARKERS A. Manufacturers: 1. Brady Corporation: www.bradyid.com. 2. HellermannTyton: www.hellermanntyton.com. 3. Panduit Corp: www.panduit.com. D BI 4. Or approved equal.. B. Markers for Conductors and Cables: Use wrap-around self-adhesive vinyl cloth, wrap-around self-adhesive vinyl self-laminating, heat-shrink sleeve, plastic sleeve, plastic clip-on, or vinyl split sleeve type markers suitable for the conductor or cable to be identified. C. Markers for Conductor and Cable Bundles: Use plastic marker tags secured by nylon cable ties. D. Legend: Power source and circuit number or other designation indicated. ELECTRICAL IDENTIFICATION 16075 - 5 Contract No. FDC-013-100445.4 E. Text: Use factory pre-printed or machine-printed text, all capitalized unless otherwise indicated. F. Minimum Text Height: 1/8 inch (3 mm). G. Color: Black text on white background unless otherwise indicated. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2.04 VOLTAGE MARKERS A. Manufacturers: 1. Brady Corporation: www.bradyid.com. 2. Brimar Industries, Inc: www.brimar.com. 3. Seton Identification Products: www.seton.com. 4. Or approved equal.. B. Markers for Boxes and Equipment Enclosures: Use factory pre-printed self-adhesive vinyl or self-adhesive vinyl cloth type markers. C. Minimum Size: 1. Markers for Equipment: 1 1/8 by 4 1/2 inches (29 by 110 mm). 2. Markers for Conduits: As recommended by manufacturer for conduit size to be identified. 3. Markers for Pull Boxes: 1 1/8 by 4 1/2 inches (29 by 110 mm). 4. Markers for Junction Boxes: 1/2 by 2 1/4 inches (13 by 57 mm). D. Legend: 1. Markers for Voltage Identification: Highest voltage present. 2. Markers for System Identification: E. Color: Black text on orange background unless otherwise indicated. 2.05 WARNING SIGNS AND LABELS D BI A. Manufacturers: 1. Brimar Industries, Inc: www.brimar.com. 2. Clarion Safety Systems, LLC: www.clarionsafety.com. 3. Seton Identification Products: www.seton.com. 4. Or approved equal.. B. Comply with ANSI Z535.2 or ANSI Z535.4 as applicable. C. Warning Labels: 1. Materials: Use factory pre-printed or machine-printed self-adhesive polyester, or self-adhesive vinyl labels; UV, chemical, water, heat, and abrasion resistant; produced using materials recognized to UL 969. ELECTRICAL IDENTIFICATION 16075 - 6 Contract No. FDC-013-100445.4 2. Machine-Printed Labels: Use thermal transfer process printing machines and accessories recommended by label manufacturer. 3. Minimum Size: 2 by 4 inches (51 mm by 102 mm) unless otherwise indicated. PART 3 EXECUTION O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 3.01 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install identification products to be plainly visible for examination, adjustment, servicing, and maintenance. Unless otherwise indicated, locate products as follows: 1. Surface-Mounted Equipment: Enclosure front. 2. Flush-Mounted Equipment: Inside of equipment door. 3. Free-Standing Equipment: Enclosure front; also enclosure rear for equipment with rear access. 4. Elevated Equipment: Legible from the floor or working platform. 5. Branch Devices: Adjacent to device. 6. Interior Components: Legible from the point of access. 7. Conduits: Legible from the floor. 8. Boxes: Outside face of cover. 9. Conductors and Cables: Legible from the point of access. C. Install identification products centered, level, and parallel with lines of item being identified. D. Secure nameplates to exterior surfaces of enclosures using stainless steel screws and to interior surfaces using self-adhesive backing, or epoxy cement. E. Install self-adhesive labels and markers to achieve maximum adhesion, with no bubbles or wrinkles and edges properly sealed. F. Mark all handwritten text, where permitted, to be neat and legible. 3.02 FIELD QUALITY CONTROL BI A. Replace self-adhesive labels and markers that exhibit bubbles, wrinkles, curling or other signs of improper adhesion. D 3.03 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" END OF SECTION ELECTRICAL IDENTIFICATION 16075 - 7 Contract No. FDC-013-100445.4 SECTION 16123 BUILDING WIRE AND CABLE PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Single conductor building wire. B. Wiring connectors. C. Electrical tape. D. Wire pulling lubricant. 1.02 RELATED REQUIREMENTS A. Section 07840 - Firestopping. B. Section 16075 - Electrical Identification: Identification products and requirements. 1.03 REFERENCE STANDARDS A. ASTM B3 - Standard Specification for Soft or Annealed Copper Wire; 2001 (Reapproved 2007). B. ASTM B8 - Standard Specification for Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft; 2011. C. ASTM B787/B787M - Standard Specification for 19 Wire Combination Unilay-Stranded Copper Conductors for Subsequent Insulation; 2004 (Reapproved 2009). D. ASTM D3005 - Standard Specification for Low-Temperature Resistant Vinyl Chloride Plastic Pressure-Sensitive Electrical Insulating Tape; 2010. E. ASTM D4388 - Standard Specification for Nonmetallic Semi-Conducting and Electrically Insulating Rubber Tapes; 2008. F. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. D BI G. NEMA WC 70 - Power Cables Rated 2000 Volts or Less for the Distribution of Electrical Energy; National Electrical Manufacturers Association; 2009 (ANSI/NEMA WC 70/ICEA S-95-658). H. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. I. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. J. UL 44 - Thermoset-Insulated Wires and Cables; Current Edition, Including All Revisions. BUILDING WIRE AND CABLE 16123 - 1 Contract No. FDC-013-100445.4 K. UL 83 - Thermoplastic-Insulated Wires and Cables; Current Edition, Including All Revisions. L. UL 486A-486B - Wire Connectors; Current Edition, Including All Revisions. M. UL 486C - Splicing Wire Connectors; Current Edition, Including All Revisions. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D N. UL 486D - Sealed Wire Connector Systems; Current Edition, Including All Revisions. O. UL 510 - Polyvinyl Chloride, Polyethylene, and Rubber Insulating Tape; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate sizes of raceways, boxes, and equipment enclosures installed under other sections with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate with electrical equipment installed under other sections to provide terminations suitable for use with the conductors to be installed. 3. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for conductors and cables, including detailed information on materials, construction, ratings, listings, and available sizes, configurations, and stranding. C. Design Data: Indicate voltage drop and ampacity calculations for aluminum conductors substituted for copper conductors. Include proposed modifications to raceways, boxes, wiring gutters, enclosures, etc. to accommodate substituted conductors. D. Field Quality Control Test Reports. BI E. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.06 QUALITY ASSURANCE D A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. BUILDING WIRE AND CABLE 16123 - 2 Contract No. FDC-013-100445.4 1.07 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conductors and cables in accordance with manufacturer's instructions. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.08 FIELD CONDITIONS A. Do not install or otherwise handle thermoplastic-insulated conductors at temperatures lower than 14 degrees F (-10 degrees C), unless otherwise permitted by manufacturer's instructions. When installation below this temperature is unavoidable, notify Department and obtain direction before proceeding with work. PART 2 PRODUCTS 2.01 CONDUCTOR AND CABLE APPLICATIONS A. Do not use conductors and cables for applications other than as permitted by NFPA 70 and product listing. B. Provide single conductor building wire installed in suitable raceway unless otherwise indicated, permitted, or required. 2.02 CONDUCTOR AND CABLE MANUFACTURERS A. Cerro Wire LLC: www.cerrowire.com. B. Encore Wire Corporation: www.encorewire.com. C. Southwire Company: www.southwire.com. 2.03 ALL CONDUCTORS AND CABLES A. Provide products that comply with requirements of NFPA 70. B. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose indicated. C. Provide new conductors and cables manufactured not more than one year prior to installation. D. Unless specifically indicated to be excluded, provide all required conduit, boxes, wiring, connectors, etc. as required for a complete operating system. BI F. Thermoplastic-Insulated Conductors and Cables: Listed and labeled as complying with UL 83. D E. Comply with NEMA WC 70. G. Thermoset-Insulated Conductors and Cables: Listed and labeled as complying with UL 44. H. Conductor Material: 1. Provide copper conductors only. Aluminum conductors are not acceptable for this project. Conductor sizes indicated are based on copper. BUILDING WIRE AND CABLE 16123 - 3 Contract No. FDC-013-100445.4 2. Minimum Conductor Size: O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D I. Copper Conductors: Soft drawn annealed, 98 percent conductivity, uncoated copper conductors complying with ASTM B3, ASTM B8, or ASTM B787/B787M unless otherwise indicated. J. 1. Branch Circuits: 12 AWG. a. Exceptions: 1) 20 A, 120 V circuits longer than 75 feet (23 m): 10 AWG, for voltage drop. 2) 20 A, 120 V circuits longer than 150 feet (46 m): 8 AWG, for voltage drop. 2. Control Circuits: 14 AWG. Conductor Color Coding: 1. Color code conductors as indicated unless otherwise required by the authority having jurisdiction. Maintain consistent color coding throughout project. 2. Color Coding Method: Integrally colored insulation. 3. Color Code: a. 240/120 V High-Leg Delta, 3 Phase, 4 Wire System: 1) Phase A: Black. 2) Phase B (High-Leg): Orange. 3) Phase C: Blue. 4) Neutral/Grounded: White. b. 240/120 V, 1 Phase, 3 Wire System: 1) Phase A: Black. 2) Phase B: Red. 3) Neutral/Grounded: White. c. Equipment Ground, All Systems: Green. d. Isolated Ground, All Systems: Green with yellow stripe. e. For modifications or additions to existing wiring systems, comply with existing color code when existing code complies with NFPA 70 and is approved by the authority having jurisdiction. f. For control circuits, comply with manufacturer's recommended color code. D BI 2.04 SINGLE CONDUCTOR BUILDING WIRE A. Manufacturers: 1. Copper Building Wire: a. Cerro Wire LLC: www.cerrowire.com. b. Encore Wire Corporation: www.encorewire.com. c. Southwire Company: www.southwire.com. d. Or approved equal.. B. Description: Single conductor insulated wire. BUILDING WIRE AND CABLE 16123 - 4 Contract No. FDC-013-100445.4 C. Conductor Stranding: Feeders and Branch Circuits: a. Size 10 AWG and Smaller: Solid. b. Size 8 AWG and Larger: Stranded. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 2. Control Circuits: Stranded. D. Insulation Voltage Rating: 600 V. E. Insulation: 1. Copper Building Wire: Type THHN/THWN. 2.05 WIRING CONNECTORS A. Description: Wiring connectors appropriate for the application, suitable for use with the conductors to be connected, and listed as complying with UL 486A-486B or UL 486C as applicable. B. Wiring Connectors for Splices and Taps: 1. Copper Conductors Size 8 AWG and Smaller: Use twist-on insulated spring connectors. 2. Copper Conductors Size 6 AWG and Larger: Use mechanical connectors or compression connectors. 1. Provide terminal lugs for connecting conductors to equipment furnished with terminations designed for terminal lugs. 2. Provide compression adapters for connecting conductors to equipment furnished with mechanical lugs when only compression connectors are specified. 3. Where over-sized conductors are larger than the equipment terminations can accommodate, provide connectors suitable for reducing to appropriate size, but not less than required for the rating of the overcurrent protective device. 4. Provide motor pigtail connectors for connecting motor leads in order to facilitate disconnection. 5. Copper Conductors Size 8 AWG and Larger: Use mechanical connectors or compression connectors where connectors are required. 6. Stranded Conductors Size 10 AWG and Smaller: Use crimped terminals for connections to terminal screws. 7. Conductors for Control Circuits: Use crimped terminals for all connections. D BI C. Wiring Connectors for Terminations: D. Do not use insulation-piercing or insulation-displacement connectors designed for use with conductors without stripping insulation. BUILDING WIRE AND CABLE 16123 - 5 Contract No. FDC-013-100445.4 E. Do not use push-in wire connectors as a substitute for twist-on insulated spring connectors. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D F. Twist-on Insulated Spring Connectors: Rated 600 V, 221 degrees F (105 degrees C) for standard applications and 302 degrees F (150 degrees C) for high temperature applications; pre-filled with sealant and listed as complying with UL 486D for damp and wet locations. 1. Manufacturers: a. 3M: www.3m.com. b. Ideal Industries, Inc: www.idealindustries.com. c. NSI Industries LLC: www.nsiindustries.com. d. Or approved equal. G. Mechanical Connectors: Provide bolted type or set-screw type. 1. Manufacturers: a. Burndy: www.burndy.com. b. Ilsco: www.ilsco.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. H. Compression Connectors: Provide circumferential type or hex type crimp configuration. 1. I. Manufacturers: a. Burndy: www.burndy.com. b. Ilsco: www.ilsco.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. Crimped Terminals: Nylon-insulated, with insulation grip and terminal configuration suitable for connection to be made. 1. Manufacturers: a. Burndy: www.burndy.com. b. Ilsco: www.ilsco.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. 2.06 WIRING ACCESSORIES D BI A. Electrical Tape: 1. Manufacturers: a. 3M: www.3m.com. b. Plymouth Rubber Europa: www.plymouthrubber.com. c. Or approved equal. BUILDING WIRE AND CABLE 16123 - 6 Contract No. FDC-013-100445.4 Vinyl Color Coding Electrical Tape: Integrally colored to match color code indicated; listed as complying with UL 510; minimum thickness of 7 mil (0.18 mm); resistant to abrasion, corrosion, and sunlight; suitable for continuous temperature environment up to 221 degrees F (105 degrees C). 3. Vinyl Insulating Electrical Tape: Complying with ASTM D3005 and listed as complying with UL 510; minimum thickness of 7 mil (0.18 mm); resistant to abrasion, corrosion, and sunlight; conformable for application down to 0 degrees F (-18 degrees C) and suitable for continuous temperature environment up to 221 degrees F (105 degrees C). O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2. 4. Rubber Splicing Electrical Tape: Ethylene Propylene Rubber (EPR) tape, complying with ASTM D4388; minimum thickness of 30 mil (0.76 mm); suitable for continuous temperature environment up to 194 degrees F (90 degrees C) and short-term 266 degrees F (130 degrees C) overload service. 5. Electrical Filler Tape: Rubber-based insulating moldable putty, minimum thickness of 125 mil (3.2 mm); suitable for continuous temperature environment up to 176 degrees F (80 degrees C). 6. Moisture Sealing Electrical Tape: Insulating mastic compound laminated to flexible, all-weather vinyl backing; minimum thickness of 90 mil (2.3 mm). B. Wire Pulling Lubricant: Listed; suitable for use with the conductors or cables to be installed and suitable for use at the installation temperature. 1. Manufacturers: a. 3M: www.3m.com. b. American Polywater Corporation: www.polywater.com. c. Ideal Industries, Inc: www.idealindustries.com. d. Or approved equal. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that interior of building has been protected from weather. B. Verify that work likely to damage wire and cable has been completed. C. Verify that raceways, boxes, and equipment enclosures are installed and are properly sized to accommodate conductors and cables in accordance with NFPA 70. BI D. Verify that field measurements are as shown on the drawings. E. Verify that conditions are satisfactory for installation prior to starting work. D 3.02 PREPARATION A. Clean raceways thoroughly to remove foreign materials before installing conductors and cables. 3.03 INSTALLATION A. Circuiting Requirements: BUILDING WIRE AND CABLE 16123 - 7 Contract No. FDC-013-100445.4 1. Unless dimensioned, circuit routing indicated is diagrammatic. 2. When circuit destination is indicated and routing is not shown, determine exact routing required. 3. Arrange circuiting to minimize splices. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 4. Include circuit lengths required to install connected devices within 10 ft (3.0 m) of location shown. 5. Maintain separation of Class 1, Class 2, and Class 3 remote-control, signaling, and power-limited circuits in accordance with NFPA 70. 6. Maintain separation of wiring for emergency systems in accordance with NFPA 70. 7. Circuiting Adjustments: Unless otherwise indicated, when branch circuits are shown as separate, combining them together in a single raceway is not permitted. 8. Common Neutrals: Unless otherwise indicated, sharing of neutral/grounded conductors among up to three single phase branch circuits of different phases installed in the same raceway is not permitted. Provide dedicated neutral/grounded conductor for each individual branch circuit. B. Install products in accordance with manufacturer's instructions. C. Install conductors and cable in a neat and workmanlike manner in accordance with NECA 1. D. Installation in Raceway: 1. Tape ends of conductors and cables to prevent infiltration of moisture and other contaminants. 2. Pull all conductors and cables together into raceway at same time. 3. Do not damage conductors and cables or exceed manufacturer's recommended maximum pulling tension and sidewall pressure. 4. Use suitable wire pulling lubricant where necessary, except when lubricant is not recommended by the manufacturer. D BI E. Paralleled Conductors: Install conductors of the same length and terminate in the same manner. F. Secure and support conductors and cables in accordance with NFPA 70 using suitable supports and methods approved by the authority having jurisdiction. Provide independent support from building structure. Do not provide support from raceways, piping, ductwork, or other systems. 1. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conductors and cables to lay on ceiling tiles. 2. Installation in Vertical Raceways: Provide supports where vertical rise exceeds permissible limits. BUILDING WIRE AND CABLE 16123 - 8 Contract No. FDC-013-100445.4 G. Terminate cables using suitable fittings. Armored Cable (Type AC): a. Use listed fittings and anti-short, insulating bushings. b. Cut cable armor only using specialized tools to prevent damaging conductors or insulation. Do not use hacksaw or wire cutters to cut armor. c. Do not use direct-bearing set-screw type fittings for cables with aluminum armor. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 2. Metal-Clad Cable (Type MC): a. Use listed fittings. b. Cut cable armor only using specialized tools to prevent damaging conductors or insulation. Do not use hacksaw or wire cutters to cut armor. H. Install conductors with a minimum of 12 inches (300 mm) of slack at each outlet. I. Neatly train and bundle conductors inside boxes, wireways, panelboards and other equipment enclosures. J. Make wiring connections using specified wiring connectors. 1. Make splices and taps only in accessible boxes. Do not pull splices into raceways or make splices in conduit bodies or wiring gutters. 2. Remove appropriate amount of conductor insulation for making connections without cutting, nicking or damaging conductors. 3. Do not remove conductor strands to facilitate insertion into connector. 4. Clean contact surfaces on conductors and connectors to suitable remove corrosion, oxides, and other contaminates. Do not use wire brush on plated connector surfaces. 5. Mechanical Connectors: Secure connections according to manufacturer's recommended torque settings. 6. Compression Connectors: Secure connections using manufacturer's recommended tools and dies. K. Insulate splices and taps that are made with uninsulated connectors using methods suitable for the application, with insulation and mechanical strength at least equivalent to unspliced conductors. Dry Locations: Use insulating covers specifically designed for the connectors, electrical tape, or heat shrink tubing. a. For taped connections, first apply adequate amount of rubber splicing electrical tape or electrical filler tape, followed by outer covering of vinyl insulating electrical tape. 2. Damp Locations: Use insulating covers specifically designed for the connectors, electrical tape, or heat shrink tubing. a. For connections with insulating covers, apply outer covering of moisture sealing electrical tape. D BI 1. BUILDING WIRE AND CABLE 16123 - 9 Contract No. FDC-013-100445.4 b. 3. For taped connections, follow same procedure as for dry locations but apply outer covering of moisture sealing electrical tape. Wet Locations: Use heat shrink tubing. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D L. Insulate ends of spare conductors using vinyl insulating electrical tape. M. Identify conductors and cables in accordance with Section 16075. N. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07840. O. Unless specifically indicated to be excluded, provide final connections to all equipment and devices, including those furnished by others, as required for a complete operating system. 3.04 FIELD QUALITY CONTROL A. Inspect and test in accordance with NETA STD ATS, except Section 4. B. Perform inspections and tests listed in NETA STD ATS, Section 7.3.2. The insulation resistance test is required for all conductors. The resistance test for parallel conductors listed as optional is not required. 1. Disconnect surge protective devices (SPDs) prior to performing any high potential testing. Replace SPDs damaged by performing high potential testing with SPDs connected. C. Correct deficiencies and replace damaged or defective conductors and cables. 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" D BI END OF SECTION BUILDING WIRE AND CABLE 16123 - 10 Contract No. FDC-013-100445.4 SECTION 16131 CONDUIT PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Flexible metal conduit (FMC). B. Liquidtight flexible metal conduit (LFMC). C. PVC-coated galvanized steel rigid metal conduit (RMC) D. Electrical metallic tubing (EMT). E. Electrical nonmetallic tubing (ENT). F. Liquidtight flexible nonmetallic conduit (LFNC). G. Conduit fittings. H. Accessories. 1.02 RELATED REQUIREMENTS A. Section 07840 - Firestopping. B. Section 16123 - Building Wire and Cable. C. Section 16070 - Hangers and Supports. D. Section 16138 - Boxes. E. Section 16075 - Electrical Identification: Identification products and requirements. 1.03 REFERENCE STANDARDS A. ANSI C80.3 - American National Standard for Steel Electrical Metallic Tubing (EMT); 2005. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. D BI C. NECA 101 - Standard for Installing Steel Conduits (Rigid, IMC, EMT); National Electrical Contractors Association; 2006. D. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2007. E. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. UL 1 - Flexible Metal Conduit; Current Edition, Including All Revisions. G. UL 6 - Electrical Rigid Metal Conduit-Steel; Current Edition, Including All Revisions. H. UL 360 - Liquid-Tight Flexible Steel Conduit; Current Edition, Including All Revisions. CONDUIT 16131 - 1 Contract No. FDC-013-100445.4 I. UL 514B - Conduit, Tubing, and Cable Fittings; Current Edition, Including All Revisions. J. UL 797 - Electrical Metallic Tubing-Steel; Current Edition, Including All Revisions. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D K. UL 886 - Outlet Boxes and Fittings for Use in Hazardous (Classified) Locations; Current Edition, Including All Revisions. L. UL 1653 - Electrical Nonmetallic Tubing; Current Edition, Including All Revisions. M. UL 1660 - Liquid-Tight Flexible Nonmetallic Conduit; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate minimum sizes of conduits with the actual conductors to be installed, including adjustments for conductor sizes increased for voltage drop. 2. Coordinate the arrangement of conduits with structural members, ductwork, piping, equipment and other potential conflicts installed under other sections or by others. 3. Verify exact conduit termination locations required for boxes, enclosures, and equipment installed under other sections or by others. 4. Coordinate the work with other trades to provide roof penetrations that preserve the integrity of the roofing system and do not void the roof warranty. 5. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. B. Sequencing: 1. Do not begin installation of conductors and cables until installation of conduit is complete between outlet, junction and splicing points. 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for conduits and fittings. C. Shop Drawings: D. Project Record Documents: Record actual routing for conduits 2 inch (53 mm) trade size and larger. D BI 1. Include proposed locations of roof penetrations and proposed methods for sealing. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. CONDUIT 16131 - 2 Contract No. FDC-013-100445.4 1.07 DELIVERY, STORAGE, AND HANDLING A. Receive, inspect, handle, and store conduit and fittings in accordance with manufacturer's instructions. PART 2 PRODUCTS O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2.01 CONDUIT APPLICATIONS A. Do not use conduit and associated fittings for applications other than as permitted by NFPA 70 and product listing. B. Unless otherwise indicated and where not otherwise restricted, use the conduit types indicated for the specified applications. Where more than one listed application applies, comply with the most restrictive requirements. Where conduit type for a particular application is not specified, use galvanized steel rigid metal conduit. C. Concealed Above Accessible Ceilings: Use electrical metallic tubing (EMT). D. Interior, Damp or Wet Locations: Use electrical metallic tubing (EMT). E. Exposed, Interior, Not Subject to Physical Damage: Use electrical metallic tubing (EMT). F. Exposed, Interior, Subject to Physical Damage: Use galvanized steel rigid metal conduit. 1. Locations subject to physical damage include, but are not limited to: a. Where exposed below 8 feet (2.4 m), except within electrical and communication rooms or closets. G. Exposed, Exterior: Use PVC-coated galvanized steel rigid metal conduit. H. Connections to Luminaires Above Accessible Ceilings: Use flexible metal conduit. 1. I. Maximum Length: 6 feet (1.8 m). Connections to Vibrating Equipment: 1. Dry Locations: Use flexible metal conduit. BI 2. Damp, Wet, or Corrosive Locations: Use liquidtight flexible metal conduit. Maximum Length: 6 feet (1.8 m) unless otherwise indicated. 4. Vibrating equipment includes, but is not limited to: a. Transformers. b. Motors. Fished in Existing Walls, Where Necessary: Use flexible metal conduit. D J. 3. 2.02 CONDUIT REQUIREMENTS A. Existing Work: Where existing conduits are indicated to be reused, they may be reused only where they comply with specified requirements, are free from corrosion, and integrity is verified by pulling a mandrel through them. CONDUIT 16131 - 3 Contract No. FDC-013-100445.4 B. Provide all conduit, fittings, supports, and accessories required for a complete raceway system. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Provide products listed, classified, and labeled by Underwriter's Laboratories Inc. (UL) or testing firm acceptable to authority having jurisdiction as suitable for the purpose indicated. D. Where conduit size is not indicated, size to comply with NFPA 70 but not less than applicable minimum size requirements specified. 2.03 PVC-COATED GALVANIZED STEEL RIGID METAL CONDUIT (RMC) A. Manufacturers: 1. Thomas & Betts Corporation: www.tnb.com. 2. Robroy Industries: www.robroy.com. 3. Or approved equal. B. Description: NFPA 70, Type RMC galvanized steel rigid metal conduit with external polyvinyl chloride (PVC) coating complying with NEMA RN 1 and listed and labeled as complying with UL 6. C. Exterior Coating: Polyvinyl chloride (PVC), nominal thickness of 40 mil (1.02 mm). D. Interior Coating: Urethane, minimum thickness of 2 mil (0.05 mm). E. PVC-Coated Fittings: 1. Manufacturer: Same as manufacturer of PVC-coated conduit to be installed. 2. Non-Hazardous Locations: Use fittings listed and labeled as complying with UL 514B. 3. Hazardous (Classified) Locations: Use fittings listed and labeled as complying with UL 886 for the classification of the installed location. 4. Material: Use steel or malleable iron. 5. Exterior Coating: Polyvinyl chloride (PVC), minimum thickness of 40 mil (1.02 mm). F. PVC-Coated Supports: Furnish with exterior coating of polyvinyl chloride (PVC), minimum thickness of 15 mil (0.38 mm). D BI 2.04 FLEXIBLE METAL CONDUIT (FMC) A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com. 4. Or approved equal. CONDUIT 16131 - 4 Contract No. FDC-013-100445.4 B. Description: NFPA 70, Type FMC standard wall steel flexible metal conduit listed and labeled as complying with UL 1, and listed for use in classified firestop systems to be used. C. Fittings: Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3. Material: Use steel or malleable iron. 2.05 LIQUIDTIGHT FLEXIBLE METAL CONDUIT (LFMC) A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com. 4. Or approved equal. B. Description: NFPA 70, Type LFMC polyvinyl chloride (PVC) jacketed steel flexible metal conduit listed and labeled as complying with UL 360. C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. BI 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3. Material: Use steel or aluminum. D 2.06 ELECTRICAL METALLIC TUBING (EMT) A. Manufacturers: 1. Allied Tube & Conduit: www.alliedeg.com. 2. Republic Conduit: www.republic-conduit.com. CONDUIT 16131 - 5 Contract No. FDC-013-100445.4 3. Wheatland Tube Company: www.wheatland.com. 4. Or approved equal. B. Description: NFPA 70, Type EMT steel electrical metallic tubing complying with ANSI C80.3 and listed and labeled as complying with UL 797. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Fittings: 1. Manufacturers: a. Bridgeport Fittings Inc: www.bptfittings.com. b. O-Z/Gedney, a brand of Emerson Industrial Automation: www.emersonindustrial.com. c. Thomas & Betts Corporation: www.tnb.com. d. Or approved equal. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B. 3. Material: Use steel or malleable iron. a. Do not use die cast zinc fittings. 4. Connectors and Couplings: Use compression (gland) or set-screw type. a. Do not use indenter type connectors and couplings. 5. Damp or Wet Locations (where permitted): Use fittings listed for use in wet locations. 2.07 RIGID POLYVINYL CHLORIDE (PVC) CONDUIT A. Manufacturers: 1. Cantex Inc: www.cantexinc.com. 2. Carlon, a brand of Thomas & Betts Corporation: www.carlon.com. 3. JM Eagle: www.jmeagle.com. 4. Or approved equal. B. Description: NFPA 70, Type PVC rigid polyvinyl chloride conduit complying with NEMA TC 2 and listed and labeled as complying with UL 651; Schedule 40 unless otherwise indicated, Schedule 80 where subject to physical damage; rated for use with conductors rated 90 degrees C. D BI C. Fittings: 1. Manufacturer: Same as manufacturer of conduit to be connected. 2. Description: Fittings complying with NEMA TC 3 and listed and labeled as complying with UL 651; material to match conduit. 2.08 ELECTRICAL NONMETALLIC TUBING (ENT) A. Manufacturers: 1. Cantex Inc: www.cantexinc.com. CONDUIT 16131 - 6 Contract No. FDC-013-100445.4 2. Carlon, a brand of Thomas & Betts Corporation: www.carlon.com. 3. Or approved equal. B. Description: NFPA 70, Type ENT electrical nonmetallic tubing complying with NEMA TC 13 and listed and labeled as complying with UL 1653. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Fittings: 1. Manufacturer: Same as manufacturer of ENT to be connected or approved equal.. 2. Use solvent-welded type fittings. 3. Solvent-Welded Fittings: Rigid PVC fittings complying with NEMA TC 3 and listed and labeled as complying with UL 651; suitable for use with ENT. 2.09 LIQUIDTIGHT FLEXIBLE NONMETALLIC CONDUIT (LFNC) A. Manufacturers: 1. AFC Cable Systems, Inc: www.afcweb.com. 2. Electri-Flex Company: www.electriflex.com. 3. International Metal Hose: www.metalhose.com. 4. Or approved equal. B. Description: NFPA 70, Type LFNC liquidtight flexible nonmetallic conduit listed and labeled as complying with UL 1660. C. Fittings: 1. Manufacturer: Same as manufacturer of conduit to be connected or approved equal.. 2. Description: Fittings complying with NEMA FB 1 and listed and labeled as complying with UL 514B; suitable for the type of conduit to be connected. 2.10 ACCESSORIES A. Corrosion Protection Tape: PVC-based, minimum thickness of 20 mil (0.51 mm). B. Conduit Joint Compound: Corrosion-resistant, electrically conductive; suitable for use with the conduit to be installed. D BI C. Solvent Cement for PVC Conduit and Fittings: As recommended by manufacturer of conduit and fittings to be installed. D. Pull Strings: Use nylon cord with average breaking strength of not less than 200 pound-force (890 N). E. Sealing Compound for Sealing Fittings: Listed for use with the particular fittings to be installed. F. Modular Seals for Conduit Penetrations: Rated for minimum of 40 psig; Suitable for the conduits to be installed. CONDUIT 16131 - 7 Contract No. FDC-013-100445.4 PART 3 EXECUTION 3.01 EXAMINATION O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. Verify that field measurements are as shown on drawings. B. Verify that mounting surfaces are ready to receive conduits. C. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install conduit in a neat and workmanlike manner in accordance with NECA 1. C. Install PVC-coated galvanized steel rigid metal conduit (RMC) using only tools approved by the manufacturer. D. Install rigid polyvinyl chloride (PVC) conduit in accordance with NECA 111. E. Install electrical nonmetallic tubing (ENT) in accordance with NECA 111. F. Install liquidtight flexible nonmetallic conduit (LFNC) in accordance with NECA 111. 1. Unless dimensioned, conduit routing indicated is diagrammatic. 2. When conduit destination is indicated and routing is not shown, determine exact routing required. 3. Conceal all conduits unless specifically indicated to be exposed. 4. Conduits in the following areas may be exposed, unless otherwise indicated: a. Electrical rooms. b. Mechanical equipment rooms. c. Within joists in areas with no ceiling. 5. Unless otherwise approved, do not route conduits exposed: a. Across floors. b. Across roofs. c. Across top of parapet walls. d. Across building exterior surfaces. 6. Arrange conduit to maintain adequate headroom, clearances, and access. 7. Arrange conduit to provide no more than the equivalent of four 90 degree bends between pull points. 8. Route conduits above water and drain piping where possible. 9. Arrange conduit to prevent moisture traps. Provide drain fittings at low points and at sealing fittings where moisture may collect. D BI G. Conduit Routing: CONDUIT 16131 - 8 Contract No. FDC-013-100445.4 10. Maintain minimum clearance of 6 inches (150 mm) between conduits and piping for other systems. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 11. Maintain minimum clearance of 12 inches (300 mm) between conduits and hot surfaces. This includes, but is not limited to: a. Heaters. b. Hot water piping. c. Flues. 12. Group parallel conduits in the same area together on a common rack. H. Conduit Support: Secure and support conduits in accordance with NFPA 70 and Section 16070 using suitable supports and methods approved by the authority having jurisdiction. 2. Provide independent support from building structure. Do not provide support from piping, ductwork, or other systems. 3. Installation Above Suspended Ceilings: Do not provide support from ceiling support system. Do not provide support from ceiling grid or allow conduits to lay on ceiling tiles. Connections and Terminations: 1. Use approved zinc-rich paint or conduit joint compound on field-cut threads of galvanized steel conduits prior to making connections. 2. Where two threaded conduits must be joined and neither can be rotated, use three-piece couplings or split couplings. Do not use running threads. 3. Use suitable adapters where required to transition from one type of conduit to another. 4. Provide drip loops for liquidtight flexible conduit connections to prevent drainage of liquid into connectors. 5. Terminate threaded conduits in boxes and enclosures using threaded hubs or double lock nuts for dry locations and raintight hubs for wet locations. 6. Where spare conduits stub up through concrete floors and are not terminated in a box or enclosure, provide threaded couplings equipped with threaded plugs set flush with finished floor. 7. Provide insulating bushings or insulated throats at all conduit terminations to protect conductors. 8. Secure joints and connections to provide maximum mechanical strength and electrical continuity. D BI I. 1. J. Penetrations: 1. Do not penetrate or otherwise notch or cut structural members, including footings and grade beams, without approval of Structural Engineer. CONDUIT 16131 - 9 Contract No. FDC-013-100445.4 Make penetrations perpendicular to surfaces unless otherwise indicated. 3. Provide sleeves for penetrations as indicated or as required to facilitate installation. Set sleeves flush with exposed surfaces unless otherwise indicated or required. 4. Conceal bends for conduit risers emerging above ground. 5. Seal interior of conduits entering the building from underground at first accessible point to prevent entry of moisture and gases. 6. Provide suitable modular seal where conduits penetrate exterior wall below grade. 7. Where conduits penetrate waterproof membrane, seal as required to maintain integrity of membrane. 8. Make penetrations for roof-mounted equipment within associated equipment openings and curbs where possible to minimize roofing system penetrations. Where penetrations are necessary, seal as indicated or as required to preserve integrity of roofing system and maintain roof warranty. Include proposed locations of penetrations and methods for sealing with submittals. 9. Provide metal escutcheon plates for conduit penetrations exposed to public view. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2. 10. Install firestopping to preserve fire resistance rating of partitions and other elements, using materials and methods specified in Section 07840. K. Conduit Movement Provisions: Where conduits are subject to movement, provide expansion and expansion/deflection fittings or approved flexible connections to prevent damage to enclosed conductors or connected equipment. This includes, but is not limited to: 1. Where conduits cross structural joints intended for expansion, contraction, or deflection. 2. Where calculated in accordance with NFPA 70 for rigid polyvinyl chloride (PVC) conduit installed above ground to compensate for thermal expansion and contraction. 3. Where conduits are subject to earth movement by settlement or frost. D BI L. Condensation Prevention: Where conduits cross barriers between areas of potential substantial temperature differential, provide sealing fitting or approved sealing compound at an accessible point near the penetration to prevent condensation. This includes, but is not limited to: 1. Where conduits pass from outdoors into conditioned interior spaces. 2. Where conduits pass from unconditioned interior spaces into conditioned interior spaces. M. Provide pull string in all empty conduits and in conduits where conductors and cables are to be installed by others. Leave minimum slack of 12 inches (300 mm) at each end. N. Identify conduits in accordance with Section 16075. CONDUIT 16131 - 10 Contract No. FDC-013-100445.4 3.03 FIELD QUALITY CONTROL A. Repair cuts and abrasions in galvanized finishes using zinc-rich paint recommended by manufacturer. Replace components that exhibit signs of corrosion. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Correct deficiencies and replace damaged or defective conduits. 3.04 CLEANING A. Clean interior of conduits to remove moisture and foreign matter. 3.05 PROTECTION A. Immediately after installation of conduit, use suitable manufactured plugs to provide protection from entry of moisture and foreign material and do not remove until ready for installation of conductors. 3.06 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical construction" D BI END OF SECTION CONDUIT 16131 - 11 Contract No. FDC-013-100445.4 SECTION 16138 BOXES PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Wall and ceiling outlet boxes. B. Pull and junction boxes. 1.02 RELATED REQUIREMENTS A. Section 16075 - Electrical Identification: Identification products and requirements. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. B. NEMA FB 1 - Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical Metallic Tubing, and Cable; National Electrical Manufacturers Association; 2007. C. NEMA OS 1 - Sheet Steel Outlet Boxes, Device Boxes, Covers, and Box Supports; National Electrical Manufacturers Association; 2008. D. NEMA OS 2 - Nonmetallic Outlet Boxes, Device Boxes, Covers and Box Supports; National Electrical Manufacturers Association; 2008. E. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); National Electrical Manufacturers Association; 2008. F. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.04 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. B. Project Record Documents: Record actual locations and mounting heights of outlet, pull, and junction boxes on project record documents. D BI 1.05 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Provide products listed and classified by Underwriters Laboratories Inc., as suitable for the purpose specified and indicated. BOXES 16138 - 1 Contract No. FDC-013-100445.4 PART 2 PRODUCTS 2.01 MANUFACTURERS A. Appleton Electric: www.appletonelec.com. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Arc-Co./Division of Arcade Technology: www.arc-co.com. C. Unity Manufacturing: www.unitymfg.com. D. Or approved equal. 2.02 OUTLET BOXES A. Sheet Metal Outlet Boxes: NEMA OS 1, galvanized steel. 1. Luminaire and Equipment Supporting Boxes: Rated for weight of equipment supported; include 1/2 inch (13 mm) male fixture studs where required. B. Nonmetallic Outlet Boxes: NEMA OS 2. 2.03 PULL AND JUNCTION BOXES A. Sheet Metal Boxes: NEMA OS 1, galvanized steel. B. Surface Mounted Cast Metal Box: NEMA 250, Type 4; flat-flanged, surface mounted junction box: 1. Material: Galvanized cast iron. 2. Cover: Furnish with ground flange, neoprene gasket, and stainless steel cover screws. PART 3 EXECUTION 3.01 EXAMINATION A. Verify locations of boxes in offices and work areas prior to rough-in. 3.02 INSTALLATION A. Install boxes securely, in a neat and workmanlike manner, as specified in NECA 1. B. Install in locations as shown on Drawings, and as required for splices, taps, wire pulling, equipment connections, and as required by NFPA 70. C. Set wall mounted boxes at elevations to accommodate mounting heights indicated. D BI D. Electrical boxes are shown on Drawings in approximate locations unless dimensioned. 1. Adjust box locations up to 10 feet (3 m) if required to accommodate intended purpose. E. Maintain headroom and present neat mechanical appearance. F. Install pull boxes and junction boxes above accessible ceilings and in unfinished areas only. BOXES 16138 - 2 Contract No. FDC-013-100445.4 G. Inaccessible Ceiling Areas: Install outlet and junction boxes no more than 6 inches (150 mm) from ceiling access panel or from removable recessed luminaire. H. Align adjacent wall mounted outlet boxes for switches, thermostats, and similar devices. Support boxes independently of conduit, except cast box that is connected to two rigid metal conduits both supported within 12 inches (305 mm) of box. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D I. J. Use gang box where more than one device is mounted together. Do not use sectional box. K. Large Pull Boxes: Use hinged enclosure in interior dry locations, surface-mounted cast metal box in other locations. L. Identify boxes in accordance with Section 16075. 3.03 ADJUSTING A. Install knockout closures in unused box openings. 3.04 CLEANING A. Clean interior of boxes to remove dust, debris, and other material. B. Clean exposed surfaces and restore finish. 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" D BI END OF SECTION BOXES 16138 - 3 Contract No. FDC-013-100445.4 SECTION 16145 LIGHTING CONTROL DEVICES PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Occupancy sensors. B. Time switches. 1.02 RELATED REQUIREMENTS A. Section 16138 - Boxes. B. Section 16075 - Electrical Identification: Identification products and requirements. C. Section 16155 - Equipment Wiring. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; 2010. B. NECA 130 - Standard for Installing and Maintaining Wiring Devices; National Electrical Contractors Association; 2010. C. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. D. UL 773 - Plug-in Locking Type Photocontrols for Use with Area Lighting; Current Edition, Including All Revisions. E. UL 773A - Nonindustrial Photoelectric Switches for Lighting Control; Current Edition, Including All Revisions. F. UL 916 - Energy Management Equipment; Current Edition, Including All Revisions. G. UL 917 - Clock-Operated Switches; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS 1. Coordinate the placement of lighting control devices with millwork, furniture, equipment, etc. installed under other sections or by others. BI 2. Coordinate the placement of wall switch occupancy sensors with actual installed door swings. D A. Coordination: 3. Coordinate the placement of occupancy sensors with millwork, furniture, equipment or other potential obstructions to motion detection coverage installed under other sections or by others. 4. Coordinate the placement of photo sensors for daylighting controls with windows, skylights, and luminaires to achieve optimum operation. LIGHTING CONTROL DEVICES 16145 - 1 Contract No. FDC-013-100445.4 Coordinate placement with ductwork, piping, equipment, or other potential obstructions to light level measurement installed under other sections or by others. 5. Notify Department of any conflicts or deviations from the contract documents to obtain direction prior to proceeding with work. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. B. Product Data: Include ratings, configurations, standard wiring diagrams, dimensions, colors, service condition requirements, and installed features. 1. Occupancy Sensors: Include detailed motion detection coverage range diagrams. C. Shop Drawings: 1. Occupancy Sensors: Provide lighting plan indicating location, model number, and orientation of each occupancy sensor and associated system component. D. Field Quality Control Reports. E. Manufacturer's Installation Instructions: Include application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. F. Operation and Maintenance Data: Include detailed information on device programming and setup. G. Maintenance Materials: Furnish the following for Department's use in maintenance of project. 1. Extra Locking Receptacle-Mounted Outdoor Photo Controls: Five percent of total quantity installed for each type, but not less than two of each type. H. Project Record Documents: Record actual installed locations and settings for lighting control devices. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. BI B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years of experience. D 1.07 DELIVERY, STORAGE, AND PROTECTION A. Store products in a clean, dry space in original manufacturer's packaging in accordance with manufacturer's written instructions until ready for installation. LIGHTING CONTROL DEVICES 16145 - 2 Contract No. FDC-013-100445.4 1.08 FIELD CONDITIONS A. Maintain field conditions within the manufacturers required service conditions during and after installation. 1.09 WARRANTY O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. Provide five year manufacturer warranty for all occupancy sensors. PART 2 PRODUCTS 2.01 ALL LIGHTING CONTROL DEVICES A. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. B. Unless specifically indicated to be excluded, provide all required conduit, wiring, connectors, hardware, components, accessories, etc. as required for a complete operating system. 2.02 OCCUPANCY SENSORS A. Manufacturers: 1. Hubbell Building Automation, Inc: www.hubbellautomation.com 2. Sensor Switch Inc: www.sensorswitch.com. 3. WattStopper; WT-600(restrooms), UW-200(janitor's closet): www.wattstopper.com. 4. Or approved equal. B. All Occupancy Sensors: 1. Description: Factory-assembled commercial specification grade devices for indoor use capable of sensing both major motion, such as walking, and minor motion, such as small desktop level movements, according to published coverage areas, for automatic control of load indicated. 3. Provide LED to visually indicate motion detection with separate color LEDs for each sensor type in dual technology units. 4. Operation: Unless otherwise indicated, occupancy sensor to turn load on when occupant presence is detected and to turn load off when no occupant presence is detected during an adjustable turn-off delay time interval. D BI 2. Sensor Technology: a. Ultrasonic Occupancy Sensors: Designed to detect occupancy by sensing frequency shifts in emitted and reflected inaudible sound waves. 5. Turn-Off Delay: Field adjustable, up to a maximum time delay setting of not less than 15 minutes and not more than 30 minutes. 6. Sensitivity: Field adjustable. LIGHTING CONTROL DEVICES 16145 - 3 Contract No. FDC-013-100445.4 Adaptive Technology: Field selectable; capable of self-adjusting sensitivity and time delay according to conditions. 8. Compatibility: Suitable for controlling incandescent lighting, low-voltage lighting with electronic and magnetic transformers, fluorescent lighting with electronic and magnetic ballasts, and fractional motor loads, with no minimum load requirements. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 7. 9. Load Rating for Line Voltage Occupancy Sensors: a. Incandescent Load: Not less than 800 W. b. Fluorescent Load: Not less than 800 W at 120 V ac and 1,200 W at 277 V ac. c. Motor Load: Not less than 1/6 HP. C. Wall Switch Occupancy Sensors: 1. All Wall Switch Occupancy Sensors: a. Description: Occupancy sensors designed for installation in standard wall box at standard wall switch mounting height with a field of view of 180 degrees, integrated manual control capability, and no leakage current to load in off mode. b. Occupancy sensor to be field selectable as either manual-on/automatic-off or automatic on/off. c. Manual-Off Override Control: When used to turn off load while in automatic-on mode, unit to revert back to automatic mode after no occupant presence is detected during the delayed-off time interval. 2. Ultrasonic Wall Switch Occupancy Sensors: Capable of detecting motion within an area of 400 square feet (37.2 sq m). D. Ceiling Mounted Occupancy Sensors: 1. All Ceiling Mounted Occupancy Sensors: a. Description: Low profile occupancy sensors designed for ceiling installation. b. Unless otherwise indicated or required to control the load indicated on the drawings, provide low voltage units, for use with separate compatible accessory power packs. c. Provide field selectable setting for disabling LED motion detector visual indicator. d. Occupancy sensor to be field selectable as either manual-on/automatic-off or automatic on/off. e. Finish: White unless otherwise indicated. D BI 2. Ultrasonic Ceiling Mounted Occupancy Sensors: a. Standard Range Sensors: Capable of detecting motion within an area of 1100 at a mounting height of 9 feet (2.7 m), with a field of view of 360 degrees. 1) Products: (a) Wattstopper Model# WT-1100. (b) Or approved equal. LIGHTING CONTROL DEVICES 16145 - 4 Contract No. FDC-013-100445.4 E. Power Packs for Low Voltage Occupancy Sensors: Description: Plenum rated, self-contained low voltage class 2 transformer and relay compatible with specified low voltage occupancy sensors for switching of line voltage loads. 2. Provide quantity and configuration of power and slave packs with all associated wiring and accessories as required to control the load indicated on the drawings. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. 3. Input Supply Voltage: Dual rated for 120/277 V ac. 4. Load Rating: As required to control the load indicated on the drawings. F. Accessories: 1. Provide heavy duty coated steel wire protective guards compatible with specified occupancy sensors. 2.03 TIME SWITCHES A. Manufacturers: 1. Intermatic, Inc: www.intermatic.com. 2. Paragon, a brand of Invensys Controls: www.invensyscontrols.com. 3. Tork, a division of NSI Industries LLC: www.tork.com. 4. Wattstopper; WT-1100. 5. Or approved equal. B. Digital Electronic Time Switches: Description: Factory-assembled solid state programmable controller with LCD display, listed and labeled as complying with UL 916 or UL 917. 2. Program Capability: a. 12-Hour Time Switches: Adjustable from 5 minutes to 12 hours.. 3. Input Supply Voltage: 120 V ac unless otherwise indicated. 4. Output Switch Configuration: As required to control the load indicated on the drawings. 5. Provide lockable enclosure; environmental type per NEMA 250 as specified for the following installation locations: BI 1. PART 3 EXECUTION D 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that outlet boxes are installed in proper locations and at proper mounting heights and are properly sized to accommodate devices and conductors in accordance with NFPA 70. LIGHTING CONTROL DEVICES 16145 - 5 Contract No. FDC-013-100445.4 C. Verify that openings for outlet boxes are neatly cut and will be completely covered by devices or wall plates. D. Verify that final surface finishes are complete, including painting. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D E. Verify that branch circuit wiring installation is completed, tested, and ready for connection to lighting control devices. F. Verify that the service voltage and ratings of lighting control devices are appropriate for the service voltage and load requirements at the location to be installed. G. Verify that conditions are satisfactory for installation prior to starting work. 3.02 PREPARATION A. Provide extension rings to bring outlet boxes flush with finished surface. B. Clean dirt, debris, plaster, and other foreign materials from outlet boxes. 3.03 INSTALLATION A. Perform work in a neat and workmanlike manner in accordance with NECA 1 and, where applicable, NECA 130, including mounting heights specified in those standards unless otherwise indicated. B. Coordinate locations of outlet boxes provided under Section 16138 as required for installation of lighting control devices provided under this section. 1. Mounting Heights: Unless otherwise indicated, as follows: a. Wall Switch Occupancy Sensors: 48 inches (1.2 m) above finished floor. C. Install lighting control devices in accordance with manufacturer's instructions. D. Unless otherwise indicated, connect lighting control device grounding terminal or conductor to branch circuit equipment grounding conductor and to outlet box with bonding jumper. E. Install lighting control devices plumb and level, and held securely in place. F. Where applicable, install lighting control devices and associated wall plates to fit completely flush to mounting surface with no gaps and rough opening completely covered without strain on wall plate. Repair or reinstall improperly installed outlet boxes or improperly sized rough openings. D BI G. Occupancy Sensor Locations: 1. Location Adjustments: Do not make adjustments to locations without obtaining approval from the Department. 2. Locate ultrasonic occupancy sensors a minimum of 4 feet (1.2 m) from air supply ducts or other sources of heavy air flow and as per manufacturer's recommendations, in order to minimize false triggers. LIGHTING CONTROL DEVICES 16145 - 6 Contract No. FDC-013-100445.4 3.04 FIELD QUALITY CONTROL A. Inspect each lighting control device for damage and defects. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Test occupancy sensors to verify proper operation, including time delays and ambient light thresholds where applicable. Verify optimal coverage for entire room or area. Record test results in written report to be included with submittals. C. Test time switches to verify proper operation. D. Correct wiring deficiencies and replace damaged or defective lighting control devices. 3.05 ADJUSTING A. Adjust devices and wall plates to be flush and level. B. Adjust occupancy sensor settings to minimize undesired activations while optimizing energy savings, and to achieve desired function as indicated or as directed by Department. C. Adjust time switch settings to achieve desired operation schedule as indicated or as directed by Department. Record settings in written report to be included with submittals. 3.06 CLEANING A. Clean exposed surfaces to remove dirt, paint, or other foreign material and restore to match original factory finish. 3.07 CLOSEOUT ACTIVITIES A. See Section 01820 - Demonstration and Training, for additional requirements. B. Demonstration: Demonstrate proper operation of lighting control devices to Department, and correct deficiencies or make adjustments as directed. C. Training: Train Department's personnel on operation, adjustment, programming, and maintenance of lighting control devices. Use operation and maintenance manual as training reference, supplemented with additional training materials as required. 2. Provide minimum of two hours of training. 3. Instructor: Qualified contractor familiar with the project and with sufficient knowledge of the installed lighting control devices. 4. Location: At project site. BI 1. D 3.08 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" END OF SECTION LIGHTING CONTROL DEVICES 16145 - 7 Contract No. FDC-013-100445.4 SECTION 16155 EQUIPMENT WIRING PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Electrical connections to equipment. 1.02 RELATED REQUIREMENTS A. Section 16131 - Conduit. B. Section 16123 - Building Wire and Cable. C. Section 16138 - Boxes. D. Section 16412 - Enclosed Switches. 1.03 REFERENCE STANDARDS A. NEMA WD 1 - General Color Requirements for Wiring Devices; National Electrical Manufacturers Association; 1999 (R 2005). B. NEMA WD 6 - Wiring Devices - Dimensional Requirements; National Electrical Manufacturers Association; 2002 (R2008). C. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. 1.04 ADMINISTRATIVE REQUIREMENTS D BI A. Coordination: 1. Obtain and review shop drawings, product data, manufacturer's wiring diagrams, and manufacturer's instructions for equipment furnished under other sections. 2. Electrical Contractor responsible for installing and providing HVAC equipment safety switches, fused disconnects and electrical power from power source to safety switches, fused disconnects and HVAC control transformers. 3. Mechanical Contractor responsible for all HVAC control wiring and HVAC equipment transformers. 4. Determine connection locations and requirements. B. Sequencing: 1. Install rough-in of electrical connections before installation of equipment is required. 2. Make electrical connections before required start-up of equipment. EQUIPMENT WIRING 16155 - 1 Contract No. FDC-013-100445.4 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Product Data: Provide wiring device manufacturer’s catalog information showing dimensions, configurations, and construction. C. Manufacturer's Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. PART 2 PRODUCTS 2.01 MATERIALS A. Cords and Caps: NEMA WD 6; match receptacle configuration at outlet provided for equipment. 1. Colors: Conform to NEMA WD 1. 2. Cord Construction: NFPA 70, Type SO, multiconductor flexible cord with identified equipment grounding conductor, suitable for use in damp locations. 3. Size: Suitable for connected load of equipment, length of cord, and rating of branch circuit overcurrent protection. 4. Products: a. Disconnect Switches: As specified in Section 16412. b. Flexible Conduit: As specified in Section 16131. c. Wire and Cable: As specified in Section 16123. d. Boxes: As specified in Section 16138. 2.02 EQUIPMENT CONNECTIONS BI A. Electrical Connection: Flexible conduit. B. Electrical Connection: Cord and plug (NEMA 6-20R). D C. Provide field-installed disconnect switches. Refer to Plans. EQUIPMENT WIRING 16155 - 2 Contract No. FDC-013-100445.4 PART 3 EXECUTION 3.01 EXAMINATION O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. Verify that equipment is ready for electrical connection, wiring, and energization. 3.02 ELECTRICAL CONNECTIONS A. Make electrical connections in accordance with equipment manufacturer's instructions. B. Make conduit connections to equipment using flexible conduit. Use liquidtight flexible conduit with watertight connectors in damp or wet locations. C. Connect heat producing equipment using wire and cable with insulation suitable for temperatures encountered. D. Provide receptacle outlet to accommodate connection with attachment plug. E. Provide cord and cap where field-supplied attachment plug is required. F. Install suitable strain-relief clamps and fittings for cord connections at outlet boxes and equipment connection boxes. G. Install disconnect switches, controllers, control stations, and control devices to complete equipment wiring requirements. H. Install terminal block jumpers to complete equipment wiring requirements. I. Install interconnecting conduit and wiring between devices and equipment to complete equipment wiring requirements. 3.03 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" 2. "HVAC Construction" D BI END OF SECTION EQUIPMENT WIRING 16155 - 3 Contract No. FDC-013-100445.4 SECTION 16411 ENCLOSED CIRCUIT BREAKERS PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Enclosed circuit breakers. 1.02 RELATED REQUIREMENTS A. Section 16070 - Hangers and Supports. B. Section 16075 - Electrical Identification: Identification products and requirements. 1.03 REFERENCE STANDARDS A. FS W-C-375 - Circuit Breakers, Molded Case; Branch Circuit and Service; Federal Specification; Revision D, 2006. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. C. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); 2008. D. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. E. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches and Circuit Breaker Enclosures; Current Edition, Including All Revisions. G. UL 869A - Reference Standard for Service Equipment; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS 1. Coordinate work with other trades. Avoid placement of ductwork, piping, equipment, or other potential obstructions within dedicated equipment spaces and within working clearances for electrical equipment required by NFPA 70. BI 2. Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. D A. Coordination: 3. Verify with manufacturer that conductor terminations are suitable for use with the conductors to be installed. 4. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. ENCLOSED CIRCUIT BREAKERS 16411 - 1 Contract No. FDC-013-100445.4 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Product Data: Provide manufacturer's standard catalog pages and data sheets for circuit breakers, enclosures, and other installed components and accessories. C. Shop Drawings: Indicate outline and support point dimensions, voltage and current ratings, short circuit current ratings, conduit entry locations, conductor terminal information, and installed features and accessories. 1. Include wiring diagrams showing all factory and field connections. 2. Clearly indicate whether proposed short circuit current ratings are fully rated or, where acceptable, series rated systems. D. Field Quality Control Test Reports. E. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. F. Project Record Documents: Record actual installed locations of enclosed circuit breakers. G. Maintenance Data: Include information on replacement parts and recommended maintenance procedures and intervals. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Maintain at the project site a copy of each referenced document that prescribes execution requirements. C. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING BI A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle carefully in accordance with manufacturer's written instructions to avoid damage to enclosed circuit breaker internal components, enclosure, and finish. D 1.08 FIELD CONDITIONS A. Maintain ambient temperature between 23 degrees F (-5 degrees C) and 104 degrees F (40 degrees C) during and after installation of enclosed circuit breakers. ENCLOSED CIRCUIT BREAKERS 16411 - 2 Contract No. FDC-013-100445.4 PART 2 PRODUCTS 2.01 MANUFACTURERS A. Siemens Industry, Inc: www.sea.siemens.com. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Eaton Corporation; Cutler-Hammer Products: www.eaton.com. C. General Electric Company: www.geindustrial.com. D. Schneider Electric; Square D Products: www.schneider-electric.us. E. Or approved equal. 2.02 ENCLOSED CIRCUIT BREAKERS A. Description: Units consisting of molded case circuit breakers individually mounted in enclosures. B. Provide products listed and labeled by Underwriters Laboratories Inc. as suitable for the purpose indicated. C. Unless otherwise indicated, provide products suitable for continuous operation under the following service conditions: 1. Altitude: Less than 6,600 feet (2,000 m). 2. Ambient Temperature: Between 23 degrees F (-5 degrees C) and 104 degrees F (40 degrees C). D. Short Circuit Current Rating: 1. Provide enclosed circuit breakers with listed short circuit current rating not less than the available fault current at the installed location indicated on the drawings. 2. Listed series ratings are acceptable, except where not permitted by motor contribution according to NFPA 70. 3. Label equipment utilizing series ratings as required by NFPA 70. E. Conductor Terminations: Suitable for use with the conductors to be installed. F. Provide insulated, groundable fully rated solid neutral assembly where a neutral connection is required, with a suitable lug for terminating each neutral conductor. D BI G. Provide solidly bonded equipment ground bus in each enclosed circuit breaker, with a suitable lug for terminating each equipment grounding conductor. H. Enclosures: Comply with NEMA 250, and list and label as complying with UL 50 and UL 50E. 1. Environment Type per NEMA 250: Unless otherwise indicated, as specified for the following installation locations: a. Indoor Clean, Dry Locations: Type 1. b. Outdoor Locations: Type 3R. ENCLOSED CIRCUIT BREAKERS 16411 - 3 Contract No. FDC-013-100445.4 2. Provide surface-mounted enclosures unless otherwise indicated. I. Provide externally operable handle with means for locking in the OFF position. J. Ground Fault Protection: Where ground-fault protection is indicated, provide system listed and labeled as complying with UL 1053. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. Where accessory ground fault sensing and relaying equipment is used, equip companion circuit breakers with ground-fault shunt trips. a. Provide test panel and field-adjustable ground fault pick-up and delay settings. b. Provide zone selective interlocking capability where indicated, capable of communicating with other electronic trip circuit breakers and external ground fault sensing systems to control ground fault delay functions for system coordination purposes. K. Selectivity: Where the requirement for selectivity is indicated, furnish products as required to achieve selective coordination. 2.03 MOLDED CASE CIRCUIT BREAKERS A. Description: Quick-make, quick-break, over center toggle, trip-free, trip-indicating circuit breakers listed and labeled as complying with UL 489, and complying with FS W-C-375 where applicable; ratings, configurations, and features as indicated on the drawings. B. Interrupting Capacity: 1. Provide circuit breakers with interrupting capacity as required to provide the short circuit current rating indicated, but not less than: a. 10,000 rms symmetrical amperes at 240 VAC or 208 VAC. 2. Fully Rated Systems: Provide circuit breakers with interrupting capacity not less than the short circuit current rating indicated. 3. Series Rated Systems: Provide circuit breakers listed in combination with upstream devices to provide interrupting rating not less than the short circuit current rating indicated. D BI C. Conductor Terminations: 1. Provide mechanical lugs. 2. Provide compression lugs. 3. Lug Material: Copper, suitable for terminating copper conductors only. D. Multi-Pole Circuit Breakers: Furnish with common trip for all poles. E. Provide the following features and accessories where indicated or where required to complete installation: 1. Shunt Trip: Provide coil voltage as required for connection to indicated trip actuator. ENCLOSED CIRCUIT BREAKERS 16411 - 4 Contract No. FDC-013-100445.4 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Verify that the ratings of the enclosed circuit breakers are consistent with the indicated requirements. C. Verify that mounting surfaces are ready to receive enclosed circuit breakers. D. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install enclosed circuit breakers where indicated, in accordance with manufacturer's instructions. B. Install enclosed circuit breakers securely, in a neat and workmanlike manner in accordance with NECA 1. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide required supports in accordance with Section 16070. E. Install enclosed circuit breakers plumb. F. Except where indicated to be mounted adjacent to the equipment they supply, mount enclosed circuit breakers such that the highest position of the operating handle does not exceed 79 inches (2000 mm) above the floor or working platform. G. Set field-adjustable ground fault protection pickup and time delay settings as indicated. 3.03 FIELD QUALITY CONTROL A. Inspect and test in accordance with manufacturer's instructions and NETA STD ATS, except Section 4. B. Perform inspections and tests listed in NETA STD ATS, Section 7.6.1.1. Tests listed as optional are not required. C. Test shunt trips to verify proper operation. D. Correct deficiencies and replace damaged or defective enclosed circuit breakers. A. Adjust tightness of mechanical and electrical connections to manufacturer's recommended torque settings. D BI 3.04 ADJUSTING 3.05 CLEANING A. Clean dirt and debris from circuit breaker enclosures and components according to manufacturer's instructions. B. Repair scratched or marred exterior surfaces to match original factory finish. ENCLOSED CIRCUIT BREAKERS 16411 - 5 Contract No. FDC-013-100445.4 3.06 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. "Electrical construction" O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. D BI END OF SECTION ENCLOSED CIRCUIT BREAKERS 16411 - 6 Contract No. FDC-013-100445.4 SECTION 16412 ENCLOSED SWITCHES PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Enclosed safety switches. 1.02 RELATED REQUIREMENTS A. Section 16060 - Grounding and Bonding. B. Section 16075 - Electrical Identification: Identification products and requirements. C. Section 16491 - Fuses. 1.03 REFERENCE STANDARDS A. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. B. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); 2008. C. NEMA KS 1 - Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum); National Electrical Manufacturers Association; 2001 (R2006). D. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. E. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. F. UL 50 - Enclosures for Electrical Equipment, Non-Environmental Considerations; Current Edition, Including All Revisions. G. UL 50E - Enclosures for Electrical Equipment, Environmental Considerations; Current Edition, Including All Revisions. H. UL 98 - Enclosed and Dead-Front Switches; Current Edition, Including All Revisions. I. UL 869A - Reference Standard for Service Equipment; Current Edition, Including All Revisions. D BI 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the work with other trades. Avoid placement of ductwork, piping, equipment, or other potential obstructions within the dedicated equipment spaces and within working clearances for electrical equipment required by NFPA 70. 2. Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. ENCLOSED SWITCHES 16412 - 1 Contract No. FDC-013-100445.4 Verify with manufacturer that conductor terminations are suitable for use with the conductors to be installed. 4. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 3. 1.05 SUBMITTALS A. See Section 01340 – Shop Drawings, Product Data and Samples for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for enclosed switches and other installed components and accessories. C. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, installation, and starting of product. D. Project Record Documents: Record actual locations of enclosed switches. E. Maintenance Data: Include information on replacement parts and recommended maintenance procedures and intervals. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. 1.07 DELIVERY, STORAGE, AND HANDLING A. Store in a clean, dry space. Maintain factory wrapping or provide an additional heavy canvas or heavy plastic cover to protect units from dirt, water, construction debris, and traffic. B. Handle carefully in accordance with manufacturer's written instructions to avoid damage to enclosed switch internal components, enclosure, and finish. 1.08 FIELD CONDITIONS A. Maintain ambient temperature between -22 degrees F (-30 degrees C) and 104 degrees F (40 degrees C) during and after installation of enclosed switches. BI PART 2 PRODUCTS D 2.01 MANUFACTURERS A. Siemens Industry, Inc: www.sea.siemens.com. B. Eaton Corporation; Cutler-Hammer Products: www.eaton.com. C. General Electric Company: www.geindustrial.com. D. Schneider Electric; Square D Products: www.schneider-electric.us. ENCLOSED SWITCHES 16412 - 2 Contract No. FDC-013-100445.4 E. Aaon: F. Greenheck: G. Or approved equal. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2.02 ENCLOSED SAFETY SWITCHES A. Description: Quick-make, quick-break, enclosed safety switches complying with NEMA KS 1, type HD (heavy duty) or GD (general duty) as indicated, and listed and labeled as complying with UL 98; ratings, configurations, and features as indicated on the drawings. B. Provide products listed and labeled by Underwriters Laboratories Inc. as suitable for the purpose specified and indicated. C. Unless otherwise indicated, provide products suitable for continuous operation under the following service conditions: 1. Altitude: Less than 6,600 feet (2,000 m). 2. Ambient Temperature: Between -22 degrees F (-30 degrees C) and 104 degrees F (40 degrees C). D. Horsepower Rating: Suitable for connected load. E. Voltage Rating: Suitable for circuit voltage. F. Short Circuit Current Rating: 1. Provide enclosed safety switches, when protected by the fuses or supply side overcurrent protective devices to be installed, with listed short circuit current rating not less than the available fault current at the installed location as determined by short circuit study performed in accordance with Section 16051. 2. Minimum Ratings: a. Switches Protected by Class H Fuses: 10,000 rms symmetrical amperes. b. Heavy Duty Single Throw Switches Protected by Class R, Class J, Class L, or Class T Fuses: 200,000 rms symmetrical amperes. c. Double Throw Switches Protected by Class R, Class J, or Class T Fuses: 100,000 rms symmetrical amperes. H. Provide with switch blade contact position that is visible when the cover is open. I. D BI G. Enclosed Safety Switches Used for Service Entrance: Listed and labeled as suitable for use as service equipment according to UL 869A. Fuse Clips for Fusible Switches: As required to accept fuses indicated. 1. J. Where NEMA Class R fuses are installed, provide rejection feature to prevent installation of fuses other than Class R. Conductor Terminations: Suitable for use with the conductors to be installed. K. Provide insulated, groundable fully rated solid neutral assembly where a neutral connection is required, with a suitable lug for terminating each neutral conductor. ENCLOSED SWITCHES 16412 - 3 Contract No. FDC-013-100445.4 L. Provide solidly bonded equipment ground bus in each enclosed safety switch, with a suitable lug for terminating each equipment grounding conductor. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D M. Enclosures: Comply with NEMA KS 1 and NEMA 250, and list and label as complying with UL 50 and UL 50E. 1. Environment Type per NEMA 250: Unless otherwise indicated, as specified for the following installation locations: a. Indoor Clean, Dry Locations: Type 1. b. Outdoor Locations: Type 3R. 2. Finish for Painted Steel Enclosures: Manufacturer's standard, factory applied grey unless otherwise indicated. N. Provide safety interlock to prevent opening the cover with the switch in the ON position with capability of overriding interlock for testing purposes. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. B. Verify that the ratings of the enclosed switches are consistent with the indicated requirements. C. Verify that mounting surfaces are ready to receive enclosed safety switches. D. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install enclosed switches in accordance with manufacturer's instructions. B. Install enclosed switches securely, in a neat and workmanlike manner in accordance with NECA 1. C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide required supports in accordance with Section 16070. D BI E. Install enclosed switches plumb. F. Except where indicated to be mounted adjacent to the equipment they supply, mount enclosed switches such that the highest position of the operating handle does not exceed 79 inches (2000 mm) above the floor or working platform. G. Provide grounding and bonding in accordance with Section 16060. H. Provide fuses complying with Section 16491 for fusible switches as indicated or as required by equipment manufacturer's recommendations. I. Where accessories are not self-powered, provide control power source as indicated or as required to complete installation. ENCLOSED SWITCHES 16412 - 4 Contract No. FDC-013-100445.4 J. Identify enclosed switches in accordance with Section 16075. 3.03 FIELD QUALITY CONTROL A. Perform field inspection, testing, and adjusting in accordance with Section 01400. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Inspect and test in accordance with NETA STD ATS, except Section 4. C. Perform inspections and tests listed in NETA STD ATS, Section 7.5.1.1. D. Correct deficiencies and replace damaged or defective enclosed safety switches or associated components. 3.04 ADJUSTING A. Adjust tightness of mechanical and electrical connections to manufacturer's recommended torque settings. 3.05 CLEANING A. Clean dirt and debris from switch enclosures and components according to manufacturer's instructions. B. Repair scratched or marred exterior surfaces to match original factory finish. 3.06 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" D BI END OF SECTION ENCLOSED SWITCHES 16412 - 5 Contract No. FDC-013-100445.4 SECTION 16443 PANELBOARDS PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Power distribution panelboards. B. Overcurrent protective devices for panelboards. 1.02 RELATED REQUIREMENTS A. Section 16070 - Hangers and Supports. B. Section 16075 - Electrical Identification: Identification products and requirements. C. Section 16491 - Fuses: Fuses for fusible switches and spare fuse cabinets. 1.03 REFERENCE STANDARDS A. FS W-C-375 - Circuit Breakers, Molded Case; Branch Circuit and Service; Federal Specification; Revision D, 2006. B. NECA 1 - Standard for Good Workmanship in Electrical Construction; National Electrical Contractors Association; 2010. C. NEMA 250 - Enclosures for Electrical Equipment (1000 Volts Maximum); 2008. D. NEMA PB 1 - Panelboards; National Electrical Manufacturers Association; 2006. E. NETA STD ATS - Acceptance Testing Specifications for Electrical Power Distribution Equipment and Systems; International Electrical Testing Association; 2009. F. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. G. UL 50 - Enclosures for Electrical Equipment, Non-Environmental Considerations; Current Edition, Including All Revisions. BI H. UL 50E - Enclosures for Electrical Equipment, Environmental Considerations; Current Edition, Including All Revisions. I. UL 67 - Panelboards; Current Edition, Including All Revisions. J. UL 489 - Molded-Case Circuit Breakers, Molded-Case Switches and Circuit Breaker Enclosures; Current Edition, Including All Revisions. D 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordination: 1. Coordinate the work with other trades to avoid placement of ductwork, piping, equipment, or other potential obstructions within the dedicated equipment spaces and working clearances for electrical equipment required by NFPA 70. PANELBOARDS 16443 - 1 Contract No. FDC-013-100445.4 Coordinate arrangement of electrical equipment with the dimensions and clearance requirements of the actual equipment to be installed. 3. Verify with manufacturer that conductor terminations are suitable for use with the conductors to be installed. 4. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 2. 1.05 SUBMITTALS A. See Section 01340 - Shop Drawings, Product Data, and Samples for submittal procedures. B. Product Data: Provide manufacturer's standard catalog pages and data sheets for panelboards, enclosures, overcurrent protective devices, and other installed components and accessories. C. Shop Drawings: Indicate outline and support point dimensions, voltage, main bus ampacity, overcurrent protective device arrangement and sizes, short circuit current ratings, conduit entry locations, conductor terminal information, and installed features and accessories. 1. Include wiring diagrams showing all factory and field connections. 2. Clearly indicate whether proposed short circuit current ratings are fully rated or, where acceptable, series rated systems. D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of use stipulated by product testing agency. Include instructions for storage, handling, protection, examination, preparation, and installation of product. E. Maintenance Materials: project. Furnish the following for Department's use in maintenance of 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Siemens Industry, Inc: www.sea.siemens.com. D BI B. Eaton Corporation; Cutler-Hammer Products: www.eaton.com. C. General Electric Company: www.geindustrial.com. D. Square D. E. Or approved equal. 2.02 ALL PANELBOARDS A. Provide products listed and labeled by Underwriters Laboratories Inc. as suitable for the purpose indicated. PANELBOARDS 16443 - 2 Contract No. FDC-013-100445.4 B. Unless otherwise indicated, provide products suitable for continuous operation under the following service conditions: Altitude: Less than 6,600 feet (2,000 m). 2. Ambient Temperature: a. Panelboards Containing Circuit Breakers: Between 23 degrees F (-5 degrees C) and 104 degrees F (40 degrees C). O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. C. Short Circuit Current Rating: 22,000rms D. Mains: Configure for top or bottom incoming feed as indicated or as required for the installation. E. Branch Overcurrent Protective Devices: Replaceable without disturbing adjacent devices. F. Bussing: Sized in accordance with UL 67 temperature rise requirements. 1. Provide solidly bonded equipment ground bus in each panelboard, with a suitable lug for each feeder and branch circuit equipment grounding conductor. G. Conductor Terminations: Suitable for use with the conductors to be installed. BI H. Enclosures: Comply with NEMA 250, and list and label as complying with UL 50 and UL 50E. 1. Environment Type per NEMA 250: Unless otherwise indicated, as specified for the following installation locations: a. Indoor Clean, Dry Locations: Type 1. b. Outdoor Locations: Type 3R. 2. Boxes: Galvanized steel unless otherwise indicated. a. Provide wiring gutters sized to accommodate the conductors to be installed. 3. Fronts: a. Fronts for Surface-Mounted Enclosures: Same dimensions as boxes. 4. Lockable Doors: All locks keyed alike unless otherwise indicated. I. Future Provisions: Prepare all unused spaces for future installation of devices including bussing, connectors, mounting hardware and all other required provisions. J. Surge Protective Devices: Where factory-installed, internally mounted surge protective devices are provided in accordance with Section 16289, list and label panelboards as a complete assembly including surge protective device. D 2.03 POWER DISTRIBUTION PANELBOARDS A. Description: Panelboards complying with NEMA PB 1, power and feeder distribution type, circuit breaker type, and listed and labeled as complying with UL 67; ratings, configurations and features as indicated on the drawings. B. Products: 1. Siemens. PANELBOARDS 16443 - 3 Contract No. FDC-013-100445.4 2. Square D. 3. General Electric. 4. Or approved equal. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D C. Conductor Terminations: 1. Main and Neutral Lug Material: Aluminum, suitable for terminating aluminum or copper conductors. 2. Main and Neutral Lug Type: Mechanical. D. Bussing: 1. Phase and Neutral Bus Material: Aluminum. 2. Ground Bus Material: Aluminum. E. Circuit Breakers: 1. Provide bolt-on type or plug-in type secured with locking mechanical restraints. F. Enclosures: 1. Provide surface-mounted enclosures unless otherwise indicated. 2.04 OVERCURRENT PROTECTIVE DEVICES D BI A. Molded Case Circuit Breakers: 1. Description: Quick-make, quick-break, over center toggle, trip-free, trip-indicating circuit breakers listed and labeled as complying with UL 489, and complying with FS W-C-375 where applicable; ratings, configurations, and features as indicated on the drawings. 2. Interrupting Capacity: a. Provide circuit breakers with interrupting capacity as required to provide the short circuit current rating indicated, but not less than: 1) 10,000 rms symmetrical amperes at 240 VAC or 208 VAC. b. Fully Rated Systems: Provide circuit breakers with interrupting capacity not less than the short circuit current rating indicated. 3. Conductor Terminations: a. Provide mechanical lugs. b. Lug Material: Aluminum, suitable for terminating aluminum or copper conductors. 4. Multi-Pole Circuit Breakers: Furnish with common trip for all poles. 5. Do not use handle ties in lieu of multi-pole circuit breakers. 6. Provide multi-pole circuit breakers for multi-wire branch circuits as required by NFPA 70. PANELBOARDS 16443 - 4 Contract No. FDC-013-100445.4 PART 3 EXECUTION 3.01 EXAMINATION A. Verify that field measurements are as shown on the drawings. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Verify that the ratings and configurations of the panelboards and associated components are consistent with the indicated requirements. C. Verify that mounting surfaces are ready to receive panelboards. D. Verify that conditions are satisfactory for installation prior to starting work. 3.02 INSTALLATION A. Install products in accordance with manufacturer's instructions. B. Install panelboards securely, in a neat and workmanlike manner in accordance with NECA 1 (general workmanship). C. Arrange equipment to provide minimum clearances in accordance with manufacturer's instructions and NFPA 70. D. Provide required supports in accordance with Section 16070. E. Install panelboards plumb. F. Mount panelboards such that the highest position of any operating handle for circuit breakers or switches does not exceed 79 inches (2000 mm) above the floor or working platform. G. Install all field-installed branch devices, components, and accessories. H. Provide filler plates to cover unused spaces in panelboards. 3.03 FIELD QUALITY CONTROL A. Perform inspection, testing, and adjusting in accordance with Section 01400. B. Inspect and test in accordance with NETA STD ATS, except Section 4. C. Molded Case Circuit Breakers: Perform inspections and tests listed in NETA STD ATS, Section 7.6.1.1. Tests listed as optional are required. D. Correct deficiencies and replace damaged or defective panelboards or associated components. D BI 3.04 ADJUSTING A. Adjust tightness of mechanical and electrical connections to manufacturer's recommended torque settings. B. Adjust alignment of panelboard fronts. C. Load Balancing: For each panelboard, rearrange circuits such that the difference between each measured steady state phase load does not exceed 20 percent and adjust circuit directories accordingly. Maintain proper phasing for multi-wire branch circuits. PANELBOARDS 16443 - 5 Contract No. FDC-013-100445.4 3.05 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. "Electrical Construction" O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1. D BI END OF SECTION PANELBOARDS 16443 - 6 Contract No. FDC-013-100445.4 SECTION 16491 FUSES PART 1 GENERAL O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D 1.01 SECTION INCLUDES A. Fuses. 1.02 RELATED REQUIREMENTS A. Section 16075 - Electrical Identification: Identification products and requirements. B. Section 16412 - Enclosed Switches: Fusible switches. 1.03 REFERENCE STANDARDS A. NEMA FU 1 - Low Voltage Cartridge Fuses; National Electrical Manufacturers Association; 2002 (R2007). B. NFPA 70 - National Electrical Code; National Fire Protection Association; Most Recent Edition Adopted by Authority Having Jurisdiction, Including All Applicable Amendments and Supplements. C. UL 248-1 - Low-Voltage Fuses - Part 1: General Requirements; Current Edition, Including All Revisions. D. UL 248-4 - Low-Voltage Fuses - Part 4: Class CC Fuses; Current Edition, Including All Revisions. E. UL 248-12 - Low-Voltage Fuses - Part 12: Class R Fuses; Current Edition, Including All Revisions. F. UL 248-15 - Low-Voltage Fuses - Part 15: Class T Fuses; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS D BI A. Coordination: 1. Coordinate fuse clips furnished in equipment provided under other sections for compatibility with indicated fuses. a. Fusible Enclosed Switches: See Section 16412. 2. Coordinate fuse requirements according to manufacturer's recommendations and nameplate data for actual equipment to be installed. 3. Notify Department of any conflicts with or deviations from the contract documents. Obtain direction before proceeding with work. FUSES 16491 - 1 Contract No. FDC-013-100445.4 1.05 SUBMITTALS A. See Section 01340-Shop Drawings, Product Data and Samples for submittal procedures. O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D B. Product Data: Provide manufacturer's standard data sheets including voltage and current ratings, interrupting ratings, time-current curves, and current limitation curves. 1. Fuses. 1.06 QUALITY ASSURANCE A. Conform to requirements of NFPA 70. B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this section with minimum three years documented experience. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Cooper Bussmann, a division of Cooper Industries: www.cooperindustries.com. B. Mersen (formerly Ferraz Shawmut): ferrazshawmut.mersen.com. C. Littelfuse, Inc: www.littelfuse.com. D. Or approved equal. 2.02 APPLICATIONS A. Feeders: 1. Fusible Switches up to 600 Amperes: Class RK1, time-delay. B. General Purpose Branch Circuits: Class RK1, time-delay. C. Individual Motor Branch Circuits: Class RK1, time-delay. D. In-Line Protection for Pole-Mounted Luminaires: Class CC, time-delay. E. Primary Protection for Control Transformers: Class CC, time-delay. 2.03 FUSES D BI A. Provide products listed and classified by Underwriters Laboratories Inc. as suitable for the purpose indicated. B. Unless specifically indicated to be excluded, provide fuses for all fusible equipment as required for a complete operating system. C. Provide fuses of the same type, rating, and manufacturer within the same switch. D. Comply with UL 248-1. E. Unless otherwise indicated, provide cartridge type fuses complying with NEMA FU 1, Class and ratings as indicated. F. Voltage Rating: Suitable for circuit voltage. FUSES 16491 - 2 Contract No. FDC-013-100445.4 G. Class R Fuses: Comply with UL 248-12. H. Class CC Fuses: Comply with UL 248-4. 2.04 SPARE FUSE CABINET O D D FO C O R U C M U IN EN M F TS EN OR PR TS MA AN IN MU TIO D TE ST NA W D IL FR BE L P L U O O BE M B RP R W TAI OS EJ E N E EC BS ED S TE ITE FR ON D A O LY R M E D IN C VA NR LI D A. Description: Wall-mounted sheet metal cabinet with shelves and hinged door with cylinder lock, suitably sized to store spare fuses and fuse pullers specified. PART 3 EXECUTION 3.01 INSTALLATION A. Do not install fuses until circuits are ready to be energized. B. Install fuses with label oriented such that manufacturer, type, and size are easily read. C. Install spare fuse cabinet where indicated. 3.02 MEASUREMENT AND PAYMENT A. Payment for all work performed under this section shall be made under the lump sum bid price for the following pay item. 1. "Electrical Construction" D BI END OF SECTION FUSES 16491 - 3