Bid Documents - Lake Metroparks

advertisement
Lake Metroparks
Painesville Township Park
New Pier and Access Path
Bid No. 2016-043
Lake County Probate Judge
Mark J. Bartolotta
Lake Metroparks Board of Park Commissioners
Gretchen Skok DiSanto
Frank J. Polivka
John C. Redmond, CPA
Executive Director
Paul Palagyi
August 4, 2016
INDEX TO SPECIFICATIONS
BIDDING MATERIAL
No. of Pages
Index to Specifications
Invitation to Bid - Legal Notice
Instructions to Bidder
Supplemental Instructions to Bidders
Prevailing Wage Determination Cover Letter
Bid Form Information
*Bid Form
Bid Form Information
Pricing Sheet
Unit Price List
Offer Sheet
Bidders Signature & Business Information
Request for Approved Equal
Affidavit of Non-Collusion
Instructions & Affidavit of Delinquent Personal Property Tax Statement
Statement of Bidder's Qualifications and Experience
Bid Guarantee and Performance Bond
Checklist of Bid Proposal Forms
1
1
4
2
1
1
2
4
7
1
1
1
2
2
2
2
1
CONTRACT MATERIAL
Board-Contractor Agreement (sample)
Contract Forms
Application & Certificate for Payment - AIA Document G-702 and G-703
Certificate of Substantial Completion - AIA Document G-704
Consent of Surety to Final Payment - AIA Document G-707
Affidavit of Contractor - Ohio Legal Blank Form 47
Waivers of Liens for Material and Labor - Ohio Legal Blank, Form 50B
Affidavit of Prevailing Wages
List of Drawing Index - Schedule "A"
1-13
2
1
1
2
1
1
1
* Bid Form must be purchased through SE Blueprint, Inc. 2035 Hamilton Ave. Cleveland, Ohio 44114
(216) 241-2250 or www.seblueprint.com.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
2
SPECIFICATION TABLE OF CONTENTS
State of Ohio, Department of Transportation, Construction and Materials Specifications, January 1, 2016.
Project Specific Specifications:
Section 05 12 00
Structural Steel
Section 05 31 00
Steel Decking
Section 09 93 00
Concrete Staining
Section 10 73 00
Protective Covers
Section 26 01 26
Testing of Electrical Systems
Section 26 05 00
Common Work Results for Electrical
Section 26 05 19
Low-Voltage Electrical Power Conductors and Cables
Section 26 05 26
Grounding and Bonding for Electrical Systems
Section 26 05 29
Hangers and Supports for Electrical Systems
Section 26 05 33
Raceways and Boxes for Electrical Systems
Section 26 05 43
Underground Ducts and Raceways for Electrical Systems
Section 26 05 53
Identification for Electrical Systems
Section 26 09 23
Lighting Control Devices
Section 26 24 16
Panelboards
Section 26 56 00
Exterior Lighting
Section 31 62 16
Steel Piles
Section 35 31 23
Armor Stone
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
3
INVITATION TO BID - LEGAL NOTICE
Sealed bids will be received at Lake Metroparks Administrative Offices, 11211 Spear Rd, Concord Township, OH
44077 until 2:00 P.M. local time, on 9/1/2016 and thereafter will be publicly opened, read and recorded for the
following:
NAME OF PROJECT: Painesville Township Park New Pier and Access Path
BID NUMBER: 2016-043
PRE-BID MEETING: 8/11/2016 at 10:00 A.M. at Painesville Township Park in the Community Center. 1025 Hardy
Road, Painesville Township, Ohio 44077
All documents, specifications, plans, etc., can be VIEWED AND PURCHASED at www.seblueprint.com. Copies may
be PURCHASED for $30.00 (Thirty Dollars), (non-refundable fee) through SE Blueprint, Inc., 2035 Hamilton Ave.
Cleveland, Ohio 44114, (216) 241-2250. A $15 shipping/delivery fee is applicable for each set of Bidding Documents.
Documents may also be REVIEWED, at Lake Metroparks Administrative Offices, 11211 Spear Road, Concord Twp.,
Ohio 44077 or at www.lakemetroparks.com, click on “About Us”.
Each bid ($50,000 or greater) shall be accompanied by a Bid Guarantee in the form of either:
1. A certified check or cashier's check (Bid Check) made payable to "Lake Metroparks", in an amount equal to 10% of
the bid amount conditioned to provide that if the bid is accepted the bidder will enter into a proper contract for the
work; or
2. A Bid Guarantee and Performance Bond, for the full amount of the bid as provided in Section 153.571 of the Ohio
Revised Code. A form of this bond is included in the Bidding Documents.
Bids must be submitted in sealed envelopes and clearly marked with the Bid No. and Project Title. No bid may be
withdrawn before sixty (60) days have elapsed after the Bid Opening Date. This bond shall be written on an acceptable
surety company authorized to do business in the State of Ohio and in an amount equal to 100% of the contract price.
Bid guaranties of all unsuccessful bidders will be held until a proper contract is entered into or until all bids are
rejected, as the case may be, and will be returned immediately thereafter. The successful bidder shall be required to
file, at the time a contract is entered into, a Performance Bond and Labor and Material Payment Bond.
The Board intends to award a contract to the lowest and best bidder whose bid is submitted in accordance with the
requirements of these bidding documents and does not exceed the funds available for the Project. The Board reserves
the right to accept separate bids on various items of work, or to accept any combination of bids, or to reject any or all
bids, and to waive any technical deficiencies or irregularities in bids.
BY THE ORDER OF
Lake Metroparks Board of Park Commissioners
Paul Palagyi, Executive Director
Published: News-Herald, SE Blueprint and www.lakemetroparks.com on 8/4/2016.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
1
INSTRUCTION TO BIDDERS
1. Bidding Documents
1.1 Copies of the Contract Documents, including any Drawings and Specifications, may be obtained for
bidding purposes upon the conditions set forth in the Invitation to Bid.
1.2 Persons or entities other than the bidder may view the Contract Documents at locations stated in the
Invitation to Bid or at the office of the bidder. Persons or entities desiring additional information shall
request such information from the bidder who shall then make a written request on its own letterhead to the
Board for the additional information. The requesting person or entity shall bear the costs of printing and
handling or any other cost arising from production of the requested information and shall be billed for
printing costs directly by the printing company.
1.3 The bidder shall be responsible for advising any suppliers, subcontractors or sub-subcontractors of any
alternates or changes to the Drawings and Specifications that may be issued as Addenda, and the Board
assumes no responsibility for any bidder's failure to do so. The Board assumes no responsibility for errors or
misinterpretations resulting from the use of incomplete sets of Contract Documents.
1.4 All prices and notations must be in ink or typewritten. Mistakes may be crossed out and corrections
typed or printed adjacent to the mistake and initialed in ink by the person who signs bid. Prices shall be
stated in units and quotations made separately on each item. In case of conflict, unit prices will govern.
Where there is a conflict between words and figures, words will govern.
1.5 Bidders who have received this document from an outside source, not the Issuing Office (Lake
Metroparks Planning Department), or obtained the documents from the Lake Metroparks website, should
immediately contact the Issuing Office and provide their name, mailing address, email address, phone/fax
number in order to be placed on the BIDDERS LIST. Bidders who fail to notify the Issuing Office with this
information assume complete responsibility in the event that they do not receive communications from the
Issuing Office prior to the closing date.
2. Bid Form
2.1 Bids must be made on the documents furnished in the Bid Documents. Each bid must contain the full
name of all persons or entities submitting the bid and any parties-in-interest to such persons or entities.
2.2 Bids made by unincorporated entities or partnerships must set forth the name and place of residence or
each principal or partner thereof, respectively.
2.3 Bids made by corporations must indicate the state of incorporation and the names and titles of officers
having authority to sign the bid and Contract on behalf of the corporation. A copy of the corporate
resolution authorizing those officers' signatures of the bid and Contract must be attached to the bid.
2.4 Proposals shall be addressed and sent to the address stated in the Invitation to Bid. Before the Board may
consider any proposal, the Board must receive the proposal on or before the date and hour set for opening the
bids. Conditions, limitations or provisions other than those expressly called for by any bidding document
inserted as part of the proposal may cause the bid to be rejected by the Board.
2.5 Alterations of any Contract Document by erasure or interlineations must be explained or noted in such
Contract Document over signature of bidder.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
2
3. General Requirements
3.1 Bidders may bid on any or all parts of the Work and on any alternate described in the Contract
Documents. Bidders may bid on any combination of contracts to be let in connection with the Project
provided that the bidder must be engaged in the type of work for which the bid is submitted.
3.2 The Board reserves the right to accept bids in the combinations shown on the bid form, or to reject any or
all bids, and to waive any technical deficiencies or irregularities in bids.
3.3. No contract will be awarded to any bidder who is in arrears to the Board for any debt or contractual
obligation or who is in default as a surety or otherwise on any obligation owed to the Board.
3.4. Oral, telephonic or telegraphic bids are invalid and will not receive consideration.
3.5 The bidder shall submit a properly executed statement regarding personal property taxes in accordance
with the enclosed statement entitled “Personal Property Tax Delinquency.”
3.6 The Bidder (Prime Contractor) shall supply a minimum of 15% of the total labor force required to
complete this Project, exclusive of supervisory and administrative personnel.
4. Bonds or Guaranties
(Note - Bid Guarantee and Performance Bond are only required on Bids/Proposals in excess of $50,000)
4.1 A Bid Guarantee in the amount and manner prescribed in the Invitation to Bid shall accompany each bid.
4.2 The bidder shall furnish a Performance Bond and Labor and Material Payment Bond in the manner and
amount prescribed in the Invitation to Bid.
4.3. The Board reserves the right to retain the Bid Guarantees of all bidders for a period of sixty (60) days
after the bids are opened and read. During this sixty-day period, no bid may be withdrawn without the
Board’s permission or as otherwise provided by law. Bidders to whom contracts are awarded shall execute
the contracts within (5) five days from the date of these bidders' receipt of notice of the contract award.
Bidders whose Bid Guarantees are in a form other than the form set forth in section 153.571 of the Ohio
Revised Code shall provide sureties in conjunction with execution of the contracts. Failure of any bidder to
execute a contract or provide sureties within the time specified will be deemed an abandonment of the
contract, will result in forfeiture by the bidder of its Bid Guarantee.
5. Examination of Drawings, Specifications and Work Site
5.1 Prior to submitting a bid, each bidder shall carefully examine the Drawings, Specifications and all other
Contract Documents as well as visit the site of the Work to fully apprise itself of all conditions and
limitations under which the Work will be performed. The bid shall reflect the costs of all items necessary to
perform the Work. No allowances will be made to any bidder because of a lack of examination of the
Contract Documents or inspection of the Work Site, and upon submission of the bid, the bidder shall be
deemed to have made such examination and inspection.
6. Statement of Bidder's Qualifications
6.1 Each bidder shall complete and submit the enclosed "STATEMENT OF BIDDER'S QUALIFICATIONS".
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
3
7. Disclosures
7.1 The bidder to whom the Contract is awarded shall within seven (7) calendar days of notification of such
award submit in writing to the Board the following information:
(a) the nature and extent of Work to be performed by the bidder's own employees and forces;
(b) the names of suppliers of principal items, systems, materials or equipment proposed to be used for
the Work as well as the names and descriptions of such items, systems, materials or equipment; and
(c) The names of any Subcontractors and Sub-subcontractors proposed to be used for any part of the
Work.
7.2 Bidders shall establish to the satisfaction of the Board the reliability and capability of any proposed
Subcontractors, Sub-subcontractor or supplier.
7.3 Persons or entities proposed by bidders to be Subcontractors, Sub-subcontractors or suppliers must
perform the Work for which they were initially proposed and shall not be removed or replaced without prior
written consent of the Board.
7.4 The qualifications of all subcontractors must be included in the bid package as noted in the detailed
specifications.
8. Working Hours
8.1 Bids shall be based on the assumption that the Work will be performed on an eight (8) hour day, five (5)
days a week basis. Any overtime expenses necessary to meet the construction schedule shall be borne by the
contractor.
9. Administration of the Contract and Any Other Prime Contracts Relating to the Project
9.1 The Bidder awarded the General Trades Contract shall be the Contract Administrator and as such shall
schedule and coordinate the work performed under its contract as well as any work performed under any
other prime contracts relating to the Project. The Contract Administrator shall include in its bid all costs
involved in the scheduling and coordination of such work, including but not limited to costs attributable to
compiling progress reports.
9.2 The Contract Administrator shall schedule, coordinate and direct all phases of construction to ensure
timely completion of the Project. All prime contractors and Subcontractors shall cooperate with the Contract
Administrator in preparing the work schedule and maintaining construction progress in accordance with the
schedule. They shall also provide requested information to the Contract Administrator on a monthly basis to
assist the Contract Administrator in performing its responsibilities as such. Failure of any prime contractor or
any Subcontractor to cooperate with the Contract Administrator shall be deemed by the Board to be a breach
of contract by the party failing to so cooperate.
9.3 The Board shall not certify monthly payments for any prime contractor until it receives from the Contract
Administrator certification that such prime contractor's work progress is satisfactory and that the prime
contractor is completing its work according to the schedule prepared by the Contract Administrator.
9.4 Progress meetings shall occur on the same day and hour each week for the duration of the Project, or as
otherwise agreed to by the Board, prime contractors and subcontractors. The Board shall distribute accurate
minutes of these meetings to all prime contractors. Decisions reached at such meetings shall be binding
upon all parties involved in the Project.
9.5 The Contract Administrator shall prepare and submit to the Board a progress schedule for the Project.
Upon the Board's approval of the schedule, the Contract Administrator shall furnish four (4) copies to the
Board. The schedule shall be revised monthly or as otherwise necessary to ensure timely completion of the
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
4
Project. The schedule and all revisions thereof, as approved by the Board, shall be binding upon all parties
involved in the Project.
9.6 The Contract Administrator shall coordinate the distribution of all Drawings for the Project. A copy of
such Drawings shall be kept at the job site at all times.
10. Wage Rates
10.1 Any bidder awarded the Contract shall comply with the Wage Rate Requirements as described in
Section 6 in Supplemental Instructions to Bidders in this this Document and ARTICLE 12 of the BOARDCONTRACTOR AGREEMENT.
11. Discrimination
11.1 Any bidder awarded the Contract shall comply with ARTICLE 20 of the BOARD-CONTRACTOR
AGREEMENT.
End of Instructions to Bidders
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
5
SUPPLEMENTAL INSTRUCTIONS TO BIDDERS
1. Questions about the Project
1.1 All questions concerning the Project shall be referred to:
Lake Metroparks Representative:
Larry Elswick
lelswick@lakemetroparks.com
(440) 639-7275 ext. 1874
Consultant Representative:
John S. Matricardi, P.E.
KS Associates Inc.
260 Burns Road, Elyria, Ohio 44035
matricardij@ksassociates.com
(440) 635-4730 ext. 331
2. Pre-bid Conference
2.1 There will be a pre-bid conference for this project on the dates(s) listed below.
Attendance is recommended.
Date
8/11/2016
Location
Painesville Township Park in the Community Center
1025 Hardy Road, Painesville Township, Ohio 44077
Time
10:00 A.M.
3. Proposed Schedule for Project Completion
3.1 This schedule reflects the anticipated time required to complete the work defined in the specifications
and shown on the drawings. Bidders are requested to submit with their bid, their proposed schedule for
completion of the work described.
Advertised Public Bidding …………………………………
8/4/2016
Pre-Bid Conference ………………………………………..
8/11/2016
Bid Opening ……………………………………………….
9/1/2016
Award of Bid by Board …………………………………....
9/14/2016
Authorization to Proceed and Contracts …………………..
9/28/2016
Construction to Commence ………………………………..
9/30/2016
Substantial Completion …………………………………....
9/01/2017
Punch List Completion …………………………………….
9/30/2017
Occupancy by Lake Metroparks and Final Completion …...
9/30/2017
The work shall commence no later than five (5) days after the Contractor's receipt of written notice
to commence work, and, subject to authorized adjustments
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
1
4. Time of Completion
4.1 Substantial Completion, as defined in Paragraph 4.3 & 4.5 of Board –Contractor Agreement, shall be
achieved not later than the date of 9/01/2017, but not later than the Final Completion Date of 9/30/2017.
5. Estimate of Cost
5.1 The following is an estimated range of cost for completing the project:
BASE BID 1 TOTAL RANGE:
$1,089,075
BASE BID 2 TOTAL RANGE:
$ 740,055
COMBINED TOTAL BASE BID: $1,829,130
6. Prevailing Wage Threshold Levels
6.1 Under guidelines established by AM Sub. H.B.350, if the Contract Sum under this Agreement
exceeds the dollar thresholds established by the Ohio Department of Employment Services - Wage
and Hour Division, the contractor(s) are required to conform to the prevailing wage rates as
established by the Ohio Industrial Relations Board. Thresholds are to be adjusted biennially (every
two years) by the Director of Ohio Department of Commerce.
Biennial adjustments to threshold levels are made according to the Price Deflator for Construction
Index, United States Department of Commerce, Bureau of the Census.
6.2 Threshold Levels
As of September 29, 2013
New Construction threshold level has been adjusted to: $250,000
Reconstruction threshold has been adjusted to: $75,000
Reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting
As of January 1, 2016
New Construction has been adjusted to: $88,495
“New” construction that involves roads, streets, alleys, sewers, ditches and other works connected
to road or bridge construction threshold level.
Reconstruction has been adjusted to: $26,514
“Reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting” that involves
roads, streets, alleys, sewers, ditches and other works connected to road or bridge construction
threshold level.
6.3 The Prevailing Wage Determination Schedule for this project is available for review at the
office of the Owner’s Prevailing Wage Coordinator, or for the complete Prevailing Wage
information packet please contact:
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
2
Ohio Department of Commerce
Division of Industrial Compliance and Labor
Bureau of Wage and Hour Administration
6606 Tussing Road, PO Box 4009
Reynoldsburg, Ohio 43068-9009
614-644-2239
www.com.ohio.gov/laws/
6.4 Current prevailing wage rates are available through the Ohio Department of Commerce at the
following link:
http://www.com.ohio.gov/dic
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
3
Prevailing Wage Determination Cover Letter
County:
Determination Date:
Expiration Date:
LAKE
8/9/2016
11/9/2016
THE FOLLOWING PAGES ARE PREVAILING RATES OF WAGES ON PUBLIC IMPROVEMENTS FAIRLY
ESTIMATED TO BE MORE THAN THE AMOUNT IN O.R.C. SEC. 4115.03 (b) (1) or (2), AS APPLICABLE.
Section 4115.05 provides, in part: “Where contracts are not awarded or construction undertaken within ninety days
from the date of the establishment of the prevailing wages, there shall be a redetermination of the prevailing rate of
wages before the contract is awarded.” The expiration date of this wage schedule is listed above for your convenience
only. This wage determination is not intended as a blanket determination to be used for all projects during this period
without prior approval of this Department.Bl
Section 4115.04, Ohio Revised Code provides, in part: “Such schedule of wages shall be attached to and made a part of
the specifications for the work, and shall be printed on the bidding blanks where the work is done by contract...”
The contract between the letting authority and the successful bidder shall contain a statement requiring that mechanics
and laborers be paid a prevailing rate of wage as required in Section 4115.06, Ohio Revised Code. The contractor or
subcontractor is required to file with the contracting public authority upon completion of the project and prior to final
payment therefore an affidavit stating that he has fully complied with Chapter 4115 of the Ohio Revised Code.
The wage rates contained in this schedule are the “Prevailing Wages” as defined by Section 4115.03, Ohio Revised
Code (the basic hourly rates plus certain fringe benefits). These rates and fringes shall be a minimum to be paid under a
contract regulated by Chapter 4115 of the Ohio Revised Code by contractors and subcontractors. The prevailing wage
rates contained in this schedule include the effective dates and wage rates currently on file. In cases where future
effective dates are not included in this schedule, modifications to the wage schedule will be furnished to the Prevailing
Wage Coordinator appointed by the public authority as soon as prevailing wage rates increases are received by this
office.
“There shall be posted in a prominent and accessible place on the site of work a legible statement of the Schedule of
Wage Rates specified in the contract to the various classifications of laborers, workmen, and mechanics employed, said
statement to remain posted during the life of such contract.” Section 4115.07, Ohio Revised Code.
Apprentices will be permitted to work only under a bona fide apprenticeship program if such program exists and if such
program is registered with the Ohio Apprenticeship Council.
Section 4115.071 provides that no later than ten days before the first payment of wages is due to any employee of any
contractor or subcontractor working on a contract regulated by Chapter 4115, Ohio Revised Code, the contracting
public authority shall appoint one of his own employees to act as the prevailing wage coordinator for said contract. The
duties of the prevailing wage coordinator are outlined in Section 4115.071 of the Ohio Revised Code.
Section 4115.05 provides for an escalator in the prevailing wage rate. Each time a new rate is established, that rate is
required to be paid on all ongoing public improvement projects.
A further requirement of Section 4115.05 of the Ohio Revised Code is: “On the occasion of the first pay date under a
contract, the contractor shall furnish each employee not covered by a collective bargaining agreement or understanding
between employers and bona fide organizations of Labor with individual written notification of the job classification to
which the employee is assigned, the prevailing wage determined to be applicable to that classification, separated into
the hourly rate of pay and the fringe payments, and the identity of the prevailing wage Coordinator appointed by the
public authority. The contractor or subcontractor shall furnish the same notification to each affected employee every
time the job classification of the employee is changed.”
Work performed in connection with the installation of modular furniture may be subject to prevailing wage.
THIS PACKET IS NOT TO BE SEPARATED BUT IS TO REMAIN COMPLETE AS IT IS SUBMITTED TO
YOU. (Reference guidelines and forms are included in this packet to be helpful in the compliance of the
Prevailing Wage law.)
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
1
Prevailing Wage Rate
Skilled Crafts
Name of Union: Carpenter Millwright NE District H
Change # : LCN01-2015fbLoc1871H
Craft : Carpenter Effective Date : 10/07/2015 Last Posted : 10/07/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Carpenter
Millwright
$29.76
$6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $47.17
$62.05
Certified
Welder
$30.76
$6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $48.17
$63.55
Layout man
on Monorail
$31.51
$6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $48.92
$64.67
Apprentice
Percent
1st 6 months 55.00 $16.37 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $33.78
$41.96
58.50 $17.41 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $34.82
$43.52
3rd 6 months 62.00 $18.45 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $35.86
$45.09
4th 6 months 65.50 $19.49 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $36.90
$46.65
5th 6 months 69.00 $20.53 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $37.94
$48.21
6th 6 months 72.50 $21.58 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $38.99
$49.77
7th 6 months 76.00 $22.62 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $40.03
$51.34
8th 6 months 80.00 $23.81 $6.32
$6.86
$0.45 $0.00
$3.73
$0.05
$0.00
$0.00 $41.22
$53.12
2nd 6
months
Special Calculation Note : Other $0.05 is for UBC Millwright Promotional Fund
Ratio :
3 Journeymen to 1 Apprentice
Jurisdiction ( * denotes special jurisdictional note ) :
ASHLAND, ASHTABULA, CUYAHOGA, ERIE,
GEAUGA, HURON, LAKE, LORAIN, MEDINA,
PORTAGE, RICHLAND, SUMMIT
Special Jurisdictional Note :
Details :
If certain projects warrant a larger percentage of apprentices, it will be agreed to increase the ratio of apprentices to
journeymen, but Not to exceed (1) Apprentice to (4) Journeymen.
The term “Millwright and Machine Erectors’” jurisdiction shall mean the unloading, hoisting, rigging, skidding,
moving, dismantling, aligning, erecting, assembling, repairing, maintenance and adjusting of all structures, processing
areas either under cover, under ground or elsewhere, required to process material, handle, manufacture or service, be it
powered or receiving power manually, by steam, gas, electricity, gasoline, diesel, nuclear, solar, water, air or
chemically, and in industries such as and including, which are identified for the purpose of description, but not limited
to, the following: woodworking plants; canning industries; steel mills; coffee roasting plants; paper and pulp;
cellophane; stone crushing; gravel and sand washing and handling; refineries; grain storage and handling; asphalt
plants; sewage disposal; water plants; laundries; bakeries; mixing plants; can, bottle and bag packing plants; textile
mills; paint mills; breweries; milk processing plants; power plants; aluminum processing or manufacturing plants; and
amusement and entertainment fields. The installation of mechanical equipment in atomic energy plants; installation of
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
2
reactors in power plants; installation of control rods and equipment in reactors; and installation of mechanical
equipment in rocket missile bases, launchers, launching gantry, floating bases, hydraulic escape doors and any and all
component parts thereto, either assembled, semi-assembled or disassembled. The installation of, but not limited to, the
following: setting-up of all engines, motors, generators, air compressors, fans, pumps, scales, hoppers, conveyors of all
types, sizes and their supports; escalators; man lifts; moving sidewalks; hoists; dumb waiters; all types of feeding
machinery; amusement devices; mechanical pin setters and spotters in bowling alleys; refrigeration equipment; and the
installation of all types of equipment necessary and required to process material either in the manufacturing or
servicing. The handling and installation of pulleys, gears, sheaves, fly wheels, air and vacuum drives, worm drives and
gear drives directly or indirectly coupled to motors, belts, chains, screws, legs, boots, guards, booth tanks, all bin
valves, turn heads and indicators, shafting, bearings, cable sprockets, cutting all key seats in new and old work, troughs,
chippers, filters, calendars, rolls, winders, rewinders, slitters, cutters, wrapping machines, blowers, forging machines,
rams, hydraulic or otherwise, planing, extruder, ball, dust collectors, equipment in meat packing plants, splicing of
ropes and cables. The laying-out, fabrication and installation of protection equipment including machinery guards,
making and setting of templates for machinery, fabrication of bolts, nuts, pans, drilling of holes for any equipment
which the Millwrights install regardless of materials; all welding and burning regardless of type, fabrication of all lines,
hose or tubing used in lubricating machinery installed by Millwrights; grinding, cleaning, servicing and any machine
work necessary for any part of any equipment installed by the Millwrights; and the break-in and trial run of any
equipment or machinery installed by the Millwrights. It is agreed the Millwrights shall use the layout tools and optic
equipment necessary to perform their work.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
3
Prevailing Wage Rate
Skilled Crafts
Name of Union: Carpenter NE District Industrial Dock & Door
Change # : LCN01-2014fbCarpNEStatewide
Craft : Carpenter Effective Date : 03/05/2014 Last Posted : 03/05/2014
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Carpenter
$19.70
Trainee
Percent
$5.05
$1.00
$0.15 $0.00
$0.00
$0.00
$0.00
$0.00
$25.90
$35.75
1st Year
60.00
$11.82 $5.05
$1.00
$0.15 $0.00
$0.00
$0.00
$0.00
$0.00
$18.02
$23.93
2nd Year
80.20
$15.80 $5.05
$1.00
$0.15 $0.00
$0.00
$0.00
$0.00
$0.00
$22.00
$29.90
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
1 Journeymen to 1 Trainee
Jurisdiction ( * denotes special jurisdictional note ) :
ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS,
AUGLAIZE, BELMONT, BROWN, BUTLER,
CARROLL, CHAMPAIGN, CLARK, CLERMONT,
CLINTON, COLUMBIANA, COSHOCTON,
CRAWFORD, CUYAHOGA, DARKE, DEFIANCE,
DELAWARE, ERIE, FAIRFIELD, FAYETTE,
FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE,
GUERNSEY, HAMILTON, HANCOCK, HARDIN,
HARRISON, HENRY, HIGHLAND, HOCKING,
HOLMES, HURON, JACKSON, JEFFERSON, KNOX,
LAKE, LAWRENCE, LICKING, LOGAN, LORAIN,
LUCAS, MADISON, MAHONING, MARION, MEDINA,
MEIGS, MERCER, MIAMI, MONROE,
MONTGOMERY, MORGAN, MORROW,
MUSKINGUM, NOBLE, OTTAWA, PAULDING,
PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE,
PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO,
SENECA, SHELBY, STARK, SUMMIT, TRUMBULL,
TUSCARAWAS, UNION, VAN WERT, VINTON,
WARREN, WASHINGTON, WAYNE, WILLIAMS,
WOOD, WYANDOT
Special Jurisdictional Note : Industrial Dock and Door is the installation of overhead doors, roll up doors and dock
leveling equipment
Details :
10/27/10 New Contract jc
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
4
Prevailing Wage Rate
Skilled Crafts
Name of Union: Carpenter Pile Driver NE District M
Change # : LCN01-2015fbLoc1871M
Craft : Carpenter Effective Date : 10/07/2015 Last Posted : 10/07/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Carpenter
Pile Driver
$29.81
$6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $47.17
$62.07
Diver
$44.72
$6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $62.08
$84.44
Certified
Welder
$30.86
$6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $48.22
$63.65
Apprentice
Percent
1st 6 months 55.00 $16.40 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $33.76
$41.95
58.50 $17.44 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $34.80
$43.52
3rd 6 months 62.00 $18.48 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $35.84
$45.08
4th 6 months 65.50 $19.53 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $36.89
$46.65
5th 6 months 69.00 $20.57 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $37.93
$48.21
6th 6 months 72.50 $21.61 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $38.97
$49.78
7th 6 months 76.00 $22.66 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $40.02
$51.34
8th 6 months 80.00 $23.85 $6.32
$6.86
$0.45 $0.00
$3.73
$0.00
$0.00
$0.00 $41.21
$53.13
2nd 6
months
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
3 Journeymen to 1 Apprentice
Jurisdiction ( * denotes special jurisdictional note ) :
ASHLAND, ASHTABULA, CUYAHOGA, ERIE,
GEAUGA, HURON, LAKE, LORAIN, MEDINA,
PORTAGE, RICHLAND, SUMMIT
Special Jurisdictional Note :
Details :
If certain projects warrant a larger percentage of apprentices, it will be agreed to increase the ratio of apprentices to
journeymen, but Not to exceed (1) Apprentice to (2) Journeymen.
Employees working with creosoted,chemically treated or toxic materials shall receive $.50 in addition to regular rate.
Pile Drivers duties shall include but not limited to: Pile driving, milling, fashioning, joining assembling, erecting,
fastening, or dismantling of all material of wood, plastic, metal, fiber, cork and composition and all other substitute
materials: pile driving, cutting, fitting and placing of lagging, and the handling, cleaning, erecting, installing and
dismantling of machinery, equipment and erecting pre-engineered metal buildings. Pile Drivers work but not limited to:
unloading, assembling, erection, repairs, operation, signaling, dismantling and reloading all equipment that is used for
pile driving including pule butts is defined as sheeting or scrap piling. Underwater work that may be required in
connection with the installation of piling. The driver and his tender work as a team and shall arrive at their own
financial arrangements with the contractor. Any configuration of wood, steel, concrete or composite that is jetted,
driven or vibrated onto the ground by conventional pile driving equipment for the purpose of supporting a future load
that may be permanent or temporary. The construction of all wharves and docks, including the fabrication and
installation of floating docks. Driving bracing, plumbing, cutting off and capping of all piling whether wood, metal,
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
5
pipe piling or composite, loading, unloading, erecting, framing, dismantling, moving and handling of pile driving
equipment piling used in the construction and repair of all wharves, docks, piers, trestles, caissons, cofferdams and
erection of all sea walls and breakwaters. All underwater and marine work on bulkheads, wharves, docks, shipyards,
caissons, piers, bridges, pipeline, work, viaducts, marine cable and trestles, as well as salvage and reclamation work
where divers are employed. Rate shall include carpenters, acoustic and ceiling installers, drywall installers, pile drivers
and floorlayers.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
6
Prevailing Wage Rate
Skilled Crafts
Name of Union: Carpenter Statewide Office Systems
Change # : LCR02-2010jcJurSTWIDEOfficeSystems
Craft : Carpenter Effective Date : 07/28/2010 Last Posted : 07/28/2010
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Carpenter
Installers
$16.00
$5.47
$1.00
$0.08 $0.00
$0.00
$0.00
$22.55
$30.55
Helper
$9.50
$5.47
$0.00
$0.08 $0.00
$0.00
$0.00
$15.05
$19.80
Installer
Trainee
Percent
1st 6
months
59.40
$9.50
$5.47
$0.00
$0.08 $0.00
$0.00
$0.00
$15.05
$19.81
2nd 6
Months
62.00
$9.92
$5.47
$0.00
$0.08 $0.00
$0.00
$0.00
$15.47
$20.43
3rd 6
Months
65.00
$10.40 $5.47
$0.00
$0.08 $0.00
$0.00
$0.00
$15.95
$21.15
4th 6
Months
67.95
$10.87 $5.47
$0.79
$0.08 $0.00
$0.00
$0.00
$17.21
$22.65
5th 6
months
70.95
$11.35 $5.47
$0.83
$0.08 $0.00
$0.00
$0.00
$17.73
$23.41
6th 6
Months
73.90
$11.82 $5.47
$0.86
$0.08 $0.00
$0.00
$0.00
$18.23
$24.15
7th 6
Months
76.90
$12.30 $5.47
$0.90
$0.08 $0.00
$0.00
$0.00
$18.75
$24.91
8th 6
Months
79.85
$12.78 $5.47
$0.93
$0.08 $0.00
$0.00
$0.00
$19.26
$25.64
9th 6
months
82.80
$13.25 $5.47
$1.00
$0.08 $0.00
$0.00
$0.00
$19.80
$26.42
Special Calculation Note : Helper H&W after 90 days probationary period
Ratio :
1 Installer to 1 Trainee or 1 Helper
Jurisdiction ( * denotes special jurisdictional note ) :
ADAMS, ALLEN, ASHLAND, ASHTABULA, ATHENS,
AUGLAIZE, BELMONT, BROWN, BUTLER,
CARROLL, CHAMPAIGN, CLARK, CLERMONT,
CLINTON, COLUMBIANA, COSHOCTON,
CRAWFORD, CUYAHOGA, DARKE, DEFIANCE,
DELAWARE, ERIE, FAIRFIELD, FAYETTE,
FRANKLIN, FULTON, GALLIA, GEAUGA, GREENE,
GUERNSEY, HAMILTON, HANCOCK, HARDIN,
HARRISON, HENRY, HIGHLAND, HOCKING,
HOLMES, HURON, JACKSON, JEFFERSON, KNOX,
LAKE, LAWRENCE, LICKING, LOGAN, LORAIN,
LUCAS, MADISON, MAHONING, MARION, MEDINA,
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
7
MEIGS, MERCER, MIAMI, MONROE,
MONTGOMERY, MORGAN, MORROW,
MUSKINGUM, NOBLE, OTTAWA, PAULDING,
PERRY, PICKAWAY, PIKE, PORTAGE, PREBLE,
PUTNAM, RICHLAND, ROSS, SANDUSKY, SCIOTO,
SENECA, SHELBY, STARK, SUMMIT, TRUMBULL,
TUSCARAWAS, UNION, VAN WERT, VINTON,
WARREN, WASHINGTON, WAYNE, WILLIAMS,
WOOD, WYANDOT
Special Jurisdictional Note :
Details :
Office systems is defined as modular systems with demountable units such as desks, partitions and shelving. All work
in connection with the assembly, reconfiguration and repairof all work in the office system field.
INSTALLER: is defined as a qualified office systems mechanic capable of laying out, estimating and installing various
office system manufactured products.
INSTALL TRAINEE: is defined as a person training in the estimating, layout and installation in all facets of the office
systems industry. An installer trainee will work to assist an installer or lead installer in all installations. He is NOT
permitted to work without the assistance of lead installer
INSTALL HELPER: is defined as a person who assists in the delivery,staging and clean up of related office system
work. He is NOT to be involved with the installation or layout of work related to office systems.
Receiving,unloading,unpacking,& removal of rubbish shall be done by install helpers.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
8
Prevailing Wage Rate
Skilled Crafts
Name of Union: Electrical Local 71 Cleveland Commercial Projects
Change # : LCN1-2016fbLoc71Clev
Craft : Lineman Effective Date : 01/14/2016 Last Posted : 01/14/2016
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Electrical
Lineman
$43.66
$5.25
$1.31
$0.44 $0.00
$9.17
$0.00
$0.00
$0.00 $59.83
$81.66
Cable
Splicer
$43.66
$5.25
$1.31
$0.44 $0.00
$9.17
$0.00
$0.00
$0.00 $59.83
$81.66
Equip.
Operator
$39.29
$5.25
$1.18
$0.39 $0.00
$8.25
$0.00
$0.00
$0.00 $54.36
$74.01
Groundman
0 to 12
months
$26.19
$5.25
$0.79
$0.26 $0.00
$5.50
$0.00
$0.00
$0.00 $37.99
$51.09
Groundman
1 year plus
$30.56
$5.25
$0.92
$0.31 $0.00
$6.42
$0.00
$0.00
$0.00 $43.46
$58.74
Apprentice
Linemen
Percent
1st 1000 Hrs 60.01 $26.20 $5.25
$0.79
$0.26 $0.00
$5.50
$0.00
$0.00
$0.00 $38.00
$51.10
65.01 $28.38 $5.25
$0.85
$0.28 $0.00
$5.96
$0.00
$0.00
$0.00 $40.72
$54.92
3rd 1000 Hrs 70.01 $30.57 $5.25
$0.92
$0.31 $0.00
$6.42
$0.00
$0.00
$0.00 $43.47
$58.75
4th 1000 Hrs 75.01 $32.75 $5.25
$0.98
$0.33 $0.00
$6.88
$0.00
$0.00
$0.00 $46.19
$62.56
5th 1000 Hrs 80.01 $34.93 $5.25
$1.05
$0.35 $0.00
$7.34
$0.00
$0.00
$0.00 $48.92
$66.39
6th 1000 Hrs 85.01 $37.12 $5.25
$1.11
$0.37 $0.00
$7.80
$0.00
$0.00
$0.00 $51.65
$70.20
7th 1000 Hrs 90.01 $39.30 $5.25
$1.18
$0.39 $0.00
$8.25
$0.00
$0.00
$0.00 $54.37
$74.02
2nd 1000
Hrs
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
1 Journeymen to 1 Apprentice
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, GEAUGA, LAKE,
LORAIN
Special Jurisdictional Note :
Details :
A groundman when directed shall assist a Journeymen in the performance of his/her work on the ground, including the
use of hand tools. Under no circumstances shall this classification climb poles, towers, ladders, or work from an
elevated platform or bucket truck. This classification shall not perform work normally assigned to an apprentice
lineman. There shall be no more than one (1) Groundman for each two (2) Journeyman except when performing DOT
Traffic Signal or Highway lighting work where the ratio can be two (2) Groundman for each Journeyman or Operator.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
9
Prevailing Wage Rate
Skilled Crafts
Name of Union: Electrical Local 71 Outside Utility Power
Change # : LCN01-2016fbLoc7
Craft : Lineman Effective Date : 03/10/2016 Last Posted : 03/10/2016
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Electrical
Lineman
$38.29
$5.25
$1.15
$0.38 $0.00
$8.42
$0.35
$0.00
$0.00 $53.84
$72.98
Substation
Technician
$38.29
$5.25
$1.15
$0.38 $0.00
$8.42
$0.35
$0.00
$0.00 $53.84
$72.98
Cable
Splicer
$40.06
$5.25
$1.20
$0.40 $0.00
$8.81
$0.35
$0.00
$0.00 $56.07
$76.10
Operator A
$34.42
$5.25
$1.03
$0.34 $0.00
$7.57
$0.35
$0.00
$0.00 $48.96
$66.17
Operator B
$30.54
$5.25
$0.92
$0.31 $0.00
$6.72
$0.35
$0.00
$0.00 $44.09
$59.36
Operator C
$24.73
$5.25
$0.74
$0.25 $0.00
$5.44
$0.35
$0.00
$0.00 $36.76
$49.13
Groundman
0-12 months
Exp
$19.15
$5.25
$0.57
$0.19 $0.00
$4.21
$0.35
$0.00
$0.00 $29.72
$39.29
Groundman
0-12 months
Exp w/CDL
$21.06
$5.25
$0.63
$0.21 $0.00
$4.63
$0.35
$0.00
$0.00 $32.13
$42.66
Groundman
1 yr or more
$21.06
$5.25
$0.63
$0.21 $0.00
$4.63
$0.35
$0.00
$0.00 $32.13
$42.66
Groundman
1 yr or more
w/CDL
$24.89
$5.25
$0.75
$0.25 $0.00
$5.48
$0.35
$0.00
$0.00 $36.97
$49.42
Equipment
Mechanic A
$30.54
$5.25
$0.92
$0.31 $0.00
$6.72
$0.35
$0.00
$0.00 $44.09
$59.36
Equipment
Mechanic B
$27.65
$5.25
$0.83
$0.28 $0.00
$6.08
$0.35
$0.00
$0.00 $40.44
$54.26
Equipment
Mechanic C
$24.73
$5.25
$0.74
$0.25 $0.00
$5.44
$0.35
$0.00
$0.00 $36.76
$49.13
Line Truck
w/uuger
$27.24
$5.25
$0.82
$0.27 $0.00
$5.99
$0.35
$0.00
$0.00 $39.92
$53.54
Apprentice
Percent
1st 1000 hrs 60.00 $22.97 $5.25
$0.69
$0.23 $0.00
$5.05
$0.35
$0.00
$0.00 $34.54
$46.03
2nd 1000 hrs 65.00 $24.89 $5.25
$0.75
$0.25 $0.00
$5.48
$0.35
$0.00
$0.00 $36.97
$49.41
3rd 1000 hrs 70.00 $26.80 $5.25
$0.80
$0.27 $0.00
$5.90
$0.35
$0.00
$0.00 $39.37
$52.77
4th 1000 hrs 75.00 $28.72 $5.25
$0.86
$0.29 $0.00
$6.32
$0.35
$0.00
$0.00 $41.79
$56.15
5th 1000 hrs 80.00 $30.63 $5.25
$0.92
$0.31 $0.00
$6.74
$0.35
$0.00
$0.00 $44.20
$59.52
6th 1000 hrs 85.00 $32.55 $5.25
$0.98
$0.33 $0.00
$7.16
$0.35
$0.00
$0.00 $46.62
$62.89
7th 1000 hrs 90.00 $34.46 $5.25
$1.03
$0.34 $0.00
$7.58
$0.35
$0.00
$0.00 $49.01
$66.24
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
10
Special Calculation Note : Other is Health Retirement Account
Operator "A"
John Henry Rock Drill, D-6 (or equivalent) and above, Trackhoe Digger, (320 Track excavator), Cranes (greater then
25 tons and less than 45 tons).
Operator "B"
Cranes (greater than 6 tons and up to 25 tons), Backhoes, Road Tractor, Dozer up to D-5, Pressure Digger- wheeled or
tracked, all Tension wire Stringing equipment.
Operator "C"
Trench, Backhoe, Riding type vibratory Compactor, Ground Rod Driver, Boom Truck (6 ton & below), Skid Steer
Loaders, Material Handler.
Ratio :
(1) Journeyman Lineman to (1) Apprentice
Jurisdiction ( * denotes special jurisdictional note ) :
ADAMS, ASHLAND, ASHTABULA, ATHENS,
AUGLAIZE, BELMONT, BROWN, BUTLER,
CARROLL, CHAMPAIGN, CLARK, CLERMONT,
CLINTON, COLUMBIANA, COSHOCTON,
CRAWFORD, CUYAHOGA, DARKE, DELAWARE,
FAIRFIELD, FAYETTE, FRANKLIN, GALLIA,
GEAUGA, GREENE, GUERNSEY, HAMILTON,
HARRISON, HIGHLAND, HOCKING, HOLMES,
JACKSON, JEFFERSON, KNOX, LAKE, LAWRENCE,
LICKING, LOGAN, LORAIN, MADISON, MAHONING,
MARION, MEDINA, MEIGS, MERCER, MIAMI,
MONROE, MONTGOMERY, MORGAN, MORROW,
MUSKINGUM, NOBLE, PERRY, PICKAWAY, PIKE,
PORTAGE, PREBLE, RICHLAND, ROSS, SCIOTO,
SHELBY, STARK, SUMMIT, TRUMBULL,
TUSCARAWAS, UNION, VINTON, WARREN,
WASHINGTON, WAYNE
Special Jurisdictional Note : 0.30 is for Health Retirement Account.
Details :
Heli - Arc Welding will be paid $.30 above Journeyman rate. Additional compensation of 10% over the Journeyman
Lineman and Journeyman Technician for performing work on structures outside of buildings such as water towers,
smoke stacks, radio and television towers, more than 75' above the ground.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
11
Prevailing Wage Rate
Skilled Crafts
Name of Union: Ironworker Local 17
Change # : LCN01-2015fbLoc17
Craft : Ironworker Effective Date : 10/07/2015 Last Posted : 10/07/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Ironworker
$31.30
$6.70 $10.00 $0.48 $1.70
$2.75
$0.00
$0.00
$0.00 $52.93
$68.58
Apprentice
Percent
1st 6 Months 50.00 $15.65 $6.70 $10.00 $0.48 $1.70
$2.75
$0.00
$0.00
$0.00 $37.28
$45.10
55.00 $17.22 $6.70 $10.00 $0.48 $1.70
$2.75
$0.00
$0.00
$0.00 $38.85
$47.45
2nd Year
70.00 $21.91 $6.70 $10.00 $0.48 $1.70
1st 6 Months
$2.75
$0.00
$0.00
$0.00 $43.54
$54.50
75.00 $23.48 $6.70 $10.00 $0.48 $1.70
$2.75
$0.00
$0.00
$0.00 $45.10
$56.84
3rd Year
80.00 $25.04 $6.70 $10.00 $0.48 $1.70
1st 6 Months
$2.75
$0.00
$0.00
$0.00 $46.67
$59.19
85.00 $26.60 $6.70 $10.00 $0.48 $1.70
$2.75
$0.00
$0.00
$0.00 $48.24
$61.54
4th Year
90.00 $28.17 $6.70 $10.00 $0.48 $1.70
1st 6 Months
$2.75
$0.00
$0.00
$0.00 $49.80
$63.89
$2.75
$0.00
$0.00
$0.00 $51.37
$66.23
2nd
6 Months
2nd Year
2nd 6
Months
3rd Year
2nd 6
Months
4th Year
2nd 6
Months
95.00 $29.73 $6.70 $10.00 $0.48 $1.70
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
4 Journeymen to 1 Apprentice on Structural Work
3 Journeymen to 1 Apprentice on Rod Work
2 Journeymen to 1 Apprentice on ALL Finishing, Steel
Sash, Stairway and Ornamental Work
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, ERIE, GEAUGA, HURON,
LAKE, LORAIN, MEDINA, PORTAGE, SUMMIT
Special Jurisdictional Note : West Boundary Line :Sandusky, Ohio: Boundary lines between Local 17 & Local 55 are
as follows: Columbus Ave north to Sandusky Bay (and/or Lake Erie): Columbus Ave South to present Route 4: Route 4
South to present Route 99: from Route 99 south to old Route 224-all territory to the west of the boundary line to be the
jurisdiction of Local 55.All territory to the East of the boundary line to be the jurisdiction of Local 17.Kelly's Island to
be within jurisdiction of Local 17.All bridges,tunnels,viaducts,etc, relative to these boundary lines shall be the
jurisdiction of Local 17
South Boundary Line:Canton, Ohio: Boundary lines between Local 17 & Local 550 are as follows: All territory north of
old Route 224 line to be the jurisdiction of Local 17. All bridges,tunnels,viaducts,signs,etc, relative to old Route 224
line to be within the jurisdiction of Local 17. All territory south of old Route 224 line is to be within the jurisdiction of
Local 550, except for everything within the city limits of Barberton which shall be the jurisdiction of Local 17.
Reading from West to East: Route old 224 line: Greenwich Ave-Wooster Road or East Ave. Route old 224 line: New
224 line including Cloverleaf: East Waterloo Road: New 224 line-Attwood Road-Old 224. This will be considered to be
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
12
the old Route 224 line,except for the city limits of Barberton, Ohio which shall be the jurisdiction of Local 17
Southeast Boundary : Between local 17 and Local 207 are as follows: West of a line from Middlefield to Shalersville to
Deerfield, shall be under the jurisdiction of local 17. East of a line from Middlefield, to Shalersville to Deerfield, shall
be under the jurisdiction of Local 207.
Local 17 & Local 207 have agreed that the Ohio County of Ashtabula shall be as follows: Everything North of Route 6,
starting at the Geauga County line, proceeding east to State Route 45, shall be under the jurisdiction of Local 17.
Everything South, starting at the Geauga County line shall be under local 207.
North Boundary: The East boundary line and the West boundary line continuing North halfway across Lake Erie.
Details :
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
13
Prevailing Wage Rate
Skilled Crafts
Name of Union: Labor Local 310
Change # : LCN02-2016fbLabor310
Craft : Laborer Effective Date : 05/01/2016 Last Posted : 04/28/2016
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Laborer
Group 1
$25.44
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $44.72
$57.44
Group 2
$25.96
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $45.24
$58.22
Group 3
$25.69
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $44.97
$57.82
Group 4
$22.31
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $41.59
$52.75
Group 5
$19.84
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $39.12
$49.04
Group 6
$21.99
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $41.27
$52.26
Group 7
$25.94
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $45.22
$58.19
Group 8
$26.09
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $45.37
$58.42
Group 9
$20.29
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $39.57
$49.71
Group 10
$16.29
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $35.57
$43.71
Group 11
$25.59
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $44.87
$57.67
Group 12
$25.83
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $45.11
$58.03
Group 13
$26.94
$5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $46.22
$59.69
Apprentice
Percent
1-1000
hours
60.00
$15.26 $5.37
$0.00
$0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $24.34
$31.98
1001-2000
hours
70.00
$17.81 $5.37
$5.10
$0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $31.99
$40.89
2001-3000
hours
80.00
$20.35 $5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $39.63
$49.81
3001-4000
hours
90.00
$22.90 $5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $42.18
$53.62
4001 plus
100.00 $25.44 $5.37 $10.20 $0.10 $0.40
$2.60
$0.45
$0.16
$0.00 $44.72
$57.44
Special Calculation Note : Other is a Supplemental Unemployment Benefit (SUB).
Ratio :
3 Journeymen to 1 Apprentice
Jurisdiction ( * denotes special jurisdictional note ) :
CUYAHOGA, GEAUGA, LAKE
Special Jurisdictional Note :
Details :
Group 1 - Building and construction Laborers and Tenders; Asbestos Removal - hazardous materials; unloading of
furniture and fixtures.
Group 2 - Gunite Operating (Machines of all type).
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
14
Group 3 - Laborers on swinging scaffolds; air track and wagon drill.
Group 4 - Drywall stocking and handling.
Group 5 - General Landscaping.
Group 6 - Final Clean-up (must perform clean-up duties for entire work shift, and excludes demolition work).
Group 7 - Blasters, Shooters, Caissons, Well Cylinder, Cofferdams, Mine Workers without air, acid brick tenders.
Group 8 - Top man on free standing radial stack; bellman and bottom man in blast furnace and stove.
Group 9 - Sewer jet.
Group 10 - Heat tender.
Group 11 - Firebrick.
Group 12 - Mason tender handling carbon block and bottom block for blast furnace stoves, stacks etc.
Group 13 - Lansing Burners.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
15
Prevailing Wage Rate
Skilled Crafts
Name of Union: Operating Engineers - Building Local 18 - Zone l (A)
Change # : LCN01-2014jcLoc18
Craft : Operating Engineer Effective Date : 05/07/2014 Last Posted : 05/07/2014
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Operator
Class 1
$35.71
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $49.61
$67.46
Class 2
$35.56
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $49.46
$67.24
Class 3
$34.11
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $48.01
$65.06
Class 4
$33.33
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $47.23
$63.90
Class 5
$33.01
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $46.91
$63.42
Class 6
$25.93
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $39.83
$52.79
Class 7
$36.21
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $50.11
$68.21
Class 8
$36.46
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $50.36
$68.59
Class 9
$36.71
$7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $50.61
$68.96
Apprentice
Percent
1st Year
59.75 $21.34 $7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $35.24
$45.91
2nd Year
69.69 $24.89 $7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $38.79
$51.23
3rd Year
79.67 $28.45 $7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $42.35
$56.58
4th Year
89.60 $32.00 $7.16
$6.00
$0.67 $0.00
$0.00
$0.07
$0.00
$0.00 $45.90
$61.89
Special Calculation Note : Other: Education & Safety Fund is $0.04 per hour.
Ratio :
Jurisdiction ( * denotes special jurisdictional note ) :
For every (3) Operating Engineer Journeymen employed by ASHTABULA, CUYAHOGA, ERIE, GEAUGA, HURON,
the company ,there may be employed (1) Registered
LAKE, LORAIN, MEDINA
Apprentice. An apprentice, while employed as part of a
crew per Article VIII, paragraph77, will not be subject to
the apprenticeship ratios in this collective bargaining
agreement.
Special Jurisdictional Note :
Details :
Note: There will be a 10% increase for the apprentices on top of the percentages listed above provided they are
operating mobile equipment. Mechanic Trainees will receive 10% increase if required to have CDL
Class 1 - " Boiler Operators, Compressor Operators, Hydraulic Pumps & Power Pacs when mounted on a crane or
regardless of where said equipment is mounted (piggy-back operator)" Boom Trucks (all types); Cableways Cherry
Pickers; Combination - Concrete Mixers & Towers; Concrete Pumps; Cranes (all types) Derricks (all types); Draglines
Dredges (dipper, clam or suction) 3-man crew; Elevating Graders or Euclid Loaders; Floating Equipment; Gradalls;
Helicopter Operators; hoisting building materials; Helicopter Winch Operators, Hoisting building materials; Hoes (All
types) Hoists (with two or more drums in use): Lift Slab or Panel Jack Operators; Locomotives (all types); Maintenance
Engineers (Mechanic and/or Welder); Mixers, paving (multiple drum); Mobile Concrete Pumps, with booms,
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
16
Panelboards, (all types on site); Pile Drivers; Power Shovels; Rotary Drills (all), used on caissons work, wells (all
types), Geothermal work and sub-structure work; Side Booms; Slip Form Pavers; Straddle Carriers (Building
Construction on site); Tug Boats. Rough Terrain Fork-lift with Winch/Hoist (when used as a crane), Compact Cranes
(all types), track or rubber over 4,000 pound capacity,self-erecting cranes:stationary,track or truck (all configurations)
bucket trench machines (over 24 " wide). A Frames, Robotics Equipment Operator/Mechanic. "Boiler Operators,
Compressor Operators, Hydraulic Pumps & Power Pacs when mounted on a crane or regardless of where said
equipment is mounted (piggy-back operator)"
Class 2 - Asphalt Pavers; Bulldozers; CMI type Equipment;; Endloaders; Kolman-type Loaders (Dirt Loading); Lead
Greasemen; Mucking Machines; Power Graders; Power Scoops; Power Scrapers; Push Cats; Vermeer Type Concrete
Saw, All rotomills. Horizontal Directional Drill Locator, Horizontal Directional Drill Operator, Instrument Man.
Class 3 - Air Compressors, Pressurizing Shafts or Tunnels; All Asphalt Rollers; Power Boilers (over 15 lbs pressure);
Fork Lifts ; Hoists (with one drum); House Elevators (except those automatic call button controlled); Man Lifts; Mud
Jacks; Pressure Grouting; Pump Operators (installing or operating Well Points or other types of Dewatering Systems);
Trenchers (24" and under); Utility Operators. Laser Screeds and like equipment, Hydro Excavator (all types C rate) (F
rate if a second person is needed) Helper rate, Portable Hydraulic Gantry (lift system C Rate) (F rate if a second person
is needed.
Class 4 - Compressors, on building construction; Conveyors, used for handling building materials; Mixers, one bag
capacity (side loader); Mixers, capacity more than one bag; Generators: Gunite Machines; Pavement Breakers
(hydraulic or cable); Post Drivers; Post Hole Diggers; Road Widening Trenchers; Rollers; Welder Operators.
Class 5 - Backfillers and Tampers, Batch Plants, Bar and Joint Installing Machines, Bull Floats, Burlap and Curing
Machines, Cleaning Machine Operator (decontamination included) Clefplanes, Concrete Spreading Machines,
Crushers, Deckhands, Drum Fireman (asphalt), Farm-type, Tractor, pulling attachments, Finishing Machines, Forklifts
(masonry work only) Form Trenchers, High Pressure Pumps (over 1/2" discharge) Hydro Seeders, Pumps (4" and over
discharge), provided it is not part of a de-watering stystem discharged into a common header, Self-Propelled Power
Spreaders, Self-Propelled Sub Graders, Submersible Pump (4" and over discharge), provided it is not part of a
dewatering system discharged into a common header, Tire Repairman Tractors, pulling sheepfoot rollers or graders,
Vibratory Compactors with integral power.
Class 6 - Power Boilers (less than 15 lbs. pressure); Inboard/outboard Motor Boat Launches; Light Plant Operators;
Power Driven Heaters (oil fired); Power Scrubbers; Power Sweepers; Pumps (under 4 inch discharge); Signalmen,
Submersible Pumps (under 4 inch discharge). and Allen Screed Concrete Paver, Fueling & greasing (plus $3.00),
compact cranes: track or rubber under 4,000 pounds. Vac Alls, Apprentice/Helpers, Oiler, Barrier Moving Machines
(additinal duty, paid same rate) Bobcat-type and/or Skid Steer Loader with any and all attachments, Geodimeter, Grade
Checker Grinders (all), Planners (all types), Saw (concrete vermeer type). Rob Man. Backfillers and Tampers, Batch
Plants, Bar and Joint Installing Machines, Bull Floats, Burlap and Curing Machines, Cleaning Machine Operator
(decontamination included) Clefplanes, Concrete Spreading Machines, Crushers, Deckhands, Drum Fireman (asphalt),
Farm-type Tractor, pulling attachments, Finishing Machines, Forklifts, (masonry work only) Form Trenchers, High
Pressure Pumps (over 1/2" discharge) Hydro Seeders, Pumps (4" and over discharge), provided it is not part of a dewatering system discharged into a common header, Self-Propellled Power Spreaders, Self-Propelled Sub-Graders,
Submersible Pumps (4" and over discharge), provided it is not part of a dewatering system discharged into a common
header, Tire Repairmen Tractors, pulling sheepfoot rollers or graders, Vibratory Compactors with integral power.
Class 7 - Master Mechinic
Class 8 - Boom & Jib 150' - 180 feet and over
Class 9 - Boom & Jib 200' and over
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
17
Prevailing Wage Rate
Skilled Crafts
Name of Union: Operating Engineers - HevHwy I
Change # : LCN01-2015fbLoc18hevhwyI
Craft : Operating Engineer Effective Date : 05/20/2015 Last Posted : 05/20/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Operator
Class 1
$34.83
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $49.08
$66.50
Class 2
$34.73
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $48.98
$66.34
Class 3
$33.69
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $47.94
$64.78
Class 4
$32.47
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $46.72
$62.96
Class 5
$27.18
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $41.43
$55.02
Class 6
$35.08
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $49.33
$66.87
Class 7
$35.08
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $49.33
$66.87
Class 8
$35.33
$7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $49.58
$67.25
Class 1
$39.70
$6.91
$6.00
$0.60 $0.00
$0.00
$0.04
$0.00
$0.00 $53.25
$73.10
Class 2A
$38.20
$6.91
$6.00
$0.60 $0.00
$0.00
$0.04
$0.00
$0.00 $51.75
$70.85
Class 2B
$38.20
$6.91
$6.00
$0.60 $0.00
$0.00
$0.04
$0.00
$0.00 $51.75
$70.85
Class 3
$34.00
$6.91
$6.00
$0.60 $0.00
$0.00
$0.04
$0.00
$0.00 $47.55
$64.55
Class 4
$28.30
$6.91
$6.00
$0.60 $0.00
$0.00
$0.04
$0.00
$0.00 $41.85
$56.00
Apprentice
Percent
1st Year
50.02 $17.42 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $31.67
$40.38
2nd Year
60.00 $20.90 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $35.15
$45.60
3rd Year
70.00 $24.38 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $38.63
$50.82
4th Year
80.00 $27.86 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $42.11
$56.05
1st year
49.88 $17.37 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $31.62
$40.31
2nd year
59.83 $20.84 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $35.09
$45.51
3rd year
69.80 $24.31 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $38.56
$50.72
4th year
79.75 $27.78 $7.41
$6.00
$0.75 $0.00
$0.00
$0.09
$0.00
$0.00 $42.03
$55.92
Great Lakes
Floating
Agreement
Field Mech
Trainee
Special Calculation Note : Other: Education & Safety Fund is $0.09 per hour.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
18
Ratio :
Jurisdiction ( * denotes special jurisdictional note ) :
For every (3) Operating Engineer Journeymen employed by ASHTABULA, CUYAHOGA, ERIE, GEAUGA, LAKE,
the company , there may be employed (1) Registered
LORAIN, MEDINA, PORTAGE, SUMMIT
Apprentice. An apprentice, while employed as part of a
crew per Article VIII paragraph 65, will not be subject the
apprenticeship ratios in this collective bargaining
agreement. On jobs where maintenance engineers are to be
employed, for every (2) Class 2 Mechanics there may be (1)
Mechanic Trainee & so fourth. Mechanic Trainee rate is a
percentage of Class 2 rate.
Special Jurisdictional Note :
Details :
**Apprentices will receive a 10% increase on top of the percentages listed above provided they are operating mobile
equipment. Mechanic Trainees will receive 10% if required to have a CDL.
Class 1 - Air Compressors on Steel Erection; Asphalt Plant Engineers (Cleveland District Only); Barrier Moving
Machine; Boiler Operators, Compressor Operators, or Generators, when mounted on a rig: Boom Trucks (all types);
Cableways; Cherry Pickers; Combination- Concrete mixers & Towers; Concrete Pumps; Concrete Plants ( over 4 yd
capacity); Cranes (all types); Derricks (all types); Draglines; Elevating Graders or Euclid Loaders; Gradalls; Helicopter
Crew (Operator- hoist or winch); Hoes (all types); Hoisting Engines; Hoisting Engines, on shaft or tunnel work;
Hydraulic Gantry (lifting system); Locomotives (standard guage); Maintenance Operators (class A); Mixers, paving
(single or double drum); Piledriving Machines (all types); Power Shovels, Prentice Loader; Quad 9 (double pusher);
Rail Tamper (with automatic lifting and aligning device); Refrigerating Machines (freezer operation); Rotary Drills, on
caisson work; Side Booms; Slip Form Pavers; Tower Dericks; Trench Machines; Truck Mounted Concrete Pumps; Tug
Boats; Tunnel Machines and /or Mining Machines; Wheel Excavators;Industrial-type tractors; Jet Engine - Dryer (D8
or D9 ) Diesel Tractors Mucking Machines; Multiple Scrapers; Tree Shreddes. Rough Terrain Fork-lift with
Winch/Hoist; Compact Cranes,track or rubber over 4,000 pound capacity, self-erecting cranes:stationary,track or truck
(all configurations) bucket trench machines (over 24 inches wide).
Class 2 - Asphalt Pavers; Automatic Subgrade Machines, self-propelled (CMI-type); Bobcat-type and /or skid steer
loader with hoe attachment greater than 7000 lbs.; Boring Machine Operators (more than 48 inches); Bulldozers;
;Endloaders; Hydro Milling Machine; Kolman-type Loaders (production type-dirt); Lead Greasemen; Maintenance
Operators, Class B (Portage and Summit Counties only); Pettibone-Rail Equipment; Power Graders; Power Scrapers;
Push Cats; Lighting and Traffic Signal Installation Equipment includes all groups or classifications; Trench Machines
(24inch wide and under); Vermeer Type Concrete saw. Material Transfer Equipment (Shuttle buggy) Asphalt All
rotomills, grinders and planers of all types. Horizontal Directional Drill (Over 50,000 ft.lbs.thrust and over).
Class 3 - A-Frames; Air Compressors, on tunnel work (low Pressure); All Asphalt Rollers; Asphalt Plant Engineers
(Portage and Summit Counties only); Bobcat-type and/or skid steer loader with or without attachments; Power Boilers
(15 lbs pressure and over); Highway Drills (all types); Pump Operators (installing or operating well Points); Pumps (4
inch and over discharge); Railroad Tie Inserter/Remover; Rotovator (lime-soil Stabilzer); Switch & Tie Tampers
(without lifting and aligning device); Locomotives (narrow gage); Mixers, concrete (more than one bag capacity);
Mixers, one bag capacity (side loader); Utilities Operators, (small equipment); Welding Machines and Generators;
Material hoist/elevators. Articulating/straight bed end dumps if assigned (minus $4.00 per hour)
Class 4 - Ballast Re-loacator; Backfillers and Tampers; Batch Plant Operators; Bar and Joint Installing Machines;
Boring Machine Operators (48 inch or less); Bull Floats; Burlap and Curing Machines; Concrete Plants (capacity 4 yd
and under); Conveyors (highway); Concrete Saws (multiple); Crushers; Deckhands; Farm type tractors, with
attachments (highway); Finishing Machines; Hydro Hammers; Hydro Seeders; Pavement Breakers (hydraulic or cable);
Plant Mixers; Post Drivers; Post Hole Diggers; Power Brush Burners; Power Form Handling Equipment; Firemen,
Floating Equipment (all types); Fork Lifts (highway), except masonry; Form Trenchers; Road Widening Trenchers;
Rollers (brick, grade, macadam); Self-Propelled Power Spreaders; Self-Propelled Sub-Graders; Tractors, pulling
sheepsfoot rollers or graders; Steam Firemen; Vibratory Compactors, with integral power.
Class 5 - Compressors (portable, Sewer, Heavy and Highway); Generators; Inboard-Outboard Motor Boat Launches;
Masonry Fork Lifts; Oilers/Helpers; Power Driven Heaters (oil fired); Power Scrubbers; Power Sweepers; Pumps
(under 4 inch discharge); Signalmen; Drum Fireman (in Asphalt Plant); Oil Heaters (Asphalt Plant); Tire Repairmen;
Lake Metroparks Painesville Township Park New Pier and Access Path
Rev. 8/2/2016
19
Bid No. 2016-043
VAC/ALLS; Fueling and greasing (plus $3.00), compact cranes; track or rubber under 4,000 pounds.
Class 6 - Master Mechanic
Class 7 - Crane Boom 150ft.- 180ft
Class 8 - Crane Boom over 180 ft.
GREAT LAKES FLOATING AGREEMENT
Class 1 -Diver,Wet Tender,Engineer,(hyd.Dredge), Craft Foreman ( Master Mechanic)
Class 2A - Crane Backhoe Operator,Mechanic/Welder,Assistant Engineer (Hyd. Dredge), Leverman(Hyd Dredge)
Diver Tender, Tug Operator ( Tug 70T and over)
Class 2B - Friction Crane, Lattice Boom, any Crane Certification
Class 3-Maintenance of Crane ( over 50T capacity) or Backhoe (115,000 lbs or more) Loader/Dozer and like equipment
on Barge, Breakwater Wall, Slip/Dock Scow.
Class 4 - Deck Equipment Operator, (Machineryman/Fireman)(4 equipment Units or more), Deck Hand, Deck Tug
Engineer, Crane Maintenance, 50T and under/Backhoe 115,000lbs or less, Assistant Tug Operator, Off Road Truck,
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
20
Prevailing Wage Rate
Skilled Crafts
Name of Union: Painter Local 707
Change # : LCN01-2014fbLoc707
Craft : Painter Effective Date : 05/01/2014 Last Posted : 04/30/2014
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Painter Brush
Roll
$27.57
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.26
$54.05
Paperhanger
$27.57
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.26
$54.05
Sandblasting
& Buffing
$27.97
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.66
$54.64
Spray
Painting
$28.27
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.96
$55.10
REPAINT
Brush Roll &
Paperhanger
$26.07
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $38.76
$51.80
REPAINT
Sandblasting
& Buffing
$26.47
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $39.16
$52.39
REPAINT
Spray
Painting
$26.77
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $39.46
$52.85
Apprentice Painter
Percent
1st 6 months 45.00 $12.41 $5.54
$1.05
$0.30 $0.00
$0.00
$0.00
$0.00
$0.00 $19.30
$25.50
2nd 6 months 50.00 $13.79 $5.54
$1.05
$0.30 $0.00
$0.00
$0.00
$0.00
$0.00 $20.67
$27.57
3rd 6 months 55.00 $15.16 $5.54
$1.50
$0.30 $0.00
$1.51
$0.00
$0.00
$0.00 $24.01
$31.60
4th 6 months 60.00 $16.54 $5.54
$1.50
$0.30 $0.00
$1.65
$0.00
$0.00
$0.00 $25.53
$33.80
5th 6 months 65.00 $17.92 $5.54
$1.80
$0.30 $0.00
$1.79
$0.00
$0.00
$0.00 $27.35
$36.31
6th 6 months 70.00 $19.30 $5.54
$1.80
$0.30 $0.00
$1.93
$0.00
$0.00
$0.00 $28.87
$38.52
7th 6 months 75.00 $20.68 $5.54
$2.50
$0.30 $0.00
$2.06
$0.00
$0.00
$0.00 $31.08
$41.42
8th 6 months 80.00 $22.06 $5.54
$2.50
$0.30 $0.00
$2.20
$0.00
$0.00
$0.00 $32.60
$43.62
Special Calculation Note : Apprentice pay based on percentage of above appropriate classification.
Ratio :
1 Apprentice to 1 Journeyman
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, GEAUGA, LAKE,
LORAIN, PORTAGE*, SUMMIT*
Special Jurisdictional Note : Portage & Summit North of the East-West Turnpike.
Details :
Application of Catalytic materials under class 3 hazardous per MSDS - .65 per hour above the Job Classification basic
hourly rate.
Application of Catalytic materials under class 4 hazardous per MSDS - 1.00 per hour above the Job Classification basic
hourly rate.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
21
Prevailing Wage Rate
Skilled Crafts
Name of Union: Painter Local 707 Industrial
Change # : LCN01-2014fbLoc707Ind
Craft : Painter Effective Date : 05/01/2014 Last Posted : 04/30/2014
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Painter
Bridge Class
1
$28.27
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.96
$55.10
Bridge
Blaster
$29.27
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $41.96
$56.60
Bridge
Quality
Control &
Assurance,
Flag Person,
Equipment
Operator,
Boat Person,
Driver
Vacuum
(Grit
Reclamation
Operator)
$23.98
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $36.67
$48.66
Closed Steel
Above 55 ft.,
Open
Structural
Tanks Water
Towers
$28.27
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.96
$55.10
Fiberglass &
Insulator
Material
$28.27
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $40.96
$55.10
Concrete
Sealing
$22.52
$5.54
$4.05
$0.35 $0.00
$2.75
$0.00
$0.00
$0.00 $35.21
$46.47
Apprentice Painter
Percent
1st 6 months 45.00 $12.72 $5.54
$1.05
$0.35 $0.00
$0.00
$0.00
$0.00
$0.00 $19.66
$26.02
2nd 6 months 50.00 $14.14 $5.54
$1.05
$0.35 $0.00
$0.00
$0.00
$0.00
$0.00 $21.08
$28.14
3rd 6 months 55.00 $15.55 $5.54
$1.50
$0.35 $0.00
$1.51
$0.00
$0.00
$0.00 $24.45
$32.22
4th 6 months 60.00 $16.96 $5.54
$1.50
$0.35 $0.00
$1.65
$0.00
$0.00
$0.00 $26.00
$34.48
5th 6 months 65.00 $18.38 $5.54
$1.80
$0.35 $0.00
$1.79
$0.00
$0.00
$0.00 $27.86
$37.04
6th 6 months 70.00 $19.79 $5.54
$1.80
$0.35 $0.00
$1.93
$0.00
$0.00
$0.00 $29.41
$39.30
7th 6 months 75.00 $21.20 $5.54
$2.50
$0.35 $0.00
$2.06
$0.00
$0.00
$0.00 $31.65
$42.25
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
22
8th 6 months 80.00 $22.62 $5.54
$2.50
$0.35 $0.00
$2.20
$0.00
$0.00
$0.00 $33.21
$44.51
Special Calculation Note : Apprentice pay based on percentage of above appropriate classification.
Ratio :
1 Apprentice to 1 Journeyman
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, GEAUGA, LAKE,
LORAIN, PORTAGE*, SUMMIT*
Special Jurisdictional Note : Portage & Summit North of the East-West Turnpike.
Details :
Painter Bridge Class 1 is Defined as; Bridge Painter, Rigger, Containment Builder
Application of Catalytic materials under class 3 hazardous per MSDS - .65 per hour above the Job Classification basic
hourly rate.
Application of Catalytic materials under class 4 hazardous per MSDS - 1.00 per hour above the Job Classification basic
hourly rate.
* Concrete Sealing: on highway work, scaling of concrete surfaces, the treating and sealing of bridge decks, the
painting and staining of concrete, including the abutments, barricades, noise barriers, lane dividers, etc.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
23
Prevailing Wage Rate
Skilled Crafts
Name of Union: Pipefitter Local 120
Change # : LCN01-2015fbLoc120
Craft : Pipefitter Effective Date : 11/04/2015 Last Posted : 11/04/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Pipefitter
$36.19
$10.70
$8.93
$0.71 $0.00
$2.15
$0.40
$0.00
$0.00 $59.08
$77.17
Apprentice
Percent
1st year
42.50 $15.38 $5.05
$0.00
$0.71 $0.00
$0.00
$0.00
$0.00
$0.00 $21.14
$28.83
2nd year
44.71 $16.18 $10.40
$5.12
$0.71 $0.00
$0.00
$0.40
$0.00
$0.00 $32.81
$40.90
3rd year
52.78 $19.10 $10.40
$5.12
$0.71 $0.00
$0.00
$0.40
$0.00
$0.00 $35.73
$45.28
4th year
68.91 $24.94 $10.40
$5.12
$0.71 $0.00
$0.00
$0.40
$0.00
$0.00 $41.57
$54.04
5th year
76.98 $27.86 $10.40
$5.12
$0.71 $0.00
$0.00
$0.40
$0.00
$0.00 $44.49
$58.42
Special Calculation Note : OTHER IS :SUPPLEMENTAL UNEMPLOYMENT BENEFITS
Ratio :
1 Journeymen to 1 Apprentice per project
2-4 Journeymen to 2 Apprentices per project
5-7 Journeymen to 3 Apprentices per project
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, GEAUGA, LAKE,
MEDINA*, SUMMIT*
3 to 1 on jobs with 9 or more journeymen
Special Jurisdictional Note : Summit County - North of State Route 303 including work within the corporate limits of
the City of Hudson, that portion of Medina County North of State Route 18 and Smith Road and including work within
the corporate limits of the City of Medina.
Details :
Under pipefittter duties shall include - steam and hot water heating boilers and related controls such as automatic
feedwater and low water cut-offs, safety relief valves and gas trains; steam regulators, traps, steam valves, steam
heaters, steam and hot water heating coils; feedwater lines to boilers, condensate pumps, condensate tanks and related
piping to boilers, expansion tanks and controls on hot water heating systems; refrigeration and air conditioning systems
that are separate from one another and are connected through piping; install, calibrate and maintain pneumatic
temperture controls and piping for heating and cooling devices; piping, pumps and controls on the fluent water system
in water treatment plants; hose cabinets and automatic fire sprinkler systems; underground water supply piping and
devices; all fire stopping of piping systems; to operate a pipe cutting machine, to thread pipe by machine or hand dies;
to do oxyacetylene and electric welding on iron and steel pipes when required; to perform other tasks when assigned.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
24
Prevailing Wage Rate
Skilled Crafts
Name of Union: Plumber Local 55
Change # : LCN0-2015fbLoc55Plum
Craft : Plumber Effective Date : 06/03/2015 Last Posted : 06/03/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Plumber
$34.90
$9.50 $10.05 $1.18 $0.00
$0.50
$0.55
$0.00
$0.00 $56.68
$74.13
Yard Piping
$23.41
$6.88
$1.95
$0.64 $0.00
$0.50
$0.55
$0.00
$0.00 $33.93
$45.64
Shopman
$19.24
$7.30
$5.63
$0.10 $0.00
$0.50
$0.00
$0.00
$0.00 $32.77
$42.39
4th year
$25.18
$6.50
$2.86
$1.05 $0.00
$0.50
$0.55
$0.00
$0.00 $36.64
$49.23
5th year
$27.67
$6.83
$2.86
$1.10 $0.00
$0.50
$0.55
$0.00
$0.00 $39.51
$53.35
Apprentice
Initiated
AFTER
5/1/10
Percent
37.05 $12.93 $5.71
$0.00
$0.90 $0.00
$0.00
$0.00
$0.00
$0.00 $19.54
$26.01
7-12 Months 42.98 $15.00 $5.76
$0.16
$0.95 $0.00
$0.00
$0.55
$0.00
$0.00 $22.42
$29.92
Apprentice
Initiated
BEFORE
5/1/10
1-6 Months
2nd year
44.33 $15.47 $6.36
$1.91
$1.00 $0.00
$0.00
$0.55
$0.00
$0.00 $25.29
$33.03
3rd year
49.75 $17.36 $6.36
$2.76
$1.00 $0.00
$0.00
$0.55
$0.00
$0.00 $28.03
$36.71
4th year
56.36 $19.67 $6.41
$2.76
$1.00 $0.00
$0.50
$0.55
$0.00
$0.00 $30.89
$40.72
5th year
63.46 $22.15 $6.78
$2.76
$1.00 $0.00
$0.50
$0.55
$0.00
$0.00 $33.74
$44.81
Shopman 34.75 $12.13 $6.17
After 5/1/10
$1.80
$0.10 $0.00
$0.50
$0.00
$0.00
$0.00 $20.70
$26.76
Special Calculation Note : OTHER IS: SUPPLEMENTAL UNEMPLOYMENT
Ratio :
Jurisdiction ( * denotes special jurisdictional note ) :
1 Apprentice for the first steadily employed journeyman, ASHTABULA, CUYAHOGA, GEAUGA, LAKE,
and thereafter 1 Apprentice for every 2 steadily employed MEDINA*, SUMMIT*
journeymen
Special Jurisdictional Note : Summit County - North of State Route 303 including work within the corporate limits of
the City of Hudson, that portion of Medina County North of Route 18 and Smith Road and the corporate limits of the
City of Medina.
Details :
The Plumber Shopman will have charge of the Employer's shop and warehouse containing plumbing and heating
supplies and equipment, and perform such duties as are customarily required by a Plumber or a Plumber's Shopman,
including casual delivery of tools and equipment necessary for installation of Plumbing and Heating facilities.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
25
Prevailing Wage Rate
Skilled Crafts
Name of Union: Roofer Local 44
Change # : LCN01-2016fbLoc44
Craft : Roofer Effective Date : 05/01/2016 Last Posted : 04/28/2016
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total Overtime
PWR
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Roofer
$31.10
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $48.97
$64.52
Waterproofer
$34.10
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $51.97
$69.02
0 to 1851 hrs
$13.75
$0.25
$0.25
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $14.57
$21.44
1852 to 3350
hrs
$17.10
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $34.97
$43.52
3351 to 4850
hrs
$21.77
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $39.64
$50.53
4851 to 6350
hrs
$24.88
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $42.75
$55.19
6351 to 7550
hrs
$27.99
$9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $45.86
$59.85
7551 hrs
$31.10
$9.00
$8.55
$0.27 $0.00
$0.00
$0.04
$0.00
$0.00 $48.96
$64.51
Applicant &
Helper
Trainees
Apprentice
Percent
Start of
school
44.20
$13.75 $0.25
$0.25
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $14.57
$21.44
600 hrs
worked/72
school hrs
45.00
$14.00 $0.25
$0.25
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $14.82
$21.81
1200 hrs
worked/144
school hrs
50.00
$15.55 $0.25
$0.25
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $16.37
$24.15
1800 hrs
worked/216
school hrs
55.00
$17.10 $9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $34.98
$43.53
2400 hrs
worked/ 288
school hrs
60.00
$18.66 $9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $36.53
$45.86
3000 hrs
worked/360
school hrs
70.00
$21.77 $9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $39.64
$50.53
3600 hrs
worked/432
school hrs
80.00
$24.88 $9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $42.75
$55.19
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
26
4200 hrs
worked/504
school hrs
90.00
$27.99 $9.00
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $45.86
$59.85
4800 hrs/576 100.00 $31.10 $9.00
school hrs
$8.55
$0.28 $0.00
$0.00
$0.04
$0.00
$0.00 $48.97
$64.52
Special Calculation Note : There are no special calculations for this skilled craft wage rate are required at this time.
Other $0.04 is for Drug Testing.
Ratio :
2 Journeymen to 1 Apprentice
1 Applicant/Helper Trainee
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, ERIE, GEAUGA, LAKE,
LORAIN*, SANDUSKY
Special Jurisdictional Note : Lorain (The Ohio Turnpike North)
Details :
$0.04 for "Other" is for Drug Testing
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
27
Prevailing Wage Rate
Skilled Crafts
Name of Union: Sheet Metal Local 33 (Cleveland)
Change # : LCN01-2015fbLoc33Clev
Craft : Sheet Metal Worker Effective Date : 05/01/2015 Last Posted : 04/29/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Sheet Metal
Worker
$35.96
Apprentice
Percent
$7.14 $13.14 $1.09 $0.00
$1.55
$0.00
$0.00
$0.00 $58.88
$76.86
1st year
40.00 $14.38 $7.34
$2.08
$0.00 $0.00
$0.00
$0.00
$0.00
$0.00 $23.80
$31.00
2nd year
44.93 $16.16 $7.34
$2.34
$1.09 $0.00
$1.55
$0.00
$0.00
$0.00 $28.48
$36.56
3rd year
49.95 $17.96 $7.34
$2.60
$1.09 $0.00
$1.55
$0.00
$0.00
$0.00 $30.54
$39.52
4th year
59.95 $21.56 $7.34
$3.11
$1.09 $0.00
$1.55
$0.00
$0.00
$0.00 $34.65
$45.43
5th year
74.95 $26.95 $7.34
$3.89
$1.09 $0.00
$1.55
$0.00
$0.00
$0.00 $40.82
$54.30
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
1 Journeyman to 1 Apprentice
2 Journeymen to 1 Apprentice
3 Journeymen to 2 Apprentices
4 Journeymen to 2 Apprentices
5 Journeymen to 3 Apprentices
6 Journeymen to 3 Apprentices
Jurisdiction ( * denotes special jurisdictional note ) :
ASHTABULA, CUYAHOGA, GEAUGA, LAKE
Special Jurisdictional Note :
Details :
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
28
Prevailing Wage Rate
Skilled Crafts
Name of Union: Truck Driver HevHwy 436
Change # : LCN01-2015fbLoc436
Craft : Truck Driver Effective Date : 08/12/2015 Last Posted : 08/12/2015
BHR
Fringe Benefit Payments
Irrevocable
Fund
Total
PWR
Overtime
Rate
H&W Pension App Vac. Annuity Other LECET MISC
Tr.
(*)
(*)
Classification
Truck Driver Straight and
Dump Trucks
including
Asphalt-Straight
Fuel WarehousemenStraight Fuel
$26.90
$4.80 $10.05 $0.00 $0.00
$0.00
$0.00
$0.00
$0.00
$41.75
$55.20
Semi Fuel-Semi
Tractor DriversDarts-Tank
Asphalt
Spreaders-Low
Boys. Carryall
Drivers- RockersHilifts- ForkliftsXtra long Trailers
etc.
$27.40
$4.80 $10.05 $0.00 $0.00
$0.00
$0.00
$0.00
$0.00
$42.25
$55.95
Special Calculation Note : No special calculations for this skilled craft wage rate are required at this time.
Ratio :
Jurisdiction ( * denotes special jurisdictional note ) :
CUYAHOGA, LAKE, GEAUGA
Special Jurisdictional Note :
Details :
Eculids include: Darts, Tank, Asphalt Spreaders, Low Boys, Carry-All Drivers, Tourna-Rockers, High-Lifts, Fork-Lifts,
Extra Long Trailers and Semi-Tractor and Tri-Axle Trailer, Tandem Tractor and Tandem Trailer, Tandem Trailer and
Tri-Axle Trailer, Tag Along Trailer, Expandable Trailers or towing requiring road permits. Ready-Mix (Agitator or
non-agitator) Bulk Concrete Drivers, dry Batch Trucks, Articulated End Dump, Bus Drivers.
Holiday Pay = 7 holidays X (8 hours X BHR)/2080 hours per year.
This pay is only for those employee's who started driving before 1976.
To be eligible to receive holiday pay an employee must have worked at least one (1) day in the period fourteen (14)
calendar days prior to the holiday and/or in the fourteen (14) day calendar period after the holiday.
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
29
BID FORM
Bid Form documents can only be purchased from SE Blueprint, Inc.
SE Blueprint, Inc.
2035 Hamilton Ave.
Cleveland, Ohio 44114
seblue@seblueprint.com
(216) 241-2250 phone
(216) 241-2075 fax
Contents of Bid Form:
Price Sheet
Offer Sheet
Bidders Signature & Business Information
Request for Approved Equal
Affidavit of Non-Collusion
Affidavit of Delinquent Personal Property Tax Statement
Statement of Bidder's Qualifications & Experience
Bid Guarantee and Performance Bond
Checklist of Bid Proposal Forms
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
30
Contract Forms
The following forms shall be used during the contract:
LAKE METROPARKS BOARD-CONTRACTOR AGREEMENT
AIA DOCUMENT G702 AND G703, APPLICATION & CERTIFICATE FOR PAYMENT
AIA DOCUMENT G704, CERTIFICATE OF SUBSTANTIAL COMPLETION
AIA DOCUMENT G707, CONSENT OF SURETY COMPANY TO FINAL PAYMENT
OHIO LEGAL BLANK FORM 47, AFFIDAVIT OF ORIGINAL OR SUB-CONTRACTOR
OHIO LEGAL BLANK FORM 50 B, WAIVER OF LIEN
AFFIDAVIT OF PREVAILING WAGES
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
Rev. 8/2/2016
1
L A K E M E T R O P A R K S
B O A R D - C O N T R A C T O R
A G R E E M E N T
11211 SPEAR ROAD, CONCORD TWP., OHIO 44077
(440) 639-7275
CONTRACT INFORMATION
NAME OF CONTRACT:
LOCATION:
Bid No:
Bid Open:
Contract Amount:
P.O Number:
Board Approval:
Completion Date:
CONTRACTOR INFORMATION
BONDING / SURETY INFORMATION
Surety/Bond Company
MISCELLANEOUS INFORMATION
SIGNED CONTRACT RECEIVED
PERFORMANCE BOND
WORKER’S COMP. CERTIFICATE
CERTIFICATE OF INSURANCE
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 1 of 14
BOARD-CONTRACTOR AGREEMENT
THIS AGREEMENT (AKA the "CONTRACT") is made between Lake Metroparks Board of Park Commissioners
(the “BOARD”) of the State of Ohio and CONTRACTOR. (the "Contractor") of the State of Ohio. This Contract
shall be effective on the last date set forth on the signature page.
Article 1
THE CONTRACT DOCUMENTS
1.1 The Contract Documents consist of the Instructions to Bidders, if any, the bid of the Contractor
(Including his bid guarantee), if any, the Contractor's performance bond, this Contract and all schedules and
exhibits attached hereto , the Drawings, if any, listed on Schedule A hereto by issue date and revision date, the
Specifications (both general and technical) contained in the Project Manual, if any, and any Addenda issued prior to
the Execution of this Contract and modifications issued after execution of this Contract (such as Change Orders and
Field Orders for minor changes in the Work). These form the binding Contract Documents if required by all.
Capitalized terms used herein shall be defined as stated in Article 2 hereof or elsewhere in the Contract Documents.
In the event of any inconsistency between this Contract and any of the other Contract Documents, the provisions of
this Contract shall control. The intent of the Contract Documents is to include all labor, materials, equipment and
other items necessary for the proper execution and completion of the Work and the terms and conditions of
payment therefore. Work not covered in the Contract Documents will not be required unless it is consistent
therewith and reasonably inferable there from as being necessary to produce the intended results. All of the
Contract Documents form the total Contract, and all are as fully a part of the Contract as if attached hereto or
repeated herein.
1.2 Nothing contained in the Contract Documents shall create any contractual relationship between the
Board and any Subcontractor or Sub-subcontractor.
1.3 By executing this Contract, the Contractor represents that he has visited the site and familiarized itself
with the local conditions under which the Work is to be performed.
Article 2
DEFINITIONS
2.1 The Project Manager will provide administration of the Contract and is an Authorized Agent of the
Board. The Project Manager will have authority to act on behalf of the Board only to the extent provided in the
Contract Documents.
2.2 Subcontractor is a person or entity who has a direct contract with the Contractor to perform any of the
Work at the site. A sub-subcontractor is a person or entity who has a direct contract with any Subcontractor to
perform any of the Work at the site.
2.3 Instructions to bidders are instructions contained in the bidding requirements for preparing and
submitting bids for the Work.
2.4 Specifications are written descriptions of a technical nature of materials, equipment construction
systems, standards and workmanship.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 2 of 14
2.5 Addenda are written or graphic instruments issued prior to the execution of the Contract which modify
or interpret the bidding documents, including Drawings and Specifications, by additions, deletions, clarifications or
corrections. Addenda become part of the Contract Documents when the Contract is executed.
2.6 Samples are physical examples furnished by the Contractor for the Project Manager's review and
approval, which illustrate materials, equipment or workmanship, and which establish standards by which the Work
will be judged.
2.7 Product Data is information furnished by the Contractor for the Project Manager's review and approval
regarding materials or products to be used in the Work and which establish standards by which the Work will be
judged.
2.8 Work comprises the completed structures, products or services, or any combination thereof, required by
the Contract Documents, and includes all labor necessary to produce such structures, products or services, and all
materials and equipment incorporated or to be incorporated in such structures, products or services.
2.9 Drawings and Plans are documents showing in graphic or pictorial form the design, location and
dimension of the elements of the Work.
2.10 Application for Payment is the Contractor's written request for payment of amount due for completed
portions of the Work and, if provided herein, for materials delivered and suitably stored pending their incorporation
into the Work.
2.11 Project Manual is the manual containing any bidding documents, Specifications, and certain other
Contract Documents.
2.12 Change Order is a written order to the Contractor, made and executed as provided in Article 17 hereof,
issued after execution of the Contract, authorizing a Change in the Plans or an adjustment in the Contract Sum or
the Contract Time.
2.13 Field Order is a written order issued by the Project Manager to the Contractor effecting minor
interpretations of the Contract Documents or minor changes in the Work not involving an adjustment in the
Contract sum or an extension of the Contract Time.
Article 3
THE WORK
3.1 The Contractor shall perform all Work required by the Contract Documents for Lake Metroparks
PROJECT. As more fully described in Exhibit A hereto.
Article 4
TIME OF COMMENCEMENT AND SUBSTANTIAL COMPLETION
4.1 The Work shall commence no later than five (5) days after the Contractor's receipt of written notice to
commence work, and, subject to authorized adjustments. Substantial Completion, as defined in Section 4.3 hereof,
shall be achieved no later than DATE (the "Contract time").
4.2 If the time for Substantial Completion is exceeded, the Board is hereby authorized to deduct and retain
out of the payments that may be due or become due the Contractor liquidated damages, and not as a penalty, for
each and every day the Work is delayed beyond the time so stipulated, it being understood and agreed that actual
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 3 of 14
damages would be difficult to ascertain with precision in any such case and that the amount of such liquidated
damages bears a reasonable relationship to the actual damages that may be projected.
Liquidated Damages will be based on Original Contract Amount.
Original Contract Amount
Damages to be deducted for each
calendar day of overrun
(From) $0
(To and Including) $50,000
$25.00
$50,001
$100,000
$50.00
$100,001
$300,000
$100.00
$300,001
$500,000
$200.00
$500,001
$750,000
$325.00
$750,001
$1,000,000
$450.00
$1,000,001
$1,500,000
$625.00
$1,500,001
$2,000,000
$875.00
OVER
$2,000,000
$1,000.00
4.3 Substantial Completion is the stage in the progress of the Work when the Work or designated portion
thereof is sufficiently complete in accordance with the Contract Documents so the Board can occupy or utilize the
Work for its intended use (subject only to minor punch list items which will not unreasonably interfere with the
Board’s full use, occupancy and enjoyment of the Project site), and all required occupancy permits, if any, have
been issued. The Contractor shall thereafter use due-diligence to complete such minor punch list items to the end
that Final Completion will be achieved within fourteen (14) days after Substantial Completion and shall cause the
least possible interference with the Board, its employees and guests.
4.4 The Date of Substantial Completion of the Work is the date upon which the Board can occupy or
utilize the Work for the use for which it is intended or upon which in all material respects it serves the purpose for
which it was intended.
Article 5
CONTRACT SUM
5.1 The Board shall pay the contractor for the performance of the Work subject to deductions and
additions by properly authorized written Change Orders as provided herein, the Contract Sum of AMOUNT ($).
(Bid Amount in Lump Sum).
The Contract Sum is determined as follows:
1.
Item 1 Base Bid
$ XXX
TOTAL, Not to Exceed
$ XXX
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 4 of 14
5.2 Unless otherwise directed by the contract documents, the Contractor shall include in the Contract Sum
any Contingencies stated in the Contract Documents. Items covered by this Contingency shall be supplied for such
amounts and by such persons as the Board may direct.
A. The Contingency shall cover the cost to the Contractor, less any applicable trade discount, of the
materials and equipment required by the Contingency delivered at the site.
B. The Contractor's costs for unloading and handling on the site, labor, installation costs, overhead,
profit and other expenses contemplated for the original contract shall be included in the Contract Sum
and not in the Contingency.
C. Whenever the cost is more than or less than the Contingency, the Contract Sum shall be adjusted
accordingly by Change Order, the amount of which will recognize changes, if any, in handling costs
on the site, labor, installation costs, overhead, profit and other expenses.
5.3 Within the Schedule of Items, several items may have cash Contingency assigned to them. This
Contingency is ONLY an Estimate of what the item may actually cost. The final actual cost of the item(s) may be
higher or lower than what is shown for the Contingency. The contractor will be paid ONLY for what is finally and
actually installed. The contractor will provide all necessary documentation, invoices, receipts, time cards, payroll
records, shipping tickets, records, data, etc. That indicates the actual and final cost of the item(s). If the actual and
final cost of the item(s) is less than what is indicated in the Contingency amount, the Board shall receive a credit. If
the actual and final cost of the item(s) is more than what is indicated in Contingency amount, the contractor will
receive the correct amount, provided that all invoices and records, etc. are submitted to the Board.
Article 6
PROGRESS PAYMENTS
6.1 Based upon Applications for Payment submitted by the Contractor, the Project Manager may make
progress payments on account of the Contract Sum.
6.2 Application for progress payments may be made on intervals as requested by the Contractor, but not
more frequently than monthly.
6.3 Before the first Application for Payment, the Contractor shall submit to the Project Manager a schedule
that apportions the lump sum price to the major components forming the work which schedule shall be prepared in
such form and supported by such data to substantiate its accuracy as the Project Manager may require. This
schedule, unless objected to by the Project Manager, shall be used only as a basis for the Contractor's applications
for payment.
6.4 At least fourteen (14) days before the date for each progress payment, the Contractor shall submit to the
Project Manager an itemized Application for Payment, notarized, supported by such data substantiating the
Contractor's right to payment as the Project Manager may require, and reflecting retainage, if any, as provided in
the Contract Documents.
6.5 The Project Manager will, within forty-five (45) days after the receipt of the Contractor's application for
payment, either pay the amount that the Project Manager determines is properly due, or notify the Contractor in
writing of the reasons for withholding payment.
6.6 No progress payment, nor any partial or entire use or occupancy of the Work by the Project Manager
shall constitute an acceptance of any work not in accordance with the Contract Documents.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 5 of 14
6.7 Progress payments for acceptable labor and work in place shall be made at the rate of ninety percent
(90%) of the total amount approved by the Project Manager as an estimated progress payment, less former
payments therein, provided that said work in place is free from any attested accounts, or from any claims for
damages that might in any manner become a liability or charge against the Board, and except as herein provided,
the allowance of such estimates shall not be deemed a final acceptance of the work or material therein included.
The Project Manager upon receipt of the Contractor’s lien waivers from the contractor and his subcontractors, that
indicate any and all liens and encumbrances on the Work have been fully discharged, will make such progress
payments.
6.8 Retainage held, in order to ensure the faithful and proper performance of the Contract, shall be
deposited in an escrow account as designated in Section 153.63 of the Ohio Revised Code. The escrow instructions
to the escrow agent shall be in conformance with the provisions of this Contract and with Sections 153.13 and
153.63 of the Ohio Revised Code. This Section 6.8 shall not apply to contracts the total cost of which is less than
fifteen thousand dollars ($15,000).
6.9 If the Contractor fails to comply with the terms of any of the Contract Documents, or with the orders or
directions of the Project Manager as provided herein, the Project Manager reserves the right to withhold any
payment that may be due until such terms, orders or directions have been complied with to the satisfaction of the
Project Manager.
6.10 Payments may be withheld on account of (1) defective work not remedied, (2) claims filed, (3) failure
of the Contractor to make payments properly to Subcontractors or for labor, materials, or equipment, (4) damage to
the Project Manager or another contractor, of (5) persistent failure to carry out the Work in accordance with the
Contract Documents.
Article 7
FINAL PAYMENT
7.1 The Project Manager shall make final payment, constituting the entire unpaid balance of the Contract
Sum, to the Contractor when the Work has been completed, the Contract fully performed, and any and all liens and
encumbrances released and discharged.
7.2 Final payment shall not be due until the Project Manager determines that Substantial Completion of the
Work has occurred and the Contractor has delivered to the Project Manager a complete release of all liens and
encumbrances arising out of this Contract and/or the Work or receipts in full covering all labor, materials and
equipment for which a lien could be filed, or a bond satisfactory to the Project Manager indemnifying it against any
lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the Project Manager
all moneys the latter may be compelled to pay in discharging such lien, including all costs and reasonable attorneys'
fees, if any liens remain unsatisfied prior to final payment to contractor, the Project Manager shall retain those
funds until all appropriate executed and notarized lien waiver(s) are provided.
7.3 The making of final payment shall constitute a waiver of all claims by the Project Manager except those
arising from (1) potential or unsettled liens, (2) faulty or defective Work appearing after Substantial Completion,
(3) failure of the Work to comply with the requirements of the Contract Documents, or (4) terms of any special
warranties required by the Contract Documents. The acceptance of final payment shall constitute a waiver of all
claims by the Contractor except those previously made in writing and identified by the Contractor as unsettled at
the time of the final application for payment.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 6 of 14
Article 8
THE BOARD
8.1 The Board shall at all times have access to the Work wherever it is in preparation and progress.
8.2 Based on the Board's observations and an evaluation of any application for payment, the Board will
determine the amounts owing to the Contractor in accordance with Article 6.
8.3 The Board may reject Work that does not conform to the Contract Documents.
8.4 To the extent required for the Work, the Board shall furnish all surveys and a legal description of the
site.
8.5 Except as provided in Section 9.5, the Board shall secure and pay for any approval, easement,
assessment or charge required for any construction, use or occupancy of any permanent structure or permanent
change in any existing facility.
8.6 The Board shall forward all instructions directly to the Contractor.
8.7 If the Contractor fails to correct defective Work or persistently fails to carry out the Work in accordance
with the Contract Documents, The Board, by written order, may order the Contractor to stop the Work or any
portion thereof, until the cause for such order has been eliminated; however, this right of the Board to stop the
Work shall not give rise to any duty on the part of the Board to exercise this right for the benefit of the Contractor
or any other person or entity.
Article 9
THE CONTRACTOR
9.1 The Contractor shall supervise and direct the Work using its best skill and attention and shall be solely
responsible for all means, methods, techniques, sequences and procedures and for coordinating all portions of the
Work under the Contract.
9.2 Unless otherwise specifically provided in the Contract Documents, the Contractor shall provide and pay
for all labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities,
transportation, and other facilities and services necessary for the proper execution and completion of the Work,
whether temporary or permanent and whether or not incorporated or to be incorporated in the Work.
9.3 The Contractor shall at all times enforce strict discipline and good order among its employees and shall
not employ on the Work any unfit person or anyone not skilled in the task assigned to him.
9.4 The Contractor warrants to the Board that all materials and equipment incorporated in the Work will be
new unless otherwise specified, and that all Work will be of good quality, free from faults and defects and in
conformance with the Contract Documents. All Work not conforming to these requirements may be considered
defective.
9.5 Unless otherwise indicated in the Contract Documents, the Contractor shall secure and pay for any
building permit and for all other permits and governmental fees, licenses and inspections necessary for the proper
execution and completion of the Work.
9.6 The Contractor shall give all notices and comply with all laws, ordinances, rules, regulations, and
lawful orders of any public authority bearing on the performance of the Work, and shall promptly notify the Board
if the Drawings and Specifications, of any, are at variance therewith.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 7 of 14
9.7 The Contractor shall be responsible to the Board for the acts and omissions of its employees and
Subcontractors and their agents and employees, and any other persons performing any of the Work under a
contract with the Contractor.
9.8 The Contractor shall review, approve and submit any Drawings, Product Data and Samples required by
the Contract Documents. The Work shall be in accordance with approved submittals.
9.9 The Contractor at all times shall keep the premises free from accumulation of waste materials or
rubbish caused by its operations. At the completion of the Work, it shall remove all of its waste materials and
rubbish from and about the Work site as well as its tools, equipment, machinery and surplus materials.
9.10 The Contractor shall pay all royalties and license fees. It shall defend all suits or claims for
infringement of any patent, copyright, trade secured or other proprietary rights and shall save the Board harmless
from loss on account thereof.
9.11 To the fullest extent permitted by law, the Contractor shall indemnify and hold harmless the Board and
its agents and employees from and against all claims, damages, losses and expenses, including but not limited to
attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claim, damage,
loss or expense
A. is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible
property, including but not limited to the Work itself, including the loss of use resulting there from,
and
B. is caused in whole or in part by any negligent act or omission of the Contractor, any Subcontractor,
anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be
liable, regardless of whether it is caused in part by a party indemnified hereunder. Such obligation
shall not be construed to negate, abridge, or otherwise reduce any other right or obligation of
indemnity which would otherwise exist as to any party or person described in this Section 9.11. In
any and all claims against the Board or any of its agents or employees by any employee of the
Contractor, any Subcontractor, anyone directly or indirectly employed by either of them, or anyone for
whose acts either of them may be liable, the indemnification obligation under this Section 9.11 shall
not be limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for the Contractor or Subcontractor under workers or workmen’s compensation
acts, disability benefit acts or other employee benefit acts.
Article 10
SUBCONTRACTS
10.1 Unless otherwise required by the Contract Documents or the Bidding Documents, the Contractor,
within seven (7) days of being awarded the Contract, shall furnish to the Board in writing the names of any
Subcontractors for each of the principal portions of the Work. The Contractor shall not be required to contract
with anyone to whom he has a reasonable objection. Contracts between the Contractor, which are to be
performed by a Subcontractor, shall include language that shall bind the subcontractor to the same terms of the
contract documents as to which the contractor is bound and to assume toward the Contractor all the obligations
and responsibilities which the Contractor, by such Contract Documents, assumes toward the Board.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 8 of 14
Article 11
INSURANCE
11.1 The Contractor agrees to provide and maintain at its own expense, worker's compensation coverage
that is in compliance with the laws of the State of Ohio.
A. The Contractor also agrees to provide and maintain, at its own expense, Contractor's general
liability insurance, covering premises operations, underground, explosion and collapse hazards,
products/completed operation, contractual liability, independent contractor's liability, broad form
property damage liability, personal injury liability with the employee exclusion deleted, incidental
malpractice and extended bodily injury. The Board is to be named as additional insured under the
policy, and certification shall be provided prior to the award of the Contract.
B. Limits of liability for general liability coverage shall be a minimum of $1,000,000 combined
single limit - bodily injury and property damage liabilities combined. The Board must be provided a
minimum of (30) thirty days' notice of cancellation by the insurance carrier.
C. The Contractor shall also provide automobile liability insurance at limits not less than $1,000,000
combined single limit - bodily injury and property damage liabilities combined. Coverage must be
extended to provide protection for liabilities arising from the use of hired or non-owned automobiles.
Any fellow employee exclusion must be deleted. The Board must be named as additional insured
under this policy, with certification and endorsement provided prior to the award of Contract. The
Board must be provided a minimum of thirty (30) days' notice of cancellation by the insurance
carrier.
11.2 The Board shall be responsible for purchasing and maintaining its own liability insurance and, at its option,
may maintain such insurance as will protect it against claims which may arise from operations under the Contract.
Article 12
WAGE RATES
12.1 The Contractor and any Subcontractor shall comply with Chapter 4115 of the Ohio Revised Code.
Failure by the Contractor to so comply will be deemed by the Board to be a breach of contract. A schedule of the
wage rates applicable under said chapter will be furnished to the Contractor by the Board upon request, if such
schedule is not included in any Project Manual. The Contractor and any Subcontractor must submit, before
beginning performance under this Contract, a schedule of the dates upon which wage payments are to be made,
and for each such date thereafter, a copy of his or its complete payroll for that date, exhibiting for each employee
his name, current address, social security number, number of hours worked per day and for the week, his hourly
rate of pay, job classification, fringe benefits and deductions from wages. The Contractor and any Subcontractor
must file with the Board upon completion of the Work and prior to final payment therefore an affidavit stating
that it has complied with Chapter 4115 of the Ohio Revised Code. This Section 12.1 shall apply only if the
Contract Sum under this Contract exceeds the dollar thresholds established by the Ohio Department of
Commerce, Division of Industrial Compliance, Bureau of Wage and Hour.
As of January 1, 2014
New Construction has been adjusted to $84,314.
“New” construction that involves roads, streets, alleys, sewers, ditches and other works connected to
road or bridge construction threshold level.
Reconstruction has been adjusted to $25,261.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 9 of 14
“Reconstruction, enlargement, alteration, repair, remodeling, renovation, or painting” that involves
roads, streets, alleys, sewers, ditches and other works connected to road or bridge construction threshold
level.
The Prevailing Wage Determination Schedule for this project is available for review at the office of the Owner’s
Prevailing Wage Coordinator and via the internet at http://www.com.ohio.gov/dico/default.aspx.
Article 13
WORK BY BOARD OR BY SEPARATE CONTRACTORS
13.1 The Board reserves the right to perform work related to the Work with its own personnel, and to award
separate contracts in connection with portions of the Work or other work on the site. If the Contractor claims that
delay or added cost is involved because of such action by the Board, he shall make such claim as he would under
Section 17.4 hereof.
13.2 The Contractor shall afford the Board reasonable opportunity for the introduction and storage of their
materials and equipment for the execution of their work, and shall coordinate its work with theirs.
Article 14
TIME
14.1 All time limits stated in the Contract Documents are of the essence. The Contractor shall expedite the
Work and achieve Substantial Completion within the Contract Time.
14.2 If the Contractor is delayed at any time in the progress of the Work by changes ordered in the Work,
labor disputes, fire, unusual delay in transportation, adverse weather conditions not reasonably anticipated,
unavoidable casualties, or any causes beyond the Contractor's control, then the Contract Time shall be extended by
Change Order for such reasonable time as the Board may determine.
Article 15
PROTECTION OF UNDERGROUND UTILITY FACILITIES
15.1 If the Work affects or otherwise involves underground utility facilities, both the Board and the
Contractor shall adhere to the requirements of Section 153.64 of the Ohio Revised Code.
Article 16
PROTECTION OF PERSONS AND PROPERTY
16.1 The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions
and programs in connection with the Work. It shall take all reasonable precautions for the safety of, and shall
provide all reasonable protection to prevent damage, injury or loss to
A. All employees on the Work and other persons who may be affected thereby,
B. All the Work and all materials and equipment to be incorporated therein, and
C. Other property at the site or adjacent thereto.
He shall give all notices and comply with all applicable laws, ordinances, rules, regulations and orders of any
public authority bearing on the safety of persons and property and their protection from damage, injury or loss. The
Contractor shall promptly remedy all damage or loss to any property caused in whole or in part by the Contractor,
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 10 of 14
any Subcontractor, any Sub-subcontractor, or anyone directly or indirectly employed by any of them or by anyone
for whose acts any of them may be liable. The foregoing obligations of the Contractor are in addition to its
obligations under Article 9.
Article 17
CHANGES IN THE PLANS
17.1 The Board, without invalidating the Contract, may order Changes in the Plans, consisting of additions,
deletions, or modifications, the Contract Sum and the Contract Time being adjusted accordingly. All such Changes
in the Plans shall be authorized by written Change Order, signed by the Board prior to any alleged Work
commencing.
17.2 The Contract Sum and the Contract Time may be changed only by Change Order.
17.3 If the Contractor wishes to make any claim/proposal for an increase in the Contract Sum, because of
claimed/proposed extra work, concealed conditions, or for any reason, no such claim/proposal for payment over
and above the Contract Sum shall be authorized or valid unless each of the following occurs:
A. A written claim/proposal is made by the Contractor to the Board within twenty (20) days of the
occurrence or event giving rise to the claim/proposal.
B. The claim/proposal is filed prior to proceeding with the claimed/proposed extra work; and
C. A written Change Order is issued, agreed to and signed by the Board/Project Manager.
17.4 The Contractor agrees that he shall have no compensation or claim/proposal for extra work that will
increase the Contract Sum unless and until the procedures set forth above are followed and approved, and the
Contractor hereby agrees that any claim/proposal for an increase in the Contract Sum will not be made and is
waived and invalid hereunder, unless and until the procedures set forth above are followed and a duly approved
written Change Order is issued prior to proceeding with any alleged extra work.
Article 18
CORRECTION OF WORK
18.1 The Contractor shall promptly correct any Work rejected by the Board as defective or as failing to
conform to the Contract Documents, whether observed before or after Substantial Completion and whether or not
fabricated, installed or completed. Such correction shall be completed within the time period agreed to by the
Board. The provisions of this Article 18 apply to Work done by any Subcontractor of Sub-subcontractor as well as
to Work done by employees of the Contractor.
Article 19
TERMINATION OF THE CONTRACT
19.1 If the Contractor defaults or persistently fails or neglects to carry out the Work in accordance with
the Contract Documents or fails to perform any provision of the Contract, the Board, after seven days' written
notice to the Contractor and without prejudice to any other remedy it may have, may make good such deficiencies
and may deduct the cost thereof from the payment then or thereafter due the Contractor or, at its option, may
terminate the Contact and take possession of the site and of all materials, equipment, tools, and any construction
equipment and machinery thereon owned by the Contractor and may finish the Work by whatever method it may
deem expedient, and if the unpaid balance of the Contract Sum exceed the expense of finishing the Work, such
excess shall be paid to the Contractor, but if such expense exceeds such unpaid balance, the Contractor shall pay the
difference to the Board.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 11 of 14
Article 20
DISCRIMINATION
20.1 The Contractor agrees:
A. That in the hiring of employees for the performance of work under this Contract or any
subcontract, neither it nor any Subcontractor or Sub- subcontractor or any person acting on behalf of
it or any Subcontractor or Sub-subcontractor shall, by reason of race, creed, sex, handicap, or color,
discriminate against any citizen of the state who is qualified and available to perform the work to
which the employment relates; and
B. That neither it nor any Subcontractor or Sub- subcontractor or any person acting on behalf of it or
any Subcontractor or Sub-subcontractor shall, in any manner, discriminate against or intimidate any
employee hired for the performance of work under this Contract on account of race, creed, sex,
handicap, or color.
Article 21
MISCELLANEOUS PROVISIONS
21.1 Governing Law: This agreement shall be governed by the laws of the State of Ohio. Any claims,
actions or causes of action that arise out of this agreement shall be brought in Lake County, Ohio. In signing this
contract, the parties agree that venue for any claims shall be resolved solely by recourse to the Courts of Lake
County, Ohio.
21.2 Written Notice: Written notice shall be deemed to have been served if delivered in person to the
individual or member of the firm or entity or to an officer of the corporation for whom it was intended, or if
delivered at or sent by registered or certified mail to the last business address known to him who gives the notice.
21.3 Board’s Right To Clean Up: If a dispute arises between the Contractor and separate contractors as to
their responsibility for cleaning up as required by the detailed specifications, the Board may clean up and charge the
cost thereof to the contractors responsible therefore as it shall deem to be just.
21.4 Independent Contractor Acknowledgement: All individuals employed under this contract that provide
services to Lake Metroparks are not considered public employees for the purpose of Ohio Public Employees
Retirement System (OPERS) membership.
Article 22
GUARANTEE
22.1 The Contractor or the work as called for in the contract documents, in consideration of the price bid
and the payments received or to be received, guarantees that all work done and all material used in the project under
contract are in all respects first-class, of the proper kind and quality and has been done and is being done in
accordance with the requirements of the contract documents, and also guarantees that the improvements will remain
in good condition for and during the entire period of guarantee.
22.2 The period of guarantee shall begin upon the date of final acceptance by the Board in writing, of the
construction work, and shall continue for a period of twelve (12) months thereafter or as otherwise provided in the
general conditions.
22.3 If at any time before or during said period of guarantee, any defects or omissions become apparent in
the work, or if it becomes apparent that any of the work is not in accordance with the requirements of the contract
documents, or if any of the work constructed under this contract requires repairs due to defects in materials or
workmanship, or for any other cause which may be attributed to the work which is being done by the Contractor,
the Board or its authorized representative, will notify the Contractor to rectify such defects or omissions, or to make
the repairs so required.
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 12 of 14
22.4 If the Contractor shall fail to begin to rectify such defects or omissions or to start such repairs within
five (5) days from the date of such notification, or if such rectification or repair work is not made in a manner
satisfactory to the Board or to its representative, the Board shall have the right to purchase any necessary materials,
rent any necessary tools and equipment and to employ such other person or persons as may be deemed proper to
make such repairs, and to pay the expense thereof out of moneys then due, or which may thereafter become due to
the Contractor, or out of the amount retained for that purpose by the Board.
22.5 If moneys to correct defects, omissions or to resolve any guarantee issues are not sufficient to meet
such expense, the additional moneys shall be furnished by the Contractor, and if he refuses or neglects to provide
the necessary moneys, they shall be provided by his sureties.
22.6 If it is necessary to remove any part of the work to rectify defects or omissions or to repair defects in
materials or workmanship, or if any part of the work becomes damaged due to such rectification or repairing, all
such shall be replaced or repaired, all to the satisfaction of the Director or said representative. The guarantee
provisions shall also apply to all rectified or repaired work.
Lake Metroparks Board of Park Commissioners
11211 Spear Road, Concord Twp., OH 44077
______________________________
__________________________________
______________
Witness
Paul Palagyi, Executive Director
Date
______________________________
__________________________________
______________
Witness
CONTRACTOR
Date
and by
NAME
ADDRESS
ADDRESS
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 13 of 14
EXHIBIT A
The Work consists of providing of all labor, materials, equipment, appliances and services necessary, including
those reasonable inferred,
BOARD-CONTRACTOR AGREEMENT
PROJECT
Page 14 of 14
APPLICATION AND CERTIFICATE FOR PAYMENT
To Owner:
LAKE METROPARKS
11211 Spear Road
Concord Twp, OH 44077
Paul Palagyi
Page 1 of 2
Invoice #:
Project:
Application #:
Distribution to :
Owner
Architect
Contractor
Period To:
From Contractor:
Project Nos:
Via (Architect):
Contract Date:
Contract For:
CONTRACTOR'S APPLICATION FOR PAYMENT
The undersigned Contractor certfies that to the best of the Contractor's knowledge,
Application is made for payment, as shown below, in connection with the Contact.
Continuation Sheet is attached.
1. Original Contract Sum . . . . . . . . . . . . . . . . . . . . . . . . . .
$
2. Net Change By Change Order . . . . . . . . . . . . . . . . . . . .
$
3. Contract Sum To Date . . . . . . . . . . . . . . . . . . . . . . . . . .
$
4. Total Completed and Stored To Date . . . . . . . . . . . . . . .
$
5. Retainage :
a.
10.00% of Completed Work
b.
10.00% of Stored Material
E
L
P
M
A
S
-
-
CONTRACTOR:
0
By:____________________________________Date:______________
-
State of:
Subscribed and sworn to before me this
$
-
$
$
6. Total Earned Less Retainage . . . . . . . . . . . . . . . . . . . . . .
$
7. Less Previous Certificates For Payments . . . . . . . . . . . .
8. Current Payment Due . . . . . . . . . . . . . . . . . . . . . . . . . . .
$
9. Balance To Finish, Plus Retainage . . . . . . . . . . . . . . . . .
$
CHANGE ORDER SUMMARY
Total changes approved
in previous months by Owner
County of:
day of
Notary Public:
My Commission expires:
Total Retainage . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
Additions
-
-
Deductions
ARCHITECT'S CERTIFICATE FOR PAYMENT
In accordance with the contract Documents, based on on-site observations and the data
comprising the above application, the Architect certifies to the Owner that to the best of the
Architect's knowledge, information and belief the Work has progressed as indicated,
the quality of the Work is in accordance with the Contract Documents, and the Contractor
is entitled to payment of the AMOUNT CERTIFIED.
AMOUNT CERTIFIED
$
-
(Attach explanation if amount certified differs from the amount applied. Initial all figures on this application
on the Continuation Sheet that are changed to conform with the amount certified)
Total Approved this Month
TOTALS
Net Changes By Change Order
information and belief the Work covered by this Application for Payment has been completed
in accordance with the Contract Documents, that all amounts have been paid by the Contractor
for Work for which previous Certificates for Payment were issued and payments received from
the Owner, and that current payment shown herein is now due.
$
$
-
$
-
$
-
$
-
ARCHITECT:
By:____________________________________Date:______________
This Certificate is not negotiable. The AMOUNT CERTIFIED is payable only to the
Contractor named herein. Issuance, payment and acceptance of payment are without
prejudice to any rights of the Owner or Contractor under this Contract.
CONTINUATION SHEET
Page 2 of 2
Application No. :
Application and Certfication for Payment, containing
Contractor's signed certification is attached.
In tabulations below, amounts are stated to the nearest dollar.
Use Column I on Contracts where variable retainage for line items may apply.
Invoice # :
A
Item
No.
Application Date :
To:
Architect's Project No.:
Contract :
B
Description of Work
C
Scheduled
Value
D
E
Work Completed
From Previous
This Period
Application
In Place
(D+E)
F
Materials
Presently
Stored
(Not in
D or E)
G
Total
Completed
and Stored
To Date
(D+E+F)
E
L
P
M
A
S
Page Totals
$
-
0
$
-
$
-
H
Balance
To Finish
(C-G)
%
(G / C)
$
$
$
$
$
-
$
$
$
$
$
$
-
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
#DIV/0!
$
-
$
-
#DIV/0!
$
I
Retainage
$0.00
$0.00
$0.00
$0.00
$0.00
$0.00
$
$
$
$
$
$
-
-
$
-
CERTIFICATE OF SUBSTANTIAL COMPLETION
Project / Bid Number:
Contract Date:
Final Contract Amount:
Owner:
Lake Metroparks
11211 Spear Road
Concord, Ohio 44077
Contractor:
This Certificate of Substantial Completion applies to all Work under the Contract Documents.
This Certificate of Substantial Completion applies to the following specified parts of the Contract Documents.
Documents:
PL
E
The Work in which this Certificate applies has been inspected and reviewed by authorized representatives of the Owner, Contractor and
Architect/Engineer and found to be substantially complete, and is also the date of commencement of applicable warranties required by the
Contract Documents, except as attached. Substantial Completion is the stage in the progress of the Work when the Work or designated
portion thereof is sufficiently complete in accordance with the Contract Documents so the owner can occupy or utilize the Work for
intended use.
The date of Substantial Completion of the Project or portion thereof designated above is hereby established as
Date
SA
M
A “Punch-List” of items to be completed or corrected is listed below. The failure to include any items on such
list does not alter the responsibility of the Contractor to complete all Work in accordance with the Contract
Documents. The Contractor shall complete or correct the Work within XX days from the above date of Substantial
Completion.
“Punch-List” items:
Lake Metroparks will issue a Final Completion Certificate upon the acceptance of the Work or designated portion
thereof as determined by the Owner, Contractor and Architect/Engineer as complete. Upon this time Final Payment
will be authorized and Lake Metroparks will assume full possession.
OR
Lake Metroparks accepts the Work or designated portion thereof as substantially complete and will assume full
possession thereof at (location) --, on (date) --.
____________________________
Signature
Paul B. Palagyi
Lake Metroparks
Executive Director
Date:
_____________________________
Signature
Name
Lake Metroparks
Project Manager
Date:
_____________________________
Signature
Name
Company
Title
Date:
This certification does not constitute an acceptance of Work NOT in accordance with the Contract Documents nor is it a release of
contractor’s obligation to complete the work in accordance with the Contract Documents. Lake Metroparks and Contractor’s legal and
insurance counsel should determine and review insurance requirements and coverage.
A
S
E
L
P
M
AFFIDAVIT OF (SUB OR ORIGINAL) CONTRACTOR
_____________,
Ohio ________________ , 20____
STATE OF OHIO, _________________ COUNTY, ss:
________________________________________________ being first duly sworn says that he is
____________________________________ of ________________________________________________
the (Sub/Original) Contractor having a contract with LAKE METROPARKS, the OWNER for
________________________________________________________________________________________
Situated on or around or in front of the following described property:
_______________________________________________________________________ whereof
LAKE METROPARKS was the OWNER.
Affiant further says that the following shows the names of every sub-contractor in the employ of said
________________________________________________________________________________________
giving the amount, if any, which is due, or to become due, to them, or any of them, for work done or machinery,
material or fuel furnished to date hereof, under said contracts.
NOTE: This statement must be accompanied by a similar sworn statement signed by each of the sub-contractors
listed below.
SUB-CONTRACTORS
Name
Trade
Amount due or to become due for work
and material furnished to date hereof
Said affiant further says that the following shows the names of every person furnishing machinery, material or
fuel to ____________________________________________ giving them the amount, if any, which is due, or
to become due, to them, for machinery, material or fuel furnished to date hereof, under said contracts.
MATERIAL MEN
Name
Trade
1 of 2
Amount due or to become due for work
and material furnished to date hereof
AFFIDAVIT OF (SUB OR ORIGINAL) CONTRACTOR
Said affiant further says that the following shows the names of every unpaid laborer in the employ of
______________________________________________ furnishing labor under said contract, giving the
amount, if any, which is due, or to become due, for labor done to date hereof.
Name
Trade
Amount due or to become due for
labor furnished to date hereof
That the amounts due or become due to said sub-contractors, material men and laborers, for work done, or
machinery, material or fuel furnished to date hereof, to _____________________________________________
Is fully and correctly set forth opposite their names, respectfully, in the aforesaid statements, and further
evidenced by certificates of every person furnishing machinery, material or fuel, hereto attached, and made a
part hereof.
Affiant further says that _____________________________________________ has not employed or
purchased or procured machinery, material or fuel from, or sub-contracted with any person, firm or corporation,
other than those mentioned above, and owes for no labor performed, or machinery or fuel furnished under said
contracts, other than above set forth.
________________________________________________
Name / Title
Sworn to before me and subscribed in my presence, at ____________________________, Ohio, this
__________ day of ________________________, 20____.
________________________________________________
Notary Public
____________________
Ohio, ______________, 20_____
The undersigned certifies that to date hereof that have furnished machinery, material or fuel as set out herein to
_______________________________________________________________________________________ for
__________________________________________________________________________________________
__________________________________________________________________________________________
Situated on or around or in front of the property described in the foregoing affidavit; that the nature of said
machinery, material or fuel furnished, the date when they commenced furnishing the same and the amount now
due or owing to each of them, is correctly stated and set opposite their respective names or that have been paid
in full, if so acknowledged hereon.
Name
Machinery, materials or fuel
and nature of the same
Commenced Furnishing
2 of 2
Amount due or to
become due to date
hereof.
WAIVER OF LIEN
To All Whom It May Concern:
In consideration of the FINAL sum of ___________________________________ dollars,
Written words
$__________________________ , and other valuable consideration in hand paid, the
receipt where of is hereby acknowledged, the undersigned does hereby waive, release and
relinquish any and all liens or claims, right to lien or claim, for labor or materials, or
both, furnished to date hereof, for premises known and described as follows:
Lake Metroparks Project: ________________________________________________
Project Address: ________________________________________________________
_______________________________________________________________________
Contractor/Sub-Contractor Name
_______________________________________________________________________
Trade
Witness the hand and seal given this _________ day of ________________, 20_______,
City of _____________________ County of _________________ State of ___________.
______________________________________________________________________
Address
______________________________________________________________________
Authorized Agents’ Name (print)
______________________________________________________________________
Signature of Authorized Agent
State of Ohio
County of ____________________
Subscribed and sworn to before me by _______________________________________
This _________ day of ________________________________________, 20________.
Notary Public _____________________________
My commission expires _____________.
(seal)
1 of 1
5/14/2014
AFFIDAVIT OF PREVAILING WAGES
I, ___________________________________________________, of
(Print Name)
___________________________________________
___________________________________________
___________________________________________
(Company name & address)
do hereby certify that the wages paid to all employees for the full number of hours worked in connection
with the Contract to the Improvement, Repair and Construction of:
________________________________________________________________________________
(Project and Location)
during the following period, from _________________ to __________________ is in accordance with
the prevailing wage prescribed by the contract document.
I further certify that no rebates of deductions for any wages due any person have been directly or
indirectly made other than those provided by law.
____________________________________________
Name (print)
____________________________________________
Signature of Officer or Agent
Sworn to and subscribed in my presence this _____ day of ____________________, 20___.
____________________________________________
(Notary Public)
The above affidavit must be executed and sworn to by the officer or agent of the Contractor or
Subcontractor who supervises the payment of employees, before the Board will release the surety and/or
make a final payment due under the terms of the Contract.
Public Improvement Agreement / Affidavit
Prevailing Wages
5/14/2014
Page 1
Schedule "A"
List of Drawing Index
Drawing Number & Title
TITLE SHEET
GENERAL NOTES
EXISTING SITE PLAN
DEMOLITION PLAN
SITE PLAN
SITE PLAN, PIER
SITE PLAN, ACCESS PATH
SITE PLAN, ACCESS PATH EXTIONSION
GRADING PLAN
PILE LOCATION PLAN
PIER PLANS
TYPICAL CRIB FRAMING PLAN
PIER PLANS & DETAILS
PIER SECTIONS
PIER DETAILS
PIER DETAILS (2)
BRIDGE DETAILS
CONCRETE ACCESS STAIRS
CONCRETE ACCESS STAIR DETAILS
ACCESS PATH SECTIONS & DETAILS
ACCESS PATH SECTIONS & DETAILS (2)
ACCESS PATH SECTIONS & DETAILS (3)
ACCESS PATH SECTIONS & DETAILS (4)
GROIN REPAIR & KAYAK LAUNCH DETAILS
RETAINING WALL DETAILS
ELECTRICAL LEGENDS & NOTES
ELECTRICAL SITE PLAN
ELECTRICAL ENLARGED PATHWAY PLAN
ELECTRICAL ENLARGED PIER PLAN
ELECTRICAL ENCLARGED ACCESS PATH PLAN
ELECTRICAL DETAILS
ELECTRICAL SCHEDULES & ONE LINE
Lake Metroparks Painesville Township Park New Pier and Access Path
Bid No. 2016-043
KS-01
KS-02
KS-03
KS-04
KS-05
KS-06
KS-07
KS-08
KS-09
KS-10
KS-11
KS-12
KS-13
KS-14
KS-15
KS-16
KS-17
KS-18
KS-19
KS-20
KS-21
KS-22
KS-23
KS-24
KS-25
E-01
E-02
E-03
E-04
E-05
E-06
E-07
Rev. 8/2/2016
3
SECTION 05 12 00
STRUCTURAL STEEL
PART 1 – GENERAL
1.1
WORK INCLUDED
1.1.1
1.2
Furnish all labor, materials, services, equipment, and apparatus necessary to complete
all structural steel work shown on the Contract Drawings and specified herein.
APPLICABLE PUBLICATIONS
1.2.1
American Institute of Steel Construction (AISC) Publications:
Specification for the Design, Fabrication, and Erection of Structural Steel for Buildings,
Adopted November 1, 1978
Code of Standard Practice for Steel Buildings and Bridges, September 1, 1976
Manual of Steel Construction, 9th Edition, Allowable Stress Design (ASD)
1.2.2
American Society for Testing and Materials (ASTM) Publications:
A572/A572M Standard Specification for High-Strength Low-Alloy ColumbiumVanadium Structural Steel
F593
Standard Specification for Stainless Steel Bolts, Hex Cap Screws, and Studs
F594
Standard Specification for Stainless Steel Nuts
A653 Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron
Alloy-Coated (Galvannealed) by the Hot-Dip Process
A722
1.2.3
American Welding Society (AWS) Publications:
D1.1
1.3
Uncoated High strength Steel Bar for Prestressing Concrete
Structural Welding Code – Steel
SUBMITTALS
1.3.1
Submit shop drawings of cribs, bridge and handrails for approval.
PART 2 – PRODUCTS
2.1
2.1.1
STEEL
Materials shall conform to the respective specifications specified herein and shown on
the drawings. Materials not otherwise specified herein on the drawings shall conform to
the AISC “Manual of Steel Construction”. All materials shall be new and without splices.
05 12 00 - 1
2.1.2
Structural Steel: ASTM A572 Grade 50 with a minimum yield strength of 50,000 psi (as
required on the Contract Drawings).
2.1.3
Pins for connecting crib sections shall be stainless steel and shall comply with ASTM
F593. All washers shall have a minimum thickness of 1/8 inch and shall be type 316
stainless steel. All nuts shall be stainless steel and shall comply with ASTM F594.
2.1.4
All bolts for bridge framing shall be ASTM A325 Type 3 with ASTM A563-C3 nuts and 2inch ASTM F436-3 washers.
2.1.5
Miscellaneous steel plates, pins, and beams shall comply with ASTM A572 Grade 50.
PART 3 – EXECUTION
3.1
3.1.1
3.2
CLEANING
Wash surfaces which become contaminated with rust, dirt, oil, grease, or other
contaminants with solvents until thoroughly clean. Insure that steel to be embedded in
concrete or mortar is free of dirt and grease.
ERECTION
3.2.1
Erect steel in accordance with the AISC “Manual of Steel Construction”.
3.2.2
Make provision for erection loads, and for sufficient temporary bracing to maintain
structure safe, plumb, and in true alignment until completion of erection and installation of
permanent bracing.
3.2.3
Do not field cut or alter structural members without approval of the Engineer.
3.2.4
Tolerances: In accordance with the “Code of Standard Practice” of the AISC “Manual of
Steel Construction”.
3.2.5
All steel used for the fabrication of handrailing shall be hot dipped galvanized after
assembly. Field assembled components (all welds, cuts or holes made after assembly is
hot dipped galvanized) shall be cleaned and covered with a minimum of two coats of cold
galvanizing compound.
3.3
3.3.1
WELDING
AWS D.1.1.
END OF SECTION
05 12 00 - 2
SECTION 05 31 00
STEEL FLOOR DECK
PART 1 – GENERAL
1.1
1.1.1
1.2
WORK INCLUDED
The extent of steel decking is shown on the drawings, including basic layout and type of
deck units required.
RELATED WORK
1.2.1
Section 05120 – Structural Steel Framing.
1.2.2
Section 03300 – Concrete.
1.2.3
Section 03200 – Concrete Reinforcement.
1.3
1.3.1
1.4
1.4.1
1.5
1.5.1
QUALITY ASSURANCE
Codes and Standards:
1.3.1.1
AISI S100, “North American Specifications for the American Iron and Steel
Institute Design of Cold-Formed Steel Structural Members”.
1.3.1.2
AWS D1.3, “Structural Welding Code – Sheet Steel”
SUBMITTALS
Shop Drawings
1.4.1.1
Deck layout, framing, and supports, with dimensions and sections.
1.4.1.2
Type and location of attachments.
PRODUCT DELIVERY, STORAGE AND HANDLING
Steel Deck
1.5.1.1
Store off ground with one end elevated for drainage.
1.5.1.2
Cover deck with waterproof material, ventilated to avoid condensation.
PART 2 – PRODUCTS
2.1
2.1.1
MATERIALS
Galvanized Steel: ASTM A 653 or ASTM A 1063, SS Grade 50
2.1.1.1 Zinc coated per ASTM A 653 or ASTM A 1063, G60.
05 31 00 ‐ 1 2.2
FABRICATION
2.2.1
General: Form deck units in lengths to span 3 or more supports, with butted end laps and
interlocking side laps.
2.3.2
Floor Deck Units: Provide configuration as manufactured by VERCO as follows:
FORMLOCKTM composite deck shall have deformations and indentations to provide a
mechanical bond with the concrete.
PLBTM-36 FORMLOKTM, 20 gage, 36” wide, 1-1/2” deep having minimum 100 psf
superimposed load for 101 span.
2.3
ACCESSORIES
2.3.1
Metal Accessories: same gage as decking except where noted or specified to be heavier
material on drawings.
2.3.2
Vent Tabs: Provide factory punched vents projecting upwards in interior low flutes at
approximately 6 inches on center.
2.3.2
Sidelap Vents: Provide factory rolled-in sidelap vents.
PART 3 – EXECUTION
3.1
INSPECTION
3.1.1
Check supporting members for correct layout and alignment.
3.1.2
Verify that surfaces to receive floor deck are free of debris.
3.1.3
Do not proceed with installation until defects are corrected.
3.2
INSTALLATION
3.2.1
General: Install floor deck units and accessories in accordance with approved shop
drawings.
3.2.2
Placing Floor Deck Units:
3.2.3
3.2.2.1
Position on supporting steel framework and adjust to final position with
ends bearing a minimum of 2 inches on supporting members.
3.2.2.2
Place units end to end before permanently fastening.
3.2.2.3
Align ribs over entire length of run.
Fastening Deck Units: Secure to supporting members with ½ inch effective arc spot
welds. If studs are welded through deck to structural steel, stud welds can replace arc
spot welds.
05 31 00 ‐ 2 3.3
PROTECTION
3.3.1
Do not use deck units for storage or working platforms.
3.3.2
Construction loads must not exceed flexural strength and serviceability requirements of
deck.
3.3.3
Concrete must be placed with care, avoiding impacts by dropping or dumping. Runways
must be planked if using buggies. Heavy concentrated loads of concrete or crews and
uniform loads exceeding 20 psf must be investigated for shoring consideration.
3.3.4
Calcium chloride and concrete admixtures containing chloride salts shall not be used with
FORMLOCKTM deck.
END OF SECTION
05 31 00 ‐ 3 SECTION 09 93 00
CONCRETE STAINING
PART 1 – GENERAL
1.1
SUMMARY
1.1.1
This Section specifies an applied stain and sealer for horizontal cast-in-place concrete surfaces.
1.1.2
Related Specifications: Refer to the following specification sections for coordination:
1.1.2.1
ODOT Construction and Material Specifications, January 1, 2016, Section 511
1.2
SUBMITTALS
1.2.1
Product Data: Submit manufacturer's product data and installation instructions.
1.2.2
Mock-Up: Prepare a test area minimum 2 by 2 feet in size to verify suitability of the stain, sealer
and final appearance.
1.3
QUALITY ASSURANCE
1.3.1
Manufacturer: Minimum 10 years experience producing concrete coatings.
1.3.2
Installer: Licensed installers, experienced and trained in the use of these products.
1.3.2.1
Suitability of Substrate: Do not apply to concrete surfaces which may have insufficient chemical
reaction, including older or weather concrete, concrete subject to runoff or weathered concrete,
or heavily sandblasted concrete.
1.3.2.2
Regulatory Requirements: Comply with requirements of authorities having jurisdiction and
applicable codes at the location of the project.
1.4
DELIVERY, STORAGE AND HANDLING
1.4.1
Deliver materials and products in unopened factory labeled packages. Protect from damage.
1.4.2
Store in a safe place, out of direct sunlight. Keep containers tightly sealed. Do not allow product
to freeze. Use within manufacturer’s recommended shelf life, approximately 12 months.
09 93 00 ‐ 1 PART 2 – PRODUCTS
2.1
MATERIALS
2.1.1
Concrete Stain: The concrete stain shall have the following properties:
2.1.1.1
Type: Penetrating chemical stain which chemically reacts with concrete.
2.1.1.2
Color to be selected by Owner from manufacturer’s standard color pallete.
2.1.1.3
Coverage: 200-300 square feet of concrete surface per gallon.
2.1.2
Concrete Sealer: As recommended by concrete stain manufacturer.
PART 3 – EXECUTION
3.1
PREPARATION
3.1.1
Inspection: Prior to start of application, inspect existing conditions to ensure surfaces are suitable
for installation including the following:
3.1.1.1
Concrete has cured for a minimum of 28 days prior to application of stain.
3.1.1.2
Surface is completely free of sealers, oils, dirt, paint, alkali, penetrating sealers and foreign
materials that would prevent the stain from penetrating the concrete surface.
3.1.1.3
Concrete has been swept clean.
3.1.1.4
Test area has been approved.
3.2
APPLICATION
3.2.1
Concrete Stain: Strictly comply with manufacturer’s installation recommendations including the
following:
3.2.1.1
Use experienced installers wearing protective clothing and breathing apparatus.
3.2.1.2
Test surface for suitable reactivity.
3.2.1.3
Protect adjacent areas from over-spray, runoff, spills and tracking prior to application.
3.2.1.4
For areas requiring material from more than one container, mix together prior to application to
avoid color variation.
3.2.1.5
Apply at rate recommended by manufacturer.
3.2.1.6
Clean, rinse and neutralize surface.
3.2.2
Concrete Sealer: Strictly comply with manufacturer’s installation recommendations. Apply after
stain has dried at rate recommended by manufacturer. Clean surface as recommended by
manufacturer.
09 93 00 ‐ 2 3.3
CLEANING AND PROTECTION
3.3.1
Protection: Do not cover, but protect floor area from paint and other contaminates that could
inhibit the stain.
END OF SECTION 09 93 00 ‐ 3 SECTION 10 73 00
PROTECTIVE COVERS
PART 1 – GENERAL
1.1
WORK INCLUDED
1.1.1
Furnish labor, materials, equipment and transportation to install new prefabricated steel
canopy structures on crib pier as shown on the Contract Drawings and specified herein.
1.1.2
Submit shop drawings stamped by an Ohio Registered Professional Engineer.
1.1.3
The Contractor shall be responsible for preparing materials required for applications for
all State of Ohio Building Permits.
1.1.2
One (1) twenty-foot by thirty-foot (20-foot by 30-foot) steel canopy.
1.1.3
Two (2) eight-foot by nine-foot steel (8-foot by 9-foot) canopies.
1.2
RELATED SECTIONS
1.2.1
1.3
Cast-In-Place Concrete, Section 03 30 00.
REFERENCES
1.3.1
American Institute of Steel Construction (AISC)
1.3.2
American Iron and Steel Institute (AISI) Specifications for Cold Formed Members
1.3.3
American Society of Testing and Materials (ASTM)
1.3.4
Steel Finishing
1.3.4.1
For quality control purposes, steel shall be cleaned, pretreated and finished at a facility
owned and directly supervised by the manufacturer. Steel shall be shot blasted to SSPCSP10 near-white blast cleaning. SSPC-SP2 hand tool cleaning will not be an acceptable
alternative. Parts shall be pretreated in a 3 stage iron phosphate or equal washer. Epoxy
primer powder coat to be applied to parts for superior corrosion protection with a top coat
of Super Durable TGIC Powder Coat. For environmental purposes, finish shall allow no
VOC emissions.
1.3.4.2
For quality control purposes the supplier applying the powder coat shall be PCI 4000 S
Certified which covers meeting the requirements in: pretreatment, ovens and curing,
control, application area, quality control, training, maintenance, customer satisfaction,
safety, process incoming quality control, and loading, unloading, and packaging.
1.3.4.3
All visible areas of exposed nuts, bolts, and washers for frame and ornamentation
connection shall be powder coated to match the frame to minimize installer’s time in
touching them up. The threads shall be protected for ease of installation (nuts, bolts, and
washers).
10 73 00 ‐ 1 1.3.4.4
If there is a functional cupola, all exposed structural bolts shall be painted to minimize
installer’s time in touching them up.
1.3.4.5
All heads of fasteners for purlin and u-clip connections shall be painted to minimize
installer’s time in touching them up.
1.3.4.6
Sample production parts shall have been tested and meet the following criteria:
1.3.4.6.1
Salt spray resistance per ASTM B 117/ ASTM D 1654 to 5000 hours with no creep from
scribe line and rating of 10.
1.3.4.6.2
Humidity resistance per ASTM D2247-02 to 3000 hours with no loss of adhesion or
blistering.
1.3.4.6.3
Color/UV resistance per ASTM G154-04 to 2000 hours exposure, alternate cycles with
results of a) no chalking b) 75% color retention c) Color variation maximum 3.0 E
variation CIE formula (before and after 2000 hours exposure).
1.3.5
American Society for Quality (ASQ).
1.3.6
American Welding Society (AWS).
1.3.7
International Building Code (IBC).
1.3.8
Lightning Protection Institute (LPI).
1.3.9
National Fire Protection Association (NFPA).
1.3.10
National Recreation and Park Association (NRPA).
1.3.11
OSHA Steel Erection Standard 29 CFR 1926 Subpart R-Steel Erection.
1.3.12
Powder Coating Institute (PCI).
1.3.13
PCI 4000 S Certification.
1.3.14
Steel Structures Painting Council (SSPC) SSPC-SP10 Near White Blast Cleaning.
1.4
SYSTEM DESCRIPTION
1.4.1
Product Design Loads
1.4.1.1
IBC (2012 edition) 30 pounds per square foot ground snow load, 90 mile per hour basic
wind speed, site specific seismic zone requirements.
1.4.2
Design Method
1.4.2.1
As a minimum the engineering calculations submitted shall include the following:
1.4.2.1.1
Building Codes and design manuals used for calculations.
1.4.2.1.2
Formulas used for determining loads specific to project location.
1.4.2.1.3
Three dimensional modeling input, model geometry, and analysis results.
10 73 00 ‐ 2 1.4.2.1.4
Member design results and controlling load cases.
1.4.2.1.5
Connection design for bolts, welds, and plate thicknesses.
1.4.2.1.6
Foundation design including vertical and lateral load effects. Foundation designs must
include the worst case effects due to wind or seismic loads.
1.4.3
The pre-engineered package shall be a pre-cut and pre-fabricated package that shall
include powder coated structural frame members, roof material, fasteners, and trim as
well as the installation instructions. The structure shall be shipped knocked down for
minimum shipping charges. Field labor will be kept to a minimum by pre-manufactured
parts. No onsite welding will be permitted. Connection bolts shall be concealed within the
tubing where possible.
1.4.4
Where possible, tube column to concrete base will be surface mounted with all anchor
bolts hidden within the column. Each column will have a minimum of four anchor bolts to
meet OSHA safety requirements.
1.4.5
Where possible, the structure will have a moment connection at the top of the column
and a pinned connection at the base of the column to ensure a clean connection at the
base, reduce the size of the concrete foundation, and provide for one-step concrete
installation process.
1.5
SUBMITTALS
1.5.1
General Submittal
1.5.1.1
Submit 2 sets of signed and sealed submittal drawings by a Professional Engineer
licensed in the State of Ohio and 2 sets of calculation books.
1.5.1.2
Structural calculations shall be in conformance to item 1.4.2 of this Section.
1.6
QUALITY ASSURANCE
1.6.1
Provide evidence of commitment to quality craftsmanship as demonstrated by the
following:
1.6.1.1
Supplier qualifications:
1.6.1.1.1
The product shall be designed, produced, and finished at a facility owned and directly
supervised by the supplier who has at a minimum of ten years making steel frame premanufactured shelters.
1.6.1.1.2
The product shall be shipped from a single source.
1.7
1.7.1
1.8
DELIVERY AND STORAGE
Installer shall unload materials with necessary equipment (no hand unloading), store
covered out of weather, and keep out of direct sun. The owner’s representative shall
inspect parts within 48 hours of delivery, compare with manufacturer’s bill of material, and
report any missing or non-conforming parts to manufacturer within this time.
WARRANTY
10 73 00 ‐ 3 1.8.1
The structure shall have a minimum 10-year warranty on structural members and paisn
systems. The warranty shall be fully transferrable and shall be transferred to Owner upon
project completion.
PART 2 – PRODUCTS
2.1
DESCRIPTION OF PRODUCT
2.1.1
2.2
Prefabricated steel canopy.
MATERIALS
2.2.1
Structural Framing
2.2.1.1
Structural steel tube minimum ASTM A500 grade B, “I” beams, tapered columns, open
channels, or wood products shall not be accepted for primary beams. Frame will be
painted with a color to be selected by Owner from from manufacturer's standard color
chart
2.2.1.2
Compression Members
2.2.1.2.1
Compression Ring: Structural channel or welded plate minimum ASTM A36 or
2.2.1.2.2
Compression Tube: Structural steel tube minimum ASTM A500 grade B.
2.2.1.3
Structural Fasteners
2.2.1.3.1
ASTM A325 high strength bolts and A563 high strength nuts, ASTM A307 anchor bolts.
2.2.1.4
Primary Roof Deck (Structural Insulated Panels)
2.2.1.4.1
Structural Insulated Panels are to be manufactured to code requirements as listed under
NTA Listing PSC121902-22. Roof deck SIPs shall be 4 ½” thick, incorporate a 7/16” OSB
top surface for nail or screw base with a 3 5/8” thick 1 pound minimum EPS core, and a
ceiling interior surface of 11/32” reverse board and batten fir plywood core with a Douglas
Fir face premium grade. The facing shall have grooves 4” on center and will be made to
meet NER 231 performance standards or better. Panels shall be factory precut to shape
and size. Foam filler and battens and cedar trim are to be factory supplied including long
fasteners as applicable for model selected. Common T-1-11 fir plywood with knots and fir
face is not acceptable. Underside of panels shall be sealed by erection contractor before
installation per architect’s or owner’s recommendations using coating supplier’s
instructions. Metal eave fascia is standard.
2.2.1.5
Secondary Roof System of Standing Seam Metal Roofing
2.2.1.5.1
Standing seam metal roofing to be 24-gauge galvalume factory finished with Kynar 500
paint system. Panels shall be 16” wide with ribs 1-3/4” high. Angles shall be cut in the
field. Color to be chosen by Owner from the manufacturer’s standard color chart.
2.2.1.5.1.1
Metal roofing trim shall match the color of the roof and shall be factory made of 26 gauge
Kynar 500 painted steel. Trim shall include panel ridge caps, eave trim, splice channels,
roof peak cap, and corner trim as applicable for model selected, reference drawings for
additional information. Painted screws and butyl tape are included.
10 73 00 ‐ 4 2.2.1.5.1.2
Ridge Caps shall be preformed with a single central bend to match the roof pitch and
shall be hemmed on the sides.
2.2.1.5.1.3
Roof peak cap shall be supplied on all buildings (that do not include a cupola).
2.2.1.5.1.4
Thirty pound felt and nails shall be provided when T&G roof deck or SIP roof deck is
ordered along with metal roofing.
2.3
FABRICATION
2.3.1
All steel fabrication of tubes and plates shall be factory controlled under a documented
Quality Management System. All parts shall be permanently etched with identification
numbers. Fabrication facility will be experienced for a minimum of ten years in precision
tube and plate fabrication. Cumulative experience in fabrication will not be an acceptable
alternative.
2.3.1
Certified AWS welders shall make all welded connections in accordance with AWS
Specifications and supervised AWS Certified Welding Inspector.
PART 3 – ERECTION
3.1
3.1.1
3.2
3.2.1
FOOTINGS
The shelter shall be set on prepared footings designed by canopy manufacturer, anchor
bolts to be provided.
INSTALLATION
Install all components according to manufacturer’s installation instructions and these
specifications.
PART 4 – PAYMENT
4.1
20-Foot By 30-Foot Canopy
4.1.1
Payment for furnishing all labor, materials, equipment and transportation to install one
new prefabricated 20-foot by 30-foot steel canopy structure shall be as a lump sum.
4.1.1
Payment for furnishing all labor, materials, equipment and transportation to install two
new prefabricated 8-foot by 9-foot steel canopy structures shall be based on unit pricing
per canopy structure.
END OF SECTION 10 73 00 ‐ 5 SECTION 26 01 26
TESTING OF ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
This Section includes general requirements for electrical field testing and inspecting.
Detailed requirements are specified in each Section containing components that require
testing. General requirements include the following:
1.2.1.1.
Suitability of test equipment.
1.2.1.2.
Calibration of test instruments.
1.2.1.3.
Coordination requirements for testing and inspecting.
1.2.1.4.
Reporting requirements for testing and inspecting.
PART 2 - PRODUCTS - NOT USED
PART 3 - EXECUTION
3.1.
GENERAL TESTS AND INSPECTIONS
3.1.1.
If a group of tests are to be performed, prepare systems, equipment, and components for
tests and inspections, and perform preliminary tests to ensure that systems, equipment,
and components are ready for testing. Include the following minimum preparations as
appropriate:
3.1.1.1.
Perform insulation-resistance tests.
3.1.1.2.
Perform continuity tests.
3.1.1.3.
Perform rotation test (for motors to be tested).
3.1.1.4.
Provide a stable source of single-phase, electrical power for test instrumentation at each
test location.
3.1.2.
Test and Inspection Reports: In addition to requirements specified elsewhere, report the
following:
3.1.2.1.
Manufacturer's written testing and inspecting instructions.
3.1.2.2.
Calibration and adjustment settings of adjustable and interchangeable devices involved in
tests.
3.1.2.3.
Tabulation of expected measurement results made before measurements.
Section 26 01 26 - 1
3.1.2.4.
Tabulation of "as-found" and "as-left" measurement and observation results.
END OF SECTION
Section 26 01 26 - 2
SECTION 26 05 00
COMMON WORK RESULTS FOR ELECTRICAL
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
Section Includes:
1.2.1.1.
Electrical equipment coordination and installation.
1.2.1.2.
Sleeves for raceways and cables.
1.2.1.3.
Sleeve seals.
1.2.1.4.
Grout.
1.2.1.5.
Common electrical installation requirements.
1.3.
COORDINATION
1.3.1.
Coordinate arrangement, mounting, and support of electrical equipment:
1.3.1.1.
To allow maximum possible headroom unless specific mounting heights that reduce
headroom are indicated.
1.3.1.2.
To provide for ease of disconnecting the equipment with minimum interference to other
installations.
1.3.1.3.
To allow right of way for piping and conduit installed at required slope.
1.3.1.4.
So connecting raceways, cables, wireways, cable trays, and busways will be clear of obstructions and of the working and access space of other equipment.
1.3.2.
Coordinate installation of required supporting devices and set sleeves in cast-in-place
concrete, masonry walls, and other structural components as they are constructed.
PART 2 - PRODUCTS
2.1.
SLEEVES FOR RACEWAYS AND CABLES
2.1.1.
Steel Pipe Sleeves: ASTM A 53/A 53M, Type E, Grade B, Schedule 40, galvanized
steel, plain ends.
2.1.2.
Cast-Iron Pipe Sleeves: Cast or fabricated "wall pipe," equivalent to ductile-iron pressure
pipe, with plain ends and integral waterstop, unless otherwise indicated.
2.1.3.
Sleeves for Rectangular Openings: Galvanized sheet steel.
Section 26 05 00 - 1
2.1.3.1.
Minimum Metal Thickness:
2.1.3.1.1.
For sleeve cross-section rectangle perimeter less than 50 inches and no side more than
16 inches, thickness shall be 0.052 inch.
2.1.3.1.2.
For sleeve cross-section rectangle perimeter equal to, or more than, 50 inches and 1 or
more sides equal to, or more than, 16 inches, thickness shall be 0.138 inch.
2.2.
SLEEVE SEALS
2.2.1.
Description: Modular sealing device, designed for field assembly, to fill annular space
between sleeve and raceway or cable.
2.2.1.1.
Manufacturers: Subject to compliance with requirements of this section and with the provisions of the Buy America Act, provide products from one of the manufacturers listed below:
2.2.1.1.1.
Advance Products & Systems, Inc.
2.2.1.1.2.
Calpico, Inc.
2.2.1.1.3.
Metraflex Co.
2.2.1.1.4.
Pipeline Seal and Insulator, Inc.
2.2.1.2.
Sealing Elements: EPDM interlocking links shaped to fit surface of cable or conduit. Include type and number required for material and size of raceway or cable.
2.2.1.3.
Pressure Plates: Carbon steel. Include two for each sealing element.
2.2.1.4.
Connecting Bolts and Nuts: Carbon steel with corrosion-resistant coating of length required to secure pressure plates to sealing elements. Include one for each sealing element.
2.3.
2.3.1.
GROUT
Nonmetallic, Shrinkage-Resistant Grout: ASTM C 1107, factory-packaged, nonmetallic
aggregate grout, noncorrosive, nonstaining, mixed with water to consistency suitable for
application and a 30-minute working time.
PART 3 - EXECUTION
3.1.
COMMON REQUIREMENTS FOR ELECTRICAL INSTALLATION
3.1.1.
Comply with NECA 1.
3.1.2.
Measure indicated mounting heights to bottom of unit for suspended items and to center
of unit for wall-mounting items.
3.1.3.
Headroom Maintenance: If mounting heights or other location criteria are not indicated,
arrange and install components and equipment to provide maximum possible headroom
consistent with these requirements.
Section 26 05 00 - 2
3.1.4.
Equipment: Install to facilitate service, maintenance, and repair or replacement of components of both electrical equipment and other nearby installations. Connect in such a
way as to facilitate future disconnecting with minimum interference with other items in the
vicinity.
3.1.5.
Right of Way: Give to piping systems installed at a required slope.
3.2.
SLEEVE INSTALLATION FOR ELECTRICAL PENETRATIONS
3.2.1.
Electrical penetrations occur when raceways, cables, wireways, cable trays, or busways
penetrate concrete slabs, concrete or masonry walls, or fire-rated floor and wall assemblies.
3.2.2.
Concrete Slabs and Walls: Install sleeves for penetrations unless core-drilled holes or
formed openings are used. Install sleeves during erection of slabs and walls.
3.2.3.
Use pipe sleeves unless penetration arrangement requires rectangular sleeved opening.
3.2.4.
Cut sleeves to length for mounting flush with both surfaces of walls.
3.2.5.
Extend sleeves installed in floors 6 inches above finished floor level.
3.2.6.
Size pipe sleeves to provide 1/4-inch annular clear space between sleeve and raceway
or cable, unless indicated otherwise.
3.2.7.
Seal space outside of sleeves with grout for penetrations of concrete and masonry
3.2.7.1.
Promptly pack grout solidly between sleeve and wall so no voids remain. Tool exposed
surfaces smooth; protect grout while curing.
3.2.8.
Interior Penetrations of Non-Fire-Rated Walls and Floors: Seal annular space between
sleeve and raceway or cable, using joint sealant appropriate for size, depth, and location
of joint.
3.2.9.
Aboveground, Exterior-Wall Penetrations: Seal penetrations using steel pipe sleeves and
mechanical sleeve seals. Select sleeve size to allow for 1-inch annular clear space between pipe and sleeve for installing mechanical sleeve seals.
3.2.10.
Underground, Exterior-Wall Penetrations: Install cast-iron pipe sleeves. Size sleeves to
allow for 1-inch annular clear space between raceway or cable and sleeve for installing
mechanical sleeve seals.
3.3.
SLEEVE-SEAL INSTALLATION
3.3.1.
Install to seal exterior wall penetrations.
3.3.2.
Use type and number of sealing elements recommended by manufacturer for raceway or
cable material and size. Position raceway or cable in center of sleeve. Assemble mechanical sleeve seals and install in annular space between raceway or cable and sleeve.
Tighten bolts against pressure plates that cause sealing elements to expand and make
watertight seal.
END OF SECTION
Section 26 05 00 - 3
SECTION 26 05 19
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
This Section includes the following:
1.2.1.1.
Building wires and cables rated 600 V and less.
1.2.1.2.
Connectors, splices, and terminations rated 600 V and less.
1.2.1.3.
Sleeves and sleeve seals for cables.
1.3.
DEFINITIONS
1.3.1.
EPDM: Ethylene-propylene-diene terpolymer rubber.
1.3.2.
NBR: Acrylonitrile-butadiene rubber.
1.4.
QUALITY ASSURANCE
1.4.1.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
1.4.2.
Comply with NFPA 70.
1.5.
COORDINATION
1.5.1.
Set sleeves in cast-in-place concrete, masonry walls, and other structural components as
they are constructed.
PART 2 - PRODUCTS
2.1.
CONDUCTORS AND CABLES
2.1.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.1.1.1.
American Insulated Wire Corp.; a Leviton Company.
2.1.1.2.
General Cable Corporation.
2.1.1.3.
Southwire Company.
2.1.1.4.
Or Approved Equal.
Section 26 05 19 - 1
2.1.2.
Copper Conductors: Comply with NEMA WC 70.
2.1.3.
Conductor Insulation: Comply with NEMA WC 70 for Types THHN-THWN.
2.2.
CONNECTORS AND SPLICES
2.2.1.
Manufacturers: Subject to compliance with requirements this section and with the provisions of the Buy American Act, provide products from one of the manufacturers listed below:
2.2.1.1.
Hubbell Power Systems, Inc.
2.2.1.2.
O-Z/Gedney; EGS Electrical Group LLC.
2.2.1.3.
3M; Electrical Products Division.
2.2.1.4.
Or Approved Equal.
2.2.2.
Description: Factory-fabricated connectors and splices of size, ampacity rating, material,
type, and class for application and service indicated.
PART 3 - EXECUTION
3.1.
CONDUCTOR MATERIAL APPLICATIONS
3.1.1.
Feeders: Copper, Solid for No. 10 AWG and smaller; stranded for No. 8 AWG and larger.
3.1.2.
Branch Circuits: Copper. Solid for No. 10 AWG and smaller; stranded for No. 8 AWG
and larger.
3.2.
CONDUCTOR INSULATION AND MULTICONDUCTOR CABLE APPLICATIONS AND WIRING
METHODS
3.2.1.
Service Entrance: Type THHN-THWN, 60 degree C, single conductors in raceway
3.2.2.
Feeders Concealed in Concrete, below Slabs-on-Grade, and underground: Type THHNTHWN, 75 degree C. single conductors in raceway.
3.2.3.
Branch Circuits Concealed in Ceilings, Walls, and Partitions: Type THHN-THWN,75 degree C. single conductors in raceway
3.3.
INSTALLATION OF CONDUCTORS AND CABLES
3.3.1.
Conceal cables in finished walls, ceilings, and floors, unless otherwise indicated.
3.3.2.
Use manufacturer-approved pulling compound or lubricant where necessary; compound
used must not deteriorate conductor or insulation. Do not exceed manufacturer's recommended maximum pulling tensions and sidewall pressure values.
3.3.3.
Use pulling means, including fish tape, cable, rope, and basket-weave wire/cable grips,
that will not damage cables or raceway.
Section 26 05 19 - 2
3.3.4.
Install exposed cables parallel and perpendicular to surfaces of exposed structural members, and follow surface contours where possible.
3.3.5.
Support cables according to Division 26 Section "Hangers and Supports for Electrical
Systems."
3.3.6.
Identify and color-code conductors and cables according to Division 26 Section "Identification for Electrical Systems."
3.4.
CONNECTIONS
3.4.1.
Tighten electrical connectors and terminals according to manufacturer's published torquetightening values. If manufacturer's torque values are not indicated, use those specified
in UL 486A and UL 486B.
3.4.2.
Make splices and taps that are compatible with conductor material and that possess
equivalent or better mechanical strength and insulation ratings than unspliced conductors.
3.4.3.
Wiring at Outlets: Install conductor at each outlet, with at least 12 inches of slack.
3.5.
FIELD QUALITY CONTROL
3.5.1.
Perform tests and inspections and prepare test reports.
3.5.2.
Tests and Inspections:
3.5.2.1.
After installing conductors and cables and before electrical circuitry has been energized,
test service entrance and feeder conductors for compliance with requirements.
3.5.2.2.
Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters.
3.5.3.
Test Reports: Prepare a written report to record the following:
3.5.3.1.
Test procedures used.
3.5.3.2.
Test results that comply with requirements.
3.5.3.3.
Test results that do not comply with requirements and corrective action taken to achieve
compliance with requirements.
3.5.4.
Remove and replace malfunctioning units and retest as specified above.
END OF SECTION
Section 26 05 19 - 3
SECTION 26 05 26
GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.1.
1.3.
This Section includes methods and materials for grounding systems and equipment.
QUALITY ASSURANCE
1.3.1.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to authorities having jurisdiction,
and marked for intended use.
1.3.2.
Comply with UL 467 for grounding and bonding materials and equipment.
PART 2 - PRODUCTS
2.1.
CONDUCTORS
2.1.1.
Insulated Conductors: tinned-copper wire or cable insulated for 600 V unless otherwise
required by applicable Code or authorities having jurisdiction.
2.1.2.
Bare Copper Conductors:
2.1.2.1.
Solid Conductors: ASTM B 3.
2.1.2.2.
Stranded Conductors: ASTM B 8.
2.1.2.3.
Tinned Conductors: ASTM B 33.
2.1.2.4.
Bonding Cable: 28 kcmil, 14 strands of No. 17 AWG conductor, 1/4 inch in diameter.
2.1.2.5.
Bonding Conductor: No. 4 or No. 6 AWG, stranded conductor.
2.1.2.6.
Bonding Jumper: Copper tape, braided conductors, terminated with copper ferrules; 15/8 inches wide and 1/16 inch thick.
2.1.2.7.
Tinned Bonding Jumper: Tinned-copper tape, braided conductors, terminated with copper ferrules; 1-5/8 inches wide and 1/16 inch thick.
2.2.
2.2.1.
CONNECTORS
Listed and labeled by a nationally recognized testing laboratory acceptable to authorities
having jurisdiction for applications in which used, and for specific types, sizes, and combinations of conductors and other items connected.
Section 26 05 26 - 1
2.2.2.
Bolted Connectors for Conductors and Pipes: Copper or copper alloy, bolted pressuretype, with at least two bolts.
2.2.2.1.
Pipe Connectors: Clamp type, sized for pipe.
2.2.3.
Welded Connectors: Exothermic-welding kits of types recommended by kit manufacturer
for materials being joined and installation conditions.
2.3.
GROUNDING ELECTRODES
2.3.1.
Ground Rods: Copper-clad, 3/4 inch by10 feet in diameter.
PART 3 - EXECUTION
3.1.
APPLICATIONS
3.1.1.
Underground Grounding Conductors: Install bare tinned-copper conductor, No. 2/0 AWG
minimum.
3.1.1.1.
Bury at least 24 inches below grade.
3.1.1.2.
Duct-Bank Grounding Conductor: Bury 12 inches above duct bank when indicated as
part of duct-bank installation.
3.1.2.
Conductor Terminations and Connections:
3.1.2.1.
Pipe and Equipment Grounding Conductor Terminations: Bolted connectors.
3.1.2.2.
Underground Connections: Welded connectors, except at test wells and as otherwise indicated.
3.1.2.3.
Connections to Structural Steel: Welded connectors.
3.2.
EQUIPMENT GROUNDING
3.2.1.
Install insulated equipment grounding conductors with all feeders and branch circuits.
3.2.2.
Install insulated equipment grounding conductors with the following items, in addition to
those required by NFPA 70:
3.2.2.1.
Feeders and branch circuits.
3.2.2.2.
Lighting circuits.
3.2.2.3.
Receptacle circuits.
3.2.2.4.
Single-phase motor and appliance branch circuits.
3.2.2.5.
Three-phase motor and appliance branch circuits.
3.2.2.6.
Flexible raceway runs.
3.3.
INSTALLATION
Section 26 05 26 - 2
3.3.1.
Grounding Conductors: Route along shortest and straightest paths possible, unless otherwise indicated or required by Code. Avoid obstructing access or placing conductors
where they may be subjected to strain, impact, or damage.
3.3.2.
Ground Rods: Drive rods until tops are 2 inches below finished floor or final grade, unless otherwise indicated.
3.3.2.1.
Interconnect ground rods with grounding electrode conductor below grade and as otherwise indicated. Make connections without exposing steel or damaging coating, if any.
3.3.2.2.
For grounding electrode system, install at least three rods spaced at least one-rod length
from each other and located at least the same distance from other grounding electrodes,
and connect to the service grounding electrode conductor.
3.3.3.
Bonding Straps and Jumpers: Install in locations accessible for inspection and maintenance, except where routed through short lengths of conduit.
3.3.3.1.
Bonding to Structure: Bond straps directly to basic structure, taking care not to penetrate
any adjacent parts.
3.3.3.2.
Bonding to Equipment Mounted on Vibration Isolation Hangers and Supports: Install so
vibration is not transmitted to rigidly mounted equipment.
3.3.3.3.
Use exothermic-welded connectors for outdoor locations, but if a disconnect-type connection is required, use a bolted clamp.
3.4.
FIELD QUALITY CONTROL
3.4.1.
Perform the following tests and inspections and prepare test reports:
3.4.1.1.
After installing grounding system but before permanent electrical circuits have been energized, test for compliance with requirements.
3.4.1.2.
Test completed grounding system at each location where a maximum ground-resistance
level is specified, at service disconnect enclosure grounding terminal, and at individual
ground rods. Make tests at ground rods before any conductors are connected.
3.4.1.2.1.
Measure ground resistance not less than two full days after last trace of precipitation and
without soil being moistened by any means other than natural drainage or seepage and
without chemical treatment or other artificial means of reducing natural ground resistance.
3.4.1.2.2.
Perform tests by fall-of-potential method according to IEEE 81.
3.4.2.
Report measured ground resistances that exceed the following values:
3.4.2.1.
Power and Lighting Equipment or System with Capacity 500 kVA and Less: 10 ohms.
3.4.2.2.
Power Distribution Units or Panelboards Serving Electronic Equipment: 3 ohm(s).
3.4.2.3.
Substations and Pad-Mounted Equipment: 5 ohms.
Section 26 05 26 - 3
3.4.3.
Excessive Ground Resistance: If resistance to ground exceeds specified values, notify
Architect promptly and include recommendations to reduce ground resistance.
END OF SECTION
Section 26 05 26 - 4
SECTION 26 05 29
HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
DEFINITIONS
1.2.1.
EMT: Electrical metallic tubing.
1.2.2.
RMC: Rigid metal conduit.
1.3.
PERFORMANCE REQUIREMENTS
1.3.1.
1.4.
Design equipment supports capable of supporting combined operating weight of supported equipment and connected systems and components.
QUALITY ASSURANCE
1.4.1.
Welding: Qualify procedures and personnel according to AWS D1.1/D1.1M, "Structural
Welding Code - Steel."
1.4.2.
Comply with NFPA 70.
1.5.
COORDINATION
1.5.1.
Coordinate size and location of concrete bases. Cast anchor-bolt inserts into bases.
Concrete, reinforcement, and formwork requirements as specified.
PART 2 - PRODUCTS
2.1.
SUPPORT, ANCHORAGE, AND ATTACHMENT COMPONENTS
2.1.1.
Steel Slotted Support Systems: Comply with MFMA-4, factory-fabricated components for
field assembly.
2.1.2.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.1.2.1.
Allied Tube & Conduit.
2.1.2.2.
Cooper B-Line, Inc.; a division of Cooper Industries.
2.1.2.3.
ERICO International Corporation.
2.1.2.4.
GS Metals Corp.
2.1.2.5.
Thomas & Betts Corporation.
Section 26 05 29 - 1
2.1.2.6.
Unistrut; Tyco International, Ltd.
2.1.2.7.
Wesanco, Inc.
2.1.2.8.
Or Approved Equal.
2.1.3.
Metallic Coatings: Hot-dip galvanized after fabrication and applied according to MFMA-4.
2.1.4.
Raceway and Cable Supports: As described in NECA 1 and NECA 101.
2.1.5.
Conduit and Cable Support Devices: Steel hangers, clamps, and associated fittings, designed for types and sizes of raceway or cable to be supported.
2.1.6.
Support for Conductors in Vertical Conduit: Factory-fabricated assembly consisting of
threaded body and insulating wedging plug or plugs for non-armored electrical conductors or cables in riser conduits. Plugs shall have number, size, and shape of conductor
gripping pieces as required to suit individual conductors or cables supported. Body shall
be malleable iron.
2.1.7.
Structural Steel for Fabricated Supports and Restraints: ASTM A 36/A 36M, steel plates,
shapes, and bars; black and galvanized.
2.1.8.
Mounting, Anchoring, and Attachment Components: Items for fastening electrical items
or their supports to building surfaces include the following:
2.1.9.
Manufacturers: Subject to compliance with requirements of this section and with the provisions of the Buy America Act, provide products from one of the manufacturers listed below:
2.1.9.1.
Hilti Inc.
2.1.9.2.
ITW Ramset/Red Head; a division of Illinois Tool Works, Inc.
2.1.9.3.
MKT Fastening, LLC.
2.1.9.4.
Simpson Strong-Tie Co., Inc.; Masterset Fastening Systems Unit.
2.1.9.5.
Or Approved Equal.
2.1.10.
Concrete Inserts: Steel or malleable-iron, slotted support system units similar to MSS
Type 18; complying with MFMA-4 or MSS SP-58.
2.1.11.
Clamps for Attachment to Steel Structural Elements: MSS SP-58, type suitable for attached structural element.
2.1.12.
Through Bolts: Structural type, hex head, and high strength. Comply with ASTM A 325.
2.1.13.
Toggle Bolts: All-steel springhead type.
2.1.14.
Hanger Rods: Threaded steel.
2.2.
FABRICATED METAL EQUIPMENT SUPPORT ASSEMBLIES
Section 26 05 29 - 2
2.2.1.
Description: Welded or bolted, structural-steel shapes, shop or field fabricated to fit dimensions of supported equipment.
PART 3 - EXECUTION
3.1.
APPLICATION
3.1.1.
Comply with NECA 1 and NECA 101 for application of hangers and supports for electrical
equipment and systems except if requirements in this Section are stricter.
3.1.2.
Materials provided for the pier shall be Marine grade for corrosion resistance.
3.1.3.
Maximum Support Spacing and Minimum Hanger Rod Size for Raceway: Space supports for EMT, and RMC as required by NFPA 70. Minimum rod size shall be 1/4 inch in
diameter.
3.1.4.
Multiple Raceways or Cables: Install trapeze-type supports fabricated with steel slotted
support system, sized so capacity can be increased by at least 25 percent in future without exceeding specified design load limits.
3.1.4.1.
Secure raceways and cables to these supports with two-bolt conduit clamps.
3.2.
SUPPORT INSTALLATION
3.2.1.
Mounting and Anchorage of Surface-Mounted Equipment and Components: Anchor and
fasten electrical items and their supports to building structural elements by the following
methods unless otherwise indicated by code:
3.2.1.1.
To Wood: Fasten with lag screws or through bolts.
3.2.1.2.
To New Concrete: Bolt to concrete inserts.
3.2.1.3.
To Masonry: Approved toggle-type bolts on hollow masonry units and expansion anchor
fasteners on solid masonry units.
3.2.1.4.
To Existing Concrete: Expansion anchor fasteners.
3.2.1.5.
Or as per plan.
3.2.2.
Drill holes for expansion anchors in concrete at locations and to depths that avoid reinforcing bars.
3.3.
INSTALLATION OF FABRICATED METAL SUPPORTS
3.3.1.
Cut, fit, and place miscellaneous metal supports accurately in location, alignment, and elevation to support and anchor electrical materials and equipment.
3.3.2.
Field Welding: Comply with AWS D1.1/D1.1M.
3.4.
3.4.1.
CONCRETE BASES
Construct concrete bases of dimensions indicated but not less than 4 inches larger in
both directions than supported unit, and so anchors will be a minimum of 10 bolt diameters from edge of the base.
Section 26 05 29 - 3
3.4.2.
Use 4000-psi, 28-day compressive-strength concrete. Concrete materials, reinforcement, and placement requirements as specified.
3.4.3.
Anchor equipment to concrete base.
3.4.3.1.
Place and secure anchorage devices. Use supported equipment manufacturer's setting
drawings, templates, diagrams, instructions, and directions furnished with items to be
embedded.
3.4.3.2.
Install anchor bolts to elevations required for proper attachment to supported equipment.
3.4.3.3.
Install anchor bolts according to anchor-bolt manufacturer's written instructions.
3.5.
PAINTING
3.5.1.
Touchup: Clean field welds and abraded areas of shop paint. Paint exposed areas immediately after erecting hangers and supports. Use same materials as used for shop
painting. Comply with SSPC-PA 1 requirements for touching up field-painted surfaces.
3.5.1.1.
Apply paint by brush or spray to provide minimum dry film thickness of 2.0 mils.
3.5.1.2.
Paint color shall be approved by owner.
3.5.2.
Galvanized Surfaces: Clean welds, bolted connections, and abraded areas and apply
galvanizing-repair paint to comply with ASTM A 780.
END OF SECTION
Section 26 05 29 - 4
SECTION 26 05 33
RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
Section Includes:
1.2.1.1.
Metal conduits, tubing, and fittings.
1.2.1.2.
Nonmetal conduits, tubing, and fittings.
1.2.1.3.
Metal wireways and auxiliary gutters.
1.2.1.4.
Nonmetal wireways and auxiliary gutters.
1.2.1.5.
Surface raceways.
1.2.1.6.
Boxes, floor boxes, enclosures, and cabinets.
1.2.2.
Related Requirements:
1.2.2.1.
Division 26 Section "Underground Ducts and Raceways for Electrical Systems" for exterior ductbanks, manholes, and underground utility construction.
1.3.
DEFINITIONS
1.3.1.
GRC: Galvanized rigid steel conduit.
1.3.2.
IMC: Intermediate metal conduit.
1.4.
ACTION SUBMITTALS
1.4.1.
Product Data: For surface raceways, wireways and fittings, floor boxes, hinged-cover
enclosures, and cabinets.
1.4.2.
Shop Drawings: For custom enclosures and cabinets. Include plans, elevations, sections, and attachment details.
1.5.
QUALITY ASSURANCE
1.5.1.
All products shall be UL labeled for their intended use.
1.5.2.
Comply with NFPA 70.
1.6.
INFORMATIONAL SUBMITTALS
Section 26 05 33 - 1
1.6.1.
Coordination Drawings: Conduit routing plans, drawn to scale, on which the following
items are shown and coordinated with each other, using input from installers of items involved:
1.6.1.1.
Structural members in paths of conduit groups with common supports.
1.6.2.
Source quality-control reports.
PART 2 - PRODUCTS
2.1.
METAL CONDUITS, TUBING, AND FITTINGS
2.1.1.
Manufacturers: Subject to compliance with requirements, products of all manufacturers
are acceptable provided they have a smooth interior, are UL listed and labeled as defined
in NFPA 70 for the intended location and application and are electro-galvanized steel
(EMT) or hot dipped galvanized steel inside and out (GRC). Conduit and fittings shall be
obtained from the same manufacturer:
2.1.2.
GRC: Comply with ANSI C80.1 and UL 6.
2.1.3.
IMC: Comply with ANSI C80.6 and UL 1242.
2.1.4.
EMT: Comply with ANSI C80.3 and UL 797.
2.1.5.
FMC: Comply with UL 1; zinc-coated steel.
2.1.6.
LFMC: Flexible steel conduit with PVC jacket and complying with UL 360.
2.1.7.
Electrical nonmetallic tubing (ENT or “blue tube’) and liquid-tight flexible nonmetallic conduit (LFNC) are not acceptable for use on any Project.
2.1.8.
Fittings for Metal Conduit: Comply with NEMA FB 1 and UL 514B.
2.1.8.1.
Fittings for EMT:
2.1.8.1.1.
Material: Steel.
2.1.8.1.2.
Type: compression.
2.1.8.2.
Expansion Fittings: PVC or steel to match conduit type, complying with UL 651, rated for
environmental conditions where installed, and including flexible external bonding jumper.
2.1.9.
Joint Compound for IMC or GRC: Approved, as defined in NFPA 70, by authorities having jurisdiction for use in conduit assemblies, and compounded for use to lubricate and
protect threaded conduit joints from corrosion and to enhance their conductivity.
2.2.
2.2.1.
NONMETALLIC CONDUITS AND FITTINGS
Manufacturers: Subject to compliance with requirements, products of all manufacturers
are acceptable provided they are sunlight resistant and UL listed and labeled as defined
in NFPA 70 and marked for intended location and application. Conduit and fittings shall
be obtained from the same manufacturer.
Section 26 05 33 - 2
2.2.2.
RNC: Type EPC-40-PVC, complying with NEMA TC 2 and UL 651 unless otherwise indicated.
2.2.3.
Fittings for RNC: Comply with NEMA TC 3; match to conduit or tubing type and material.
2.2.4.
Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or
less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
2.3.
METAL WIREWAYS AND AUXILIARY GUTTERS
2.3.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.3.1.1.
Cooper B-Line, Inc.
2.3.1.2.
Hoffman; a Pentair company.
2.3.1.3.
Square D; a brand of Schneider Electric.
2.3.2.
Description: Sheet metal, complying with UL 870 and NEMA 250, Type 1 unless otherwise indicated, and sized according to NFPA 70.
2.3.2.1.
Metal wireways installed outdoors shall be listed and labeled as defined in NFPA 70, by a
qualified testing agency, and marked for intended location and application.
2.3.3.
Fittings and Accessories: Include covers, couplings, offsets, elbows, expansion joints,
adapters, hold-down straps, end caps, and other fittings to match and mate with
wireways as required for complete system.
2.3.4.
Wireway Covers: Screw-cover type unless otherwise indicated.
2.3.5.
Finish: Manufacturer's standard enamel finish.
2.4.
NONMETALLIC WIREWAYS AND AUXILIARY GUTTERS
2.4.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.4.1.1.
Hoffman; a Pentair company.
2.4.1.2.
Lamson & Sessions; Carlon Electrical Products.
2.4.2.
Listing and Labeling: Nonmetallic wireways and auxiliary gutters shall be UL listed and
labeled as defined in NFPA 70 and marked for intended location and application.
2.4.3.
Description: PVC, extruded and fabricated to required size and shape, and having snapon cover, mechanically coupled connections, and plastic fasteners.
2.4.4.
Fittings and Accessories: Couplings, offsets, elbows, expansion joints, adapters, holddown straps, end caps, and other fittings shall match and mate with wireways as required
for complete system.
2.4.5.
Solvent cements and adhesive primers shall have a VOC content of 510 and 550 g/L or
less, respectively, when calculated according to 40 CFR 59, Subpart D (EPA Method 24).
Section 26 05 33 - 3
2.4.6.
2.5.
Solvent cements and adhesive primers shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the
Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers."
SURFACE RACEWAYS
2.5.1.
Listing and Labeling: Surface raceways shall be UL listed and labeled as defined in
NFPA 70 and marked for intended location and application.
2.5.2.
Surface Metal Raceways: Galvanized steel with snap-on covers complying with UL 5.
Manufacturer's standard enamel finish in color selected by Architect. Provide dividers as
required to separate systems of different voltages.
2.5.2.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.5.2.1.1.
Panduit Corp.
2.5.2.1.2.
Wiremold / Legrand.
2.5.3.
Surface Nonmetallic Raceways: Two- or three-piece construction, complying with UL 5A,
and manufactured of rigid PVC with texture and color selected by Architect from manufacturer's standard colors. Product shall comply with UL 94 V-0 requirements for selfextinguishing characteristics. Provide dividers as required to separate systems of different voltages.
2.5.3.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.5.3.1.1.
Hubbell Incorporated; Wiring Device-Kellems Division.
2.5.3.1.2.
Panduit Corp.
2.5.3.1.3.
Wiremold / Legrand.
2.6.
BOXES, ENCLOSURES, AND CABINETS
2.6.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.6.1.1.
Adalet.
2.6.1.2.
Cooper Crouse-Hinds.
2.6.1.3.
EGS/Appleton Electric.
2.6.1.4.
FSR Inc.
2.6.1.5.
Hoffman; a Pentair company.
2.6.1.6.
Hubbell Incorporated; Killark Division.
2.6.1.7.
O-Z/Gedney; a brand of EGS Electrical Group.
Section 26 05 33 - 4
2.6.1.8.
RACO; a Hubbell Company.
2.6.1.9.
Spring City Electrical Manufacturing Company.
2.6.1.10.
Thomas & Betts Corporation.
2.6.1.11.
Wiremold / Legrand.
2.6.2.
General Requirements for Boxes, Enclosures, and Cabinets: Boxes, enclosures, and
cabinets installed in wet locations shall be listed for use in wet locations.
2.6.3.
Sheet Metal Outlet and Device Boxes: Comply with NEMA OS 1 and UL 514A.
2.6.4.
Cast-Metal Outlet and Device Boxes: Comply with NEMA FB 1, ferrous alloy, Type FD,
with gasketed cover.
2.6.5.
Nonmetallic Outlet and Device Boxes: Comply with NEMA OS 2 and UL 514C.
2.6.6.
Luminaire Outlet Boxes: Nonadjustable, designed for attachment of luminaire weighing
50 lb (23 kg). Outlet boxes designed for attachment of luminaires weighing more than
50 lb (23
kg) shall be listed and marked for the maximum allowable weight.
2.6.7.
Sheet Metal Pull and Junction Boxes 100 cu. in. and smaller: NEMA OS 1.
2.6.8.
Cast-Metal Access, Pull, and Junction Boxes: Comply with NEMA FB 1 and UL 1773,
galvanized, cast iron with gasketed cover.
2.6.9.
Box extensions used to accommodate new building finishes shall be of same material as
recessed box.
2.6.10.
Hinged-Cover Enclosures: Comply with UL 50 and NEMA 250, Type 1 with continuoushinge cover with flush latch unless otherwise indicated.
2.6.10.1.
Metal Enclosures: Steel, finished inside and out with manufacturer's standard enamel.
2.6.10.2.
Nonmetallic Enclosures: Plastic.
2.6.10.3.
Interior Panels: Steel; all sides finished with manufacturer's standard enamel.
2.6.11.
Cabinets:
2.6.11.1.
NEMA 250, Type 1 galvanized-steel box with removable interior panel and removable
front, finished inside and out with manufacturer's standard enamel.
2.6.11.2.
Hinged door in front cover with flush latch and concealed hinge.
2.6.11.3.
Key latch to match panelboards.
2.6.11.4.
Metal barriers to separate wiring of different systems and voltage.
2.6.11.5.
Accessory feet where required for freestanding equipment.
PART 3 - EXECUTION
Section 26 05 33 - 5
3.1.
RACEWAY APPLICATION
3.1.1.
Products provided for the pier shall be Marine grade.
3.1.2.
Outdoors: Apply raceway products as specified below unless otherwise indicated:
3.1.2.1.
Exposed Conduit: GRC or RNC, Type EPC-80-PVC.
3.1.2.2.
Concealed Conduit, Aboveground: IMC, EMT, or RNC, Type EPC-40-PVC.
3.1.2.3.
Underground Conduit: RNC, Type EPC-40-PVC, direct buried or concrete encased as
indicated.
3.1.2.4.
Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,
Electric Solenoid, or Motor-Driven Equipment): LFMC.
3.1.2.5.
Boxes and Enclosures, Aboveground: NEMA 250, Type 3R.
3.1.3.
Indoors: Apply raceway products as specified below unless otherwise indicated:
3.1.3.1.
Exposed, Not Subject to Physical Damage: EMT.
3.1.3.2.
Exposed, Not Subject to Severe Physical Damage: EMT.
3.1.3.3.
Exposed and Subject to Severe Physical Damage: GRC.
3.1.3.4.
Concealed in Ceilings and Interior Walls and Partitions: EMT.
3.1.3.5.
Connection to Vibrating Equipment (Including Transformers and Hydraulic, Pneumatic,
Electric Solenoid, or Motor-Driven Equipment): FMC, except use LFMC in damp or wet
locations.
3.1.3.6.
Feeders over 600 V: GRC.
3.1.3.7.
Damp or Wet Locations: GRC or IMC.
3.1.3.8.
Tunnels: GRC.
3.1.3.9.
Boxes and Enclosures: NEMA 250, Type 1, except use NEMA 250, Type 4 stainless
steel in institutional and commercial kitchens and damp or wet locations.
3.1.4.
Minimum Raceway Size: 3/4-inch
3.1.5.
Mixing different types of conduits indiscriminately in the same system is prohibited.
3.1.6.
Raceway Fittings: Compatible with raceways and suitable for use and location.
3.1.6.1.
Rigid and Intermediate Steel Conduit: Use threaded rigid steel conduit fittings unless
otherwise indicated. Comply with NEMA FB 2.10.
3.1.6.2.
EMT: Use setscrew (indoors) or compression (outdoors), steel fittings. Comply with
NEMA FB 2.10.
(21-mm) trade size.
Section 26 05 33 - 6
3.1.6.3.
Flexible Conduit: Use only fittings listed for use with flexible conduit. Comply with
NEMA FB 2.20.
3.1.7.
Install surface raceways only where indicated on Drawings.
3.1.8.
Do not install nonmetallic conduit where ambient temperature exceeds 120 deg F
(49
deg C).
3.2.
INSTALLATION
3.2.1.
Comply with NECA 1 and NECA 101 for installation requirements except where requirements on Drawings or in this article are stricter. Comply with NFPA 70 limitations for
types of raceways allowed in specific occupancies and number of floors.
3.2.2.
Keep raceways at least 6 inches (150 mm) away from parallel runs of flues and steam
or hot-water pipes. Install horizontal raceway runs above water and steam piping.
3.2.3.
Complete raceway installation before starting conductor installation.
3.2.4.
Comply with requirements in Division 26 Section "Hangers and Supports for Electrical
Systems" for hangers and supports.
3.2.5.
Arrange stub-ups so curved portions of bends are not visible above finished slab.
3.2.6.
Install no more than the equivalent of three 90-degree bends in any conduit run except
for control wiring conduits, for which fewer bends are allowed. Support within 12 inches
(300 mm) of changes in direction.
3.2.7.
Conceal conduit and EMT within finished walls, ceilings, and floors unless otherwise indicated. Install conduits parallel or perpendicular to building lines.
3.2.8.
Support conduit within 12 inches
3.2.9.
Raceways Embedded in Slabs:
3.2.9.1.
Run conduit larger than 1-inch (27-mm) trade size, parallel or at right angles to main reinforcement. Where at right angles to reinforcement, place conduit close to slab support.
Secure raceways to reinforcement at maximum10-foot (3-m) intervals.
3.2.9.2.
Arrange raceways to cross building expansion joints at right angles with expansion fittings.
3.2.9.3.
Arrange raceways to keep a minimum of 2 inches
tions.
3.2.9.4.
Do not embed threadless fittings in concrete unless specifically approved by Architect for
each specific location. Fittings shall be concrete tight.
3.2.10.
Threaded Conduit Joints, Exposed to Wet, Damp, Corrosive, or Outdoor Conditions: Apply listed compound to threads of raceway and fittings before making up joints. Follow
compound manufacturer's written instructions.
(300 mm) of enclosures to which attached.
Section 26 05 33 - 7
(50 mm) of concrete cover in all direc-
3.2.11.
Raceway Terminations at Locations Subject to Moisture or Vibration: Use insulating
bushings to protect conductors including conductors smaller than No. 4 AWG.
3.2.12.
Terminate threaded conduits into threaded hubs or with locknuts on inside and outside of
boxes or cabinets. Install bushings on conduits up to 1-1/4-inch (35mm) trade size and
insulated throat metal bushings on 1-1/2-inch (41-mm) trade size and larger conduits
terminated with locknuts. Install insulated throat metal grounding bushings on service
conduits.
3.2.13.
Install raceways square to the enclosure and terminate at enclosures with locknuts. Install locknuts hand tight plus 1/4 turn more.
3.2.14.
Do not rely on locknuts to penetrate nonconductive coatings on enclosures. Remove
coatings in the locknut area prior to assembling conduit to enclosure to assure a continuous ground path.
3.2.15.
Cut conduit perpendicular to the length. For conduits 2-inch (53-mm) trade size and
larger, use roll cutter or a guide to make cut straight and perpendicular to the length.
3.2.16.
Install pull wires in empty raceways. Use polypropylene or monofilament plastic line with
not less than 200-lb (90-kg) tensile strength. Leave at least 12 inches (300 mm) of
slack at each end of pull wire. Cap underground raceways designated as spare above
grade alongside raceways in use.
3.2.17.
Surface Raceways:
3.2.17.1.
Install surface raceway with a minimum 2-inch (50-mm) radius control at bend points.
3.2.17.2.
Secure surface raceway with screws or other anchor-type devices at intervals not exceeding 48 inches (1200 mm) and with no less than two supports per straight raceway
section. Support surface raceway according to manufacturer's written instructions. Tape
and glue are not acceptable support methods.
3.2.17.3.
Non-metallic surface raceways shall not be installed in patient care areas.
3.2.18.
Install raceway sealing fittings at accessible locations according to NFPA 70 and fill them
with listed sealing compound. For concealed raceways, install each fitting in a flush steel
box with a blank cover plate having a finish similar to that of adjacent plates or surfaces.
Install raceway sealing fittings according to NFPA 70.
3.2.19.
Install devices to seal raceway interiors at accessible locations. Locate seals so no fittings or boxes are between the seal and the following changes of environments. Seal the
interior of all raceways at the following points:
3.2.19.1.
Where conduits pass from warm to cold locations, such as boundaries of refrigerated
spaces.
3.2.19.2.
Where an underground service raceway enters a building or structure.
3.2.19.3.
Where otherwise required by NFPA 70.
Section 26 05 33 - 8
3.2.20.
Comply with manufacturer's written instructions for solvent welding RNC and fittings.
3.2.21.
Expansion-Joint Fittings:
3.2.21.1.
Install in each run of aboveground RNC that is located where environmental temperature
change may exceed 30 deg F (17 deg C) and that has straight-run length that exceeds
(7.6 m). Install in each run of aboveground RMC and EMT conduit that is located where environmental temperature change may exceed 100 deg F (55 deg C) and
that has straight-run length that exceeds 100 feet (30 m).
25 feet
3.2.21.2.
Install type and quantity of fittings that accommodate temperature change listed for each
of the following locations:
3.2.21.2.1.
Outdoor Locations Not Exposed to Direct Sunlight: 125 deg F
change.
3.2.21.2.2.
Outdoor Locations Exposed to Direct Sunlight: 155 deg F
change.
3.2.21.2.3.
Indoor Spaces Connected with Outdoors without Physical Separation: 125 deg F
(70 deg C) temperature
(86 deg C) temperature
(70
deg C) temperature change.
3.2.21.3.
Install fitting(s) that provide expansion and contraction for at least 0.00041 inch per foot
of length of straight run per deg F (0.06 mm per meter of length of straight run per
deg C) of temperature change for PVC conduits. Install fitting(s) that provide expansion
and contraction for at least 0.000078 inch per foot of length of straight run per deg F
(0.0115 mm per meter of length of straight run per deg C) of temperature change
for metal conduits.
3.2.21.4.
Install expansion fittings at all locations where conduits cross building or structure expansion joints.
3.2.21.5.
Install each expansion-joint fitting with position, mounting, and piston setting selected according to manufacturer's written instructions for conditions at specific location at time of
installation. Install conduit supports to allow for expansion movement.
3.2.22.
Flexible Conduit Connections: Comply with NEMA RV 3. Use a maximum of 72 inches
(1830 mm) of flexible conduit for recessed and semi-recessed luminaires, equipment
subject to vibration, noise transmission, or movement; and for transformers and motors.
3.2.22.1.
Use LFMC in damp or wet locations subject to severe physical damage.
3.2.22.2.
Use LFMC in damp or wet locations not subject to severe physical damage.
3.2.22.3.
Final connections to motors or equipment subject to vibration, noise transmission, or
movement shall use FMC not exceeding four feet in length.
3.2.22.4.
Short lengths of FMC shall be used for final primary and secondary connections to Low
Voltage transformers (<600V).
Section 26 05 33 - 9
3.2.23.
Mount boxes at heights indicated on Drawings. If mounting heights of boxes are not individually indicated, give priority to ADA requirements. Install boxes with height measured
to center of box unless otherwise indicated.
3.2.24.
Recessed Boxes in Masonry Walls: Saw-cut opening for box in center of cell of masonry
block, and install box flush with surface of wall. Prepare block surfaces to provide a flat
surface for a raintight connection between boxes and cover plate or supported equipment
and box.
3.2.25.
Fasten junction and pull boxes to or support from building structure. Do not support boxes by conduits.
3.3.
SLEEVE AND SLEEVE-SEAL INSTALLATION FOR ELECTRICAL PENETRATIONS
3.3.1.
3.4.
Install sleeves and sleeve seals at penetrations of exterior floor and wall assemblies.
Comply with requirements in Section 260500.
IDENTIFICATION
3.4.1.
Junction boxes of different systems shall be identified by colors indicated below. Box and
cover shall be painted prior to attaching identification labels.
3.4.2.
Provide permanent nameplates for all pull and junction boxes identifying circuits, voltage,
and source.
3.5.
PROTECTION
3.5.1.
Protect coatings, finishes, and cabinets from damage and deterioration.
3.5.1.1.
Repair damage to galvanized finishes with zinc-rich paint recommended by manufacturer.
3.5.1.2.
Repair damage to coatings or paint finishes with matching touchup coating recommended by manufacturer.
END OF SECTION
Section 26 05 33 - 10
SECTION 26 05 43
UNDERGROUND DUCTS AND RACEWAYS FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
This Section includes the following:
1.2.1.1.
Conduit, ducts, and duct accessories for direct-buried and concrete-encased duct
banks, and in single duct runs.
1.2.1.2.
Handholes and boxes.
1.3.
DEFINITION
1.3.1.
1.4.
RNC: Rigid nonmetallic conduit.
ACTION SUBMITTALS
1.4.1.
Product Data: For the following:
1.4.1.1.
Duct-bank materials, including separators and miscellaneous components.
1.4.1.2.
Ducts and conduits and their accessories, including elbows, end bells, bends, fittings,
and solvent cement.
1.4.1.3.
Accessories for manholes, handholes, boxes, and other utility structures.
1.4.1.4.
Warning tape.
1.4.2.
Shop Drawings for Precast or Factory-Fabricated Underground Utility Structures: Shop
drawings shall be sealed by a Professional Engineer. Include plans, elevations, sections,
details, attachments to other work, and accessories, including the following:
1.4.2.1.
Duct entry provisions, including locations and duct sizes.
1.4.2.2.
Reinforcement details.
1.4.2.3.
Grounding details.
1.4.3.
Shop Drawings for Factory-Fabricated Handholes and Boxes Other Than Precast Concrete: Include dimensioned plans, sections, and elevations, and fabrication and installation details, including the following:
1.4.3.1.
Duct entry provisions, including locations and duct sizes.
1.4.3.2.
Grounding details.
Section 26 05 43 - 1
1.5.
INFORMATIONAL SUBMITTALS
1.5.1.
Duct-Bank Coordination Drawings: Show duct profiles and coordination with other utilities and underground structures.
1.5.1.1.
Include plans and sections, drawn to scale, and show bends and locations of expansion
fittings.
1.5.2.
Product Certificates: For precast concrete handholes, as required by ASTM C 858.
1.5.3.
Source quality-control test reports.
1.5.4.
Field quality-control test reports.
1.6.
QUALITY ASSURANCE
1.6.1.
All products shall be UL labeled for their intended use.
1.6.2.
Comply with ANSI C2.
1.6.3.
Comply with NFPA 70.
1.7.
DELIVERY, STORAGE, AND HANDLING
1.7.1.
Deliver ducts to Project site with ends capped. Store nonmetallic ducts with supports to
prevent bending, warping, and deforming.
1.7.2.
Lift and support precast concrete units only at designated lifting or supporting points.
1.8.
PROJECT CONDITIONS
1.8.1.
Interruption of Existing Electrical Service: Do not interrupt electrical service to facilities
unless permitted under the following conditions and then only after arranging to provide
temporary electrical service according to requirements indicated:
1.8.1.1.
Notify Owner no fewer than seven days in advance of proposed interruption of electrical
service.
1.8.1.2.
Do not proceed with interruption of electrical service without Owner’s written permission.
1.8.1.3.
Owner’s Lock-out/Tag-out procedures shall be used with Contractor controlled locks and
tags.
1.8.1.4.
Comply with NFPA 70E.
1.9.
COORDINATION
1.9.1.
Coordinate layout and installation of ducts, handholes, and boxes with final arrangement
of other utilities, site grading, and surface features as determined in the field.
1.9.2.
Coordinate elevations of ducts and duct-bank entrances into handholes and boxes with
final locations and profiles of ducts and duct banks as determined by coordination with
other utilities, underground obstructions, and surface features. Revise locations and ele-
Section 26 05 43 - 2
vations from those indicated as required to suit field conditions and to ensure that duct
runs drain to handholes.
PART 2 - PRODUCTS
2.1.
CONDUIT
2.1.1.
Rigid Steel Conduit: Galvanized. Comply with ANSI C80.1.
2.1.2.
RNC: NEMA TC 2, Type EPC-40-PVC, UL 651, with matching fittings by same manufacturer as the conduit, complying with NEMA TC 3 and UL 514B.
2.2.
NONMETALLIC DUCTS AND DUCT ACCESSORIES
2.2.1.
Manufacturers: Subject to compliance with requirements, products of all manufacturers
are acceptable provided they are sunlight resistant and UL listed for the intended installation. Conduit and fittings shall be provided from the same manufacturer whenever possible.
2.2.2.
Duct Accessories:
2.2.2.1.
Duct Separators: Factory-fabricated rigid PVC interlocking spacers, sized for type and
sizes of ducts with which used, and selected to provide minimum duct spacings indicated
while supporting ducts during concreting or backfilling.
2.2.2.2.
Warning Tape: Underground-line warning tape specified in Division 26 Section 260553
"Identification for Electrical Systems."
2.3.
HANDHOLES AND BOXES
2.3.1.
Description: Comply with SCTE 77.
2.3.1.1.
Color: Gray.
2.3.1.2.
Configuration: Units shall be designed for flush burial and have open bottom, unless otherwise indicated.
2.3.1.3.
Cover: Weatherproof, secured by tamper-resistant locking devices and having structural
load rating consistent with enclosure.
2.3.1.4.
Cover Finish: Nonskid finish shall have a minimum coefficient of friction of 0.50.
2.3.1.5.
Cover Legend: Molded lettering, as indicated for each service.
2.3.1.6.
Direct-Buried Wiring Entrance Provisions: Knockouts equipped with insulated bushings
or end-bell fittings, selected to suit box material, sized for wiring indicated, and arranged
for secure, fixed installation in enclosure wall.
2.3.1.7.
Duct Entrance Provisions: Duct-terminating fittings shall mate with entering ducts for secure, fixed installation in enclosure wall.
2.3.1.8.
Handholes 12 inches wide by 24 inches long (300 mm wide by 600 mm long) and larger
shall have factory-installed inserts for cable racks and pulling-in irons.
Section 26 05 43 - 3
2.3.2.
Polymer Concrete Handholes and Boxes with Polymer Concrete Cover: Molded of sand
and aggregate, bound together with a polymer resin, and reinforced with steel or fiberglass or a combination of the two.
2.3.2.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.3.2.1.1.
Armorcast Products Company.
2.3.2.1.2.
Highline Products
2.3.2.1.3.
Quazite, Hubbell Power Systems.
2.4.
SOURCE QUALITY CONTROL
2.4.1.
Test and inspect precast concrete utility structures according to ASTM C 1037.
2.4.2.
Non-concrete Handhole and Pull-Box Prototype Test: Test prototypes of manholes and
boxes for compliance with SCTE 77. Strength tests shall be for specified tier ratings of
products supplied.
2.4.2.1.
Strength tests of complete boxes and covers shall be by either an independent testing
agency or the manufacturer. A qualified registered professional engineer shall certify
tests by manufacturer.
2.4.2.2.
Testing machine pressure gages shall have current calibration certification complying
with ISO 9000 and ISO 10012, and traceable to NIST standards.
PART 3 - EXECUTION
3.1.
UNDERGROUND DUCT APPLICATION
3.1.1.
Minimum conduit/duct size for underground installations shall be one inch.
3.1.2.
Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40 PVC, in concrete-encased duct bank, unless otherwise indicated.
3.1.3.
Ducts for Electrical Feeders 600 V and Less: RNC, NEMA Type EPC-40 PVC, in directburied duct bank, unless otherwise indicated.
3.1.4.
Ducts for Electrical Branch Circuits: RNC, NEMA Type EPC-40 PVC, in direct-buried
duct bank, unless otherwise indicated.
3.1.5.
Underground Ducts for Telephone, Communications, or Data Utility Service Cables:
RNC, NEMA Type EPC-40 PVC, in concrete-encased duct bank, unless otherwise indicated.
3.1.6.
Underground Ducts Crossing Paved Paths, Walks, Driveways and Roadways: RNC,
NEMA Type EPC-40 PVC, encased in reinforced concrete.
3.1.7.
A nylon pull cord shall be installed and tied off in each duct, including spares. The nylon
pull cord shall have a minimum tensile strength of 200 pounds.
Section 26 05 43 - 4
3.2.
UNDERGROUND ENCLOSURE APPLICATION
3.2.1.
Handholes and Boxes for 600 V and Less, including Telephone, Communications, and
Data Wiring:
3.2.1.1.
Units in Roadways and Other Deliberate Traffic Paths: Precast concrete.
AASHTO HB 17, H-20 structural load rating.
3.2.1.2.
Units in Driveway, Parking Lot, and Off-Roadway Locations, Subject to Occasional, Nondeliberate Loading by Heavy Vehicles: Precast concrete, AASHTO HB 17, H-20; Polymer concrete, SCTE 77, Tier 15 structural load rating.
3.2.1.3.
Units in Sidewalk and Similar Applications with a Safety Factor for Non-deliberate Loading by Vehicles: Precast concrete, AASHTO HB 17, H-10, Polymer concrete units,
SCTE 77, Tier 8 structural load rating.
3.3.
EARTHWORK
3.3.1.
Restore surface features at areas disturbed by excavation and reestablish original
grades, unless otherwise indicated. Replace removed sod immediately after backfilling is
completed.
3.3.2.
Restore areas disturbed by trenching, storing of dirt, cable laying, and other work. Restore vegetation and include necessary top-soiling, fertilizing, liming, seeding, sodding,
sprigging, and mulching.
3.3.3.
Cut and patch existing pavement in the path of underground ducts and utility structures
according to appropriate Division 01 Sections.
3.4.
DUCT INSTALLATION
3.4.1.
Slope: Pitch ducts a minimum slope of 1:300 down toward manholes and handholes and
away from buildings and equipment. Slope ducts from a high point in runs between two
manholes to drain in both directions.
3.4.1.1.
Water intrusion into buildings through ducts is not acceptable.
3.4.1.2.
This Contractor shall be fully responsible for corrective action necessary to insure water
infiltration is eliminated.
3.4.2.
Curves and Bends: Use 5-degree angle couplings for small changes in direction. Use
manufactured long sweep bends with a minimum radius of 48 inches (1220 mm), both
horizontally and vertically, at other locations, unless otherwise indicated.
3.4.3.
Joints: Use solvent-cemented joints in ducts and fittings and make watertight according
to manufacturer's written instructions. Stagger couplings so those of adjacent ducts do
not lie in same plane.
3.4.4.
Duct Entrances to Polymer Concrete Handholes: Use end bells, spaced approximately
10 inches (250 mm) O.C. for 5-inch (125-mm) ducts, and vary proportionately for other
duct sizes.
Section 26 05 43 - 5
3.4.4.1.
Begin change from regular spacing to end-bell spacing 10 feet (3 m) from the end bell
without reducing duct line slope and without forming a trap in the line.
3.4.4.2.
Direct-Buried Duct Banks: Install an expansion and deflection fitting in each conduit in
the area of disturbed earth adjacent to manhole or handhole.
3.4.4.3.
Grout end bells into structure walls from both sides to provide watertight entrances.
3.4.5.
Building Wall Penetrations: Make a transition from underground duct to rigid steel conduit at least 10 feet (3 m) outside the building wall without reducing duct line slope away
from the building, and without forming a trap in the line. Use fittings manufactured for
duct-to-conduit transition. Install conduit penetrations of building walls as specified in
Section 260500.
3.4.6.
Sealing: Provide temporary closure at terminations of ducts that have cables pulled.
Seal spare ducts at terminations. Use sealing compound and plugs to withstand at least
15-psig (1.03-MPa) hydrostatic pressure.
3.4.7.
Concrete-Encased Ducts: Support ducts on duct separators.
3.4.7.1.
Separator Installation: Space separators close enough to prevent sagging and deforming
of ducts, with not less than 5 spacers per 20 feet (6 m) of duct. Secure separators to
earth and to ducts to prevent floating during concreting. Stagger separators approximately 6 inches (150 mm) between tiers. Tie entire assembly together using fabric
straps; do not use tie wires or reinforcing steel that may form conductive or magnetic
loops around ducts or duct groups.
3.4.7.2.
Concrete: 3000 psi (20 kPa), 28-day strength, complying with Division 03 Concrete Sections.
3.4.7.3.
Concreting Sequence: Place each run of concrete envelope between manholes or other
terminations in one continuous operation.
3.4.7.3.1.
Start at one end and finish at the other, allowing for expansion and contraction of ducts
as their temperature changes during and after the concrete placement. Use expansion
fittings installed according to manufacturer's written recommendations, or use other specific measures to prevent expansion-contraction damage.
3.4.7.3.2.
If more than one concrete placement is necessary, terminate each in a vertical plane and
install 3/4-inch (19-mm) reinforcing rod dowels extending 18 inches (450 mm) into concrete on both sides of joint near corners of envelope.
3.4.7.4.
Placing Concrete: Spade concrete carefully during pours to prevent voids under and between conduits and at exterior surface of envelope. Do not allow a heavy mass of concrete to fall directly onto ducts. Use a plank to direct concrete down sides of bank assembly to trench bottom. Allow concrete to flow to center of bank and rise up in middle,
uniformly filling all open spaces. Do not use power-driven agitating equipment unless
specifically designed for duct-bank application. Red dye shall be added to the top of the
concrete during the placement.
Section 26 05 43 - 6
3.4.7.5.
Reinforcement: Reinforce concrete-encased duct banks where they cross disturbed
earth, road crossings and where indicated. Arrange reinforcing rods and ties without
forming conductive or magnetic loops around ducts or duct groups.
3.4.7.6.
Forms: Use walls of trench to form side walls of duct bank where soil is self-supporting
and concrete envelope can be placed without soil inclusions; otherwise, use forms.
3.4.7.7.
Minimum Space between Ducts: 3 inches (75 mm) between ducts and exterior envelope
wall, 2 inches (50 mm) between ducts for like services, and 12 inches (300 mm) between
power and signal ducts.
3.4.7.8.
Depth: Depth: Install top of duct bank at 36 inches (900 mm) below finished grade, unless otherwise indicated.
3.4.7.9.
Stub-Ups: Use manufactured PVC elbows for stub-ups at poles and equipment and at
building entrances through the floor, unless otherwise indicated for circuit conductors
smaller than No. 1/0 AWG and under 600 volts. Extend concrete encasement throughout
the length of the elbow.
3.4.7.10.
Stub-Ups: Use manufactured rigid steel conduit elbows for stub-ups at poles and equipment and at building entrances through the floor for all circuit conductors over 600 volts
and circuits under 600 volts with conductor size No. 1/0 AWG or larger.
3.4.7.10.1.
Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.
3.4.7.10.2.
Stub-Ups to Equipment: For equipment mounted on outdoor concrete bases, extend
steel conduit horizontally a minimum of 60 inches (1500 mm) from edge of base. Install
insulated grounding bushings on terminations at equipment.
3.4.7.11.
Warning Tape: Comply with Section 260553. Bury detectable warning tape approximately 18 inches (450 mm) above all concrete-encased ducts and duct banks. Align tape
parallel to and within 3 inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450 mm). Space additional tapes 12 inches (300 mm) apart, horizontally.
3.4.8.
Direct-Buried Duct Banks:
3.4.8.1.
Support ducts on duct separators coordinated with duct size, duct spacing, and outdoor
temperature.
3.4.8.2.
Space separators close enough to prevent sagging and deforming of ducts, with not less
than 5 spacers per 20 feet (6 m) of duct. Secure separators to earth and to ducts to prevent displacement during backfill and yet permit linear duct movement due to expansion
and contraction as temperature changes. Stagger spacers approximately 6 inches (150
mm) between tiers.
3.4.8.3.
Excavate trench bottom to provide firm and uniform support for duct bank. Prepare
trench bottoms as specified in earth moving sections in Division 31 Specifications for
pipes less than 6 inches (150 mm) in nominal diameter.
3.4.8.4.
Install backfill as specified in earth moving sections in Division 31 Specifications.
Section 26 05 43 - 7
3.4.8.5.
After installing first tier of ducts, backfill and compact. Start at tie-in point and work toward end of duct run, leaving ducts at end of run free to move with expansion and contraction as temperature changes during this process. Repeat procedure after placing
each tier. After placing last tier, hand-place backfill to 4 inches (100 mm) over ducts and
hand tamp. Firmly tamp backfill around ducts to provide maximum supporting strength.
Use hand tamper only. After placing controlled backfill over final tier, make final duct
connections at end of run and complete backfilling with normal compaction as specified
in earth moving sections in Division 31 Specifications.
3.4.8.6.
Install ducts with a minimum of 3 inches (75 mm) between ducts for like services and 12
inches (300 mm) between power and signal ducts.
3.4.8.7.
Depth: Install top of duct bank at 36 inches (900 mm) below finished grade, unless otherwise indicated.
3.4.8.8.
Set elevation of bottom of duct bank below the frost line.
3.4.8.9.
Install manufactured duct elbows for stub-ups at poles and equipment and at building entrances through the floor, unless otherwise indicated. Encase elbows for stub-up ducts
throughout the length of the elbow.
3.4.8.10.
Install manufactured rigid steel conduit elbows for stub-ups at poles and equipment and
at building entrances through the floor.
3.4.8.10.1.
Couple steel conduits to ducts with adapters designed for this purpose, and encase coupling with 3 inches (75 mm) of concrete.
3.4.8.10.2.
For equipment mounted on outdoor concrete bases, extend steel conduit horizontally a
minimum of 60 inches (1500 mm) from edge of equipment pad or foundation. Install insulated grounding bushings on terminations at equipment.
3.4.8.11.
Warning Tapes: Comply with Section 260553. Bury detectable warning tape approximately 18 inches (450 mm) above all duct banks. Align tape parallel to and within 3
inches (75 mm) of the centerline of duct bank. Provide an additional warning tape for
each 12-inch (300-mm) increment of duct-bank width over a nominal 18 inches (450
mm). Space additional tapes 12 inches (300 mm) apart, horizontally.
3.5.
INSTALLATION OF HANDHOLES AND BOXES
3.5.1.
Install handholes and boxes level and plumb and with orientation and depth coordinated
with connecting ducts to minimize bends and deflections required for proper entrances.
Use box extension if required to match depths of ducts, and seal joint between box and
extension as recommended by the manufacturer.
3.5.2.
Unless otherwise indicated, support units on a level bed of crushed stone or gravel,
graded from 1/2-inch (12.7-mm) sieve to No. 4 (4.75-mm) sieve and compacted to same
density as adjacent undisturbed earth.
3.5.3.
Elevation: In paved areas and traffic-ways, set so cover surface will be flush with finished
grade. Set covers of other handholes 1 inch (25 mm) above finished grade.
3.5.4.
Install handholes and boxes with bottom below the frost line.
Section 26 05 43 - 8
3.5.5.
Install removable hardware, including pulling eyes, cable stanchions, cable arms, and insulators, as required for installation and support of cables and conductors and as indicated. Select arm lengths to be long enough to provide spare space for future cables, but
short enough to preserve adequate working clearances in the enclosure.
3.5.6.
Field-cut openings for ducts and conduits according to enclosure manufacturer's written
instructions. Cut wall of enclosure with a tool designed for material to be cut. Size holes
for terminating fittings to be used, and seal around penetrations after fittings are installed.
3.5.7.
For enclosures installed in asphalt paving and concrete and subject to occasional, nondeliberate, heavy-vehicle loading, form and pour a concrete ring encircling, and in contact
with, enclosure and with top surface screeded to top of box cover frame. Bottom of ring
shall rest on compacted earth.
3.5.7.1.
Concrete: 3000 psi (20 kPa), 28-day strength, complying with Division 03 Concrete Sections with a troweled finish.
3.5.7.2.
Dimensions: 10 inches wide by 12 inches deep (250 mm wide by 300 mm deep).
3.6.
GROUNDING
3.6.1.
3.7.
Ground underground ducts and utility structures according to Division 26 Section
"Grounding and Bonding for Electrical Systems."
FIELD QUALITY CONTROL
3.7.1.
Perform the following tests and inspections and prepare test reports:
3.7.1.1.
Demonstrate capability and compliance with requirements on completion of installation of
underground ducts and utility structures.
3.7.1.2.
Pull aluminum or wood test mandrel through duct to prove joint integrity and test for outof-round duct. Provide mandrel equal to 80 percent fill of duct. If obstructions are indicated, remove obstructions and retest.
3.7.1.3.
Test handhole grounding to ensure electrical continuity of grounding and bonding connections. Measure and report ground resistance as specified in Division 26 Section
"Grounding and Bonding for Electrical Systems."
3.7.2.
Correct deficiencies and retest as specified above to demonstrate compliance.
3.8.
CLEANING
3.8.1.
Pull leather-washer-type duct cleaner, with graduated washer sizes, through full length of
ducts. Follow with rubber duct swab for final cleaning and to assist in spreading lubricant
throughout ducts.
3.8.2.
Clean internal surfaces of handholes. Remove foreign material.
END OF SECTION
Section 26 05 43 - 9
SECTION 26 05 53
IDENTIFICATION FOR ELECTRICAL SYSTEMS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
Section Includes:
1.2.1.1.
Identification for raceways.
1.2.1.2.
Identification of power and control cables.
1.2.1.3.
Identification for conductors.
1.2.1.4.
Underground-line warning tape.
1.2.1.5.
Warning labels and signs.
1.2.1.6.
Instruction signs.
1.2.1.7.
Equipment identification labels.
1.2.1.8.
Miscellaneous identification products.
1.3.
COORDINATION
1.3.1.
Coordinate identification names, abbreviations, colors, and other features with requirements in other Sections requiring identification applications, Drawings, Shop Drawings,
manufacturer's wiring diagrams, and the Operation and Maintenance Manual; and with
those required by codes, standards, and 29 CFR 1910.145. Use consistent designations
throughout Project.
1.3.2.
Coordinate installation of identifying devices with completion of covering and painting of
surfaces where devices are to be applied.
1.3.3.
Coordinate installation of identifying devices with location of access panels and doors.
1.3.4.
Install identifying devices before installing acoustical ceilings and similar concealment.
PART 2 - PRODUCTS
2.1.
2.1.1.
2.2.
POWER RACEWAY IDENTIFICATION MATERIALS.
Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of
color field for each raceway size.
POWER AND CONTROL CABLE IDENTIFICATION MATERIALS
Section 26 05 53 - 1
2.2.1.
2.3.
Comply with ANSI A13.1 for minimum size of letters for legend and for minimum length of
color field for each raceway and cable size.
CONDUCTOR IDENTIFICATION MATERIALS
2.3.1.
Color-Coding Conductor Tape: Colored, self-adhesive vinyl tape not less than 3 mils
thick by 1 to 2 inches wide.
2.3.2.
Self-Adhesive Vinyl Labels: Preprinted, flexible label laminated with a clear, weatherand chemical-resistant coating and matching wraparound adhesive tape for securing
ends of legend label.
2.3.3.
Snap-Around Labels: Slit, pre-tensioned, flexible, preprinted, color-coded acrylic sleeve,
with diameter sized to suit diameter of raceway or cable it identifies and to stay in place
by gripping action.
2.3.4.
Snap-Around, Color-Coding Bands: Slit, pre-tensioned, flexible, solid-colored acrylic
sleeve, 2 inches long, with diameter sized to suit diameter of raceway or cable it identifies
and to stay in place by gripping action.
2.3.5.
Marker Tapes: Vinyl or vinyl-cloth, self-adhesive wraparound type, with circuit identification legend machine printed by thermal transfer or equivalent process.
2.4.
UNDERGROUND-LINE WARNING TAPE
2.4.1.
Tape:
2.4.1.1.
Recommended by manufacturer for the method of installation and suitable to identify and
locate underground electrical utility lines.
2.4.1.2.
Printing on tape shall be permanent and shall not be damaged by burial operations.
2.4.1.3.
Tape material and ink shall be chemically inert, and not subject to degrading when exposed to acids, alkalis, and other destructive substances commonly found in soils.
2.5.
WARNING LABELS AND SIGNS
2.5.1.
Comply with NFPA 70 and 29 CFR 1910.145.
2.5.2.
Self-Adhesive Warning Labels: Factory-printed, multicolor, pressure-sensitive adhesive
labels, configured for display on front cover, door, or other access to equipment unless
otherwise indicated.
2.5.3.
Baked-Enamel Warning Signs:
2.5.3.1.
Preprinted aluminum signs, punched or drilled for fasteners, with colors, legend, and size
required for application.
2.5.3.2.
1/4-inch grommets in corners for mounting.
2.5.3.3.
Nominal size, 7 by 10 inches.
2.6.
EQUIPMENT IDENTIFICATION LABELS
Section 26 05 53 - 2
2.6.1.
Adhesive Film Label: Machine printed, in black, by thermal transfer or equivalent process. Minimum letter height shall be 3/8 inch.
2.6.2.
Adhesive Film Label with Clear Protective Overlay: Machine printed, in black, by thermal
transfer or equivalent process. Minimum letter height shall be 3/8 inch. Overlay shall
provide a weatherproof and UV-resistant seal for label.
2.6.3.
Self-Adhesive, Engraved, Laminated Acrylic or Melamine Label: Adhesive backed, with
white letters on a dark-gray background. Minimum letter height shall be 3/8 inch.
2.6.4.
Engraved, Laminated Acrylic or Melamine Label: Punched or drilled for screw mounting.
White letters on a dark-gray background. Minimum letter height shall be 3/8 inch.
2.7.
CABLE TIES
2.7.1.
General-Purpose Cable Ties: Fungus inert, self-extinguishing, one piece, self-locking,
Type 6/6 nylon.
2.7.1.1.
Minimum Width: 3/16 inch.
2.7.1.2.
Tensile Strength at 73 deg F, According to ASTM D 638: 12,000 psi.
2.7.1.3.
Temperature Range: Minus 40 to plus 185 deg F.
2.7.1.4.
Color: Black except where used for color-coding.
2.7.2.
UV-Stabilized Cable Ties: Fungus inert, designed for continuous exposure to exterior
sunlight, self-extinguishing, one piece, self-locking, Type 6/6 nylon.
2.7.2.1.
Minimum Width: 3/16 inch.
2.7.2.2.
Tensile Strength at 73 deg F, According to ASTM D 638: 12,000 psi.
2.7.2.3.
Temperature Range: Minus 40 to plus 185 deg F.
2.7.2.4.
Color: Black.
2.8.
MISCELLANEOUS IDENTIFICATION PRODUCTS
2.8.1.
Paint: Comply with requirements in painting Sections for paint materials and application
requirements. Select paint system applicable for surface material and location (exterior
or interior).
2.8.2.
Fasteners for Labels and Signs: Self-tapping, stainless-steel screws or stainless-steel
machine screws with nuts and flat and lock washers.
PART 3 - EXECUTION
3.1.
INSTALLATION
3.1.1.
Verify identity of each item before installing identification products.
3.1.2.
Location: Install identification materials and devices at locations for most convenient
viewing without interference with operation and maintenance of equipment.
Section 26 05 53 - 3
3.1.3.
Apply identification devices to surfaces that require finish after completing finish work.
3.1.4.
Self-Adhesive Identification Products: Clean surfaces before application, using materials
and methods recommended by manufacturer of identification device.
3.1.5.
Attach signs and plastic labels that are not self-adhesive type with mechanical fasteners
appropriate to the location and substrate.
3.1.6.
Power-Circuit Conductor Identification, 600 V or Less: For conductors in vaults, pull and
junction boxes, manholes, and handholes, use color-coding conductor tape to identify the
phase.
3.1.6.1.
Colors for 208/120-V Circuits:
3.1.6.1.1.
Phase A: Black.
3.1.6.1.2.
Phase B: Red.
3.1.6.1.3.
Phase C: Blue.
3.1.6.2.
Colors for 480/277-V Circuits:
3.1.6.2.1.
Phase A: Brown.
3.1.6.2.2.
Phase B: Orange.
3.1.6.2.3.
Phase C: Yellow.
3.1.7.
Conductors to Be Extended in the Future: Attach write-on tags to conductors and list
source.
3.1.8.
Locations of Underground Lines: Identify with underground-line warning tape for power,
lighting, communication, and control wiring and optical fiber cable.
3.1.8.1.
Limit use of underground-line warning tape to direct-buried cables.
3.1.9.
Operating Instruction Signs: Install instruction signs to facilitate proper operation and
maintenance of electrical systems and items to which they connect. Install instruction
signs with approved legend where instructions are needed for system or equipment operation.
3.1.10.
Equipment Identification Labels: On each unit of equipment, install unique designation
label that is consistent with wiring diagrams, schedules, and the Operation and Maintenance Manual. Apply labels to disconnect switches and protection equipment, central or
master units, control panels, control stations, terminal cabinets, and racks of each system. Systems include power, lighting, control, communication, signal, monitoring, and
alarm systems unless equipment is provided with its own identification.
3.1.10.1.
Equipment to Be Labeled:
3.1.10.1.1.
Panelboards: Typewritten directory of circuits in the location provided by panelboard
manufacturer. Panelboard identification shall be self-adhesive, engraved, laminated
acrylic or melamine label.
Section 26 05 53 - 4
3.1.10.1.2.
Enclosures and electrical cabinets.
3.1.10.1.3.
Emergency system boxes and enclosures.
3.1.10.1.4.
Enclosed switches.
3.1.10.1.5.
Enclosed circuit breakers.
3.1.10.1.6.
Enclosed controllers.
3.1.10.1.7.
Push-button stations.
3.1.10.1.8.
Power transfer equipment.
3.1.10.1.9.
Contactors.
3.1.10.1.10.
Remote-controlled switches, dimmer modules, and control devices.
END OF SECTION
Section 26 05 53 - 5
SECTION 26 09 23
LIGHTING CONTROL DEVICES
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
Section Includes:
1.2.1.1.
Exterior photoelectric sensors.
1.2.1.2.
Lighting Control Panels.
1.2.2.
Related Sections:
1.2.2.1.
Section 260519 “Low Voltage Electrical Power Conductors and Cables” for wire and cabling.
1.2.2.2.
Section 260523 “Control Voltage Electrical Power Cables” for Low-voltage control cabling.
1.2.2.3.
Section 260553 "Identification for Electrical Systems."
1.3.
DEFINITIONS
1.3.1.
LED: Light-emitting diode.
1.3.2.
PIR: Passive infrared.
1.4.
SUBMITTALS
1.4.1.
Product Data: For each type of product indicated.
1.4.2.
Shop Drawings: Show installation details for occupancy, photoelectric sensors and
emergency relay control devices.
1.4.2.1.
Interconnection diagrams showing field-installed wiring.
1.4.2.2.
Single line diagrams.
1.4.2.3.
Submit typical wiring diagrams for all components including, but not limited to,
photosensors, time switches, and lighting control panels.
1.4.3.
Field quality-control test reports.
1.4.4.
Operation and Maintenance Data: For each type of product to include in operation, and
maintenance manuals.
Section 26 09 23 - 1
1.5.
WARRANTIES
1.5.1.
1.6.
Control panels, photoelectric sensors: Manufacturers’ standard warranty.
QUALITY ASSURANCE
1.6.1.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to Authorities Having Jurisdiction,
and marked for intended use.
PART 2 - PRODUCTS
2.1.
EXTERIOR PHOTOELECTRIC SENSORS
2.1.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.1.1.1.
Lutron.
2.1.1.2.
Leviton.
2.1.1.3.
Hubbell Building Automation.
2.1.2.
Description: Solid state, with SPST dry contacts rated for 1800-VA to operate connected
load, or contactor coils, complying with UL 773A.
2.1.2.1.
Light-Level Monitoring Range: 1.5 to 10 fc, with an adjustment for turn-on and turn-off
levels within that range.
2.1.2.2.
Time Delay: 30-second minimum, to prevent false operation.
2.1.2.3.
Lightning Arrestor: Air gap type.
2.1.2.4.
Mounting: Twist lock complying with IEEE C136.10, with base.
2.2.
LIGHTING CONTROL PANELS
2.2.1.
Manufacturers: Basis-of-Design Product: Subject to compliance with requirements, provide products by Watt-Stopper/Le Grand “LP” series or comparable product approved by
the Engineer.
2.2.2.
UL 916 listed.
2.2.3.
Control up to eight (8) single pole, 120 or 277 V individual lighting circuits. Panels can be
networked together where more circuits are needed.
2.2.4.
Enclosure: NEMA 1, surface or flush mounted, full length, hinged door, lockable. All controls shall be behind door.
2.2.5.
Interior: Barrier for separation of high voltage (class 1) and low voltage (class 2) wiring. It
shall include intelligence boards, power supply and control relays. Clock display and keypad shall be mounted on interior cabinet door for easy user access and programming.
Section 26 09 23 - 2
2.2.5.1.
Panel shall accept up to eight single pole relays. Each relay shall be individually scheduled or can be grouped together to follow the same schedule. Relays shall be individual
latching relays with 20 Amp load contacts for LED drivers and general purpose loads.
Provide isolated auxiliary contacts for pilot light switching. Relays shall use quick connectors and be individually replaceable.
2.2.5.2.
Relays can be assigned the following scenarios:
2.2.5.3.
The lighting control panel shall provide a stagger up delay, override push buttons, pilot
light outputs, and LED status light indicators for each relay or control channel.
2.2.5.4.
The clock shall have a backlight display, user keypad and shall provide 8 channels of
time or astronomical control. Preprogrammed lighting control scenarios shall include:
scheduled on/off, manual on/scheduled off, manual on/automatic switch sweep off, astronomic or photocell on/off and astronomic or photocell control with scheduled on/off.
Time clock shall provide up to 42 holidays, automatic daylight savings adjustment, astronomic coordinates by major cities, and help screens. Program memory shall be nonvolatile and clock shall retain time keeping during power outages for at least 48 hours.
2.2.5.5.
The panel shall have 8 universal switch inputs that are low voltage, self-configuring and
shall not require programming to accept momentary on/ momentary off switch, push button switch (cycling), maintained switch or 24VDC signals from occupancy sensors, photocells or other interfacing devices.
2.2.5.6.
Occupancy sensor and time control shall be integrated to allow occupancy sensor control
after hours with hold ‘on’ of lighting during occupancy scheduled time. During occupied
time, control scenarios shall be selectable for time schedule of lighting ‘on’ or occupancy
sensor detection of lighting on initially and then hold ‘on’ of lighting during occupied
hours. Control shall provide selectable occupancy sensor blink warning prior to shut off
and adjustable occupancy sensor time delay from the time clock keypad.
2.2.5.7.
After-hour interior lighting ‘shut off’ control shall provide a full duration override time of 1
to 240 minutes with a warning blink five minutes prior to shutting the lighting off. An impending ‘shut off’ will be cancelled and the override period re-initialized through the operation of any assigned switch input.
2.2.5.8.
After-hour interior lighting ‘shut off’ control may be by line voltage power interrupt control
to automatic control switches. The lighting control relay panel shall provide a warning
blink signal to automatic control switches, thus allowing a five-minute delay prior to shutting off lighting. The lighting ‘shut off’ event may be cancelled by pressing the automatic
Section 26 09 23 - 3
control switch push button. The lighting control panel time clock shall provide periodic
lighting sweep signals to shut off automatic control switches.
2.2.6.
Control Switches: Inputs shall be from two or three wire momentary low voltage switches
or line voltage automatic control switches.
2.2.7.
All devices shall be warranted for one (1) full year after date of purchase.
2.3.
CONDUCTORS AND CABLES
2.3.1.
Power Wiring to Supply Side of Remote-Control Power Sources: Not smaller than No. 12
AWG. Comply with requirements in Division 26 Section "Low-Voltage Electrical Power
Conductors and Cables."
2.3.2.
Classes 2 and 3 Control Cable: Multi-conductor cable with stranded-copper conductors
not smaller than No. 18 AWG. Comply with requirements in Division 26 Section "Control
-Voltage Electrical Power Conductors and Cables."
2.3.3.
Class 1 Control Cable: Multi-conductor cable with stranded-copper conductors not
smaller than No. 14 AWG. Comply with requirements in Section 260519 "Low-Voltage
Electrical Power Conductors and Cables."
PART 3 - EXECUTION
3.1.
WIRING INSTALLATION
3.1.1.
Wiring Method: Comply with Section 260519 "Low-Voltage Electrical Power Conductors
and Cables" and Section 260523 “Control Voltage Electrical Power Cables”.
3.1.2.
Size conductors according to lighting control device manufacturer's written instructions
unless otherwise indicated.
3.1.3.
Splices, Taps, and Terminations: Make connections only on numbered terminal strips in
junction, pull, and outlet boxes; terminal cabinets; and equipment enclosures.
3.2.
IDENTIFICATION
3.2.1.
Identify components and power and control wiring according to Section 260553 "Identification for Electrical Systems."
3.2.1.1.
Identify circuits or luminaires controlled by photoelectric sensors.
3.2.2.
Label switches with a unique designation.
3.3.
FIELD QUALITY CONTROL
3.3.1.
Perform the following field tests and inspections and prepare test reports:
3.3.1.1.
After installing time switches and sensors, and after electrical circuitry has been energized, adjust and test for compliance with requirements.
3.3.1.2.
Operational Test: Verify operation of each lighting control device, and adjust time delays.
Section 26 09 23 - 4
3.3.2.
3.4.
3.4.1.
3.5.
3.5.1.
Lighting control devices that fail tests and inspections are defective Work.
ADJUSTING
Adjustments: When requested within 12 months of date of Substantial Completion, provide on-site assistance in adjusting control panel/sensors to suit operating conditions.
Provide up to two visits to Project during after-dark hours for this purpose.
DEMONSTRATION
Demonstrate products specified in this Section to Metro Parks’ representatives.
END OF SECTION
Section 26 09 23 - 5
SECTION 26 24 16
PANELBOARDS
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
Section Includes:
1.2.1.1.
Lighting and appliance branch-circuit panelboards.
1.3.
ACTION SUBMITTALS
1.3.1.
Product Data: For each type of panelboard, switching and overcurrent protective device,
surge suppression device, accessory, and component indicated. Include dimensions and
manufacturers' technical data on features, performance, electrical characteristics, ratings,
and finishes.
1.3.2.
Shop Drawings: For each panelboard and related equipment.
1.3.2.1.
Include dimensioned plans, elevations, sections, and details. Show tabulations of installed devices, equipment features, and ratings.
1.3.2.2.
Detail enclosure types and details for types other than NEMA 250, Type 1.
1.3.2.3.
Detail bus configuration, current, and voltage ratings.
1.3.2.4.
Short-circuit current rating of panelboards and overcurrent protective devices.
1.3.2.5.
Detail features, characteristics, ratings, and factory settings of individual overcurrent protective devices and auxiliary components.
1.3.2.6.
Include wiring diagrams for power, signal, and control wiring.
1.3.2.7.
Include time-current coordination curves for each type and rating of overcurrent protective device included in panelboards. Submit on translucent log-log graft paper; include
selectable ranges for each type of overcurrent protective device.
1.4.
INFORMATIONAL SUBMITTALS
1.4.1.
Field Quality-Control Reports:
1.4.1.1.
Test procedures used.
1.4.1.2.
Test results that comply with requirements.
1.4.1.3.
Results of failed tests and corrective action taken to achieve test results that comply with
requirements.
Section 26 24 16 - 1
1.4.2.
1.5.
Panelboard Schedules: For installation in panelboards. Submit final versions after load
balancing.
CLOSEOUT SUBMITTALS
1.5.1.
Operation and Maintenance Data: For panelboards and components to include in emergency, operation, and maintenance manuals. In addition to items specified in Division 1
Section "Operation and Maintenance Data," include the following:
1.5.1.1.
Manufacturer's written instructions for testing and adjusting overcurrent protective devices.
1.5.1.2.
Time-current curves, including selectable ranges for each type of overcurrent protective
device that allows adjustments.
1.6.
MAINTENANCE MATERIAL SUBMITTALS
1.6.1.
Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents.
1.6.1.1.
Keys: Two spares for each type of panelboard cabinet lock.
1.7.
QUALITY ASSURANCE
1.7.1.
Source Limitations: Obtain panelboards, overcurrent protective devices, components,
and accessories from single source from single manufacturer.
1.7.2.
Product Selection for Restricted Space: Drawings indicate maximum dimensions for
panelboards including clearances between panelboards and adjacent surfaces and other
items. Comply with indicated maximum dimensions.
1.7.3.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, by a qualified testing agency, and marked for intended location and application.
1.7.4.
Comply with NEMA PB 1.
1.7.5.
Comply with UL 67.
1.7.6.
Comply with NFPA 70.
1.8.
DELIVERY, STORAGE, AND HANDLING
1.8.1.
Remove loose packing and flammable materials from inside panelboards.
1.8.2.
Handle and prepare panelboards for installation according to NEMA PB 1.
1.9.
PROJECT CONDITIONS
1.9.1.
Environmental Limitations:
1.9.1.1.
Rate equipment for continuous operation under the following conditions unless otherwise
indicated:
Section 26 24 16 - 2
1.9.1.1.1.
Ambient Temperature: Not exceeding minus 22 deg F
deg F
(minus 30 deg C) to plus 104
(plus 40 deg C).
(2000 m).
1.9.1.1.2.
Altitude: Not exceeding 6600 feet
1.9.2.
Service Conditions: NEMA PB 1, usual service conditions, as follows:
1.9.2.1.
Ambient temperatures within limits specified.
1.9.2.2.
Altitude not exceeding 6600 feet
1.9.3.
Interruption of Existing Electric Service: Do not interrupt electric service to facilities occupied by Owner or others unless permitted under the following conditions and then only
after arranging to provide temporary electric service according to requirements indicated:
1.9.3.1.
Notify Owner no fewer than seven days in advance of proposed interruption of electric
service.
1.9.3.2.
Do not proceed with interruption of electric service without Owner’s written permission.
1.9.3.3.
Owner Lock-out/Tag-out procedures shall be used with Contractor controlled locks and
tags.
1.9.3.4.
Comply with NFPA 70E.
(2000 m).
1.10. COORDINATION
1.10.1.
Coordinate layout and installation of panelboards and components with other construction that penetrates walls or is supported by them, including electrical and other types of
equipment, raceways, piping, encumbrances to workspace clearance requirements, and
adjacent surfaces. Maintain required workspace clearances and required clearances for
equipment access doors and panels.
1.10.2.
Coordinate sizes and locations of concrete bases with actual equipment provided. Cast
anchor-bolt inserts into bases. Concrete, reinforcement, and formwork requirements are
specified in Division 3.
1.11. WARRANTY
1.11.1.
Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair
or replace transient voltage suppression devices that fail in materials or workmanship
within specified warranty period.
1.11.1.1.
Warranty Period: Five years from date of Substantial Completion.
PART 2 - PRODUCTS
2.1.
GENERAL REQUIREMENTS FOR PANELBOARDS
2.1.1.
Enclosures: Flush and surface-mounted cabinets.
2.1.1.1.
Rated for environmental conditions at installed location.
Section 26 24 16 - 3
2.1.1.1.1.
Indoor Dry and Clean Locations: NEMA 250, Type 1.
2.1.1.1.2.
Outdoor Locations: NEMA 250, Type 3R.
2.1.1.1.3.
Other Wet or Damp Indoor Locations: NEMA 250, Type 4.
2.1.1.2.
Hinged Front Cover: Concealed hinges secured with flush latch with tumbler lock; keyed
alike.
2.1.1.3.
Gutter Extension and Barrier: Same gage and finish as panelboard enclosure; integral
with enclosure body. Arrange to isolate individual panel sections.
2.1.1.4.
Finishes:
2.1.1.4.1.
Panels and Trim: Steel and galvanized steel, factory finished immediately after cleaning
and pre-treating with manufacturer's standard two-coat, baked-on finish consisting of
prime coat and thermosetting topcoat.
2.1.1.4.2.
Back Boxes: Galvanized steel.
2.1.1.5.
Directory Card: Inside panelboard door, mounted in metal frame with transparent protective cover.
2.1.2.
Incoming Mains Location: Top or bottom.
2.1.3.
Phase, Neutral, and Ground Buses:
2.1.3.1.
Material: Hard-drawn copper, 98 percent conductivity.
2.1.3.2.
Equipment Ground Bus: Adequate for feeder and branch-circuit equipment grounding
conductors; bonded to box. Ground bus shall have a suitable lug for each outgoing circuit.
2.1.3.3.
Fully Rated Neutral bus. Neutral bus shall have a suitable lug for each outgoing circuit
requiring a neutral connection that is the same ampacity as the branch circuit.
2.1.4.
Conductor Connectors: Suitable for use with conductor material and sizes.
2.1.4.1.
Material: Hard-drawn copper, 98 percent conductivity.
2.1.4.2.
Main and Neutral Lugs: Mechanical type.
2.1.4.3.
Ground Lugs and Bus-Configured Terminators: Mechanical type.
2.1.5.
Service Equipment Label: NRTL labeled for use as service equipment for panelboards or
load centers with one or more main service disconnecting and overcurrent protective devices.
2.1.6.
Future Devices: Mounting brackets, bus connections, filler plates, and necessary appurtenances required for future installation of devices.
2.1.7.
Panelboard Short-Circuit Current Rating: Fully rated to interrupt symmetrical short-circuit
current available at terminals.
Section 26 24 16 - 4
2.2.
LIGHTING AND APPLIANCE BRANCH-CIRCUIT PANELBOARDS
2.2.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.2.1.1.
Eaton Corp. Electrical Group.
2.2.1.2.
General Electric Company; GE Consumer & Industrial - Electrical Distribution.
2.2.1.3.
Square D; a brand of Schneider Electric.
2.2.2.
Panelboards: NEMA PB 1, lighting and appliance branch-circuit type.
2.2.3.
Branch Overcurrent Protective Devices: Plug-on circuit breakers, replaceable without
disturbing adjacent units.
2.2.4.
Doors: Concealed hinges; secured with flush latch with tumbler lock; keyed alike.
2.3.
DISCONNECTING AND OVERCURRENT PROTECTIVE DEVICES
2.3.1.
Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
2.3.1.1.
Eaton Electrical Inc.; Cutler-Hammer Business Unit.
2.3.1.2.
General Electric Company; GE Consumer & Industrial - Electrical Distribution.
2.3.1.3.
Square D; a brand of Schneider Electric.
2.3.2.
Molded-Case Circuit Breaker (MCCB): Comply with UL 489, with interrupting capacity to
meet available fault currents.
2.3.2.1.
Branch breakers shall be full-size and have a range of 10 amperes through 125 amperes.
2.3.2.2.
Thermal-Magnetic Circuit Breakers: Inverse time-current element for low-level overloads,
and instantaneous magnetic trip element for short circuits. Adjustable magnetic trip setting for circuit-breaker frame sizes up to 250 A.
2.3.2.3.
Adjustable Instantaneous-Trip Circuit Breakers: Magnetic trip element with frontmounted, field-adjustable trip setting.
2.3.2.4.
GFCI Circuit Breakers: Single- and two-pole configurations with Class A ground-fault
protection (6-mA trip).
2.3.2.5.
Ground-Fault Equipment Protection (GFEP) Circuit Breakers: Single- and two-pole configurations with Class B ground-fault protection (30-mA trip).
2.3.2.6.
Multi-pole circuit breakers shall have common trip, use of handle ties is not permitted.
2.3.2.7.
Standard frame sizes, trip ratings, and number of poles.
2.3.2.8.
Application Listing: Appropriate for application. (e.g. HACR, SWD)
2.3.2.9.
Lugs: Mechanical style, suitable for number, size, trip ratings, and conductor materials.
Section 26 24 16 - 5
PART 3 - EXECUTION
3.1.
EXAMINATION
3.1.1.
Receive, inspect, handle, and store panelboards according to NEMA PB 1.1.
3.1.2.
Examine panelboards before installation. Reject panelboards that are damaged or rusted
or have been subjected to water saturation.
3.1.3.
Examine elements and surfaces to receive panelboards for compliance with installation
tolerances and other conditions affecting performance of the Work.
3.1.4.
Proceed with installation only after unsatisfactory conditions have been corrected.
3.2.
INSTALLATION
3.2.1.
Install panelboards and accessories according to NEMA PB 1.1.
3.2.2.
Wall Mounted Panelboards: Do not attach directly to walls or structural surfaces. Attach
panelboard to the vertical finished or structural surface behind the panelboard on channels such as “Unistrut”.
3.2.3.
Temporary Lifting Provisions: Remove temporary lifting eyes, channels, and brackets
and temporary blocking of moving parts from panelboards.
3.2.4.
Mount top of trim 90 inches
3.2.5.
Mount panelboard cabinet plumb and rigid without distortion of box. Mount recessed
panelboards with fronts uniformly flush with wall finish and mating with back box.
3.2.6.
Install overcurrent protective devices and controllers not already factory installed.
3.2.7.
Install filler plates in unused spaces.
3.2.8.
Circuit breaker handle locks shall be provided for all circuits that supply exit signs, emergency lights, energy management, and control system (EMCS) panels and fire alarm
panels.
3.2.9.
Arrange conductors in gutters into groups and bundle and wrap with wire ties after completing load balancing.
3.2.10.
Comply with NECA 1.
3.2.11.
New circuit breakers installed in existing panelboards shall be of standard manufacture,
shall match existing, and shall have an interrupting rating of not less than the lowest rated circuit breaker in the panelboard.
3.3.
3.3.1.
(2286 mm) above finished floor unless otherwise indicated.
IDENTIFICATION
Identify field-installed conductors, interconnecting wiring, and components; provide warning signs complying with Division 26 Section "Identification for Electrical Systems."
Section 26 24 16 - 6
3.3.2.
Create a directory to indicate installed circuit loads after balancing panelboard loads. Obtain approval before installing. Use a computer or typewriter to create directory; handwritten directories are not acceptable.
3.3.3.
Panelboard Nameplates: Label each panelboard with a nameplate complying with requirements for identification specified in Division 26 Section "Identification for Electrical
Systems."
3.3.4.
Device Nameplates: Label each branch circuit device in distribution panelboards with a
nameplate complying with requirements for identification specified in Division 26 Section
"Identification for Electrical Systems."
3.4.
FIELD QUALITY CONTROL
3.4.1.
Acceptance Testing Preparation:
3.4.1.1.
Test insulation resistance for each panelboard bus, component, connecting supply, feeder, and control circuit.
3.4.1.2.
Test continuity of each circuit.
3.4.1.3.
Comply with NETS.
3.4.2.
Tests and Inspections:
3.4.2.1.
Perform each visual and mechanical inspection and electrical test stated in NETA Acceptance Testing Specification. Certify compliance with test parameters.
3.4.2.2.
Correct malfunctioning units on-site, where possible, and retest to demonstrate compliance; otherwise, replace with new units and retest.
3.4.3.
Panelboards will be considered defective if they do not pass tests and inspections.
3.4.4.
Prepare test and inspection reports, including a certified report that identifies panelboards
included and that describes scanning results. Include notation of deficiencies detected,
remedial action taken and observations after remedial action.
3.5.
CLEANING
3.5.1.
3.6.
Vacuum dirt and debris from panelboard tubs; do not use compressed air to assist in
cleaning.
ADJUSTING
3.6.1.
Adjust moving parts and operable component to function smoothly, and lubricate as recommended by manufacturer.
3.6.2.
Load Balancing: After Substantial Completion, but not more than 60 days after Final Acceptance, measure load balancing and make circuit changes.
3.6.2.1.
Measure as directed during period of normal system loading.
Section 26 24 16 - 7
3.6.2.2.
Perform load-balancing circuit changes outside normal occupancy/working schedule of
the facility and at time directed. Avoid disrupting critical 24-hour services such as fax
machines and on-line data processing, computing, transmitting, and receiving equipment.
3.6.2.3.
After circuit changes, recheck loads during normal load period. Record all load readings
before and after changes and submit test records.
3.6.2.4.
Tolerance: Difference exceeding 20 percent between phase loads, within a panelboard,
is not acceptable. Rebalance and recheck as necessary to meet this minimum requirement.
END OF SECTION
Section 26 24 16 - 8
SECTION 265600
EXTERIOR LIGHTING
PART 1 - GENERAL
1.1.
RELATED DOCUMENTS
1.1.1.
1.2.
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
1.2.1.
This Section provides general requirements for a complete and fully operational Exterior
Lighting System including:
1.2.1.1.
Exterior Luminaires
1.2.1.2.
Accessories
1.2.1.3.
Luminaire supports
1.2.1.4.
Poles
1.2.1.5.
LED Arrays
1.2.2.
Related Sections:
1.2.2.1.
Section 260519 “Low Voltage Electrical Power Conductors and Cables” for wire and cabling.
1.3.
SYSTEM DESCRIPTION
1.3.1.
Catalog numbers indicated in the Luminaire Schedule are a design series reference and
do not necessarily represent the exact catalog number, size, voltage, wattage, type of
LED, driver, finish trim, mounting hardware or special requirements as specified or as required by the particular installations. Provide complete luminaire to correspond with the
features, accessories, number of LED’s, wattage and/or size specified in the text description of each luminaire type. Additional features, accessories and options specified shall
be included.
1.3.2.
Luminaire voltage shall match the voltage of the circuit serving same.
1.4.
DEFINITIONS
1.4.1.
CCT: Correlated color temperature.
1.4.2.
CRI: Color-rendering index.
1.4.3.
LER: Luminaire efficacy rating.
1.4.4.
Luminaire: Complete lighting fixture, LED arrays, including driver housing.
1.4.5.
Pole: Luminaire support structure, including tower used for large area illumination.
Section 26 56 00 - 1
1.4.6.
1.5.
Standard: Same definition as "Pole" above.
STRUCTURAL ANALYSIS CRITERIA FOR POLE SELECTION
1.5.1.
Dead Load: Weight of luminaire and its horizontal and vertical supports, lowering devices, and supporting structure, applied as stated in AASHTO LTS-4-M.
1.5.2.
Live Load: Single load of 500 lbf, distributed as stated in AASHTO LTS-4-M.
1.5.3.
Ice Load: Load of 3 lbf/sq. ft., applied as stated in AASHTO LTS-4-M Ice Load Map.
1.5.4.
Wind Load: Pressure of wind on pole and luminaire, calculated and applied as stated in
AASHTO LTS-4-M.
1.5.4.1.
Basic wind speed of calculating wind load for poles 50 feet (15 M) high or less is 90 mph.
1.5.4.1.1.
Wind Importance Factor: 1.3.
1.5.4.1.2.
Minimum Design Life: 25 years.
1.5.4.1.3.
Wind induced vibration.
1.6.
SUBMITTALS
1.6.1.
The authorized manufacturer’s representative for the Project area shall prepare Submittals for each luminaire type. In addition to the luminaire Submittals, a list shall be provided identifying the manufacturer representative for each luminaire type. Provide manufacturers’ names, addresses, and telephone numbers. Requests for prior approval shall also include this information. Submittals or requests for prior approval without this information will be rejected.
1.6.2.
Product Data shall indicate that luminaire, LED arrays, and drivers fully comply with Contract Documents. Data shall be submitted for each type of luminaire indicated, arranged
in order of luminaire designation. For standard catalog luminaires provide original product catalog sheets indicating data on features, accessories, finishes, and the following:
1.6.2.1.
Materials and dimensions of luminaires.
1.6.2.2.
Photometric data, in IESNA format, based on certified results of laboratory tests of each
luminaire type, outfitted with LED arrays, drivers and accessories identical to those indicated for the luminaire as applied in the Project.
1.6.2.2.1.
Photometric data shall be certified by a qualified independent testing agency.
1.6.2.3.
Low voltage transformers.
1.6.2.4.
LED power supplies.
1.6.2.5.
Types of LED’s, including manufacturer, wattage, and Color Rendering Index (CRI) and
color temperature in degrees Kelvin (K).
1.6.3.
Shop Drawings shall:
1.6.3.1.
Show details of nonstandard or custom luminaires.
Section 26 56 00 - 2
1.6.3.2.
Indicate dimensions, weights, method of field assembly, components, features, and accessories.
1.6.3.3.
This Contractor shall provide the manufacturer with accurate field dimensions where required.
1.6.3.4.
Include wiring diagrams, power and control wiring.
1.6.4.
Wiring Diagrams shall detail wiring for luminaires and differentiate between manufacturerinstalled and field-installed wiring.
1.6.5.
Product Certificates shall be signed by manufacturers of luminaires certifying that products comply with requirements.
1.6.6.
Maintenance Data shall be provided for luminaires and equipment to include in emergency, operation, and maintenance manuals Specified in Specifications Section describing
Operations and Maintenance Data.
1.6.7.
Field quality control test reports.
1.6.8.
Special Warranties Specified in this Section.
1.6.9.
Review of luminaire submittals which indicate voltage, mounting condition, or quantities
shall not be considered to be approval of said voltage, mounting condition, or quantities.
This Contractor shall field verify voltage and actual mounting condition and method.
1.6.10.
Pole and Support Component Certificates: Signed by Manufacturers of poles, certifying
that products are designed for indicated load requirements in AASHTO LTS-4-M and that
load imposed by luminaire and attachments has been included in design. The certification shall be based on design calculations by a Professional Engineer.
1.7.
CLOSEOUT SUBMITTALS
1.7.1.
Operation and Maintenance Data: For lighting equipment and luminaires to include in
emergency, operation, and maintenance manuals.
1.7.1.1.
Provide a list of all driver types used on Project; use ANSI and manufacturers' codes.
1.7.1.2.
Submit site map showing dimensioned locations all exterior lighting fixtures and poles
with tags using a standard naming convention. Also show stubbed-out spare conduits, inground junction boxes, and underground sleeves. Indicate dimensioned locations of
sleeve ends, conduits, and junction boxes from a permanent building or landscape feature. Circuit numbers for all loads shall be shown. Electronic files of site lighting maps be
provided at Substantial Completion and submitted to the Engineer.
1.8.
DELIVERY, STORAGE, AND HANDLING
1.8.1.
Package poles for shipping according to ASTM B 660.
1.8.2.
Store poles on decay-resistant-treated skids at least 12 inches above grade and vegetation. Support poles to prevent distortion and arrange to provide free air circulation.
Section 26 56 00 - 3
1.8.3.
1.9.
Retain factory-applied pole wrappings on metal poles until right before pole installation.
Handle with web fabric straps.
QUALITY ASSURANCE
1.9.1.
Luminaire Photometric Data Testing Laboratory Qualifications: Provided by an independent agency, with the experience and capability to conduct the testing indicated, that
is an NRTL as defined by OSHA in 29 CFR 1910.7.
1.9.2.
Electrical Components, Devices, and Accessories: Listed and labeled as defined in
NFPA 70, Article 100, by a testing agency acceptable to Authorities Having Jurisdiction,
and marked for intended use.
1.9.3.
Comply with IESNA TM-15-11 and Addendum A for Backlight, Uplight, and Glare (BUG)
ratings.
1.9.4.
Comply with ANSI C7.3777.208 Standards for chromaticity of SSL products.
1.9.5.
Comply with NFPA 70.
1.9.6.
All luminaires shall bear a UL label.
1.9.7.
Comply with IEEE C2, “National Electrical Safety Code.”
1.9.8.
Designated manufacturers are listed in the Luminaire Schedule to define the requirements for quality and function of the specified product.
1.10. COORDINATION
1.10.1.
Coordinate layout and installation of luminaires with plantings, paving, site walls and other site work elements.
1.10.2.
Coordinate depth and location of all luminaire pole bases in all areas.
1.11. WARRANTY
1.11.1.
Comply with Division 1 requirements.
1.11.2.
Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair
or replace products that fail in materials or workmanship; that corrode; or that fade, stain,
perforate, erode, or chalk due to effects of weather or solar radiation within specified warranty period. Manufacturer may exclude lightning damage, hail damage, vandalism,
abuse, or unauthorized repairs or alterations from special warranty coverage.
1.11.2.1.
Warranty Period for Fixture, including the LEDs, drivers and electrical components: Ten
years from date of Beneficial Occupancy.
1.11.2.2.
Warranty Period for housing paint and finish: Ten years from date of Beneficial Occupancy.
1.11.2.3.
Warranty Period for Color Retention: Ten years from date of Beneficial Occupancy.
Section 26 56 00 - 4
1.11.2.4.
Warranty Period for Poles: Repair or replace lighting poles and standards that fail in finish, materials, and workmanship within manufacturer's standard warranty period, but not
less ten years from date of Beneficial Occupancy.
PART 2 - PRODUCTS
2.1.
MANUFACTURERS
2.1.1.
2.2.
Products: Subject to compliance with requirements, provide one of the products indicated on Drawings.
GENERAL REQUIREMENTS FOR LUMINAIRES
2.2.1.
Luminaires shall comply with UL 1598 and be listed and labeled for installation in wet locations by an NRTL acceptable to Authorities Having Jurisdiction.
2.2.2.
Comply with IESNA RP-8 for parameters of lateral light distribution patterns indicated for
luminaires.
2.2.3.
Comply with IESNA TM-15-07 Luminaire Classification System for Outdoor Luminaires.
2.2.4.
Metal Parts: Free of burrs and sharp corners and edges.
2.2.5.
Housings: Rigidly formed, weather- and light-tight enclosures that will not warp, sag, or
deform in use. Provide filter/breather for enclosed luminaires.
2.2.6.
Doors, Frames, and Other Internal Access: Smooth operating, free of light leakage under
operating conditions, and designed to permit replacement of drivers without use of tools.
Designed to prevent doors, frames, lenses, diffusers, and other components from falling
accidentally during relamping and when secured in operating position. Doors shall be
removable for cleaning or replacing lenses.
2.2.7.
Exposed Hardware Material: Stainless steel.
2.2.8.
Plastic Parts: High resistance to yellowing and other changes due to aging, exposure to
heat, and UV radiation.
2.2.9.
Light Shields: Metal baffles, factory installed and field adjustable, arranged to block light
distribution to indicated portion of normally illuminated area or field.
2.2.10.
Optical assemblies: full cutoff with zero uplight, “dark sky” compliant. LED assemblies
shall comply with IESNA BUG rating system.
2.2.11.
Reflecting surfaces shall have minimum reflectance as follows, unless otherwise indicated:
2.2.11.1.
White Surfaces: 85 percent.
2.2.11.2.
Specular Surfaces: 90 percent.
2.2.11.3.
Diffusing Specular Surfaces: 75 percent.
Section 26 56 00 - 5
2.2.12.
Lenses and Refractors Gaskets: Use heat- and aging-resistant resilient gaskets to seal
and cushion lenses and refractors in luminaire doors.
2.2.13.
Factory-Applied Finish for Aluminum Luminaires: Comply with NAAMM's "Metal Finishes
Manual for Architectural and Metal Products" for recommendations for applying and designating finishes.
2.2.13.1.
Finish designations prefixed by AA comply with the system established by the Aluminum
Association for designating aluminum finishes.
2.2.13.2.
Finish: premium 5 stage TGIC polyester powder coat paint minimum 2.5 mils thick, applied to factory-assembled and -tested luminaires before shipping. Where indicated,
match the finish process and color of pole or support materials.
2.2.13.2.1.
Color: See Luminaire Schedule.
2.2.14.
Outdoor Wall Mounted Area Luminaires
2.2.14.1.
Shall have minimum 52 lumens per watt.
2.2.14.2.
No more than 48% of the total luminaire output shall be within the forward 60-80º zone.
2.2.14.3.
No more than 3% of the total luminaire output shall be in the forward 80-90º zone.
2.2.14.4.
No light at or above horizontal 90-180º zone.
2.2.15.
Canopy Luminaires
2.2.15.1.
Shall have minimum 70 lumens per watt.
2.2.15.2.
At least 30% of total luminaire output shall be within the 40-60º zone.
2.2.15.3.
No more than 20% of total luminaire output shall be above the 80º zone.
2.3.
LED DRIVERS AND ARRAYS
2.3.1.
UL 1598 listing.
2.3.2.
LED arrays shall have LED’s that produce minimum 80 lumens/watt @ 525mA.
2.3.2.1.
Lumen Depreciation Data: maintain greater than 95% lumen maintenance at 60,000
hours per IES TM-21.
2.3.2.2.
LED color: neutral white, 4000 deg K, minimum CRI of 70.
2.3.3.
LED arrays shall have an IP66 enclosure rating.
2.3.4.
Driver Life Rating not less than 100,000 hours.
2.3.5.
Power supply / driver shall be field replaceable by means quick-disconnect connectors
and easy access mounting hardware.
2.3.6.
Drives shall accept 120 through 480 volts, 50/60 Hz.
Section 26 56 00 - 6
2.3.7.
Power Factor > 0.9@ full load.
2.3.8.
THD < 20% @ full load.
2.3.9.
Surge protection: 10kA/10kV per ANSI/IEEE C136.2-2014
2.3.10.
The housing shall have an integral thermal management system with extruded aluminum
radiation fins and lateral airways.
2.3.11.
Minimum starting temperature: minus 30 deg C, 40 deg C ambient.
2.3.12.
Comply with IES LM-79-08 and LM-90-08 Approved Methods.
2.3.13.
Comply with In-Situ testing for more reliable results.
2.3.14.
LED’s shall be Restriction of Hazardous Substances Directive (RoHS) compliant.
2.4.
LUMINAIRE-MOUNTED PHOTOELECTRIC RELAYS
2.4.1.
Comply with UL 773 or UL 773A.
2.4.2.
Contact Relays: Factory mounted, single throw, designed to fail in the on position, and
factory set to turn light unit on at 1.5 to 3 fc and off at 4.5 to 10 fc with 15-second minimum time delay. Relay shall have directional lens in front of photocell to prevent artificial
light sources from causing false turnoff.
2.4.2.1.
Adjustable window slide for adjusting on-off set points.
2.5.
GENERAL REQUIREMENTS FOR POLES AND SUPPORT COMPONENTS
2.5.1.
Structural Characteristics: Comply with AASHTO LTS-4-M.
2.5.1.1.
Wind-Load Strength of Poles: Adequate at indicated heights above grade without failure,
permanent deflection, or whipping in steady winds of speed indicated in "Structural Analysis Criteria for Pole Selection" Article, with a gust factor of 1.3.
2.5.1.2.
Strength Analysis: For each pole, multiply the actual equivalent projected area of luminaires and brackets by a factor of 1.1 to obtain the equivalent projected area to be used
in pole selection strength analysis.
2.5.2.
Luminaire Attachment Provisions: Comply with luminaire manufacturers' mounting requirements. Use stainless-steel fasteners and mounting bolts unless otherwise indicated.
2.5.3.
Mountings, Fasteners, and Appurtenances: Corrosion-resistant items compatible with
support components.
2.5.3.1.
Materials: Shall not cause galvanic action at contact points.
2.5.3.2.
Anchor Bolts, Leveling Nuts, Bolt Caps, and Washers: Hot-dip galvanized after fabrication unless otherwise indicated.
2.5.3.3.
Anchor-Bolt Template: Plywood or steel.
Section 26 56 00 - 7
2.5.4.
Handhole: Oval-shaped, with minimum clear opening of 2-1/2 by 5 inches with cover secured by stainless-steel captive screws.
2.5.5.
Concrete Pole Foundations: Cast in place, with anchor bolts to match pole-base flange.
Concrete, reinforcement, and formwork are specified in Division 3 Concrete Sections.
2.6.
ALUMINUM POLES
2.6.1.
Poles: Seamless, extruded structural tube complying with ASTM B 429/B 429M, Alloy 6063-T6 with access handhole in pole wall.
2.6.1.1.
Shape: Refer to Luminaire Schedule or shall match existing site poles.
2.6.1.2.
Mounting Provisions: Butt flange for bolted mounting on foundation.
2.6.2.
Pole-Top Tenons: Fabricated to support luminaire or luminaires and brackets indicated,
and securely fastened to pole top.
2.6.3.
Grounding and Bonding Lugs: Welded 1/2-inch threaded lug, complying with requirements in Section 26 0526 "Grounding and Bonding for Electrical Systems," listed for attaching grounding and bonding conductors of type and size listed in that Section, and accessible through handhole.
2.6.4.
Brackets for Luminaires: Detachable, with pole and adapter fittings of cast aluminum.
Adapter fitting welded to pole and bracket, and then bolted together with stainless-steel
bolts.
2.6.4.1.
Tapered oval cross section, with straight tubular end section to accommodate luminaire.
2.6.4.2.
Finish: Match pole and luminaire material and finish.
2.6.5.
Aluminum Finish: Comply with NAAMM's "Metal Finishes Manual for Architectural and
Metal Products" for recommendations for applying and designating finishes.
2.6.5.1.
Finish designations prefixed by “AA", comply with the system established by the Aluminum Association for designating aluminum finishes.
2.6.5.2.
Finish: Premium five (5) stage TGIC polyester powder coat paint.
2.6.5.2.1.
Color: As selected by Architect from manufacturer's full range or to match existing adjacent poles.
2.7.
POLE ACCESSORIES
2.7.1.
Base Covers: Manufacturers' standard metal units, arranged to cover pole's mounting
bolts and nuts. Finish same as pole.
2.7.2.
Fusing:
One in each ungrounded power supply conductor. Voltage and current ratings as recommended by driver manufacturer. Fuseholders shall be completely waterproof and shall grip the fuse in the load side section when opened. The circuit shall be
fused in the base of the pole and accessible through the handhole.
Section 26 56 00 - 8
2.7.3.
Wind Mitigation Devices: Provide in areas of consistent, high, uneven winds such as
lakefront.
PART 3 - EXECUTION
3.1.
LUMINAIRE INSTALLATION
3.1.1.
Fasten luminaire to indicated structural supports.
3.1.1.1.
Use fastening methods and materials selected to resist seismic forces defined for the application and approved by manufacturer.
3.1.2.
Adjust luminaires that require field adjustment or aiming. Include adjustment of photoelectric device to prevent false operation of relay by artificial light sources, favoring a north
orientation.
3.1.3.
1.
3.2.
Provide house side shields where necessary to control spill light.
POLE INSTALLATION
3.2.1.
Alignment: Align pole foundations and poles for optimum directional alignment of luminaires and their mounting provisions on the pole.
3.2.2.
Clearances: Maintain the following minimum horizontal distances of poles from surface
and underground features unless otherwise indicated on Drawings:
3.2.2.1.
Fire Hydrants and Storm Drainage Piping: 60 inches.
3.2.2.2.
Water, Gas, Electric, Communication, and Sewer Lines: 10 feet.
3.2.2.3.
Trees: 15 feet from tree trunk.
3.2.3.
Concrete Pole Foundations: Set anchor bolts according to anchor-bolt templates furnished by pole manufacturer. Concrete materials, installation, and finishing requirements
are specified in Division 3 Concrete Sections.
3.2.4.
Raise and set poles using web fabric slings (not chain or cable).
3.3.
BOLLARD AND INDIVIDUAL GROUND MOUNTED LUMINAIRES
3.3.1.
Align units for optimum directional alignment of light distribution.
3.3.2.
Install on concrete base with top 4 inches above finished grade or surface at bollard location. Cast conduit into base, and shape base to match shape of bollard base. Finish by
troweling and rubbing smooth. Concrete materials, installation, and finishing are specified in Division 3 Concrete Sections.
3.4.
3.4.1.
CORROSION PREVENTION
Aluminum: Do not use in contact with earth or concrete. When in direct contact with a
dissimilar metal, protect aluminum by insulating fittings or treatment.
Section 26 56 00 - 9
3.4.2.
3.5.
Steel Conduits: Comply with Section 260533 "Raceways and Boxes for Electrical Systems." In concrete foundations, wrap conduit with 0.010-inch thick, pipe-wrapping plastic
tape applied with a 50 percent overlap.
GROUNDING
3.5.1.
Ground metal poles and support structures according to Section 260526 "Grounding and
Bonding for Electrical Systems."
3.5.1.1.
Install grounding electrode for each pole unless otherwise indicated.
3.5.1.2.
Install grounding conductor pigtail in the base for connecting luminaire to grounding system.
3.5.1.3.
Provide a continuous grounding conductor in all exterior lighting circuits.
3.6.
FIELD QUALITY CONTROL
3.6.1.
Inspect each installed luminaire for damage. Replace damaged luminaires and components.
3.6.2.
Replace all burned out or inoperative LED arrays at the end of Construction prior to University occupancy.
3.6.3.
Advance Notice: Give dates and times for field tests.
3.6.4.
Provide instruments to make and record test results.
3.6.5.
Test as follows:
3.6.5.1.
Verify proper operation, switching and phasing of each luminaire after installation.
3.6.5.2.
Prepare a written report of tests, inspections, observations, and verifications indicating
and interpreting results. If adjustments are made to the lighting system, retest to demonstrate compliance with standards.
3.6.6.
Malfunctioning Luminaires and Components: Replace or repair, then retest. Repeat procedure until units operate properly.
3.6.7.
Observations: Verify normal operation of lighting units after installing luminaires and energizing circuits with normal power source.
3.6.7.1.
Verify operation of photoelectric controls.
3.6.8.
Illumination Tests:
3.6.8.1.
Measure light intensities at night. Use photometers with calibration referenced to NIST
standards. Comply with the following IESNA testing guide(s):
3.6.8.1.1.
IESNA LM-64, "Photometric Measurements of Parking Areas."
3.6.8.1.2.
IESNA LM-72, "Directional Positioning of Photometric Data."
Section 26 56 00 - 10
3.6.9.
Prepare a written report of tests, inspections, observations, and verifications indicating
and interpreting results. If adjustments are made to lighting system, retest to demonstrate compliance with standards. Submit Electronic files of site lighting maps to the Electric Shop.
END OF SECTION
Section 26 56 00 - 11
SECTION 31 62 16
STEEL H PILES, DRIVEN
PART 1 – GENERAL
1.1
1.1.1
1.2
1.2.1
1.3
1.3.1
WORK INCLUDED:
Furnish all plant, labor, and materials and perform all operations required to install new
steel H-piles in accordance with the requirements specified herein and the Contract
Drawings.
APPLICABLE PUBLICATIONS:
American Society for Testing and Materials Standards (ASTM):
A 572-81
High Strength Low-Alloy Columbium Vanadium Steels of
Structural Quality
A 36
Structural Steel
SUBMITTALS:
Equipment Description: The Contractor shall submit complete descriptions of pile driving
equipment, including hammers (manufacturer’s general information, operating
instructions, testing procedures, etc.), extractors and other appurtenances to the
Engineer prior to the commencement of work.
PART 2 - MATERIALS
2.1
STEEL H-PILING
2.1.1
Steel for H-piling shall conform to the requirements of A36 or equal. H-piling shall be new
and of the type indicated on the drawings.
PART 3 – EXECUTION
3.1
PLACING AND DRIVING PERMANENT PILES:
3.1.1
Placing: Piling shall be carefully located as shown on the drawings or as directed by the
Engineer. Contractor shall clear the driving line prior to driving piling. Piles shall be
placed in a plumb position. Piles damaged during driving shall be removed and replaced
by new piles at the Contractor’s expense.
3.1.2
Driving: All piles shall be driven to grade and maintained in a vertical position. Piles
shall be driven by approved methods in such manner as not to subject the piles to
serious damage. Pile hammers shall be maintained in proper alignment during driving
operations by use of suitable leads or by guides attached to the hammer. A protecting
cap shall be employed in driving, when required, to prevent damage to the top of the
piles. All piles shall be driven without the aid of a water jet, unless otherwise authorized.
Adequate precautions shall be taken to insure that piles are driven plumb.
31 62 16 ‐ 1 Should boulders or other obstructions render it impracticable to drive a pile to the
specified penetration, the Contractor shall remove the boulders or obstructions, as
directed by the Engineer, to insure the adequacy and stability of the structure.
3.2
CUTTING AND SPLICING: Piles driven below the elevations indicated for the top of piles, and
piles which because of damaged heads have been cut off to permit further elevation, shall be
extended to the required top elevation by splicing an additional length, when directed, without
cost to the Owner. The Contractor shall cut off the tops of piles excessively battered during
driving, when directed to do so, at no cost to the Owner. Cut offs shall become the property of the
Contractor, and shall be removed from the work. The Contractor may cut holes in the piles for
bolts, rods, drains, or utilities at locations and of sizes shown on the drawings or as directed. All
cutting shall be done in a neat and workmanlike manner.
3.3
PULLING AND REDRIVING: The Engineer may require the Contractor to pull certain selected
piles after driving for test and inspection, to determine the conditions of the piles. Any pile so
pulled and found to be damaged to such extent as would impair its usefulness in the structure, as
determined by the Engineer, shall be removed from the work, and the Contractor shall furnish and
drive another pile to replace the damaged pile. Piles pulled and found to be in a satisfactory
condition shall be redriven.
END OF SECTION 31 62 16 ‐ 2 SECTION 35 31 23
ARMOR STONE REVETMENT
PART 1 – GENERAL
1.1
WORK INCLUDED:
1.1.1
Furnish labor, materials, equipment and transportation to construct the new armor stone
revetment (Base Bid), groin repair (Bid Alternate 1) and steel sheet pile cap repair (Bid
Alternate 3) as shown on the Contract Drawings.
1.1.2
Furnish for the approval of the Engineer suitable laboratory tests, visual inspections and
service records to demonstrate the acceptability of stone material. All laboratory tests
shall be for stone from the immediate area(s) and lift(s) of the quarry where stone will be
supplied for this project. Generalized test results will not be acceptable. Visual inspection
for cracks, fractures, seams, defects, and deterioration shall be made. Service records
will include documentation to show the stone has performed satisfactorily on similar
structures.
1.1.3
Furnish for the approval of the Engineer data showing methods and equipment proposed
for performing the work and gauging table certifications.
1.2
1.2.1
APPLICABLE PUBLICATIONS:
State of Ohio Department of Transportation (ODOT) Construction and Material
Specifications.
PART 2 – PRODUCTS
2.1
2.1.1
2.2
MATERIALS:
General: The materials required for construction shall consist of armor stone and
concrete rubble. The stones shall be durable, sound, free from cracks, seams, and other
defects which tend to increase deterioration from natural causes. Stone shall be highly
resistant to weathering and disintegration under freezing and thawing and wetting and
drying as evidenced by laboratory tests and/or service records. The Engineer at any time
during the contract may reject any materials, at the source or job site, not meeting the
requirements of these specifications. Materials which have been delivered to the project
site and are rejected shall be removed from the project site at the Contractor’s expense.
QUALITY:
2.2.1
Specific gravity of armor stone shall be as determined by ASTM C-127 for Bulk Specific
Gravity (Saturate-Surface-Dry Basis) and water having a weight of 62.5 pounds per cubic
foot.
2.2.2
The elongation of any stone shall not be less than one-third which shall mean the ratio of
its least dimension to its greatest dimension.
2.2.3
Quarry Operations and Handling: Quarry operations shall be conducted in a manner that
will produce stone conforming to the requirements specified and may include selective
35 31 23 ‐ 1 quarrying, handling, processing, blending and loading as necessary. Blasting and
handling of rock shall be controlled to produce rock of the size ranges and quality
specified. Techniques such as the use of proper hole diameter, hole depth, hole angle,
burden and spacing distances, types and distribution of explosives, delay intervals and
sequence, removal of muck piles between each shot, and special handling techniques
will be required as necessary to produce the specified materials. All aspects of blasting
operations shall be specifically designed so that the end product is not damaged from the
blasting technique.
2.3
GRADATION OF MATERIALS
2.3.1
Armor stone shall be 2.0 to 6.0-ton stone. Armor stone used for the revetment extension
adjacent to the Kayak Access Stairs shall be 2.0 to 4.0-ton stone (Base Bid). Armor stone
for the groin repair shall be 4.0 to 6.0-ton stone (Bid Alternate 1). Armor stone for the
steel sheet pile cap repair shall be 2.0 to 4.0-ton stone.
2.3.2
Concrete rubble shall 12 to 24-inch thick pieces and free of exposed rebar.
2.3.3
Sand prefill (Bid Alternate 8) shall be from an approved upland source and be of a
gradation comparable to Lake Erie beach sand. Gradation shall be no finer than the
gradation listed on the Contract Drawings. Contractor shall submit photographs of
installation of sand prefill installation.
2.3.4
Contractor shall submit certified weight tickets for armor stone and sand pre-fill.
PART 3 – EXECUTION
3.1
STONE PLACEMENT:
3.1.1
General: The stone materials specified above shall be placed to the lines and grades
indicated on the Contract Drawings and as further specified herein.
3.1.2
Armor Stone: Armor stone shall be placed individually to produce a full layer thickness in
one operation in a manner to avoid displacing or placing undue impact force on
underlying material and to minimize chipping of stones. All stone and concrete rubble
shall be placed by mechanical means in a manner to produce a resultant mass of rock
with the minimum practicable percentage of voids, and the maximum practicable
interlocking and stone to stone contact. Rehandling of individual stones after initial
placement may be required as necessary to achieve this result. Mechanical means
proposed for armor stone placement shall be approved by the Engineer. Generally,
equipment shall be capable of placing stone near its final position before release and
capable of moving the stone if necessary. Dragline buckets and skips shall not be
acceptable for placement of armor stone. Placement shall begin at the bottom of the
slope with the placement of the toe stones and then proceed upward. Largest armor
stone shall be placed as toe stones. Casting or dropping of stone over two (2) feet or
moving by drifting and manipulating down the slope shall not be permitted. Stone shall
not be stockpiled on completed sections of the armor stone structure. Final finishing of
slopes shall be done as the material is placed.
3.1.3
Concrete Rubble shall be placed in the thickness and areas as shown on the Contract
Drawings.
35 31 23 ‐ 2 3.1.4
Sand prefill (Bid Alternate 8) shall be placed in the area shown on the Contract Drawings.
PART 4 – PAYMENT
4.1
Material will be measured for payment by the ton (2,000 pounds) Armor Stone material
acceptably placed in the work as determined by certified truck weight tickets. Sand Pre-fill
and Concrete Rubble material will be measured by the cubic yards placed. Material
placed beyond the tolerance limits specified for each type of material will not be paid for
except where authorized by the Engineer. Reduction for materials placed beyond
tolerance limits will be made on the basis of 3,000 pounds per cubic yard for all material.
The tolerance limits for placement of armor stone shall be defined as more than 66% of
the vertical dimension of a placed armor stone extending beyond the lines and grades
shown on the drawings. Any material wasted or used by the Contractor for other
purposes and any material not placed in the work in accordance with the requirements of
the specifications will not be measured or paid for.
END OF SECTION 35 31 23 ‐ 3 
Related documents
Download