Design/Build Services for the new: Canton Public Works Facility
DATE: May 14, 2014 The following changes to the Drawings and Project Specifications shall become a part of the Drawings and Project Specifications; superseding previously issued Drawings and Project Specifications to the extent modified by Addendum No. 1. Changes to Addenda: 1. Delete the word draft updated from Cover Page date. Date issued is May 14, 2014 2. Division 2: Design/Build Performance Specifications: are included in this bid Addendum. 3. Owner provided and installed Furniture, Fixture and Equipment List are included in this bid Addendum. 4. Wage Rates: Current Wage Rates will be provided in a future Addendum. The bid dates are unchanged by this Addendum. The Addendum consists of forty-two (42) pages of 81/2 x 11 text including this Addendum End of Addendum 1 DESIGN/BUILD PERFORMANCE SPECIFICATION SITE-CIVIL All site/civil designs shall be completed by a Connecticut-licensed Professional Engineer and all landscape design shall be completed by a Connecticut-licensed Landscape Architect. The layout, configuration, and materials of construction for site components including, but not limited to, stormwater management systems, curbing, drives and parking lots, signage and pavement markings, sidewalks and associated site amenities shall be designed per Town of Canton regulations, applicable building codes, and shall meet all applicable accessibility requirements. The design-builder shall be responsible for obtaining all local, state and federal land-use permits, as applicable. Utilities Stormwater Stormwater management systems and quality shall be designed and configured per the Connecticut Department of Energy & Environmental Protection (DEEP) 2004 Stormwater Quality Manual. Hydraulics, hydrology and stormwater facilities shall be designed per the Town of Canton requirements. Design shall be sufficient for permitting requirements through the Town of Canton. Domestic Water and Fire Protection Domestic water and fire protection shall be sized and configured in coordination with building demand and Town of Canton Water Pollution Control Authority (WPCA) requirements. All pipe sizing, fire hydrant locations and all other appurtenances including, but not limited to, water meters, curb stops, gate valves, etc. shall be coordinated with the WPCA, the local fire marshal, and applicable codes. Sanitary Sanitary facilities shall be designed per the Canton WPCA requirements. Maximum cover over sanitary piping shall be per the pipe manufacturers recommendations. Electric Electric service shall be sized and configured to meet building demands in coordination with the electric engineer and Northeast Utilities (NU). Design of power supplies shall be completed in accordance with NU standards and specifications, Town of Canton regulations, and applicable codes. Provide separation between transformer and generator as required by NU. Canton Public Works Complex Design/Build RFP Page 1 DESIGN/BUILD PERFORMANCE SPECIFICATION Telecommunications Telecommunications shall be sized and configured to meet building demands in coordination with the architect and the local providers standards and specifications. Oil-Water Separator An appropriately sized oil-water separator shall be provided to receive wastewater from the maintenance & storage areas, as well as the vehicle wash. Designer-Contractor is responsible for obtaining, from CT DEEP, the General Permit for the Discharge of Vehicle Maintenance Wastewater, or any other discharge permit that is required. Natural Gas Building heat shall be provided by natural gas. Coordinate with applicable utility providers and Town of Canton requirements. Fuel Station(s) Provide two (2) on-site fuel station(s), as required by Canton Public Works. One station shall include a new above-ground 6,000-gallon tank and one station shall include relocating the existing 4,000-gallon above-ground tank from the existing DPW facility. Fuel stations shall be designed per NFPA 30A, DEEP regulations, Town of Canton requirements, and shall be placed on an appropriately sized reinforced concrete pad with a positive limiting barrier, appropriate signage, bollards and stairs to fill the tank ports. Fuel stations shall include all necessary appurtenances, including but not limited to the following: New Above-Ground Tank (all items are new) 6,000-gallon double-walled AST Base slab Vent package Fill limiter Fuel port Wayne S-1 dispenser Morrison gauge FE Petro submersible pump Tank monitoring system Fuel management system Provisions for metered feed to emergency generator Canton Public Works Complex Design/Build RFP Page 2 DESIGN/BUILD PERFORMANCE SPECIFICATION Relocated Above-Ground Tank (all items are new except AST) 4,000-gallon AST Base slab Fuel port Wayne S-1 dispenser Morrison gauge FE Petro submersible pump Tank monitoring system Fuel management system Site Concrete Concrete shall be designed per the Connecticut Department of Transportation Standard Specifications for Roads, Bridges and Incidental Construction (Form 816), latest revision, including all supplements. Bituminous Pavement Bituminous pavement shall be designed per Form 816. Top course shall be minimum 2- 1/2 inches of Class 2 bituminous concrete and bottom course shall be minimum 1-1/2 inches Class 1 bituminous concrete, unless thicker sections are required by the geotechnical engineer. The pavement base material shall consist of 6 inches of Processed Aggregate (ConnDOT M.05.01) over 12 inches of Bank Run Gravel (ConnDOT M.02.06, Gradation A) or as recommended by the Geotechnical Engineer. Pavement markings shall be per Form 816 and striping layout shall be per the Town of Canton zoning requirements. Curbing Curbing shall be designed per Form 816 and the Town of Canton zoning regulations. Earthwork and Retaining Walls Site grading, including retaining walls, shall be designed to produce a balanced site. If the existing material is not suitable for reuse under the building or paved areas (as Canton Public Works Complex Design/Build RFP Page 3 DESIGN/BUILD PERFORMANCE SPECIFICATION determined by the Geotechnical Engineer), the Designer-Contractor is responsible for import of any new fill material required. Earthen slopes shall not exceed 2(H):1(V), unless otherwise directed by a geotechnical engineer. Permanent slope stabilization shall be provided as directed by a geotechnical engineer. Retaining walls shall be designed based on site geotechnical conditions and constructed of cast-in-place concrete or segmented concrete blocks. Railings, handrails, and guardrails shall be designed per the Connecticut Building Code, latest edition. There shall be four (4) bulk material storage bins, made up of nine (9) 20-foot jersey barriers. Erosion Control Erosion control shall be designed per DEEPs 2002 Connecticut Guidelines for Soil Erosion and Sediment Control (Bulletin 34) and applicable Town of Canton regulations. Landscape Design Topsoil The area within the limits of disturbance shall be cleared and grubbed. All stumps and rocks shall be removed. Existing topsoil shall be stockpiled, screened, and amended. A soil analysis shall be performed by a qualified soil testing laboratory and amended per their recommendations. Excess topsoil shall be Town property and shall be relocated, by the Contractor, to a location within the Town. Plantings Plantings shall be designed per the Town of Canton zoning regulations and sufficient for permitting. Additionally, the Town requires an evergreen buffer between the facility and Commerce Drive. Plantings shall consist of native, low-maintenance, drought-tolerant species suitable for the context of the facility. Provide a (20) foot tall aluminum flagpole, concrete base, associated hardware and ground weather resistant recessed up LED light to be controlled via a photocell. Location to be determined. Canton Public Works Complex Design/Build RFP Page 4 DESIGN/BUILD PERFORMANCE SPECIFICATION ARCHITECTURAL/STRUCTRAL SYSTEMS DESIGN CRITERIA All structures will be designed in accordance with 2003 International Building Code/2009 Connecticut Supplement and the International Energy Efficiency Code. The minimum design criteria as provided by the code, includes dead, live, and gravity loads, and wind and seismic loads. Dead loads consist of the weight of architectural, structural, mechanical and electrical systems. Live, wind and seismic loads are outlined in the Design Criteria following this narrative. Please note, codes may change at the time of your design. They should be incorporated into your project. FOUNDATIONS A geotechnical report shall be required to provide recommendations for the foundation system, excavation and backfilling requirements. The geotechnical engineers recommendations shall be incorporated into the design of the building foundations. Spread footings and slab-on-grade conventional footings shall be considered for the all structures, including the salt-sand shed. Foundations and slabs needed for the generator, fueling station and material storage bins. LATERAL LOAD RESISTING SYSTEM Lateral load resistance to horizontal wind and seismic loads will be designed by the pre- engineered structural engineer of record. In order to transfer horizontal (wind and seismic) loads to the lateral load resisting system, horizontal diaphragms will be required. The Design/Build General Contractor is responsible to size all structural members, connections, spacing, associated with the design and construction of the superstructure. The structure shall be designed to support the loading of a future solar paneled system across the entire roof area. Pre-Engineered Steel Structure: Provide a complete, integrated set of metal building system manufacturer's standard mutually dependent components and assemblies that form a metal building system capable of withstanding structural and other loads, thermally induced movement, and exposure to weather without failure or infiltration of water into building interior. Include primary and secondary framing, metal roof panels, metal wall panels and accessories complying with requirements indicated. Rigid Clear Span: Solid-member, structural- framing system without interior columns. End-Wall Framing: Manufacturer's standard, for buildings not required to be expandable, consisting of load-bearing end-wall and Canton Public Works Complex Design/Build RFP Page 5 DESIGN/BUILD PERFORMANCE SPECIFICATION corner columns and rafters. Secondary Frame Type: Manufacturer's standard purlins, girts, eave struts, base members, flange bracing, gable angles, clips and miscellaneous structural parts. Provide metal building systems capable of withstanding the effects of gravity loads. Engineer metal building systems according to procedures in MBMA's "Metal Building Systems Manual. The structural design shall conform to the requirements of the Connecticut State Building Code and latest edition of referenced standards. Roof Snow Loads: Include vertical loads induced by the weight of snow, minimum load of 40 psf (or min code requirement). Allow for unbalanced and drift loads. Comply with requirements of the Connecticut State Building Code. Wind Loads: Include all roof and wall loads required by the Connecticut State Building Code. Thermal Movements: Provide metal panel systems that allow for thermal movements resulting from the following maximum change (range) in ambient and surface temperatures by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections and other detrimental effects. Base engineering calculation on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. It should be noted that the proposed design/builder may provide an alternative structural solutions for consideration if they yield a cost effective approach. This approach should not compromise the longevity and structural soundness of the superstructure. Salt and Sand Structure The building manufacture shall use standards, specifications, recommendations, findings and/or interpretations of professionally recognized groups such as ASCE, AIS, AISC, AISI, AWS, ASTM, MBMA, Federal Specifications, and unpublished research by MBMA as basis for establishing design, drafting, fabrication, and quality criteria, practices, and tolerances. A three-sided open structure with wood paralam and/or galvanized steel structure. Metal or shingle roofing system (min. 30 year warranty). Foundations shall be 10 feet tall to withstand the lateral loading of the material storage. The minimum clear opening to allow for entry and exit of equipment and materials shall be thirty feet height (30-0). Metal Bollard encased in concrete footings shall be placed at all corners of the structure and at the buildings opening. The loading ramp shall be the full width of the building opening, as shown on the conceptual site plan, to allow for access of material to be delivered. The design/builder must allow for proper maneuverability in and out of the structure. Thus the sub-base and chosen surface material must handle the loading of the materials (salt/sand). In all instances, however, the manufacturers design, drafting, fabrication and quality criteria, practices, and tolerances shall govern, unless specified by contract documents Canton Public Works Complex Design/Build RFP Page 6 DESIGN/BUILD PERFORMANCE SPECIFICATION Shop fabricated framing components to indicated size and section with base plates, bearing plates, stiffeners, and other items required for erection welded into place. Cut, form, punch, drill, and weld framing for high strength bolt assembly Primary Framing Members Manufacturers standard structural primary framing system designed to withstand required loads and specified requirements; primary framing includes transverse and lean to frames; rafter, and canopy beams; sidewall; intermediate; end wall; and corner columns; and wind bracing Plywood and Blocking All plywood must be marked with the grade of recognized association or independent inspection agency. The mark shall identify the plywood by species, span rating, exposure durability, and grade. All wall sheathing shall be C-D grade, exposure 1 and a minimum thickness of 5/8 inch. All framing lumber in contact with the concrete foundation system must be preservative treated lumber (wood sills, soles, plates, furring, and sleepers that are less than 24 inches from the ground or furring and nailers that are set in or in contact with concrete or masonry). All preservative treated lumber must be No.1 grade or greater. All preservative treated products must meet the American Wood Preservers Association Standards. All framing lumber and boards must be air or kiln dry lumber. All framing lumber or boards must have maximum moisture content of 19%. All rough hardware shall be of the type, size, and spacing necessary for the project requirements. Sizes, types, and spacing of fastening of manufactured building materials shall be as recommended by the product manufacturer. All fasteners embedded in or in contact with preservative treated wood, concrete, or masonry products shall be zinc- coated. All wood blocking shall be properly sized and shaped at locations requiring installation or attached to fixtures, kitchen cabinets, and equipment. Cabinetry and Casework Provide 42 inch height upper cabinets with double doors each unit as applicable, 5/8 inch thick plastic laminated doors with concealed hinges and 4 inch wire pulls. Lower Base cabinets with plastic laminate doors and drawers with concealed hinges and 4 inch wire pulls. Provide a handicapped accessible sink counter and work surfaces as required by code. Counter height must be the required height, depth, and thickness. Provide a plastic laminate countertop and 4inch plastic laminate backsplash. Plastic Laminate shall be .050) inch General Purpose grain, in range of colors and patterns, smooth surface. Canton Public Works Complex Design/Build RFP Page 7 DESIGN/BUILD PERFORMANCE SPECIFICATION Thermal and Moisture Protection Damproofing Provide Bituminous Damproofing to concrete foundation walls. Prime surfaces at a rate of 1 gallon per 100 square feet. Cold Bitumen by spray or trowel. Waterproofing Provide sheet rolled Stego (or equivalent) wrap under the entire slab on grade. Tape and seal all penetrations. Coordinate placement with radiant floor slabs. Air Infiltration Barrier Provide sheet and sealant materials to provide a continuous air infiltration barrier throughout the building envelope. See drawings for general locations. Rigid Insulation Provide Polystyrene Insulation at perimeter foundation wall and against concrete slabs. Provide a minimum thermal resistance rating of 5.4R per inch and to meet the building code and a 15 psi of compressive strength. Make sure all edges are square. Adhere all boards to maximizing bonding contact. Stagger all joints and butt edges tight to each other. Tape all joints with compatible material. Provide 100psi under all radiant slabs within the storage areas where vehicles and/or heavy weight equipment will be stored. Batt and Blanket Insulation Provide Batt and Blanket insulation at all exterior walls, ceilings and for perimeter window and door shims spaces and crevices in the exterior wall and roof. The superstructure must meet the current International Energy Efficiency Code. Batt and Blanket Insulation to be glass fiber kraft faced. A thermal break is required between the roof decking/roofing and the steel superstructure. Provide foil faced only at exposed surfaces. All thermal resistant ratings must meet all applicable building energy codes. Closed Cell blown-in insulation can be used if fully encapsulated behind sheetrock and/or other applicable materials. Please note: you most meet the current international energy efficiency code for the building envelope (walls, roofs and floor slabs/foundations). Provide thermal breaks at all steel connections between the building faade and buildings structure. Canton Public Works Complex Design/Build RFP Page 8 DESIGN/BUILD PERFORMANCE SPECIFICATION Provide sound attenuation to the ceiling height in interior walls located in the following: Offices and public restrooms. Gutters and Downspouts Provide an extruded aluminum gutter, .050 minimum thickness, baked enamel finish, color: white. Downspouts to be 6 in diameter to discharge into the underground perimeter storm drainage system. Primed and Painted Cast Iron boots (4 feet above grade) will connect to the underground system. Locations to be determined in the field by the Owner. All straps and connectors to match adjacent material. Doors and Windows Exterior and Interior Doors Refer to drawings for size, type, and fire-rating of all doors. All steel doors to be sheet steel not less than 16 gage in thickness. All exterior doors must be sheet steel hot-dipped zinc coated to a minimum .60 oz/sq.ft. All doors which are fire rated must have required label attached. All interior steel frames shall be not less than 16 gage in thickness. Exterior (heated/unheated spaces) frames shall not less than 14 gage in thickness and hot- dipped zinc coated to a minimum .60 oz/sq.ft. All interior wood doors to be 1 3/4 in thickness, solid core construction. Non-rated or rated. Wood veneer facing to be red oak, rotary cut, natural with a stained finish. Provide astragals at double doors. Door Hardware All door hardware to meet applicable fire ratings and accessibility requirements. All locksets to be lever handled. Hardware finishes to be selected by the Owner. Provide dead bolt cylinders at all egress doors. All door hardware to be commercial heavy duty grade. All locks and cylinders shall be master keyed as directed by the Owner. All doors will be mastered to the grand master serving the Town of Canton or as directed by the Owner. All entrance doors shall be sub-mastered for fire station personnel. Another sub- master will be required for a second group of locks to be identified by the Owner. All master keys shall be delivered to the Owner as directed. Tag all change keys with temporary cardboard tags, using the final room numbers to be marked on the doors as indicated on the drawings. All tagged keys shall be turned over to the Owner. Provide the following: 3 per cylinder and Master keys 6 per master key set. Overhead Doors Provide raised panel overhead doors (min R value of 6) with standard lift operating style with track, hardware and electric motor with manual chain override. Design and size components to withstand dead and live loads caused by pressure and suction of wind acting normal to plane of wall as calculated in accordance with the State of Connecticut Building Code. Panels: Flush steel construction; outer steel sheet of 28 gage thick, Canton Public Works Complex Design/Build RFP Page 9 DESIGN/BUILD PERFORMANCE SPECIFICATION paneled profile (front doors); inner steel sheet of 28 gage thick, flat profile; core reinforcement of 16 gage thick sheet (G60 galvanization) steel roll formed to Z-shape, rabbeted weather joints at meeting rails; heavily insulated. The doors must provide the proper U-value to meet the current building and energy codes at the time of construction. Glazed Lights to be 2 rows of full width insulated glazing as indicated in the elevations set in place with resilient glazing channel. Provide an 11 gage thick; 3 inch wide rolled steel track, continuous one piece per side; galvanized steel mounting brackets, 1/4 inch thick. Heavy duty hinges and adjustable roller holders of galvanized steel; floating hardened steel bearing rollers, located at top and bottom of each panel, each side. Lift Mechanism with torsion spring on cross head shaft, with braided steel lift cables. Manual Operation A maximum exertion of 25 lbs force. Provide sill and jamb weather- stripping. Inside side mounted, adjustable keeper interior handle with no lock. Provide a 1/2 hp; manually operable in case of power failure, transit time of 12 inches per second, 120 volts, one phase, 60 Hz., 20 amperes maximum circuit breaker size with over current protection, and 85 percent minimum power factor at rated. Control Station (at door jambs): Standard three button (open-close-stop) momentary type, control for each electric operator; 24 volt circuit, surface mounted. Central Control Station: 3 controls (one for each operator) ganged and recessed in a room determined by the owner. Standard three button (open-close-stop) momentary type, 24 volt circuit. Provide with circuitry and raceways. Integrate with relay switch to open all front doors on signal from central signal. Radio Control Antenna Detector: 120 VAC, UHF radio range with special delay circuits for maximum security. Two (2) receivers shall be provided for each door. Hand Held Transmitter: Digital control, re-settable. Provide one transmitter for each door. Safety Edge: At bottom of door panel/track, provide photoelectric sensor and pressure sensors. Provide high lift track system in the vehicle maintenance and storage areas to clear the vehicles when they are being serviced. Provide weather/water protected doors at the wash bays: Aluminum Alloy Frame Corrosion resistant aluminum stiles and rails provide a strong durable frame with a uniform stile thickness for fastener holding power. Provide a powder coat finish, all sides. The aluminum rails shall be beveled, a tongue and groove meeting rails are beveled to shed moisture and eliminate water traps. A double panel seal is required at each door. All fasteners, components and other assemblies must be aluminum and or stainless steel. All electronic equipment must be waterproof per NEMA guidelines. Access Doors Provide (2) two feet by two feet metal access door (fire rated) as needed. Exterior Windows Provide aluminum double hung, thermally broken windows. Sizes and profile shown on the drawings. Provide double insulated glazing with low emissivity glazing, clear annealed glass, and argon filled, aluminum insect screens, and standard lock and keeper. Canton Public Works Complex Design/Build RFP Page 10 DESIGN/BUILD PERFORMANCE SPECIFICATION Provide 4 thick R-20 Kallwall Translucent wall panels. ASTM E 331 Water Penetration, ASTM E283-91 Air Leakage, ASTM E330-90 Structural Performance Finishes Gypsum Board Assemblies Provide fire rated gypsum board and impact resistant where applicable, 5/8 inch thick, UL rated, maximum permissible length; ends square cut, tapered edges. Provide impact resistant gypsum board in all areas. Provide Moisture Resistant Gypsum Board (MR): 5/8 inch thick, maximum permissible length; ends square cut, tapered edges. (for restrooms and/or wet locations). Provide metal corner beads, edge trims, and reinforcing tape, joint compound (3 coats), but not limited to. Install as per manufacturers standards and recommendations. Resilient Flooring Provide 12 inch by 12 inch vinyl composite tile as noted in the plans. Provide rubber base in all rooms noted above. Provide two color types, Owner to select colors. Provide one case of extra tiles for the Owners use. Acoustical Ceiling Tiles Provide 2 feet by 4 feet nominal suspended ceiling system in all areas identified on the plan or finish schedule. Color: white, with minimum flame spread rating, noise reduction coefficient for applicable Provide (50) extra 2 feet by 4 feet panel for the Owners future use. Paint The following are a list of surfaces to receive paint and/or coated products. Apply all applications as per manufacturer recommendations. All surfaces listed are for reference and may not apply to this project. The design/build contractor shall evaluate which surfaces are applicable. Provide (1) gallon of extra primer, paint, and stain. A. Wood - Painted (Opaque): 1. One coat of latex primer sealer. 2. Two coats of acrylic latex enamel, semi-gloss. B. Concrete: Concrete floors : Rooms 101,102,106 1. One coat of primer sealer latex. 2. One coat of latex, flat. C. Steel - Unprimed: Canton Public Works Complex Design/Build RFP Page 11 DESIGN/BUILD PERFORMANCE SPECIFICATION 1. One coat of alkyd primer. 2. Two coats of alkyd enamel, gloss. D. Steel - Shop Primed: 1. Touch-up with zinc chromate primer. 2. Two coats of alkyd enamel, gloss. E. Steel - Galvanized: 1. One coat galvanize primer. 2. Two coats of alkyd enamel, gloss. F. Aluminum - Mill Finish: 1. One coat etching primer. 2. One coat of alkyd enamel, gloss. G. Wood - Painted: 3. One coat of latex prime sealer. 4. One coat of latex enamel, semi-gloss. H. Wood - Transparent: 1 Filler coat (for open grained wood only). 1. One coat of stain. 2. One coat sealer. 3. Two coats of varnish, satin. I. Concrete, Concrete Block (Vitreous Paint): 1. One coat of block filler. 2. Two coats of polyester epoxy, solvent or water-based, gloss or semi- gloss coating. J. Steel - Unprimed: 1. One coat of latex primer. 2. Two coats of latex enamel, gloss. K. Steel - Primed: 1. Touch-up with latex primer. 2. Two coats of latex enamel, gloss. L. Steel - Galvanized: 1. One coat galvanize primer. 2. Two coats of latex enamel, gloss. M. Aluminum - Mill Finish: 1. One coat etching primer. 2. One coat of alkyd enamel, gloss. N. Concrete Floor Coating 1. One coat of primer 2. One coat of a polymeric compound, 100% solids membrane O. Gypsum Board: 1. One coat of latex primer sealer. 2. Two coats of latex enamel, eggshell. P. Gypsum Board (Moisture Resistant): Canton Public Works Complex Design/Build RFP Page 12 DESIGN/BUILD PERFORMANCE SPECIFICATION 1. One coat of latex primer sealer. 2. Two coats of polyester epoxy, solvent or water-based, gloss coating. Specialties Interior Signage Provide plastic faced two color/tone signs at all doors. All signs shall be handicapped accessible and meet all applicable accessibility requirements. Each sign shall read: as noted on the drawings. The Owner reserves the right to edit each signs message prior to installation. Provide accessibility symbol and Braille message to all areas required by code on the sign panel in raised pictogram. Exterior Signage Provide exterior (up to 30)10 inch height metal signage, cast aluminum, with Duronoic finish, Times Roman Font, to be mounted to the building. Location and message to be determined in the field by the Owner. Toilet Accessories Provide the following stainless steel accessories to each toilet room: Handicapped Accessible Tilted Mirror 16x30 Liquid Hand Soap Dispenser Roll Paper Towel Dispenser Toilet Paper Dispenser Sanitary Napkin Dispenser (2 locations) Grab Bars and swing down grab bars (as shown on drawings) Coat Hooks in restrooms Coat Hook on the back of each office door. Toilet Partitions Provide Sheet Steel zinc coated toilet partitions as shown on the drawings. Toilet partitions to be hollow steel tube with wall brackets (wood blocking as required), chrome plated pivot hinges, gravity type, thumb turn door latch, and coat hook. Factory phosphatizing treatment, prime coat, and two finish coats baked enamel of standard colors for owners selection. Canton Public Works Complex Design/Build RFP Page 13 DESIGN/BUILD PERFORMANCE SPECIFICATION OWNER FURNISHED EQUIPMENT LIST: The items listed below are for reference only. Do not include the purchase. Provide the full installation of the equipment listed below that require the connection of power, plumbing and/or mechanical connections to the buildings structure and utilities. Provide all power and associated infrastructure. Full coordination during the design/build process is required. Lifts and Cranes in Vehicle Maintenance Bay (1 qty) (4)-Four posts Mobile Column Lift wireless configurations (72K lb capacity) by Rotary. Ari and/or Mohawk. Provide accessories and supports for smaller vehicles Single Girder Underhung Motorized Bridge Crane by MA Crane Exhaust Systems in Vehicle Maintenance Bay Manual System Vehicle Exhaust by ARI and/or Plymovement Portable Welding Exhaust by Avani Lube Systems (2) banks of (7) 12-1 Power Master Pumps (15-40,10-30,ATF and HYD (QTY 4) by Lincoln o The following below are all by Lincoln or equal. Bung Adapter (qty 4) Low Level Cutoff (qty 4) 1 Air Op Diaphragm and wall bracket (qty 1) Suction Kit (qty 1) Air Line Filter and Regulator, (qty 5) Thermal relief valve (qty 4) HD Oil Reel (qty 4 Air Reel (qty 1) Electric/Light Reel (qty 1) Reel Mounting Bracket (qty 4) 8 GPM Electrical Meter Control Handle (qty 4) 275 Gallon Double Wall Tank 500 Gallon Double Wall Waste Tank Waste Caddy (qty 2) Rolling Grease Kit (qty 1) Filters, as required Furnishings Wood Heavy duty Work Bench with Caster and electric powered shelf o (qty 4) Canton Public Works Complex Design/Build RFP Page 14 DESIGN/BUILD PERFORMANCE SPECIFICATION Parts Bins and Stacking Bins Parts Storage Shelving (qty 8) Pallet Racks (qty 4) Flammable Cabinets (qty 2) Pesticide Cabinets (qty 2) Cantilevered Rack (metal and wood stock) (qty 1) Plywood Storage Rack (qty 1) Vehicle Wash Manual Vehicle Wash with Boom System vy MTI and/or Hotsy (qty 1) Fuel Island 6,000 gallon Convault Above Ground by United Concrete o Base Slab o Vent Package o Fill Limiters, Fuel Port o Wayne S-1 Dispenser o Morrison Gauge o FE Petro Submersible Pump o Provisions to feed meter supply to emergency generator. Relocate existing 4,000 above Ground (relocate from existing facility) United Concrete or equal o Wayne S-1 Dispenser and Submersible Pump qty2) & Fuel Port o Base Slab Refer to attached furniture, fixture and equipment list to coordinate and provide applicable connections for items not listed above.. DESIGN/BUILDER FURNISHED EQUIPMENT LIST: The items listed below shall be included in the bid submission. Provide all power, hardware and associated components to install a fully functioning system. Men's Locker Room 24 Double Tier Lockers Dallas Midwest Ladies Locker Room 3 Locker Unit Dallas Midwest Maintenance Bay Tire Machine-Tc 5000 Mac Tools Maintenance Bay Tire Balancer-WB 2601 Mac Tools Maintenance Bay 4 Post Mobile Lift Mohawk Maintenance Bay Lubrication System Lubrication Technologies, Canton Public Works Complex Design/Build RFP Page 15 DESIGN/BUILD PERFORMANCE SPECIFICATION
MECHANICAL SYSTEMS PART 1 - GENERAL 1.1 GENERAL A. The General Conditions and Supplemental General Conditions are included as work of this Division. B. All work shall be done in strict accordance with the International Mechanical Code (IMC 2003), the International Energy Conservation Code (IECC - 2009), applicable NFPA Standards, the State of Connecticut Building Code, the Connecticut Fire Safety Code, applicable Regulations of the State of Connecticut, applicable Connecticut Statutes and local ordinances/regulations. C. All equipment shall be listed by UL or other independent testing agency that is acceptable to the Authority Having Jurisdiction. D. The Contractor shall bear the cost of all fees, permits, licenses and taxes in connection with his work. E. All equipment, components, and materials shall be new. F. Contractor shall be responsible for any signed/sealed drawings and other compliance documentation required by the local officials for permit. G. The Contractor shall provide a Warrantee covering all material and workmanship for one (1) year following the date of acceptance, except that refrigeration compressors shall carry Warranty of five (5) years. H. Upon completion of the project, Contractor shall fully instruct the Owner in the operation, adjustment and maintenance of all equipment and systems furnished. Canton Public Works Complex Design/Build RFP Page 16 DESIGN/BUILD PERFORMANCE SPECIFICATION I. Contractor shall provide Owner with three (3) sets of complete maintenance and operating instructions, and technical data, in booklet form, of all equipment and devices furnished in Contract, including as-built drawings for the project J. All equipment and products shall be installed in accordance with the manufacturer's instructions and recommendations. K. Heating and cooling system design loads for the purpose of sizing systems and equipment shall be determined in accordance with the ASHRAE Handbook Fundamentals, or other generally accepted engineering standard that is acceptable to the Authority Having Jurisdiction. Calculations shall be submitted to Owner for review prior to ordering of equipment. 1.2 SCOPE OF WORK GENERAL REQUIREMENTS A. Furnish and install a complete HVAC system including, but not limited to: boiler systems, air handling units, condensing units, pumps, unit heaters, fans, hydronic piping, ductwork, heating and cooling terminal units, diffusers/ registers/grilles/louvers, dampers, automatic temperature controls, identification, insulation, testing and balancing and all other equipment as herein specified. B. Ventilation air shall be mechanically delivered to all areas of the building. Ventilation systems which are required to operate continuously or during occupied hours, such as the Workshop and Maintenance Bays, shall include a heat recovery system having a minimum efficiency of 70%. Non-air conditioned areas shall be provided with supplementary exhaust (minimum 6 air changes per hour) to minimize heat build-up in summer months. C. Central Boiler Plant 1) Two hot water boilers, each sized for 75% of design load. 2) Hot water service to air coils, unit heaters, convectors, and radiant slab. 3) Boilers shall be natural gas, high efficiency, condensing type. 4) Include all required system accessories and appurtenances including, but not limited to, combustion air and flue gas vent piping, expansion tank, pressure/temperature relief valve, service valves, and pumps. D. Vehicle Equipment Storage 1) CO/NO2 purge system with exhaust fan and ductwork to low exhaust grilles, gas- fired make-up air unit and electronic gas detection system. 2) General ventilation system to meet minimum code requirements. Canton Public Works Complex Design/Build RFP Page 17 DESIGN/BUILD PERFORMANCE SPECIFICATION 3) Space heating with overhead gas-fired radiant heaters providing coverage of all areas between vehicles. E. Maintenance Bays 1) Tailpipe exhaust system, overhead. 2) CO/NO2 purge system with exhaust fan and ductwork to low exhaust grilles, gas-fired make-up air unit and electronic gas detection system. 3) General ventilation system to meet minimum code requirements. 4) Space heating. a. Base Bid: Overhead gas-fired radiant heaters providing coverage of all areas between vehicles. b. Bid Alternate: Hot water radiant slab system including tubing, controls and required structural enhancements. Supplemental hot water unit heaters shall supplement slab system. 5) Portable welding exhaust system. 6) Provide waste oil unit heater to supplement primary heating system. Provide piping between waste oil tank in Fluid Room and unit heater. F. Wash Bay (all devices MUST be waterproof) 1) CO/NO2 purge system with make-up air provisions and low exhaust grilles. 2) General ventilation system to meet minimum code requirements. 3) Space heating with gas-fired unit heaters. 4) All equipment and components shall be rated for wet environment. G. Lunch/Training Room 1) Split system air conditioner or packaged rooftop unit. 2) Hot water duct coil in conditioned space. 3) Exhaust fan for food odors. H. Administrative Area 1) Includes five offices, conference room, waiting area, vestibule and corridor. 2) Split system air conditioner or packaged rooftop unit. 3) Hot water duct coil in conditioned space. 4) Hot water convector or cabinet heater in vestibule. 5) Exhaust fan for Janitors Closet. I. Locker/Toilet Rooms 1) Exhaust with make-up air transfer from corridor. Canton Public Works Complex Design/Build RFP Page 18 DESIGN/BUILD PERFORMANCE SPECIFICATION 2) Hot water cabinet heaters. J. Sign Shop 1) Heating and ventilating air handling unit. 2) Exhaust fan sized for 6 Air Changes per Hour for summer ventilation. K. Sign Shop Storage 1) Exhaust fan. 2) Hot water unit heater. L. Office/Specialty Tools 1) Split system air conditioner or packaged rooftop unit. 2) Hot water duct coil in conditioned space. M. Compressor Room 1) Exhaust fan. 2) Hot water unit heater. 3) Make-up air provided via gravity intake ventilator with motorized damper. N. Mechanical/Electrical Room 1) Exhaust fan. 2) Hot water unit heater. O. Shared Workshop 1) Heating and ventilating air handling unit. 2) CO/NO2 purge system with make-up air provisions and low exhaust grilles. 3) Exhaust fan sized for 6 Air Changes per Hour for summer ventilation. P. Fluid Storage 1) Exhaust fan. 2) Hot water unit heater. Q. Parts/Tire Storage 1) Exhaust fan. 2) Hot water unit heater. R. Provide auxiliary drain pan with hard piped indirect drain for all equipment with cooling coils. Canton Public Works Complex Design/Build RFP Page 19 DESIGN/BUILD PERFORMANCE SPECIFICATION S. Provide louver and gravity ventilators required for air intake and relief/exhaust, and maintain separation distances required by code. T. System shall be complete in all respects, tested, accepted and ready for the beneficial use of the Owner. 1.3 FILTERS AND STRAINERS A. Any equipment which operates with filters or strainers shall have filters and strainers installed at all times. B. When equipment and systems are officially turned over to the Owner, all equipment shall be clean and have clean, new filters installed. 1.4 FIELD MEASUREMENTS A. The Contractor shall verify in the field all measurements necessary for the work. Verify thermostat and sensor locations with the Owner before installation. B. The Contractor shall coordinate supply and return ductwork locations with steel, conduits and piping of other trades. 1.5 MATERIALS AND METHODS A. Piping: 1) Hydronic heating water piping shall be Schedule 40 black steel with Class 125 cast iron screwed fittings or Type "L" copper with 95/5 (lead free) soldered fittings. Provide proper dielectric fittings where copper piping connects to steel piping. 2) Cooling coil condensate drain piping shall be Type "M" copper with wrought copper pressure fittings and 95/5 solder. Schedule 40 PVC with solvent welded fittings may be used where permitted by Code. Use 45 degree lateral type fittings and long sweep elbows. No tees or short radius elbows will be allowed. 3) Water system piping shall be run level. Take-offs shall be made from the bottom of the main or at 45 from the bottom of the main. Provide drain valves at all low points; manual air vents at all high points. Use eccentric reducers on horizontal lines, flush to top of the pipe. 4) Provide unions and shut-off valves at all equipment, coils, etc. 5) All piping shall be supported in a manner to prevent vibration or sagging. In no case shall the hanger spacing exceed the distances listed in all applicable codes and regulations. B. Ductwork: Canton Public Works Complex Design/Build RFP Page 20 DESIGN/BUILD PERFORMANCE SPECIFICATION 1) All air distribution systems shall be fully ducted and all ductwork shall be constructed of sheet metal except as specifically indicated otherwise. 2) All ductwork and accessories shall be constructed, fabricated and installed in accordance with the latest SMACNA Standards manuals for low pressure ductwork, fire damper installations and flexible ducts. 3) Flexible ducts to air outlets shall be UL Class 1 connectors with airtight core, galvanized wire helix and preinsulated with one (1") inch, 3/4 pcf fiberglass with a flame retardant vapor barrier, Flexmaster Type IX. Maximum length of individual flexible duct run shall be six feet. 4) All air conditioning supply and ductwork shall be galvanized sheet metal, two (2") inch static pressure classification, Seal Class "C". 5) Louver plenums shall be galvanized steel with flanged joints. Metal thickness shall correspond to gauge required for equal size duct. Pitch base of plenums and ducts toward louver, for moisture drainage. Plenums shall be firmly attached to louvers and caulked weathertight at joints. 6) Install adequate balancing devices, e.g., volume dampers, extractors, etc., as required to balance each system to its design airflows. 7) Furnish and install UL listed fire dampers and access doors at all duct penetrations of walls, floors, partitions, etc., that are required to have a fire resistance rating. Fire dampers, sleeves, access doors, etc., shall be constructed and installed in conformance to the manufacturer's instructions, NFPA 90A and the building official. 8) All diffusers, registers and grilles shall be firmly attached to and supported by the duct system. Where flexible ducts are used, the diffuser, register or grille shall be firmly attached to and supported by the building structure. a. In the case of ceiling diffusers installed in acoustic ceiling tiles, the diffuser shall be bracketed to the ceiling support grid and firmly attached to the bracket and the grid with suitable clips, screws, wire ties or other method, so as not to impose any load on the ceiling tile itself. C. Insulation Systems: 1) Piping and duct systems shall be insulated in accordance with the IECC referenced in this Section. a. All indoor fiberglass piping insulation shall have all service jacket and PVC covers on all fittings, valves, etc. Canton Public Works Complex Design/Build RFP Page 21 DESIGN/BUILD PERFORMANCE SPECIFICATION b. Insulate all refrigerant piping with expanded rubber type pipe insulation. Seal all joints. Miter insulation at all tees and elbows. Pipe outdoors to have aluminum jacket with fitting covers. c. Insulate all cooling coil condensate piping with 1/2" thick, expanded, rubber type pipe insulation. Seal all joints. Miter insulation at all tees and elbows. If PVC piping is used, insulation may be omitted. d. Piping insulation shall run continuous through all pipe hangers. Protect insulation with 12-inch long sheet metal insulation protection saddles. Under saddles of piping 1-1/2 inch or longer, substitute rigid/calcium silicate insulation inserts for the specified insulation and of the same thickness as the specified insulation. e. Maintain the integrity of all piping vapor barriers. Should condensation develop on any pipe, fitting, etc., Contractor shall correct the vapor barrier break and replace any insulation damaged by moisture. f. Concealed air conditioning supply duct systems shall be insulated with fiberglass duct wrap with continuous vapor barrier. g. Insulate exposed air conditioning supply air ductwork and all insulated air ducts in mechanical rooms with rigid foil-faced fiberglass duct insulation. h. Insulate all outside air ductwork, exhaust ductwork on cold side of dampers, all plenums connected to louvers with rigid foil-faced fiberglass duct insulation. 1.6 FIRE-STOPS A. All penetrations through fire rated walls, ceilings or floors in which pipes or ducts pass shall be sealed with a UL approved fire-stop fitting classified for an hourly rating equal to the rating of the wall, ceiling or floor. 1.7 CLEANING AND FLUSHING WATER CIRCULATING SYSTEMS A. All piping systems shall be thoroughly cleaned before placing in operation to rid the system of dirt, piping compound, mill scale, oil and any and all other material foreign to the water being circulated. This applies equally and especially to systems where phases or portions of the systems are operated during construction. B. After each system or portion of a system is complete, the Contractor shall add trisodium phosphate in an aqueous solution to the system at the proportion of one (1) pound per 50 gallons of water in the system. After system is filled with this solution, the system shall be brought up to temperature and allowed to circulate for 20 hours. The system shall then be drained completely and refilled with fresh water. After each system has been completely cleaned as specified herein, it shall be tested by litmus paper or other dependable method and shall be left on the slightly alkaline side (ph = 7.5). If the system is found to be still on the acid side, the cleaning by the use of trisodium phosphate shall be repeated. C. The Contractor shall not add any water treatment chemicals or compounds to balance ph to the specified value. Canton Public Works Complex Design/Build RFP Page 22 DESIGN/BUILD PERFORMANCE SPECIFICATION 1.8 PIPE PRESSURE TESTING A. Piping systems shall be pressure tested as indicated below for each system. All piping shall be tested before it is covered, concealed or made otherwise inaccessible. B. Leaks found during pressure tests shall be corrected by remaking the joint, tightening or other suitable method. The Contractor shall not add any "stop-leak" type compounds to the piping system. C. Any system requiring leak repair shall be retested in the same manner as the original test. D. Piping systems shall be tested in accordance with the following schedule: Duration (Hours) W/O Gauge System Test Pressure Test Medium Pressure Drop Hot Water 100 PSIG Water 24 Hours E. The Contractor shall furnish all booster pumps, compressors, hoses and equipment required to perform all pressure tests. 1.1 BALANCING AIR AND WATER SYSTEMS F. This Contract is for all labor, materials and equipment required for balancing the air and water systems. G. Balancing shall be performed by a fully qualified testing and balancing technician, certified by the AABC or the NEBB. He shall adhere the procedures and methods outlined by the AABB or NEBB. H. Water systems to be balanced include the hot water piping systems. I. Air systems to be balanced include all the supply, return, outside air and exhaust systems. Balancing shall include rebalancing (adjusting of sheaves and replacing belts, if needed) of exhaust fans, make-up air units, and air handling units as required to provide air flows specified. The Balancing Contractor shall secure a set of As-Built Ductwork Plans prior to commencing work. J. The Balancing Contractor shall attend a coordination meeting with the HVAC and ATCS Contractor to coordinate sensor locations. K. Upon completion of all tests and balancing operations, the Contractor shall submit five (5) copies of a certified balancing report to the Engineer. This report shall include all data for each of the air and water systems. Canton Public Works Complex Design/Build RFP Page 23 DESIGN/BUILD PERFORMANCE SPECIFICATION L. Balancing of systems shall be followed up after building is occupied; any rebalancing shall be done as required to meet occupant's requirements without extra charge. 1.9 SEISMIC RESTRAINT A. General: This project is in a seismic zone per State and/or Local Codes and Ordinances and all materials and equipment shall be installed, supported, and seismically restrained accordingly. 1.10 IDENTIFICATION A. All ductwork, piping, equipment, and valves shall be identified in compliance with ASME A13. B. Ductwork shall be identified with name and flow direction at least every 20 ft. with adhesive identification labels. C. Piping shall be identified with name and flow direction every 20 ft. with snap-on plastic pipe markers. D. Equipment shall be identified with engraved plastic markers. E. Valves shall be identified with engraved plastic marker and chain and a valve identification binder shall be provided. 1.11 AUTOMATIC TEMPERATURE CONTROLS A. This Contract shall include all labor, materials, training, and equipment required for installation of the Automatic Temperature Control (ATC) system. 1) The system shall be centralized and shall be accessible via worldwide web. 2) The system shall be open protocol and full ownership of the software license shall be provided to the Owner. 3) The installing contractor shall be certified by the system manufacturer and shall maintain a fully staffed service center within sixty miles of the project. B. Any apparatus, appliance, material and work not shown on Drawings, but mentioned in the Specifications, or vice versa, or any incidental accessories necessary to make the work complete and perfect in all respects and ready for operation as determined by good trade practice event if not particularly specified, shall be furnished, delivered and installed without any additional expense to the Owner. C. All control wiring shall be by provided under this division. Canton Public Works Complex Design/Build RFP Page 24 DESIGN/BUILD PERFORMANCE SPECIFICATION D. Air handling units and their respective condensing units shall be controlled by unitary controllers, space sensors with 3 hour occupied override button. Outside air damper shall be interlocked with occupied mode of fan coil and shall be open in occupied mode and closed in unoccupied mode. E. Toilet room exhaust fans shall be controlled by through occupancy sensor light switch. F. DPW facility area shall be activated by gas detection system or by wall switch. Exhaust and make-up air dampers shall be interlocked with fan and fan shall start when dampers have opened fully. System shall run until CO/NO2 levels have dropped below their respective setpoints. 1. 12 A. Boiler System: a. Boiler shall cycle to maintain water temperature, subject to safeties. b. Hot water pump shall be enabled below 60 degrees F. and shall run continuously. c. Unit Heaters: Hot water shall run continuously through heaters, and fan shall cycle based on unit mounted line voltage thermostat. d. Convector control valves will be controlled by low voltage thermostats. PLUMBING SYSTEMS PART 1 GENERAL A. The General Conditions and Supplemental General Conditions are included as work of this Division. B. All work shall be done in strict accordance with the International Plumbing Code (IPC 2003), the International Energy Conservation Code (IECC - 2009), applicable NFPA Standards (including the National Fuel Gas Code), the State of Connecticut Building Code, the Connecticut Fire Safety Code, the Connecticut Public Health Code, applicable Regulations of the State of Connecticut, applicable Connecticut Statutes and local ordinances/regulations. C. All equipment shall be listed by UL or other independent testing agency that is acceptable to the Authority Having Jurisdiction. D. The Contractor shall bear the cost of all fees, permits, licenses and taxes in connection with his work. E. All equipment, components, and materials shall be new. F. Contractor shall be responsible for any signed and sealed drawings required by the local officials for permit. Canton Public Works Complex Design/Build RFP Page 25 DESIGN/BUILD PERFORMANCE SPECIFICATION G. The Contractor shall provide a Warrantee covering all material and workmanship for one (1) year following the date of acceptance. H. Upon completion of the project, Contractor shall fully instruct the Owner in the operation, adjustment and maintenance of all equipment and systems furnished. I. Contractor shall provide Owner with three (3) sets of complete maintenance and operating instructions, and technical data, in booklet form, of all equipment and devices furnished in Contract, including as-built drawings for the project J. All equipment and products shall be installed in accordance with the manufacturer's instructions and recommendations. K. Pipe sizing and domestic water heating loads shall be determined in accordance with the ASPE Handbook Fundamentals, or other generally accepted engineering standard that is acceptable to the Authority Having Jurisdiction. Calculations shall be submitted to Owner for review prior to ordering of equipment. 1.13 SCOPE OF WORK A. Furnish and install a complete plumbing system for the new building including, but not limited to: hot and cold water, hot water recirculating, sanitary, waste and vent piping; fixtures, backflow preventers, water hammer arrestors, trap primers, trench drains, floor drains, condensate drain piping, insulation, natural gas piping system; air compressor with refrigerated air dryer, distribution piping and outlets; diesel fuel piping system between new storage tank and emergency generator day tank; and all other equipment and appurtenances as indicated on the architectural drawings and herein specified. B. Provide dedicated domestic water heater, natural gas fired, condensing type. 1) System shall include hot water distribution to all lavatories, sinks, and the Wash Bay. 2) Provide hot water recirculation line with control by time clock and temperature controller. C. Provide 6 deep continuous trench drain in Maintenance Bays, Storage, and Vehicle Wash piped to an oil interceptor underground on the site. 1) Trench drain body shall be non-metallic, ten inches wide, with a flat bottom. Frame guards and grates shall be stainless steel. 2) Maintenance Bays drain shall be located near overhead door. 3) Drains in Maintenance Bays and Vehicle Wash shall terminate at an internal sump upstream of the oil interceptor as means of minimizing system clogging from sediment. 4) Provide trap primers for all trench drains. D. Provide floor drains in Compressor Room, Wash Equipment Storage, and the Shared Workshop. Provide trap primers for all floor drains. Canton Public Works Complex Design/Build RFP Page 26 DESIGN/BUILD PERFORMANCE SPECIFICATION E. Water closets shall be floor mounted, low flow, pressure assist, tank type. F. Lavatories shall be vitreous china, counter mounted, drop in with single lever faucet. G. Kitchen sink shall be counter mounted, double bowl, stainless steel, with single lever faucet. H. Wash sink shall be triple basin, stainless steel, with support legs. I. Urinal shall be vitreous china, wall mounted, with flush valve. J. Bottle water cooler will be provided by the Owner. K. Training room sink shall be stainless steel, bar size, with single lever faucet. L. Provide two hose bibs in DPW vehicle areas. M. Provide 3/4 cold water with backflow preventer to feed hydronic heating system. N. Provide one exterior, non-freeze wall hydrant in front of the apparatus bays, and one in the back of the building centrally located. O. Showers shall be pre-fabricated units complete with drain, pressure balancing mixing valve, wall mounted adjustable head, and hand held head with flexible and hose. Provide floor drain outside of showers. Provide (1) one handicapped accessible shower unit with similar components as mentioned above. P. Compressed air service shall be provided to Maintenance Bays, Vehicle Equipment Storage, and the Shared Workshop. 1) Provide drops at each column in Vehicle Equipment Storage 14 total. 2) Provide six drops along walls and columns in the Maintenance Bays, and also provide two hose reels. 3) Each drop shall be provided with a service valve, pressure regulator, drain valve and quick connect fitting compatible with facility equipment. 4) Provide service to fluid system pneumatic pumps. Q. Combination Eye Wash/Shower units shall be installed where required to satisfy code and OSHA requirements. Tempered water service shall be provided. R. All fixtures in handicapped accessible toilet rooms shall be mounted with heights and clearance in accordance with ADA guidelines. S. Run diesel fuel piping in containment pipe from new above ground tank to emergency generator day tank. Provide fuel metering capability and leak detection for complete system. Canton Public Works Complex Design/Build RFP Page 27 DESIGN/BUILD PERFORMANCE SPECIFICATION T. System shall be complete in all respects, tested, approved and ready for the beneficial use of the Owner. 1.14 FIELD MEASUREMENTS A. The Plumbing Contractor shall verify in the field all measurements necessary for his work and shall assume responsibility for their accuracy. 1.15 MATERIALS A. Sanitary, waste and vent piping above grade shall be Schedule 40 PVC. Water pipe above grade shall be Type "L" copper with wrought copper sweat fittings using 95/5 solder. Valves shall be ball type with screwed ends by Apollo #70-100, or Watts #B- 6000 or equivalent. B. Water service piping below grade shall be cement-lined ductile iron, Class 54, with push- on or mechanical joints rated for 350 psi. C. Sanitary, waste and vent piping below grade shall be Schedule 40 PVC. D. Domestic cold, water, condensate piping shall be insulated with 1/2-inch "Armaflex #2000" or "Imcolock Polyolefin", or fiberglass insulation with preformed insulated fittings and vapor barrier. Provide 1 insulation on domestic hot water piping. Insulation shall be installed per manufacturer's recommended instructions. Insulation shall be approved for use in air plenum spaces. Pipe insulation in Wash Bay shall be waterproof. E. Piping or fittings exposed and not insulated in finished areas shall be standard-weight brass pipe, chrome-plated. F. Provide chrome-plated escutcheons where exposed pipe passes through walls, floor or ceiling. 1.16 SEISMIC RESTRAINT A. General: This project is in a seismic zone per State and/or Local Codes and Ordinances and all materials and equipment shall be installed, supported, and seismically restrained accordingly. 1.17 EXECUTION A. Water piping shall be run concealed in all finished areas and so arranged that it can be drained at low points. Provide hose bib drains at these low points. Support piping with clevis hangers in such a manner that there is no sagging or noise due to vibration. B. Sanitary, waste, storm and vent piping above grade shall be supported with clevis hangers at intervals listed in the code, but at no greater spacing than eight (8') feet on center. Canton Public Works Complex Design/Build RFP Page 28 DESIGN/BUILD PERFORMANCE SPECIFICATION C. Minimum pitch for sanitary and storm piping shall be 1/8 inch per foot for piping 3 inches and larger, and 1/4 inch per foot for 2-1/2 inches and smaller. Provide cleanouts at end of all lines, changes in direction, base of all stacks and all traps whether or not shown on the Drawings. Provide flush access panels for wall or floor mounting as required at each cleanout. D. Unions shall be used at connections to fixtures and other apparatus to allow easy removal. Provide water hammer arresting air chambers equal to "PPP", Inc. or acceptable equivalent on hot and cold water piping at all fixtures where quick- closing valves are used or as indicated on Plans. E. Provide standard-weight steel pipe sleeves for pipes passing through walls and sheet metal sleeves for pipes passing through floors. F. All penetrations through fire rated walls, ceilings or floors in which pipes pass shall be sealed with an UL approved fire-stop fitting classified for an hourly rate equal to the rating of the wall, ceiling or floor. G. All piping shall be identified at least every 20 ft. with name and flow direction with snap- on plastic pipe markers. All equipment shall be identified with engraved plastic markers. H. Do not run hot and cold water, and sprinkler piping above insulation layer in attic. 1.18 TESTS A. Disinfect all potable water systems prior to building occupancy per Codes and local officials requirements. Flush systems thoroughly with potable water after disinfection. B. Hydrostatically test all domestic water piping at 150 psi for three (3) hours without leaks. C. Test all sanitary, waste, and vent piping with a 10-foot head of water for a minimum of 15 minutes without leaks. D. Test all buried or concealed piping before closing in or backfilling. FIRE PROTECTION SYSTEMS PART 1 - GENERAL 1.19 GENERAL A. The General Conditions and Supplemental General Conditions are included as work of this Division. B. All work shall be done in strict accordance with NFPA 13- 2002 and other applicable NFPA Standards, the State of Connecticut Building Code, the Connecticut Fire Safety Canton Public Works Complex Design/Build RFP Page 29 DESIGN/BUILD PERFORMANCE SPECIFICATION Code, the Connecticut Public Health Code, applicable Regulations of the State of Connecticut, applicable Connecticut Statutes and local ordinances/regulations. C. All equipment shall be listed by FM Global, UL or other independent testing agency that is acceptable to the Authority Having Jurisdiction. D. The Contractor shall bear the cost of all fees, permits, licenses and taxes in connection with his work. E. All equipment, components, and materials shall be new. F. Contractor shall be responsible for any signed and sealed drawings required by the local officials for permit. G. The Contractor shall provide a Warrantee covering all material and workmanship for one (1) year following the date of acceptance. H. Upon completion of the project, Contractor shall fully instruct the Owner in the operation, adjustment and maintenance of all equipment and systems furnished. I. Contractor shall provide Owner with three (3) sets of complete maintenance and operating instructions, and technical data, in booklet form, of all equipment and devices furnished in Contract, including as-built drawings for the project J. All equipment and products shall be installed in accordance with the manufacturer's instructions and recommendations. K. System demand and pipe sizing shall be determined in accordance with NFPA 13. Calculations shall be submitted to Owner for review prior to ordering of materials and equipment. 1.20 SCOPE OF WORK A. Install fire service main from street to building and install hydrants as required. B. Provide cross connection control device as determined by the water provider and the Connecticut Public Health Code. C. System shall wet pipe except for areas that are subject to freezing. D. Dry pipe riser shall be provided to serve heads located in areas subject to freezing such as Vehicle Equipment Storage, the Maintenance Bays, and the Wash Bay. E. Provide fire department connection after coordination with Fire Marshall and Fire Chief regarding style and location. F. Provide all components, accessories and appurtenances required for a complete system. Canton Public Works Complex Design/Build RFP Page 30 DESIGN/BUILD PERFORMANCE SPECIFICATION 1) Galvanized (inside and outside) steel pipe shall be utilized for complete dry pipe system. 2) Corrosion resistant sprinkler heads shall be provided in the Wash Bay. ELECTRICAL SYSTEMS PART 1 GENERAL 1.21 GENERAL A. Architect's General Conditions are a part of this Division. All work shall be done in strict accordance with the latest applicable issue of the National Electrical Code, ), the International Energy Conservation Code (IECC - 2009), the State of Connecticut Building Code, the Connecticut Fire Safety Code, local Codes and utility company requirements. All equipment is to be UL approved. The Contractor shall bear the cost of all fees, permits, licenses and taxes. Utility company charges for the permanent electric service shall be included in the Contractor's Bid. B. Contractor shall be responsible for any signed and sealed drawings required by the local officials for permit. C. The Contractor shall provide a guarantee covering all material and workmanship for one (1) year following the date of acceptance, except that the generator and all LED lighting shall be guaranteed for a period of five (5) years. D. Upon completion of the project, Contractor shall fully instruct the Owner in the operation, adjustment and maintenance of all equipment and systems furnished. E. Contractor shall provide Owner with three (3) sets of complete maintenance and operating instructions, and technical data, in booklet form, of all equipment and devices furnished in Contract, including as-built drawings for the project Canton Public Works Complex Design/Build RFP Page 31 DESIGN/BUILD PERFORMANCE SPECIFICATION F. All equipment and products shall be installed in accordance with the manufacturer's instructions and recommendations. 1.22 SCOPE OF WORK A. The Contractor shall furnish and install a complete electrical system for the new facility which includes, but is not limited to: underground conduit for electrical primary and communication services; utility company approved transformer pad with ground grid; secondary conductors from transformer to the service entrance switch; service entrance switch; emergency generator and associated automatic transfer switches; main distribution panel; all branch panelboards including circuit breakers and feeders; light fixtures; exit signs; time clocks and relays, switches, receptacles, motor starters, disconnect switches, conduit and branch wiring; wiring of all HVAC and plumbing related equipment; wiring of all Owner furnished equipment (refer to list included in these documents); emergency lighting relays to serve all egress paths; fire alarm system with initiating and notification appliances; telephone/PA system; local area data network system; perimeter security system; and all other items and equipment as specified. B. Provide 800 ampere, 208/120 volt, 3-phase electric service. Main distribution equipment shall be located in the electrical room. Provide 3 feet clear in front of all electrical equipment. Provide additional 42 space panels with breakers as required for lighting, receptacles, and equipment. MDP and all sub-panels shall be provided with a minimum 20% spare breaker space. Note that the Owner intends to install a solar photovoltaic system in the future and will need to provide the necessary building tie-in. C. Provide a diesel-fired, NFPA 110 generator capable of serving the entire facility. The anticipated unit rating is 175 kW but this shall be verified by the contractor after finalizing the electrical loads. The unit shall have two output breakers and two automatic transfer switches. One breaker and switch shall serve emergency lighting, fire alarm and any other life safety loads. The second breaker and switch shall serve the remainder of the facility. Furnish the generator with an integral day tank having a capacity of 50 gallons. The generator shall be provided with a suitable concrete pad, remote annunciator and contacts for monitoring by the fire alarm system. D. Provide rough-in power and devices for Owner defined equipment in vehicle bays, lunch/training room and workshop. Refer to the equipment list included in these documents. E. Provide power for mechanical equipment as defined in mechanical scope. Coordinate with mechanical contractor for division of responsibility for disconnects, starters, controls, etc. F. Provide emergency lighting relays for each separately switched egress path to override lights ON in the event of any normal lighting power loss. Relays shall monitor the normal lighting circuit for each area and switch to power from an alternate panel. These controls shall also include relays to bypass local switching based on a loss of normal power signal from the generator. Emergency lighting coverage shall be provided in all paths of egress Canton Public Works Complex Design/Build RFP Page 32 DESIGN/BUILD PERFORMANCE SPECIFICATION in the corridors, vehicle bays, training room, electrical room, and outside each required egress door. G. Provide polycarbonate LED type exit signs marking the location of and path two all required egress doors where more than one path of egress is required. Provide combination signs or separate signs with the international symbol of accessibility at each egress door leading directly to grade. Exit signs shall be wired to the emergency lighting relay for each area. H. Provide convenience duplex receptacles throughout the facility as required to serve the anticipated use but a minimum of one receptacle in every room. All receptacles in the vehicle bays shall be GFCI type and those in the wash bay shall be waterproof. Provide one GCFI in each bathroom. Provide one service receptacle in the area of all mechanical equipment with weatherproof/GFCI in outdoor locations. Provide receptacle or non-fused disconnect switches for all overhead doors and wiring of all controls furnished with the doors. Provide cord reels with power and/or light in each vehicle bay. Circuits shall be wired with no more than 7 outlets per 20 ampere circuit. I. Provide 2x2, fluorescent, recessed, prismatic fixtures in all office and support areas except as noted otherwise. Provide typically 1.0 watts per square foot for these spaces but ensure an average of 45 foot candles at the work surfaces. J. Provide 4 foot or 8 foot wet location rated vapor-tight fluorescent fixtures in all vehicle bays, wash bay, fluid storage, parts storage and wash equipment storage. Provide for an average of 35 foot candles at the floor. Provide similar fixtures with fiberglass housings in the salt shed to result in an average illumination of 20 foot candles. K. Provide 2x4 recessed or 4 foot surface mounted wrap-around fluorescent fixtures in all other general utility spaces, storage areas and the mezzanine. Provide for an average of 25 foot candles at the floor. L. Provide pole mounted site lights as indicated on the site plan. These shall be full cutoff style LED fixtures. Provide wall mounted full cutoff LED fixtures at each vehicle bay door and at man doors not located adjacent to an overhead door. Approximately 25 fixtures will be required. Select fixture heights and wattages to comply with all exterior lighting ordinances and to meet the following average lighting levels: 3.0 FC at walks, entrances and fuel dispensing; 2.0 FC for drive lanes and parking areas. All exterior lighting shall be wired through a combination of photocell and time-clock. M. Provide wall switches for control of light fixtures in all areas. Provide motion detector control for the bathrooms, offices and storage rooms. Provide multiple switched controls for the vehicle bays with switched daylighting control for the perimeter lights in these areas. N. Provide a complete fire alarm system for the facility with manual pull stations at all egress doors, sprinkler system monitoring, generator monitoring and ADA compliant notification throughout. Provide smoke and carbon monoxide detection in the corridors and smoke detection in the area of the fire alarm control panel. Provide a dialer for outside service monitoring. Canton Public Works Complex Design/Build RFP Page 33 DESIGN/BUILD PERFORMANCE SPECIFICATION O. Provide a telephone/public address system for the facility including head end unit, amplifiers, handsets, speakers, cabling, jacks and programming. System shall allow for routing of calls to multiple locations within the building, shall include voicemail for 10 staff and shall allow for direct outside access from all handset locations. Public address function shall allow for individual area, zoned and all-call to speakers built into handsets for small rooms and ceiling/wall speakers for vehicle bays, workshop, training room, corridors and bathrooms. Contractor shall select and space speakers appropriately to provide coverage above typical ambient noise levels. Contracting with telephone service provider shall be by Owner. P. Provide local area data network for the facility. Network shall include work station jacks in maintenance bays, offices, sign shop, workshop, training, offices, conference room and copy room; Category 6 cable from jacks to electrical room; wall cabinet for installation of components; One 48-port CAT 6 patch panel; One 48 port PoE network switch; Connection to utility demarcation point; 1000 VA UPS; patch cables and all cable testing. Q. Provide a basic building perimeter security system with two keypad locations, contacts on all exterior man doors and overhead doors, motion sensors in the administrative area corridors and a dialer for outside service monitoring. R. Note that power and communication services shall be run to the remote fuel island and salt shed. Provide power for fuel pumps, cable for phone and/or network connection, and one weatherproof/GFCI receptacle at each location. Provide a main disconnecting means at the salt shed. S. The electrical system shall be complete in all respects, tested, approved and ready for the beneficial use of the Owner. 1.23 FIELD MEASUREMENTS A. The Contractor shall verify in the field all measurements necessary for his work. Conduits, switches, receptacles, panels and light fixtures which have not already been installed may be relocated up to ten (10') feet from intended location when so directed by the Owner, at no cost to the Owner. Verify all interior lighting fixture locations and mounting heights with the Owner before installation. 1.24 WIRING METHODS A. Electrical Metallic Tubing (EMT) shall be used for feeders run above ground and all exposed branch circuit and communication wiring including all exposed runs in vehicle bays. All raceways in the salt shed shall be schedule 80 PVC. B. Polyvinyl chloride (PVC) conduit may be used for underground power and telephone wiring except as specifically otherwise noted. All elbows for primary and secondary electrical service shall be rigid galvanized steel conduit. Primary power riser at utility pole shall be rigid galvanized steel. Canton Public Works Complex Design/Build RFP Page 34 DESIGN/BUILD PERFORMANCE SPECIFICATION C. Type MC Metal-Clad cable may be used for branch wiring concealed above ceilings and in walls. Maximum length of MC cable to lights in exposed locations shall be 5 feet. The MC cable shall be constructed of galvanized steel or aluminum armor outer covering with type THHN/THWN insulated conductors and internal insulated copper equipment ground conductor. All cables shall be rigidly supported from the building structure at least four (4') foot on center and run in lines parallel or perpendicular to building structural members. No cable shall rest on the ceiling structure. D. Flexible Metallic Conduit (FMC) or liquidtight flexible metallic conduit (LFMC) shall be used for connections to vibrating equipment. E. Wire #10 AWG and smaller shall be solid conductor with THWN / THHN insulation as required. Size #8 and larger shall be stranded conductor with Type THWN / THHN insulation, unless otherwise indicated. Minimum size wire for light and power circuits shall be #12. All conductors shall be soft-annealed copper. Where practical and not otherwise stated, circuits on each of 3-phase legs may be combined with the neutral and run back to panel. The Contractor shall include a green ground conductor for all circuits; the use of the conduit system or cable covering as the sole means of grounding will not be permitted. F. All conduits and wiring shall be run inside walls where possible. All exposed conduits shall be run neatly in lines parallel or perpendicular to building walls. All splices shall be made with listed spring connectors. Entire wiring system shall be grounded as mentioned above. Connections to mechanical equipment shall be in flexible metallic tubing. 1.25 PANELBOARDS A. ll panelboards shall be 208/120 Volt, 3-Phase, 4-Wire. Panelboards shall be furnished with main lugs or main circuit breaker as required, and bolt-on type branch breakers, copper bus, catch locks, ground bus, circuit index card holder and hinged door-in-door cover. Panelboard short circuit rating shall be coordinated with the Utility Company. Provide circuit breakers as required. 1.26 DISCONNECT SWITCHES A. An unfused disconnect switch shall be furnished and installed for all equipment. A fused disconnect switch shall be furnished and installed for equipment located ahead of all magnetic motor starters. B. Safety switches shall be heavy-duty Type in NEMA enclosures suitable for the environment in which they shall be installed. Switches shall be rated for 240 VAC as manufactured by General Electric, Square D or Westinghouse and equivalent to the following General Electric types: 1) Fused disconnect 2- and 3-pole - Type TH 2) Non-fused disconnect switches - Type THN Canton Public Works Complex Design/Build RFP Page 35 DESIGN/BUILD PERFORMANCE SPECIFICATION 3) Fused or non-fused, rain-tight (WP) disconnect switches in NEMA 3R enclosures - Type TH and/or Type THN C. Motors requiring disconnecting means remote from the Controller shall have an unfused switch mounted as close as possible to the motor. 1.27 FUSES A. All fuses shall be UL listed, non-renewable type as manufactured by Bussman or acceptable equivalent. Fuses rated at 1/10 Ampere and up to 600 Amperes shall be equivalent to Bussman Type LPN-RK (250 Volt) UL Class RK1, low peak, dual- element, time delay fuses. Fuses shall have separate short circuit and overload elements and have an interrupting rating of 200,000 Amperes. B. All fuses shall be installed so that the size is readily visible. C. The Contractor shall furnish to the Owner six (6) spare fuses for each size of fuse. 1.28 POWER, MOTOR AND EQUIPMENT WIRING A. The Contractor shall furnish and install all wiring for all motors and equipment which will be furnished and set in place by work of other sections on this project. B. Conduit connections to motor frames shall have minimum of 18 inches of flexible steel sealtite conduit to reduce vibrations and noise being transferred to other parts of the buildings. 1.29 SWITCHES, RECEPTACLES AND ACCESSORIES A. Wall switches shall be mounted 48 inches above finished floor, opposite hinged side of door, unless otherwise indicated. Where there is more than one (1) switch in one (1) location, switches shall be ganged under one (1) cover. Duplex receptacles shall be mounted 18" AFF unless otherwise indicated. All wall switches and receptacles shall be flush-mounted, where applicable, and furnished with stainless steel cover plates or other type plate as requested by Owner. Receptacles in vehicle bays shall be mounted at 48 AFF. B. Outlet and switch boxes shall be zinc-coated steel. Use plaster rings for boxes installed in sheet rock walls. Use box extensions as necessary. C. Switches and receptacles shall be as manufactured by Arrow Hart, Leviton, Pass and Seymour or Hubbell and equivalent to the following Specification grades: 1) Single-pole switches shall be Hubbell #1221 2) 2-pole switches shall be Hubbell #1222 3) 3-way switches shall be Hubbell #1223 Canton Public Works Complex Design/Build RFP Page 36 DESIGN/BUILD PERFORMANCE SPECIFICATION 4) 4-way switches shall be Hubbell #1224 5) Momentary contact switches shall be single-pole, double-throw equivalent to Hubbell #1557 6) Switches with pilot lights shall be Hubbell #1221-PL 7) Duplex grounding type receptacles shall be 20 Ampere Hubbell #5362 8) Isolated ground type receptacles shall be 20 Ampere Hubbell #IG5362. 9) Weatherproof outlet shall be Hubbell #GF-5362, mounted in a flush box or Crouse- Hinds "FS" surface backbox. Furnish with "WLRD" coverplate or acceptable equivalent in the vehicle wash bay and Lexan in-use coverplate in all exterior locations. 10) Ground fault type receptacles shall be Hubbell #GF-5362 feed-through receptacles. 1.30 WALL PLATES A. All wall plates for switches and receptacles located where wiring is concealed shall have a brushed stainless finish. Plates installed on exposed conduit boxes shall be galvanized and have rounded edges. Ganged switches shall be provided with one-piece gang plates. Wet location coverplates shall be Lexan in-use type. 1.31 OUTLET AND JUNCTION BOXES A. Outlet boxes for light fixtures in concrete walls or slabs shall be 4-inch octagonal mud boxes not less than 2-1/2-inches deep. Include fixture studs where required. B. Switch and receptacle outlet boxes in masonry walls and partitions where wiring is concealed shall be standard 4-inches square, 1-1/2 inches-deep, galvanized, with extension cover for the particular device they will receive. Use plaster extensions not less than 1/2-inch deep for boxes installed in plastered walls or cast in concrete. Use 1- 1/2- inch deep square corner tile wall extension for boxes installed in tile, exposed brick or exposed block masonry walls. C. All boxes shall be securely fastened to the building structure. Suitable means shall be provided to support the outlet box to take the weight of the fixture. Recessed outlet boxes or their extension covers shall be set flush with face of finished wall, but in no case set greater then 1/4 inch behind finished face of wall. Receptacle boxes shall be approximately 18 inches on center above the finished floor, unless otherwise noted. Receptacle boxes in all vehicle bays, wash bay, maintenance bay, sign shop, workshop, lockers and all storage rooms shall be mounted 48 inches above finished floor. Switch outlets shall be located 48 inches above finished floor, unless otherwise noted. The Contractor shall check with the Architectural Drawings for possible interference. Canton Public Works Complex Design/Build RFP Page 37 DESIGN/BUILD PERFORMANCE SPECIFICATION D. Junction and outlet boxes where exposed to the weather and wet locations shall be threaded hub type and provided with watertight screw-on covers and gaskets. Floor outlets shall be adjustable type and waterproof where required. 1.32 LIGHTING FIXTURES A. The Contractor shall furnish and install all lighting equipment as shown and specified complete with lamps ready for operation. B. Provide all required supports, hangers and seismic bracing for fixtures, including recessed troffers. C. All lamps shall be as manufactured by Philips, General Electric or Sylvania. All fluorescent tube lamps shall be T-8, 4100K with a minimum 80 CRI. D. All ballasts for fluorescent fixtures shall be programmed start electronic certified with an "A" sound rating. 1.33 FIRE-STOPS AND SEALS A. All penetrations through fire rated walls, ceilings or floors in which cables or conduits pass shall be sealed with a UL approved fire-stop fitting classified for an hourly rating equivalent to the rating of the wall, ceiling or floor. B. Through wall and floor seals shall be used to provide a positive means of sealing pipes or conduits which pass through concrete foundation of a structure below grade or below ground water level. All openings shall be sealed as required by the NEC. 1.34 WARNING TAPE A. Color-coded warning ribbon composed of a solid, aluminum foil core encased in a protective plastic jacket shall be placed above all buried electrical and communication utility lines. All tapes shall be highly visible, color-coded and imprinted with the appropriate warning legend. The tape width shall vary from a two (2") inch wide tape buried ten (10") inches below the surface to an 18-inch wide tape buried 50 inches below the surface. B. Standard legends shall be marked continuously along the entire length of the tape. A red safety tape imprinted with "CAUTION - ELECTRIC LINE BURIED BELOW" shall be used for all buried primary and secondary electric services. Orange safety tapes shall be imprinted with "CAUTION - TELEPHONE LINE BURIED BELOW" or "CAUTION - TELEVISION CABLE BURIED BELOW". C. Warning tapes shall be as manufactured by Allen Systems, Houston, Texas or acceptable equivalent. 1.35 GENERAL WIRING TESTS Canton Public Works Complex Design/Build RFP Page 38 DESIGN/BUILD PERFORMANCE SPECIFICATION A. At the time of final inspection and test, all wiring and connections throughout the facility must be completed, devices and equipment properly operating, all lighting fixtures installed, and power and lighting circuit and control wiring clearly identified with approved tags ready for acceptance. Each system shall test free from short circuits and from grounds. Fire alarm system shall be tested in the presence of local authority having jurisdiction. All category rated telephone and data cable shall be tested in accordance with current EIE/TIA standards. Canton Public Works Complex Design/Build RFP Page 39
Town of Canton Public Works Facility Fixtures, Furniture and Equipment Estimated Cost as of 2014 Room Item Vendor Waiting Area
2 Chairs
Dallas Midwest $400 Waiting Area
Table
Dallas Midwest $150 Waiting Area
Coat Rack
Dallas Midwest $100
Admin Area File Cabinet Dallas Midwest $300 Admin Area Bookcase WB Mason $400
Shared Workshop Table Saw Home Depot $1,400 Shared Workshop Compound Miter Saw Home Depot $600 Shared Workshop Chop Saw NAPA $500 Shared Workshop 2 Work Benches Grimco $1,600
Maintenance Bay 25 Ton Hydraulic Press-SHP25X Mac Tools $1,200 Maintenance Bay Tire Machine-Tc 5000 Mac Tools $20,000 Maintenance Bay Tire Balancer-WB 2601 Mac Tools $6,700 Maintenance Bay 3/4 Ton Wheel Dolly-WD 1500 Mac Tools $500 Maintenance Bay Mig Welder-Miller 252 mig Ed Jones $4,000
Maintenance Bay Transmission Jack NAPA $2,500 Maintenance Bay 2 Work Benches Grimco $1,600 Maintenance Bay 4 Post Mobile Lift Mohawk $55,000 Maintenance Bay Lubrication System Lubrication Technologies, Inc. $30,000
Parts Room Shelving Global Industries $1, 200
Mechainc's Office Bookcase WB Mason $400 TOTAL ESTIMATED COST $152,600 *Copier will follow the town's monthly rental fee