Loading...
HomeMy WebLinkAboutHVAC REPLACEMENT/CITY HALL POLICE & FIRE/2014HVAC REPLACEMENT/ CITY HALL POLICE & FIRE/ 2014 PolC- IC)f f i L -gib - -�o ✓ - / ��� S / - �C�o �G ��� fro t J o r�1�< r l2e p lc� c�rYl e /L 7'- CITY OF IOWA CITY DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION FILED 2014 FEB -5 PH 3: 28 CITY CLERK IOWA CITY.Itltfr� PLANS, SPECIFICATIONS, PROPOSAL AND CONTRACT FOR THE CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 IOWA CITY, IOWA CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 00 0107 - SEALS & SIGNATURES ,,,,, 1 hereby certify that the portion of this technical submission described 0_FESSjcw"""' below was prepared by me or under my direct supervision and ".a1' responsible charge. I am a duly Licensed Professional Engineer under DWIGHT the laws of the St to of Iowa. CLOPTON '.is SCNLMM M` D i t,C. m ,e F gWVA d�_ ��S /Y �wuwu. to Date Discipline: Mechanical Engineer, Iowa License No. 13694 License expires December 31, 2014 Pages or sheets covered by this seal: Divisions 00, 01, 23, 26 END OF SECTION SEALS AND SIGNATURES 0001 07-1 N O r �� CA C-)� r ,<C -)M m -� o7r 0 `rp, N CD SEALS AND SIGNATURES 0001 07-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 00 0110 - TABLE OF CONTENTS DIVISION 00 - Procurement and Contracting Requirements 000107 Seals & Signatures 000110 Table of Contents 000120 List of Drawings NP -1 Notice of Public Hearing NTB-1 Notice to Bidders NB -1 Note to Bidders IB -1 Instruction to Bidders PS -1 Pre -Bid Substitutions FP -1 Form of Proposal BB -1 Bid Bond AG -1 Form of Agreement PB -1 Performance and Payment Bond CC -1 Contract Compliance (Anti -discrimination Requirements) GC -1 General Conditions o SC -1 Supplementary Conditions r rn R-1 Restriction on Non-resident Bidding on Non -federal -aid Projects co .� s DIVISION 01 - General Requirements �� ca 01 1000 Summary of Work ry 01 2600 Contract Modification Procedures m 01 2900 Payment Procedures 01 3100 Project Management and Coordination 01 3300 Submittal Procedures 01 5000 Temporary Facilities 01 7050 Contract Closeout 01 7200 Project Record Documents 01 7329 Cutting and Patching 01 7823 Operation and Maintenance Data 01 7900 Demonstration and Training DIVISION 23 - Heating, Ventilating, and Air -Conditioning 230010 HVAC General Provisions 230500 Common Work Results for HVAC TABLE OF CONTENTS 000110-1 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 230513 Common Motor Requirements for HVAC Equipment 230593 Testing, Adjusting and Balancing for HVAC 230700 HVAC Insulation 230900 Instrumentation and Control for HVAC 233113 Metal Ducts 237400 Packaged Outdoor HVAC Equipment DIVISION 26 - Electrical 260010 Electrical General Provisions 260500 Common Work Results for Electrical 260519 Low -Voltage Electrical Power Conductors and Cables 260526 Grounding and Bonding for Electrical Systems 26 0529 Hangers and Supports for Electrical Systems 260533 Raceway and Boxes for Electrical Systems 262815 Motor and Service Disconnects 262816 Enclosed Switches and Circuit Breakers END OF _9ECTION 00 0110 TABLE OF CONTENTS 000110-2 DE #14006 r m < M = C)�o °' LLJ _J).2 t,H LL M I— t,9 J_- O N TABLE OF CONTENTS 000110-2 DE #14006 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 00 0120 — LIST OF DRAWINGS GENERAL T1 TITLE SHEET HVAC HD1.0 HVAC DEMOLITION PLAN H1.0 HVAC PLAN H5.0 HVAC SCHEDULES AND DETAILS H5.1 HVAC SCHEDULES AND DETAILS END OF SECTION 00 0120 LIST OF DRAWINGS 000120-1 DE #14006 N O C A=r r m C-)-< i cn [rn -n m i. N m NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CITY OF IOWA CITY, IOWA, AND TO OTHER INTERESTED PERSONS Public notice is hereby given that the City Council of the City of Iowa City, Iowa, will conduct a public hearing on plans, specifications, form of contract and estimated cost for the construction of the CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 in said City at 7 p.m. on the 18`" day of February, 2014, said meeting to be held in the Emma J. Harvat Hall in City Hall in said City, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. Said plans, specifications, form of contract and estimated cost are now on file in the office of the City Clerk in City Hall in Iowa City, Iowa, and may be inspected by any interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments concerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. MARIAN K. KARR, CITY CLERK pwenglmasterslnph. doc 9199 N C 0 l pM CYJ NOTICE TO BIDDERS CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2:30 P.M. on the 3`d day of March, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project. Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4th day of March, 2014, or at a special meeting called for that purpose. The Project will involve the following: The removal and replacement of two McQuay rooftop HVAC units serving the first and second level of the Police Department area and serving the second level of the Fire Department. The work will involve provisions to address pressurization issues in the Police and Fire Departments and an installation of an open platform networked digital controls for all new equipment as well as upgrading the controls for all terminal boxes associated with the replaced HVAC units. There will be a recommended pre-bid meeting held on site, at City Hall, starting at 10:30 a.m. in the Helling Conference room at 410 East Washington Street, on Tuesday, February 25, 2014. All work is to be done in strict compliance with the plans and specifications prepared by Design Engineers, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied In a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful peo4ormance of the contract and maintenance of said Project, if required, pursuant to the provisions cafthis nye and the other contract documents. Bid bonds of the lowest two or more bidders may be retaine Ed pend of exceed fifteen (15) calendar days following award of the contract, or until rejection is m eDtO bid bon s will be returned after the canvass and tabulation of bids is completed and reported to thecbit¢Council. The successful bidderwill be required to furnish a bond in an amount equal to one hur;@Fpedent (1 ° ) of the contract price, said bond to be issued by a responsible surety approved by Citgo ands all guarantee the prompt payment of all materials and labor, and also protect and save ha er ss tT'a City all claims and damages of any kind caused directly or indirectly by the operation of th��contrae'? and shall also guarantee the maintenance of the improvement for a period of one (1) year(s) from and r its com- pletion and formal acceptance by the City Council The following limitations shall apply to this Project: Specified Completion Date: May 4, 2014 Liquidated Damages: $861 00 per day The plans, specifications and proposed contract documents may be examined at the office of the•City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll -Free 800-779-0093 by bona fide bidders. A $ 25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $10.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515)239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s)- The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Pweng/masters/noticetobidders. doc f^ - M � �C W Jr ! U.� U 1— FL LLU2 U ^ter �- C7 i c+ N NOTE TO BIDDERS 1. The successful bidder and all subcontractors are required to submit at least 4 days prior to award three references involving similar projects, including at least one municipal reference. Award of the bid or use of specific subcontractors may be denied if sufficient favorable references are not verified or may be denied based on past experience on projects with the City of Iowa City. 2. References shall be addressed to the City Engineer and include the name, address and phone number of the contact person, for City verification. 3. Bid submittals are: Envelope 1: Bid Bond Envelope 2: Form of Proposal NB -1 N O © n D� T co h �n cn :<r M -v m 3::,o 3 CJ tD INSTRUCTIONS TO BIDDERS ARTICLE 1 - DEFINITIONS 1.1 Bidding documents include the bidding requirements and the contract documents. The bidding requirements include the Advertisement or Invitation to bid, Instructions to Bidders, the Bid Form, other sample bidding and contract forms, and the Contract Forms including addenda issued prior to receipt of bids. 1.2 The contract documents for the work consist of the Owner/Contractor Agreement, the Conditions of the Contract (General and Supplementary Conditions), the Drawings, the Specifications and all addenda issued prior to and all modifications issued after execution of the Contract. 1.3 Definitions set forth in AIA document A201, "General Conditions of the Contract for Construction", 2007 edition, or in other Contract Documents are applicable to the bidding documents. A. Addenda are written or graphic instruments issued by the Architect prior to execution of the Contract which modify or interpret the Bidding Doo ents by addition, deflection, clarifications or correction. o c B. A bid is a complete and properly signed proposal to do the V*Z;ordasignatad portion thereof for the sums stipulated therein, submitted in aEbAan�y witt�-M bidding documents. :<I- -v M r C. The base bid is the sum stated in the bid for which the BiddeaMrsdp perm the work described in the bidding documents as the Base, to v3hch wg� may be added, or from which work may be deducted for sums stated in alterna'tR bids. D. An alternate bid (or Alternate) is an amount stated in the bid to be added to or deducted from the amount of the base bid if the corresponding change in the work, as described in bidding documents, is accepted. E. A unit price is an amount stated in the bid as a price per unit of measurement for materials or services as described in the bidding documents or in the contract documents. F. A bidder is a person or entity who submits a bid. G. A sub -bidder is a person or entity who submits a bid to a bidder for materials, equipment or labor for a portion of the work. ARTICLE 2 — BIDDER'S REPRESENTATIONS 2.1 The bidder by making a bid represents that the bidder has read and understands the bidding documents, and the bid is made in accordance with those documents. 2.2 The Bidder has read and understands the bidding documents or contract documents, to the extent that such documentation relates to the work for which the bid is submitted. Ili 2.3 The bidder has visited the site. has become familiar with local conditions under which the work is to be performed, and has correlated the bidder's personal observations with the requirements of the contract documents. 2.4 The bid is based upon the materials, equipment and systems required by the bidding documents without exception. ARTICLE 3 — BIDDING DOCUMENTS 3.1 Copies A. Complete sets of the bidding documents may be obtained from the office of Office of Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100 Iowa City Iowa 52240 Phone: 319-354-5950 Fax: 319-354-8973 Toll -Free 800-779-0093 by bona fide bidders, for the deposit sum as indicated. The deposit will be refunded to plan holders who return the bidding documents in good condition within 15 days after receipt of bids. A bidder receiving a contract award may retain the bidding documents, and his deposit will be refunded. Successful sub -bidders, including material suppliers, may retain their bidding documents, and their deposit will be refunded if the Architect receives written notification within the 30 calendar day period following receipt of bids. B, Bidders shall use complete sets of bidding documents in preparing bids. Neither the Owner nor the Architect assumes responsibility for errors or misinterpretations resulting from the use of incomplete sets of bidding documents. No partial sets will be issued. C. In making copies of the bidding documents available on the above terms, the Owner and the Architect do so only for the purpose of obtaining bids for the work, and do nor confer license or grant permission for any other use of the bidding documents. D. Copies of the reports and drawings that are not included with the Bidding Documents may be examined at Engineering Division at City Hall, Iowa City, Iowa during regular business hours, or may be obtained from the Owner at r~ Owner's reproduction cost, plus handling charge. These reports and drawings M argot part of the contract documents, but the "technical data" contained therein which the bidder may rely as identified and established above, are CL J}rporated therein by reference. In!rerprV41&n or Correction of Bidding Documents LLALL- bidder shall carefully study and compare the bidding documents with each other. and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. B. Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. I[ C. Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 3.3 Substitutions A. The materials, products and equipment described in the bidding documents establish a standard of required function, dimension, appearance and quality to be met by anv proposed substitution. Refer to section PS for substitution requirements. B. If the Architect approves a proposed substitution prior to receipt of bids, such approval will be set forth in an addendum. Bidders shall not rely upon approvals made in any other manner. 3.4 Addenda A. Addenda will be mailed or delivered to all who are known by the Architect to have a complete set of bidding documents. B. Copies of addenda will be made available for inspection whereveg, bidding documents are on file for that purpose. O r C7 rI C. No addenda will be issued later than four (4) days prior to the ftt14_foQceipt bi bids, except for any one or more of the following reasons: r n r- 1. An addendum withdrawing the request for bids. jC c 2. An addendum which includes postponement of the date fd ei bf bi s1M. 3. An addendum issued after receipt of bids and prior tolcu'o of contract. D ry ..O D. Each bidder shall ascertain prior to submitting a bid that he has received all addenda issued, and the bidder shall acknowledge their receipt in the proper location on the bid form. ARTICLE 4 — BIDDING PROCEDURES 4.1 Form and Style of Bids A. A separate copy of the bid form is contained within the back cover of this document. B. Fill in all blanks on the bid form by typewriter or manually in ink. C. Where so indicated by the makeup of the bid form, sums shall be expressed in both words and numerals, and in case of discrepancy between the two, the amount written in words will govern. D. Interlineations, alterations or erasures shall be initialed by the signer of the bid. E. All requested alternates shall be bid. If no change in the base bid is required, enter "No Change". MN F. Where two or more bids for designated portions of the work have been requested, the bidder may, without forfeiture of the bid security, state the bidder's refusal to accept award of less than the combination of bids stipulated by the bidder. The bidder shall make no additional stipulation on the bid form, nor qualify the bid in any other manner. G. Each copy of the bid shall include the legal name of the bidder and a statement that the bidder is a sole proprietor, a partnership, a corporation or some other legal entity. Each copy shall be signed by the person or persons legally authorized to bind the bidder to a contract. A bid by a corporation shall further give the state of incorporation and have the corporate seal affixed. A bid submitted by an agent shall have a current power of attorney attached certifying the agent's authority to bind the bidder. H. No bid may be withdrawn for a period of 30 calendar days after the date of opening. 4.2 Bid Security A. Each bid shall be accompanied by a bid security in the amount of ten percent (10 %) of the base bid and in the form of surety bond pledging that the bidder will enter into a contract with the Owner on the items stated in his bid and will, if requested, furnish bonds covering the faithful performance of the contract and the payment of all obligations arising there under. Should the bidder refuse to enter into such contract or fail to furnish such bond if required, the amount of the bid security shall be forfeited to the Owner as liquidated damages, not as a penalty. A cashier's check, cash or certified check will not be an accepted bid bond. B, _ Surety bond shall be written on enclosed "Bid Bond" form bound within the project manual and the attorney-in-fact who executes the bond on behalf of the surety shall affix to the bond a certified and current copy of power of attorney, C. The Owner will have the right to retain the bid security of bidders to whom an award is being considered until either: 1. The contract has been executed and bonds have been furnished. 2. The specified time has elapsed so that the bids may be withdrawn. 3. All bids have been rejected. r- 4.33 SuPmissiat!rof Bids C) W A.E ER -Copies of the bid, the bid security and other documents required to be LO &4a�r itted with the bid shall be enclosed in sealed opaque envelopes as j,4�cted in Section NB - Note to Bidders. Both envelopes shall be addressed L �Zd$e party receiving the bids ("City Clerk, City of Iowa City"), and shall be s Veified with the project name, the bidder's name and address, and the o envelope's contents. If the bid is sent by mail, the sealed envelopes shall be enclosed in a separate mailing envelope with the notation "SEALED BID ENCLOSED" on the face of that envelope. B. Bids shall be deposited at the designated location prior to the time and date for receipt of bids. 1. Location, Office of City Clerk, City Hall, 410 East Washington Street, Iowa City, Iowa 52240 M1 2. Time and Date: Before 2:30 p.m. on Monday. March 3, 2094. C. Bids received after the time and date for receipt of bids will be returned unopened. D. The bidder shall assume full responsibility for timely delivery at the location designated for receipt of bids. E. Oral, telephonic, or telegraphic bids are invalid and will not receive consideration. 4.4 Modification or Withdrawal of Bid A. A bid may not be modified, withdrawn or canceled the bidder after the stipulated time and date designated for the receipt of bids, and each bidder so agrees in submitting his bid. B. Prior to the time and date designated for receipt of bids, a bid submitted may be modified or withdrawn by notice to the party receiving bids at the place designated for receipt of bids. Such notice shall be in writing, signed by the person or persons legally authorized to bind the bidder to a contract. If written notice is electronic, written confirmation from the person or persons legally authorized to bind the bidder to a contract shall also be mailed and postmarked on or before the date and time set for receipt of bids, and it shall be so worded as not to reveal the amount of the original bid. N C. Withdrawn bids may be resubmitted up to the time designateG for thT=Teceipt of CD bids provided that they are then fully in conformance with thgeglnstFctiox�o Bidders. c7 -C i cn D. Bid security shall be in an amount sufficient for the bi'4A modified r resubmitted. c= ,' ?� c.a v ti ARTICLE 5 —CONSIDERATION OF BIDS 4 5.1 Opening of Bids A. The properly identified bids received on time will be opened publicly and will be read aloud. 5.2 Rejection of Bids A. The Owner will have the right to reject any or all bids, and to reject a bid 'not accompanied by the required bid security or by another data required by the bidding documents, or to reject a bid which is in any way incomplete or irregular. 5.3 Acceptance of Bid (Award) A. It Is the intent of the Owner to award a contract to the lowest responsive responsible bidder provided the bid has been submitted in accordance with the requirements of the bidding documents, and does not exceed the funds available. The Owner will have the right to waive informalities or irregularities in a bid received, and to accept the bid which, in his judgment, is in his own best interest. M B. The Owner will have the right to accept bid alternates in any order or combination, and to determine the low bidder on the basis of the sum of the base bid and the accepted alternates. ARTICLE 6 — POST -BID INFORMATION 6.1 Submittals A. The names of those persons, firms, companies or other parties with whom the bidder intends to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. B. The bidder shall, within seven (7) days of notification of selection for the award of a contract for the work, submit the following information to the Architect: 1. A designation of the work to be performed by the bidder with the bidder's own forces. 2. The proprietary names and the suppliers or principal items or system of materials and equipment proposed for the project. The bidder will be required to establish to the satisfaction of the Architect and the Owner the reliability and responsibility of the persons or entities proposed to r furnish and perform the work described in the bidding documents. D.. Prior to the award of the contract, the Architect will notify the bidder in writing if either the Owner or Architect, after due investigation, has reasonable objection to any such proposed person or entity. If the Owner or the Architect has reasonable objection to such proposed person or entity, the bidder may, at the bidder's option: 1. Withdraw the bid. 2. Submit an acceptable substitute person or entity with an adjustment in the bid price to cover the difference in cost occasioned by such substitution. r -- Dc,,) T* Owner may accept the adjusted bid price or may disqualify the bidder. In Q 6i 4�vent of either withdrawal or disqualification, bid security will not be forfeited. Ui UJ_ UJ_ .. JARTr,.UE�PERFORMANCE BOND AND LABOR & MATERIAL PAYMENT BOND co ~Q Bh8d Gell;;irements s _o A`* The bidder shall furnish bonds covering the faithful performance of contract and the payment of all obligations arising there under. Bonds may be secured through the bidder's usual sources. The cost of furnishing such bonds shall be included in the bid. im 7.2 8.1 8.2 B. If the Owner requires that bonds be obtained from other than the bidder's usual source, all change in cost will be adjusted as provided in contract documents. The Time of Delivery and Form of Bonds A. The bidder shall deliver the required bonds to the Owner not later than three (3) days following the date of execution of the contract. If the work is to be commenced prior thereto in response to a letter of intent, the bidder shall, prior to commencement of the work, submit evidence satisfactory to the Owner that such bonds will be furnished and delivered. B. The bonds shall be written on the "Performance and Payment Bond" form bound within the project manual, or a copy thereof. Both bonds shall be written in the amount of the contract sum. C. The bonds shall be dated on or after the date of the contract. D. The bidder shall require the attomey-in-fact who executes the required bonds on behalf of the surety to affix a current and certified copy of power of attorney. ARTICLE 8 - PRE-BID CONFERENCE N O Conference �- A. Bidder is encouraged to attend a pre-bid conference on Tuesday bray 2 ;5�aat 10:30 AM local time, starting in the Helling Conference Room in ity6pll LVM in City Hall at 410 East Washington Street in Iowa City, Iowa. fir- v M Parking t? N A. Limited metered parking is available neighboring City Hall. Otherwise a`r'hourly pre -pay parking is available south of City Hall at Chauncey Swan Ramp or a hourly -fee parking is available in Tower Place, located west of City Hall at 335 East Iowa Avenue, the entrance is on the Iowa Avenue side of the ramp. PRE-BID SUBSTITUTIONS ARTICLE 1 - GENERAL 1.1 Bidder's Options A. For products specified only by reference standard, select product meeting that standard, by any manufacturer. B. For products specified by naming several products or manufacturers, select one of the products or manufacturers named which complies with the technical specifications. No substitutions will be allowed. C. For products specified by naming several products or manufacturer, and stating "or equivalent", "or equal", or "or Architect approved equivalent", or similar wording, submit a request as for substitutions, for any product or manufacturer which is not specifically named for review and approval. N O D. For products specified by naming only one product or manufourer, -there is no option, and no substitution will be allowed. moo?M 1.2 Substitutions >� w cn -o m ;C A. Base Bid shall be in accordance with the Contract Documents. o� = 1. Substitutions for products may be made during the=►WddingY ierioy submitting completed substitution request form and subs�antiatiTp product data/literature to the Architect a minimum of ten (10) calendar days prior to the date for receipt of bids. 2. The Architect will consider requests from the bidder utilizing this section for substitution of products or manufacturers in place of those specified. 3. Requests submitted at least ten (10) calendar days prior to the date for receipt of bids will be included in an addendum, if deemed acceptable. 4. Substitution requests may be submitted utilizing a facsimile machine (FAX) or as an e-mail attachment, if substitution request forms and substantiating data are included. B. Submit separate request for each substitution. Support each request with: 1. Complete data substantiating compliance of proposed substitution with requirements stated in contract documents: a. Product identification, including manufacturer's name and address. b. • Manufacturer's literature, identifying: 1) Product description. 2) Reference standards. 3) Performance and test data. C. Samples, as applicable. d. Name and address of similar projects on which product has been used, and date of each installation. 2. Itemized comparison of the proposed substitution with product specified, listing significant variations. 3. Data relating to changes in construction schedule. PS -1 4. All effects of substitution on separate contracts. 5. List of changes required in other work or products. 6. Designation of required license fees or royalties. 7. Availability of maintenance services, and sources of replacement materials. C. Requests for substitution will not be considered for acceptance when: 1. Acceptance will require substantial revision of contract documents. 2. In judgment of the Architect, adequate product data/literature necessary for complete evaluation was not submitted. D. The Architect will determine acceptability of proposed substitutions. 1.3 Bidder's Representation A. The bidder shall carefully study and compare the bidding documents with each other, and with other work being bid concurrently or presently under construction to the extent that it relates to the work for which the bid is being submitted, shall examine the site and local conditions, and shall at once report to the Architect errors, inconsistencies or ambiguities discovered. r - B: Bidders and sub -bidders requiring clarification or interpretation of the bidding documents shall make a written request which shall reach the Architect at least nine days prior to the date for receipt of bids. C: Interpretations, corrections and changes of the bidding documents will be made by addendum. Interpretations, corrections and changes to the bidding documents made in any other manner will not be binding, and bidders shall not rely upon them. 1.4 Architect's Duties A. Review requests for substitutions with reasonable promptness. B. Issue an addendum to identify accepted substitutions. C. No verbal or written approvals other than by addendum will be valid. 1.5 Substitution Request Form A. The blank form is bound into this project manual. B. Substitutions will be considered only when the attached form, or a copy thereof, is c completed and included with the substantiating data. �C) �o W � o, ter' J U.) car 1 y -U _ M r� s o M PS -2 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 TO: Design Engineers C/O Tim Lentz 8801 Prairie View Lane SW Suite 200 Cedar Rapids, IA 52404 We hereby submit for your consideration the following product, instead of the specified item: DWG. NO. DRAWING TITLE SPEC. SECT. SECTION TITLE PARAGRAPH SPECIFIED ITEM PROPOSED SUBSTITUTION: Attach complete information on changes to Drawings and/or Specifications which will require for its proper installation. DE #14006 N O r M (n -< � r T M- osed WRbstitution N Submit with request necessary samples and substantiating data to prove equal quality and performance to that which is specified. Clearly mark manufacturer's literature to indicate equality in performance. The undersigned certifies that the function, appearance and quality are of equal performance and assumes liability for equal performance, equal design and compatibility with adjacent materials. Submitted By: Signature Title Print Name Date Firm Telephone Address FAX Signature shall be by person having authority to legally bind his firm to the above terms. Failure to provide legally binding signature will result in retraction of approval. For Use by Architect For Use by Owner Recommended Recommended as Noted Recommended _ Recommended as Noted Not Recommended _ Received Late Not Recommended _ Received Late Insufficient Data Received _ Insufficient Data Received By Date By Date PS -3 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Fill in Blanks Below: A. Does the substitution affect dimensions indicated on the Drawings? Yes _ No _ If yes, clearly indicate changes. DE #14006 B. Will the undersigned pay for changes to the building design, including engineering and detailing costs caused by the requested substitution? Yes _ No _ If yes, fully explain: C. What effect does substitution have on other contracts or other trades? D. What effect does substitution have on construction schedule? E. Manufacturer's warranties of the proposed and specified items are: Same Different Explain: F. Reason for Request: G. H0 W .J LF -4 comparison of specified item(s) with the proposed substitution: list significant variations: M DMign� of maintenance services and sources: Q__. W F�-;_ � m(Attach additional sheets if required) LLJ LZ U_P � O PS -4 FORM OF PROPOSAL CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 CITY OF IOWA CITY Name of Bidder: Address of Bidder In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to fumish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 in strict accordance with the Project Manual and the Drawings dated February 5, 2014, including Addenda numbered and , inclusive, prepared by Design Engineers, for the Base Bid Lump Sum of BASE BID Dollars The undersigned bidder submits herewith bid security in the amount of ten percent (10%) of the Base Bid amount. The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the- Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Page 1 of 2 BIDS RECEIVED BEFORE: 2:30 PM local time on Monday, March 3, 2014 0 Vic+ y-t M cu ..�� TO'. City Clerk <?'< C!n r City of Iowa Cityrn City Hall a 410 East Washington Street ox w Iowa City, Iowa 52240 NO In response to your request for bids, and in compliance with the Procurement and Contracting Requirements, the undersigned proposes to fumish all labor, materials and equipment, all supervision, coordination, and all related incidentals necessary to perform the work to complete CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 in strict accordance with the Project Manual and the Drawings dated February 5, 2014, including Addenda numbered and , inclusive, prepared by Design Engineers, for the Base Bid Lump Sum of BASE BID Dollars The undersigned bidder submits herewith bid security in the amount of ten percent (10%) of the Base Bid amount. The names of those persons, firms, companies or other parties with whom we intend to enter into a major subcontract, together with the type of subcontracted work and approximate dollar amount of the subcontract will be submitted within 24 hours of bid opening by the apparent lowest responsive, responsible bidder. NOTE: All subcontractors are subject to approval by City. The undersigned bidder certifies that this proposal is made in good faith, and without collusion or connection with any other person or persons bidding on the work. The undersigned bidder states that this proposal is made in conformity with the- Contract Documents and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Contract Documents prepared by the City of Iowa City, the more specific shall prevail. Page 1 of 2 In submitting this Proposal, The undersigned agrees that the Bid will not be withdrawn for a period of thirty (30) consecutive calendar days fallowing the date of the Bid Opening. Further, that if a Notice to Proceed or a prepared Agreement provided by the Owner is received at the business address identified below within the thirty (30) day period, the undersigned will, within ten (10) days of receipt, acknowledge acceptance of the contract award. The undersigned will then execute and deliver to the Owner address the Agreement, the Procurement, Labor and Material Payment Bonds, and the certificates of insurance, and will proceed in accordance with requirements of the Contract Documents for this project, and have the Project at Substantial Completion on or before May 4, 2014. Firm: Signature: Printed Name: Title: Address: Phone: Contact: Page 2 of 2 r W2 W �� .� >-C.) EL m 1-Q N Firm: Signature: Printed Name: Title: Address: Phone: Contact: Page 2 of 2 as Principal, and as Surety declare that we are held and are firmly bound unto the City of Iowa City, Iowa, hereinafter called "OWNER," in the sum of Dollars ($ ) to pay said sum as herein provided. We as Principal and Surety further promise and declare that these obligations shall bind our heirs, executors, administrators, and successors jointly and severally. This obligation is conditioned on the Principal submission of the accompanying bid, dated for -- r—n b co NOW, THEREFORE, C,)"e cn 1n (a) If said Bid shall be rejected, or in the alternate, �� rn (b) If said Bid shall be accepted and the Principal shall execute ane,!'3teliver contract in the form specified, and the Principal shall then furnish a bond for thrincipal's faithful performance of said Project, and for the payment of all persons performing labor or furnishing materials in connection therewith, and shall in all other respects perform the Project, as agreed to by the City's acceptance of said Bid, then this obligation shall be void. Otherwise this obligation shall remain in full force and effect, provided that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the amount of the obligation stated herein. By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in the event that the Principal fails to execute the contract and provide the bond, as provided in the Project specifications or as required by law. The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall in no way be impaired or affected by any extension of the time within which the Owner may accept such Bid or may execute such contract documents, and said Surety does hereby waive notice of any such time extension. The Principal and the Surety hereto execute this bid bond this A.D., 20_ Witness Witness m day of (Seal) Principal By (Title) (Seal) Surety By (Attorney-in-fact) Attach Power -of -Attorney FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 51' day of February, 2014, for the CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: o F 1. The City hereby accepts the attached proposal and bidpmmts o#�e Contractor for the Project, and for the sums listed therein. S?'i -ir 2. This Agreement consists of the following component parts wh�e orp r d ��: ca herein by reference: ro ti0 a. Addenda Numbers b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, as amended; C. Plans; d. Specifications and Supplementary Conditions; e. Notice to Bidders; f. Note to Bidders; g. Performance and Payment Bond; h. Restriction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); Proposal and Bid Documents, and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AGA 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are shown as "ATTACHMENT A." Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 4. Project to be substantially complete by May 27, 2014 and final completion date is June 03, 2014. Liquidated damages are $861.00 per day, beginning the day following the 5 day shutdown period. 5. , Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 6. The Project base bid submitted by form of proposal is in the amount of: dollars and cents ($ .00). 7. DATED this 4`h day of March, 2014. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER j City Contractor (Signature) (Signature) Matthew J. Hayek (Mayor) (Printed name) ATTEST AG -2 (Company Official) (Title) City Clerk ATTEST: r Approved: Q c� o Ci ttorn&'s (Title) coiz UW M-�y M AG -2 (Company Official) PERFORMANCE AND PAYMENT BOND as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and (insert the legal title of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of Dollars ($ ) for the payment for which Contractor and Surety hereby bind themselves, their heirs, executors, administrators, successors and assignAEJ�)intly and Q r severally. Vic? D t� �-� Ln r WHEREAS, Contractor has, as of March 4 2014, entered into a ��r- M (date) fix; written Agreement with Owner for CITY HALL POLICE AND FIRE DEPrOT EWTT HVAC REPLACEMENT PROJECT 2014; and �0 WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by _, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void, otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or - _ 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or 99 subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall be obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. SIGNED AND SEALED THIS DAY OF 20 IN THE PRESENCE OF: FS --M (Principal) (Title) (Surety) (Title) (Street) (City, State. Zip) (Phone) r CV) Witness Cn cz�a U-) r cth �y w v_ tz*Ss v a fJ o N '- FS --M (Principal) (Title) (Surety) (Title) (Street) (City, State. Zip) (Phone) CITY OF IOWA CITY N a o Cl) r Contract C.0 Compliance Program CITY OF IOWA CITY SECTION I -GENERAL POLICY STATEMENT It is the policy of the City of Iowa City to require equal employment opportunity in all City contract work. This policy prohibits discrimination by the City's contractors, consultants and vendors and requires them to ensure that applicants seeking employment with them and their employees are treated equally without regard to race, color, creed, religion, national origin, sex, gender identity, sexual orientation, disability, marital status, and age. It is the City's intention to assist employers, who are City contractors, vendors or consultants, in designing and implementing equal employment opportunity so that all citizens will be afforded equal accessibility and opportunity to gain and maintain employment. PROVISIONS: 1. All contractors, vendors, and consultants requesting to do business with the City must submit an Equal Opportunity Policy Statement before the execution of the contract. o r 2. All City contractors, vendors, and consultants with contracts of $25 r;qoreM less) if required by another governmental agency) must abide by the requirerm opthe Cot w; Contract Compliance Program. Emergency contracts may be exempt from thiRpovisji at discretion of the City. Regardless of the value of the contract, all contract en ors, consultants are subject to the City's Human Rights Ordinance, which is codified- frArticg?2 of City Code. ca 3. Contracting departments are responsible for assuring that City contracto 0- ven s, and consultants are made aware of the City's Contract Compliance Program reporting responsibilities and receive the appropriate reporting forms. A notification of requirements will be included in any request for proposal and notice of bids. 4. Prior to execution of the contract, the completed and signed Assurance of Compliance (located on pages CC -2 and CC -3) or other required material must be received and approved by the City. 5. Contracting departments are responsible for answering questions about contractor, consultant and vendor compliance during the course ofthe contractwith the City. 6. All contractors, vendors, and consultants must refrain from the use of any signs or designations which are sexist In nature, such as those which state "Men Working" or "Flagman Ahead," and instead use gender neutral signs. 7. All contractors, vendors, and consultants must assure that their subcontractors abide by the City's Human Rights Ordinance. The City's protected classes are listed at Iowa City City Code section 2-3-1, CC -1 SECTION II -ASSURANCE OF COMPLIANCE The following sets forth the minimum requirements of a satisfactory Equal Employment Opportunity Program which will be reviewed for acceptability. PLEASE RETURN PAGES 2 THROUGH 3 OF THIS SECTION TO THE CONTRACTING DEPARTMENT PRIOR TO THE EXECUTION OF THE CONTRACT. With respect to the performance of this contract, the contractor, consultant or vendor agrees as follows: (For the purposes of these minimum requirements, "contractor shall include consultants and vendors.) 1. The contractor will not discriminate against any employee or applicant for employment and will take affirmative efforts to ensure applicants and employees are treated d u ri n g e m p I o y m e n t without regard to their race, color, creed, religion, national origin, sex, sexual orientation, gender identity, disability, marital status, and age. Such efforts shall include, but not be limited to the following: employment, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. 2. The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor; state that it is an equal opportunity employer. Note Contracts that are federally funded are subject to Executive Order No. 11246, as amended, and the' regulations (see generally 29 U.S.C.§ 1608 et seo.) and relevant orders of the U.S. Secretary of Labor. The Secretary of Labor, and not the City, enforces said regulations and orders. 3. Provide a copy of your written Equal Employment Opportunity p o I i c y statement. Where is this statement posted? 4. What is the name, telephone number and address of your business' Equal Employment Opportunity Officer? (Please print) ------------------ Phone number Address r-- 5. Thnndersil agrees to display, in conspicuous places at the work site, all posters required by �^ federal a0,d=esntate law for the duration of the contract. NOTE: The City can provide assistance in ob�kanin�' "ecessary posters. W >: „J � C-) I-- ..,, t >-Z3 LL W -< M ?-,- 0 CC -2 6. How does your business currently inform applicants, employees, and recruitment sources (including unions) that you are an Equal Employment Opportunity employer? The above responses to questions 1 through 6 are true and correctly reflect our Equal Employment Opportunity policies. Business Name Signature Print CC -3 Phone Number o_ d r Title C-)—< r cn Date .<.. r m � N �D SECTION III -SUGGESTED STEPS TO ASSURE EQUAL EMPLOYMENT OPPORTUNITIES COMPANY POLICY Determine your company's policy regarding equal employment opportunities. Document the policy and post it in a conspicuous place so that it is known to all your employees. Furthermore, disseminate the policy to all potential sources of employees and to your subcontractors asking their cooperation. The policy statement should recognize and accept your responsibility to provide equal employment opportunity in all your employment practices. In regard to dissemination of this policy, this can be done, for example, through the use of letters to all recruitment sources and subcontractors, personal contacts, employee meetings, web page postings, employee handbooks, and advertising. EQUAL EMPLOYMENT OPPORTUNITY OFFICER Designate an equal employment opportunity officer or, at minimum, assign someone the responsibility of administering and promoting your company's Equal Employment Opportunity program. This person should have a position in your organization which emphasizes the importance of the program. 3. INSTRUCT STAFF Youistaff should be aware of and be required to abide by your Equal Employment Opportunity program. All employees authorized to hire, supervise, promote, or discharge employees or are involved in such actions should be trained and required to comply with your policy and the current equal employment opportunity laws. 4. RECRUITMENT (a) Let potential employees know you are an equal opportunity employer. This can be done ' by identifying yourself on all recruitment advertising as "an equal opportunity employer". (b) ch Use recruitment sources that are likely to yield diverse applicant pools. Word-of-mouth recr.��itment will only perpetuate the current composition of your workforce. Send ritment sources a letter annually which reaffirms your commitment to equal W d Aa, loyment opportunity and requests their assistance in helping you reach diverse ant pools. (c) r )!g e and review your company's recruitment procedures to identify and eliminate t�� m minatory barriers. LL (d)2 X91 t and train persons involved in the employment process to use objective standards -!- anr% support equal employment opportunity goals. (e)r©„ Review periodically job descriptions to make sure they accurately reflect major job functions. Review education and experience requirements to make sure they accurately reflect the requirements for successful job performance. (t) Review the job application to insure that only job related questions are asked. Ask yourself "Is this information necessary to judge an applicant's ability to perform the job applied for? " Only use job-related tests which do not adversely affect any particular group of people. (g) Monitor interviews carefully. Prepare interview questions in advance to a s s u r e t h a t they are only job related. Train your interviewers on discrimination laws. Biased and subjective judgments in personal interviews can be a major source of discrimination. (h) Improve hiring and selection procedures and use non -biased promotion, transfer and training policies to increase and/or improve the diversity of your workforce representation. Companies must make sure procedures for selecting candidates for promotion, transfer and training are based upon a fair assessment of an employee's ability and work record. Furthermore, all companies should post and otherwise publicize all job promotional opportunities and encourage all qualified employees to bid on them. CC -4 'yw one CITY OF IOWA CITY Attached for your information is a copy of Section 2 - 3 - 1 of the Iowa City Code of Ordinances which prohibits certain discriminatory practices in employment as well as a sample policy. Please note that the protected characteristics include some not mandated for protection by Federal or State law. As a contractor, consultant or vendor doing business with the City of Iowa City you are required to abide by the provisions of the local ordinance in conjunction Wh 7 your performance under a contract with the City. m cr C cn : F-- .<r "�M -a z w y w CC -5 SAMPLE: EQUAL EMPLOYMENT OPPORTUNITY POLICY To all employees This Company and its employees shall not discriminate against any employee or applicant for employment based on his or her a g e , national origin, color, creed, disability, gender identity, marital s t a t u s , race, religion, sex, or sexual orientation. The anti- discrimination policy extends to decisions involving hiring, promotion, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. Further, this Company and its employees will provide a working environment free from such discrimination. All employees are encouraged to refer minority and women applicants and applicants with disabilities foremployment. The Equal EmploymentOpportunityOff icerfor-------------- is: Name: Address: --- Telephone Number: ---------_ NOTE: TFiis is a SAMPLE ON LY. You may wish to confer with your EEO officer or legal counsel to formulate a policy which specifically meets the needs of your company. CC -6 r� W gUC� _j J LES C3t- Y CJ LL N CC -6 Jtcrllrig l OalIlers, Inc. 2-3-1: EMPLOYMENT; EXCEPTIONS: A. It shall be unlawful for any employer to refuse to hire, accept, register, classify, promote or refer for employment, or to otherwise discriminate in employment against any other person or to discharge any employee because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 03-4105, 12-16-2003) B. Itshall be unlawfulfor any labor organization to refuseto admitto membership, apprenticeship or training an applicant, to expel any member, orto otherwise discriminate against any applicant for membership, apprenticeship ortraining or any member inthe privileges, rights or benefits of such membership, apprenticeship ortraining because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation of such applicant or member. C. It shall be unlawful for any employer, employment agency, labor organization or the employees or members thereof to directly or indirectly advertise or in any other manner indicate or publicize that individuals are unwelcome, objectionable or not solicited for employment or membership because of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7-1995) o a r D. Employment policies relating to pregnancy and childbirth shall be governed by the feint; cu'r 1.A written or unwritten employment policy or practice which excludes from employr gFR applican r employees because of the employee's pregnancy is a prima facie violation of thibt C) :K w 2. Disabilities caused or contributed to by the employee's pregnancy, miscarriage, GIdbirth�nd recovery therefrom are, for alljob related purposes, temporary disabilities and shall betrelted as such under any health or temporary disability insurance or sick leave plan available in connection with employment or any written or unwritten employment policies and practices involving terms and conditions of employment as applied to other temporary disabilities. E. It shall be unlawful for any person to solicit or require as a condition of employment of any employee or prospective employee atest for the presence of the antibody to the human immunodeficiency virus. An agreement between an employer, employment agency, labor organization or their employees, agents or members and an employee or prospective employee concerning employment, pay or benefits to an employee or prospective employee in return for taking a test for the presence of the antibody to the human immunodeficiency virus, is prohibited. The prohibitions of this subsection do not apply if the state epidemiologist determines and the director of public health declares througp the utilization of guidelines established by the center for disease control of the United States department of health and human services, that a person with a condition related to acquired immune deficiency syndrome poses a significant risk of transmission of the human immunodeficiency virus to other persons in a specific occupation. F. The following are exempted from the provisions of this section: Any bona fide religious institution or its educational facility, association, corporation or society with respect to any qualifications for employment based on religion when such qualifications are related CC -7 4/24/2013 �,terimg t omtters, inc. to a bona fide religious purpose. A religious qualification for instructional personnel or an administrative officer, serving in a supervisory capacity of a bona fide religious educational facility or religious institution shall be presumed to be a bona fide occupational qualification. (Ord. 94-3647, 11 -8-1994) An employer or employment agency which chooses to offer employment or advertise for employment to only the disabled or elderly. Any such employment or offer of employment shall not discriminate among the disabled or elderly on the basis of age, color, creed, disability, gender identity, marital status, national origin, race, religion, sex or sexual orientation. (Ord. 95-3697, 11-7- 1995) 3. The employment of individuals for work within the home of the employer if the employer or members of the family reside therein during such employment. 4. The employment of individuals to render personal service to the person of the employer or members of the employer's family. (Ord. 94-3647, 11-8-1994) 5. The employment on the basis of sex in those certain instances where sex is a bona fide occupational qualification reasonably necessary to the normal operation of a particular business or enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. 03-4105, 12- 16-2003) 6. A state or federal program designed to benefit a specific age classification which serves a bona fide public purpose. (Ord. 94-3647, 11-8-1994) The employment on the basis of disability in those certain instances where presence of disability is a bona,fide occupational qualification reasonably necessary to the normal operation of a particular business cr enterprise. The bona fide occupational qualification shall be interpreted narrowly. (Ord. ;03-4105,; 12'16-2003) 8. Any employer who regularly employs less than four (4) individuals. For purposes of this section, ..individuals who are members of the employer's family shall not be counted as employees. (Ord. 08- •4312, 8-11-2008) CC -8 4/24/2013 r� ® ch �2 LLL LnCo UH 1 Lsl ly, h U� s O CC -8 4/24/2013 GENERAL CONDITIONS "General Conditions of the Contract for Construction" AIA DOC A201-2007 amended, shall apply except as amended in the Supplementary Conditions. ca O h n� r m W 1n -�' :<M a M :c+ ry CITY OF IOWA CITY SUPPLEMENTARY CONDITIONS CITY OF IOWA CITY PART 1 -GENERAL 1.1 INTRODUCTION A. The following supplements modify the "General Conditions of the Contract for Construction", AIA Document A201-2007. Where a portion of the General Conditions is modified or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain in effect. B. Terms used in these Supplementary Conditions will have meanings assigned to them in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings indicated below, which are applicable to both the singular and plural thereof. C. Deletions from the AIA A201 are indicated as strikeiand additions to the AIA A201 are indicated as "bold italic". D. The OWNER and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Law or Regulations in respect to any dispute. Disputes shall be resolved by legal or equitable proceedings in a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be required as to any dispute arising between the parties or under the Contract Documents. o O r E. Delete all references to mediation and arbitration in their entirety.>=4- m 1.2 ARTICLE 1 -GENERAL PROVISIONS_4co r -<r- m A. Add the following paragraph 1.1.1.1 Contract Documents to read as folio � 2- 1.1.1.1 Any reference within the Contract Documents of the amm&at been Owner and Contractor should be substituted with of the Form of ftreempat between Owner and Contractor (hereinafter the Agreement). The Form of Agreement -9s listed as A G in the project manual. B Change paragraph 1.1 .3 to read as follows: 7 1.1.3 The term "Work" means the construction and services required by the Contract Documents, whether completed or partially completed, and includes all other ,labor, tools, materials, equipment, transportation, services, taxes, insurance and all other services provided or to be provided by the Contractor to fulfill the Contractor's obligations. The Work may constitute the whole or a part of the Project. The Contractor shall provide all work and materials required by whirl}any part of the Contract Documents-requir^ �'� ,. fa -pro e. C. Add the following paragraph 1.2.4: 9.2.4 Sections of Division 1 - General Requirements, govern the execution of all sections of the specifications. 1.3 ARTICLE 2- OWNER A. Change paragraph 2.4 to read as follows - 2.4 If the Contractor defaults or neglects to carry out the Work in accordance with the Contract Documents and fails within a seven-day period after xeselpt-ei written notice from the Owner to commence and continue correction of such default or neglect with diligence and promptness, the Owner may without prejudice to other remedies the Owner may have, correct such deficiencies. - In such case iate Gha^^^ Order `h'" be ._sued deducing the SUPPLEMENTARY CONDITIONS DOCUMENT SC -1 Owner may deduct from payments then or thereafter due the Contractor the ceasenable entire cost of correcting such deficiencies, including Owner's expenses and compensation for the Architect's and/or Consultant's additional services and expenses and heating, engineering, accounting, consulting services and attorneys'fees and expenses made necessary by such default, neglect, or failure. aFe both subject '" " al Gf thp.Arrhitept If payments then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall pay the difference to the Owner. The Owner's actions pursuant to this Subparagraph shall not operate as a release of any obligation of a surety. 1.4 ARTICLE 3 -CONTRACTOR A Change paragraphs 3.2.2 to read as follows: 3.2.2 Because the Contract Documents are complementary, the Contractor shall, before starting each portion of the Work, carefully study and compare the various Contract Documents relative to that portion of the Work, as well as the information furnished by the Owner pursuant to Section 2.2.3, shall take field measurements of any existing conditions related to that portion of the Work, and shall observe any conditions at the site affecting it. These obligations are for the purpose of facilitating coordination and construction by the Contractor and are not for the purpose of discovering errors, omissions, or inconsistencies in the Contract Documents; however, the Contractor shall promptly report to the Architect any errors, inconsistencies or omissions discovered by or made known to the Contractor as a request for information in such form as the Architect may require. It is recognized that the contractors review is made in the Contractor's capacity as a contractor and not as a licensed design professional, unless otherwise specifically provided in the Contract Documents. The Contractor shall not be liable to the Owner qr Architect for damage resulting from errors, inconsistencies or omissions in the Contract 'Documents unless the Contractor recognized such error, inconsistency or omission and hnaw;Pgly failed to report it to the Architect. If the Contractor performs any construction activity kRA,Aing-it involves involving a recognized error, inconsistency or omission in the Contract r _Documents without such notice to the Architect, the Contractor shall assume appropriate vvesporlsjbility for such performance and shall bear aR appFGpriate 2mount „F the att hutAble, all ;os�t6T correction. The Contractor shall perform no portion of the Work at any time witkd6-EContract Documents or, where required, approved Shop Drawings, Product Data W aor Nles for such portion of the Work. Lr) cat-- rChag aragraph 3.3.2 to read as follows: .3.e Contractor shall be responsible to the Owner for acts and omissions of the _.,,ori employees, Subcontractors, Sub -subcontractors, vendors, mate:ia;,m n -Rateri_.,,,,�viders and suppliers and their agents and employees, and other persons `performing portions of the Work under a contract with the Contractor or any of its Subcontractors. C. Add the following 3.3.4: 3.3.4 Contractor shall maintain a qualified and responsible person available 24 hours per day, seven days per week to respond to emergencies which may occur after hours. Contractor shall provide to Owner and Architect the phone number and/or paging service of this individual. D. Change paragraph 3.4.1 to read as follows: 3.4.1 Unless otherwise provided in the Contract Documents, the Contractor shall provide and pay for labor, materials, equipment, tools, construction equipment and machinery, water, heat, utilities, transportation, storage, parking and other facilities and services necessary for proper execution and completion of the Work, whether temporary or permanent and whether or not incorporated or to be incorporated in the Work. Should the Contract Documents require work to be performed after regular working hours or should the Contractor elect to perform work after regular hours, the additional cost of such work shall be borne by the SUPPLEMENTARY CONDITIONS DOCUMENT SC -2 Contractor. E. Add the following paragraphs 3.4.4 through 3.4.6: 3.4.4 Whenever any provisions of the Contract conflict with any agreements or regulation of any kind in force among members of any trade association, unions or councils, which regulate what work shall be included in the work of particular trades, the Contractor shall make all necessary arrangements to reconcile any such conflict without delay or cost to the Owner and without recourse to the Architect or the Owner. 3.4.5 After the Contract has been executed, the Owner and the Architect will consider a formal request for the substitution products in place of those specified only under the conditions set forth in Section 01 60 00 - Post Bid Substitutions. 3.4.6 By making requests for substitutions based on Subparagraph 3.4.4 above, the Contractor. .1 represents that the Contractor has personally investigated the proposed product and determined that it is equal or superior in all respects to that specified. .2 represents that the Contractor will provide the same warranty for the substitution that the Contractor would for that specified. .3 certifies that the cost data presented is complete and includes all related costs under this Contract except the Architect's redesign costs, and waives all claims for additional costs related to the substitution which subsequently become apparent; and .4 will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects. n .5 will adhere to the contract schedule r C3 ,,; Change paragraphs 3.5 to read as follows: DC--) .--j co 3.5 The Contractor warrants to the Owner and Architect that matertalandrequit furnished under the Contract will be of good quality and new unless the GegYDaTe is require or permit otherwise. The Contractor further warrants that the Work %�F'nfacm wine requirements of the Contract Documents and will be free from defects, alai 'T,hn�n� nl'h, of the We* the /`nnnoh I'1nn mnnM .nn 'ro n. nnrm'h ' or , fs%�aterias or equipment not conforming to these requirements may be considered defectis The *ntractor's warranty excludes remedy for damage or defect caused by abuse, alterations to the Work not executed by the Contractor, improper or insufficient maintenance, improper operation, or normal wear and tear and normal usage. If required by the Architect, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment. G. Change paragraph 3.6.1 to read as follows: The Contractor shall pay sales, consumer, use and similar taxes for the Work provided by the Contractor that are legally enacted when bids are received or negotiations concluded, whether or not yet effective or merely scheduled to go into effect. Contractors and approved subcontractors will be provided a Sales Tax Exemption Certificate to purchase building materials, supplies, or equipment in the performance of the contract. The Contractor shall submit the information necessary for the certificates to be issued. All such information for said certificates shall be submitted to the City/Owner together in one submission. H. Change paragraph 3.7.2 to read as follows: 3.7.2 The Contractor shall comply perform the Work in compliance with and give notices required by applicable laws, statutes, ordinances, codes, rules, regulations and lawful orders of public authorities bearing on performance of the Work, Change paragraph 3.7.3 to read as follows: 3.7.3 If the Contractor performs Work knowing it to be contrary to applicable laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities, the Contractor shall assume full appropriate responsibility for such Work and shall bear the costs n#ribr fable t SUPPLEMENTARY CONDITIONS DOCUMENT SC -3 the serresi OR and expenses of correcting or replacing such Work. J. Change paragraph 3.7.4 to read as follows: 3.7.4 Concealed or Unknown Conditions. If the Contractor encounters conditions at the site that are 1) subsurface or otherwise concealed physical conditions that differ materially from those indicated in the Contract Documents or 2) unknown physical conditions of an unusual nature that differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, the Contractor shall promptly provide notice to the Owner and the Architect before conditions are disturbed and in no event later than the next business day "� after first observance of the conditions. The Architect will promptly investigate such conditions and, if the Architect determines that they differ materially and cause an increase or decrease in the Contractor's costs of or time required for performance of any part of the work, will recommend an equitable adjustment in the Contract Sum or Contract Time, or both. If the Architect determines that the conditions at the site are not materially different from those indicated in the Contract Documents and that no change in the terms of the Contract is justified, the Architect shall promptly notify the Owner and Contractor in writing, stating the reasons. if a thBF party d sp .es the ^ ^l teGt'.q d'a aFm Ration J. Change paragraph 3.11 to read as follows: 3.11 The Contractor shall maintain at the site for the Owner, one copy of the Drawings, Specifications, Addenda, Change Orders and other Modifications, in good order and marked currently to indicate field changes and selections made during construction, and eae segy a all approved Shop Drawings, MSDS Sheets, Product Data, Samples and similar required submittals. These shall be available to the Architect and shall be delivered to the Architect for r submittal to the Owner upon completion of the Work as a record of the Work as constructed. K. f; Change paragraph 3.13 to read as follows: '3.13 The Contractor shall confine operations at the site to areas permitted by applicable laws, rstatutes, ordinances, codes, rules and regulations, and lawful orders of public authorities and the 07ontracJtDocuments and shall not unreasonably encumber the site with materials or equipment. 6;1h et'ntractor acknowledges that the property on which the Project and Work are =(pc a%ay be occupied and in use by the Owner during the execution of the Work. The 0Conr3€or shall perform and coordinate its work in such a manner that the portions of Lithe§�Tb�erty occupied and in use will not be encumbered or the use interfered with or m XnZed. w E9 hang paragraph 3.17 to read as follows: a.17 The Contractor shall pay all royalties and license fees. The Contractor shall defend suits or `claims for infringement of patent rights and shall hold the Owner and Architect harmless from loss on account thereof, but shall not be responsible for such defense or loss when a particular design, process or product of a particular manufacturer or manufacturers is required by the Contract Documents, or where the copyright violations are contained in Drawings, Specifications or other documents prepared by the Owner or Architect. However.. if the Contractor has reason to believe that the required design, process or product is an infringement of a copyright or patent, the Contractor shall be responsible for such loss unless such information is promptly furnished to the Architect and the Owner in writing. M. Change paragraphs 3.18.1 to read as follows: 3.18.1 To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless the Owner, Architect, Architect's consultants, and agents and employees of any of them from and against claims, damages. losses and expenses, including, but not limited to attorneys' fees, arising out of or resulting from performance of the Work, provided that such claim, damage, loss or expense is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property ,(ether than the We* tself), but only to the extent caused in whole or in part by intentional or negligent acts or omissions of the Contractor, a SUPPLEMENTARY CONDITIONS DOCUMENT SC -4 Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, egaFdless of whetheF oF not SUGh GlairA, damage, loss -F - pe..Se - Ga-sed-i.. ^Ft by a e^hY Rde^n^'F'^d hereunder. Such obligation shall not be construed to negate, abridge, or reduce other rights or obligations of indemnity that would otherwise exist as to a party or person described in this Paragraph 3.18. Nothing in the foregoing Paragraph 3.18.1 is intended or shall be deemed to constitute an indemnification by the Contractor against the negligence of any of the parties to be otherwise indemnified pursuant to Paragraph 3.18.1. N. Change paragraph 3.18.2 to read as follows: 3.18.2 Contractor is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa. In claims against any person or entity indemnified under this Section 3.18 by an employee of the Contractor, a Subcontractor, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under Section 3.18.1 shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for the Contractor or a Subcontractor under worker's compensation acts, disability benefit acts or other employee benefit acts. 1.5 ARTICLE 4- ARCHITECT A A. Change paragraph 4.1.2 to read as follows: o � 4.1.2 Duties, responsibilities and limitations of authority of the Arch itec se%rth in'the Contract Documents shall not be restricted, modified or extended without vzph copsenttie Owner, GeakasteF and Architect. Consent shall not be unreasonably withhelgjn N 11 -o M ''O g B. Change paragraph 4.2.1 to read as follows:` �? 4.2.1 The Architect will provide administration of the Contract as descr&d in the Contract Documents and will be the Owner's representative as provided herein during cons`tpuction and until the Architect issues the final Certificate for Payment to the Contractor on the Project. The Architect will advise and consult with the Owner. The Architect will have authority to act on behalf of the Owner only to the extent provided in the Contract Documents... C. Change paragraph 4.2.3 to read as follows: 4.2.3 On the basis of the site visits, the Architect will keep the Owner reasonably informed about the progress and quality of the portion of the Work completed, and report to the Owner 1) known deviations from the Contract Documents and from the most recent construction schedule submitted by the Contractor, and 2) defects and deficiencies observed in the Work. The Architect and the Owner will not be responsible for the Contractor's failure to perform the Work in accordance with the requirements of the Contract Documents. The Architect and the Owner will not have control over or charge of and will not be responsible for acts or omissions of the Contractor, Subcontractors, or their agents or employees, or any other persons or entities performing portions of the Work. D. Change paragraphs 42.5 through 4.2.6 to read as follows: 4.2.5 Based on the Architect's observations and evaluations of the Contractor's Applications for Payment, the Architect will review and eerttfy recommend to the Owner the amounts due the Contractor and will issue Certificates for Payment in such amounts. 4.2.6 The Architect has authority to reject Work which does not conform to the Contract Documents. Whenever the Architect considers it necessary or advisable for implementation of the intent of the Contract Documents, the Architect will have authority to recommend to the Owner to require additional inspection or testing of the Work in accordance with Subparagraphs 13.52 and 13.5.3, whether or not such Work is fabricated, installed or completed. However, neither this authority of the Architect nor a decision made in good faith either to exercise or not to exercise such authority shall give rise to a duty or responsibility of the Architect to the Contractor, SUPPLEMENTARY CONDITIONS DOCUMENT SC -5 Subcontractors, material and equipment suppliers, their agents or employees, or other persons performing portions of the Work. E. Change paragraphs 4.2.10 through 4.2.12 to read as follows: 4.2.10 If the Owner and Architect agree, the Architect will provide one or more project representatives to assist in carrying out the Architect's responsibilities at the site. Thiutiems respaRFib 'it es and kn;Jt@ti9A6 Of a�lthGFity Of Such pFgjeGt repre6entatives shall be as set faFth in 4.2.11 The Architect will interpret and make recommendations to the Ownerregarding deoide matters concerning performance under and requirements of the Contract Documents on written request of either the Owner or Contractor. The Architect's response to such requests will be made in writing within any time limits agreed upon or otherwise with reasonable promptness. if no agreement is made concerning the time within which recommendations required of the Architect shall be furnished in compliance with this Paragraph 4.2, then the Architect shall furnish such recommendations within such reasonable time after the request is made that allow sufficient time in the professional judgment of the Architect for review. 4.2.12 Interpretations and recommendations deslsiens of the Architect will be consistent with the intent,of and reasonably inferable from the Contract Documents and will be in writing or in .the form of drawings. When making such interpretations and recommendations decisions, the Architect will endeavor to secure faithful performance by both Owner and Contractor, will not show partiality to either and will not be liable for results of interpretations or recommendations desseas rendered in good faith. 1.6 ARTICLE 5 - SUBCONTRACTORS A. Delete paragraph 5.2.1 and add the following: x5.2.1 The CONTRACTOR shall provide, within 24 hours of the bid opening, a list those crperson , firms, companies or other parties to whom it proposes/intends to enter into a ,;jsu4.cqffitract regarding this project as required on the Bid Form and the Agreement. o ➢ CL: Cl�. If no minority business enterprises (MBE) are utilized, the CONTRACTOR '0_ UJ shall furnish documentation of all efforts to recruit MBE's. U.,)LL C.? B. Ch�ox paragraph 5.3 to read as follows: wr 5.t. --Cy appropriate agreement, written where legally required for validity, the Contractor shall W-regnngr ach Subcontractor, to the extent of the Work to be performed by the Subcontractor, to pbe band to the Contractor by terms of the Contract Documents, and to assume toward the "'Contractor all the obligations and responsibilities which the Contractor, by these Documents, assumes toward the Owner and Architect. Each subcontract agreement shall preserve and protect the rights of the Owner and Architect under the Contract Documents with respect to the Work to be performed by the Subcontractor so that subcontracting thereof will not prejudice such rights, and shall allow to the Subcontractor, unless specifically provided otherwise in the subcontract agreement, the benefit of all rights, remedies and redress against the Contractor that the Contractor, by the Contract Documents, has against the Owner. Where appropriate, the Contractor shall require each Subcontractor to enter into similar agreements with Sub -subcontractors. The Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract agreement, copies of the Contract Documents to which the Subcontractor will be bound, and, upon written request of the Subcontractor, identify to the Subcontractor terms and conditions of the proposed subcontract agreement which may be at variance with the Contract Documents. Subcontractors shall similarly make copies of applicable portions of such documents available to their respective proposed Sub -subcontractors. All warranties provided by the Subcontractors, including all express and implied warranties in the Contract Documents and the agreements between the Contractor and the Subcontractors and all warranties provided by law, shall run to and be for the benefit of the Owner, and the Owner shall have a direct right of action against the Subcontractors SUPPLEMENTARY CONDITIONS DOCUMENT SC -6 for any breach of said warranties. 1.7 ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS A. Delete paragraph 6.1.4 in its entirety. B. Change paragraph 6.2.4 to read as follows: 6.2.4 The Contractor shall promptly remedy damage the Contractor wre11gfu41y causes to completed or partially completed construction or to property of the Owner or separate contractors as provided in Subparagraph 10.2.5. 1.8 ARTICLE 7 - CHANGES IN THE WORK A. Change paragraph 7.2.1 to read as follows: 7.2.1 A Change Order is a written instrument prepared by the Architect and signed by the Owner and Contractor and approved by the Architect, stating their agreement upon all of the following: N O_ B. Add paragraph 7.2.2 as follows: co r 7.2.2 A Change Order is conclusively presumed to include all adjVj§% nilisr�n CZ"act Time and Contract Sum necessary to complete the change to the Vlnd"elated*2rts of the Work. �� to j �- :<r-v M C. Add paragraph 7.2.3 as follows: M s t-� 7.2.3 In all Change Orders or Construction Change Directives aliowanbe+for Overhead and profit to be included in the total cost to the Owner Shall nq�jexceed the following amounts: .1 For the Contractor, for any Work performed directly by the Contractor's employees, not including oversight of such work performed by subcontractor, fifteen percent (15%) of the cost. .2 For the Contractor, for Work performed by Subcontractor, ten percent (10%) of the amount due the Subcontractor. .3 For each Subcontractor, or Sub -subcontractor involved, for any Work performed by such contractor's own forces, fifteen percent (15%) of the cost. .4 For each Subcontractor, for Work performed by his --the Sub -subcontractors, five percent (5%) of the amount due the Sub -subcontractor. .5 In order to facilitate checking of quotations for extras or credits, all proposals, except those so minor that their propriety can be seen by inspection, shall be accompanied by a complete itemization of costs including labor, materials and Subcontracts. In no case will a change involving over $200.00 be approved without such itemization. .6 Unless otherwise agreed, costs to which overhead and profit are to be applied shall be those costs listed in Subparagraph 7.3.6. 1.9 ARTICLE 8- TIME A. Change paragraph 8.2.3 to read as follows: 8.2.3 The Contractor shall proceed expeditiously with adequate forces and shall achieve Substantial Completion within the Contract time. The Contractor shall bear all costs for overtime and all additional expense which may arise in order to achieve Substantial Completion within the Contract Time. B. Add paragraph 8.2.4 to read as follows: 8.2.4 If, upon the recommendation of the Architect, it becomes necessary at times during construction for the Owner to accelerate the work, each Contractor or subcontractor when ordered and directed by the Owner, shall cease work at any point and shall transfer SUPPLEMENTARY CONDITIONS DOCUMENT SC -7 him menits workers to such points and execute such portion of his -its work as may be required to enable others to properly engage in and carry on their work. C. Change paragraph 8.3.1 to read as follows: 8.3.1 If the Contractor is delayed at any time in progress of the Work by an act or neglect of the Owner or Architect, or of an employee of either, or of a separate contractor employed by the Owner, or by changes ordered in the Work, or by labor disputes, fire, uAwsual delay H unavoidable casualties or other causes beyond the Contractor's control, or b delay autheiciz@4 delay; then the Contract Time shall be extended by Change Order for such reasonable time as the Owner, with the advice of the Architect, may determine. Such delays shall not be a basis for damages. An extension of the Contract Time is the Contractor's sole remedy for such delay. D. Delete paragraph 8.3.3 in its entirety. E. Add paragraph 8.4 LIQUIDATED DAMAGES to read as follows: Since the actual monetary value of damages sustained by the Owner as a result of delayed completion of the Work is extremely difficult or impractical to assess, the Owner and Contractor agree as follows: r � . 1: Upon failure of the Contractor to achieve "Substantial Completion" of the Work in compliance with requirements of the Contract Documents: The Contractor shall pay as liquidated damages, and not as a penalty, the sum of amount as listed in the Notice to Bidders (or Instruction to Bidders) for each calendar day that "Substantial Completion" is delayed beyond the date written in the Agreement, subject to adjustments of the Contract Time as provided for in the Contract Documents. 2. The Owner shall give written notice to the Contractor of intent to assess liquidated damages pursuant to provisions of this Article. Calculation of the M amount of liquidated damages shall commence on the date the Owner notifies the 6ontractor of this intent. Q Cl) = 3 ?quidated damages assessed in accordance with these provisions are exclusive W—t?�fother monetary damages to which the Owner may be entitled as a direct result �tthe Contractor's failure to achieve final completion of the Work in accordance m —with requirements of the Contract Documents. These liquidated damages are not LL LL0 V+Qjended to be exclusive of Owner's right to terminate this Contract based on a 6bntractors' failure to comply with the terms and provisions of the Contract. 0 N 4. Partial performance of the Work of this Contract shall not relieve the Contractor from liability for liquidated damages. 5. Contractor's liability for liquidated damages shall cease upon issuance of Substantial Completion Certificate for the Work of the Contract. 6. Notwithstanding anything in the Contract Documents to the contrary, amounts assessed to the Contractor as liquidated damages may be deducted by the Owner from any money payable to the Contractor pursuant to this Contract. The Owner shall notify the Contractor in writing of a claim for liquidated damages prior to the date the Owner deducts such sum from money payable to the Contractor. 1.10 ARTICLE 9 - PAYMENTS AND COMPLETION SUPPLEMENTARY CONDITIONS DOCUMENT SC -8 A. Add the following paragraph 9.3.1.3. .3 The first payment application shall be accompanied by Contractor's partial waiver of lien only, for the full amount of the payment. Each subsequent monthly payment application shall be accompanied by the Contractor's partial waiver and by the partial waivers of Subcontractors and Suppliers who were included in the immediately preceding payment application to the extent of that payment. Application for final payment shall be accompanied by final waivers of lien from the Contractor, Subcontractor and Suppliers who have not previously furnished such final waivers. B. Change paragraph 9.4.1 to read as follows: 9.4.1 The Architect will, within seven days after receipt of the Contractor's Application for Payment, either issue to the Owner a Certificate for Payment, with a copy to the Contractor, for such amount as the Architect determines is properly due, or notify the Contractor and Owner in writing of the Architect's reasons for withholding certification in whole or in part as provided in Subparagraph 9.5.1. Nothing herein shall be construed as requiring the Architect to reduce the retainage to be applied to payment applications. All certifications and payments, including those pursuant to a pending claim, shall be tentative and conditional and it shall not be necessary for the Architect to make any statement to this q*ct. 0 r C. Add paragraph 9.4 2.1: 0n "" '�' 9.4.2.1 The Architect's determination as to the issuance of or w>Qdi4 of of the amount of payment reflected on Certificates of Payment shall subjecii Arghitect in -no liability whatsoever to the Owner, Contractor, Surety, or any otherpers@oa c.n I- -<r M D. Change paragraph 9.6.1 to read as follows: � p _ � 9.6.1 The Owner shall make partial payments to the Contractor with dips dips afteT-the Owner has received a Certificate for Payment from the Architec?: To irfsLre proper performance of the Contract, the Owner will retain 5% of each payment amount or such larger amount as will insure that there always remains a sufficient balance to complete the work, such retainage to be held until Final Acceptance of Work and shall so notify the Architect. Payment in the m o ..a ,.; rhi., t� R r.,., .,.,.,aoa FIR rho (i n1916_ _..rte _.,n shoal) so nGt6ethe A�re..r E Change paragraph 9.8.4 to read as follows: When the Work or designated portion thereof is substantially complete, the Architect will prepare a Certificate of substantial Completion that shall establish the date of Substantial -Completion, shall establish responsibilities of the Owner and contractor for security, ,maintenance, heat, utilities, damage to the Work, and insurance, and shall fix the time within which the contractor shall finish all items on the list accompanying the Certificate. Warranties required by the Contract Add paragraph 9-10.6: 9.10.6 Notwithstanding any provision to the contrary in this Contract, final payment of the retainage due the Contractor will be made not earlier than 31 days from the final acceptance of the work by the Owner, subject to the conditions and in accordance with the provisions of Chapter 573 of the Code of Iowa (2009), as amended. G. Add paragraph 9.10.7: 9.10.7 Warranties required by the Contract Documents, including those stated in the performance and payment bond, shall commence on the date of final, formal acceptance of the work by the City. 1.11 ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY A. Add paragraph 10.1.1: SUPPLEMENTARY CONDITIONS DOCUMENT SC -9 1. The Contractor will provide Material Safety Data Sheets (MSDS) for all hazardous chemicals or materials that will be at the job site. The Material Safety Data Sheets will be submitted to the Owner prior to the start of construction and supplemented as necessary throughout the project. This data is being provided for informational purposes only and does not relieve the contractor of any obligations for compliance with applicable OSHA and State laws regarding hazardous chemicals and right -to -know. B. Change paragraph 10.2.4 to read as follows: 1. When use or storage of explosives or other hazardous materials or equipment or unusual methods are necessary for the execution of the Work, the Contractor shall give the Owner reasonable advance notice and shall exercise utmost care and carry on such activities under supervision of properly qualified personnel. C. Add paragraph 10.2.9: 10.2.9 When required by law or for the safety of the Work, the Contractor shall shore up, brace, underpin and protect foundations and other portions of existing structures which are in any way affected by the Work. The Contractor, before commencement of any part of the Work, shall give any notices required to be given to adjoining landowners or other parties. The Owner shall be notified once these notices have been served and before the rwork is performed. 1.12 'ARTICLE '11- INSURANCE AND BONDS A. Change paragraph 11.1.1.5 to read as follows: .5 claims for damages, other than to the Work itself. because of injury to or destruction of tangible property, including explosion, collapse and damage to underground utilities and •loss of use resulting therefrom; B. Change paragraph 11.1.2 to read as follows: 11. 1.2 The insurance required by Subparagraph 11.1.1 shall be written for not less than limits of liability specified in the Contract Documents or required by law, whichever coverage is greater. Coverage whether shall be written on an occurrence or ^'^ _-made basis and shall be Aaintained without interruption from the date of commencement of the Work until the date of gal pa.�Ient and termination of any coverage required to be maintained after final payment, Ed, C, brespect to the contractor's completed operations coverage, until the expiration of the Uj 4ierio'N�correction of Work or for such other period for maintenance of completed operations J rove -1aas specified in the Contract Documents. L. a kragraph 11.1.3 to read as follows: .:.. ta�.1 ificates of Insurance acceptable to the Owner shall be filed with the Owner prior to ZommeReeement of the Work and thereafter upon renewal or replacement of each required policy insurance. The name, address and phone number of the insurance company and agent must accompany the certificate. The liability limits required hereunder must apply to this Project only. These certificates and the insurance policies required by this Section 11.1 shall contain a provision that coverages afforded under the policies will not be canceled or allowed to expire until at least 30 days' prior written notice has been given to the Owner. An additional certificate evidencing continuation of liability coverage, including coverage for completed operations, shall be submitted upon final Application for Payment as required by Section 9.10.2 and thereafter upon renewal or replacement of such coverage until the expiration of the time required by Section 11.12 Information concerning reduction of coverage on account of revised limits or claims paid under the General Aggregate, or both, shall be furnished by the Contractor with reasonable promptness. D. Delete paragraph 11 AA in its entirety and add the following paragraphs 11.1.4 through 11.1.14: 11.1.4 Any policy or policies of insurance purchased by the Contractor to satisfy his/her SUPPLEMENTARY CONDITIONS DOCUMENT SC -10 responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: Tvoe of Coverage Comprehensive General Liability Each Occurrence Aggregate Bodily injury & Property Damage' $1,000,000 $2,000,000 Automobile Liability Combined Single Limit Bodily injury&Property Damage $1,000,000 Excess Liability $1,000,000 $1,000,000 Employer's Liability Each Accident $500,000 Each Employee $500,000 Policy Limit $500,000 Professional Liability (if applicable) $1,000,000 $1,000,000 Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. N D Property Damage liability insurance must provide explosion, collapse and undergro3d covegge. n m Comprehensive General Liability using Insurance Services Office CG0001 or eq?v t, s`�alf in frrd Contractual, Premises & Operations, Products & Completed Operations, indepe Cotjjfacto Personal & Advertising Injury coverages, and Aggregate Limits of Insurance (Per ct) rn endorsement. � a p�G W Automobile Liability shall include all owned, non -owned and hired autos and also veraggSor Contractual Liability. �0 Excess Liability shall provide no less than following form coverage to the primary underlying policies. Workers Compensation shall include the Alternative Employer and Waiver of Subrogation endorsements in favor of the Owner. Professional Liability, if applicable: Rhe Contractor shall procure and maintain, during the life of this Agreement, Professional Errors and Omissions Liability Insurance. The Contractor will notify the _ Owner if claims made erode the policy limits below those required above. All liability policies above, except for Workers Compensation and Professional Liability, shall include the Owner's Governmental Immunities Endorsement. [See attached]. 11.1.5 The City requires that the Contractor's Insurance carrier be A rated pr better by A.M. Best. in addition, the Contractor shall be required to comply with the following provisions with respect to insurance coverage: 11.1.6 The entire amount of Contractor's liability insurance policy coverage limits, identified in the policy and in the Certificate of Insurance, must, under the policy, be available to pay damages for which the insured Contractor becomes liable, or for which the insured assumes liability under the indemnity agreement herein contained, and such coverage amount shall not be subject to reduction or set off by virtue of investigation or defense costs incurred by Contractor's insurer. 11.1.7 The entire amount of the Contractor's liability insurance policy coverage limits shall be payable by the Contractor's insurer, with no deductible to be paid by, or self-insured retention to be attributed to, the Contractor unless this requirement is waived by the City. Contractor's Certificate of Insurance must set forth the nature and amount of any such deductible or self-insured retention. SUPPLEMENTARY CONDITIONS DOCUMENT SCA I 11.1.8 If Contractor's liability insurance coverage is subject to any special exclusions or limitations not common to the type of coverage being provided, such exclusions or limitations shall be noted on the Certificate of Insurance and copies of such shall be attached thereto. 11.1.9 The Contractor shall include the City as additional insured on all policies except workers compensation. The Contractor shall include the Owner (City of Iowa City, including its employees, agents and assigns) as additional insured on all policies, except worker's compensation and professional liability. Such additional insured endorsements) shall make the Contractor's liability insurance primary to the Owner's and, furthermore, shall not be contributing with any other insurance or similar protection available to the Owner, whether such available protection be primary, contributing or excess. Owner shall be an Additional Insured with resect to ail required aforementioned coverages, which shall be stated on all Certificates of Insurance. Such Certificates shall also state that the Governmental immunities Endorsement (see attached) apply and said endorsements shall be attached thereto. The Contractor shall require any of its agents and subcontractors who perform work and/or services pursuant to the provisions of this Agreement to purchase and maintain the same types of insurance as are required of the Contractor. 11.1.10 The City prefers that Contractor provide it with "occurrence form" liability insurance coverage. if Contractor can only provide "claims -made" insurance coverage, then the Contractor must comply with the following requirements: A, If the Contractor changes insurance carriers, or if Contractor's insurance coverage is canceled, during the contract period or within two years after City's acceptance of the work, Contractor agrees to immediately notify the City of such event. M _ If Contractor's insurance is canceled or is allowed to lapse during said period, [� [o Contractor shall be required to obtain replacement insurance coverage to fulfill W a UJ� its obligation hereunder. Lr) UF - i >-CS if, during said period, Contractor voluntarily changes insurance carriers or is on I—< required to obtain replacement coverage from another carrier, Contractor shall LL tW two either (1) purchase "tail" coverage from its first carrier effective fora minimum of '' --- two years after City Council acceptance of the work, or (2) purchase "prior acts" insurance coverage from its new carrier, covering prior acts during the period of this Contract from and after its inception. D. "Tail" or "prior acts" coverage so provided shall have the same coverage, with the same limits, as the insurance specified in this Contract, and shall not be subject to any further limitations or exclusions, or have a higher deductible or self-insured retention than the insurance which it replaces 11.1.11 The City reserves the right to waive any of the insurance requirements herein provided. The City also reserves the right to reject Contractor's insurance if not in compliance with the requirements herein provided, and on that basis to either award the contract to the next low bidder, or declare a default and seek specific performance or termination, as the case may be. 11.1.12 in the event that any of the policies of insurance or insurance coverage identified on Contractor's Certificate of insurance are canceled or modified, or in the SUPPLEMENTARY CONDITIONS DOCUMENT SC -12 event that Contractor incurs liability losses, either due to activities under this Contract, or due to other activities not under this Contract but covered by the same insurance, and such losses exhaust the aggregate limits of Contractor's liability insurance, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.13 in the event that any of the policies or insurance coverage identified on Contractor's Certificate of insurance are canceled or modified, then in that event the City may in its discretion either suspend Contractor's operations or activities under this Contract, or terminate this Contract, and withhold payment for work performed on the Contract. 11.1.14 Contractor shall be responsible for any deductible amounts; including but not limited to the owner's deductible on the owner's builder's risk. E. Delete paragraphs 11.3 in its entirety and add paragraphs 11.3 as follows: 11.3 PROPERTY INSURANCE 11.3.1 OWNER shall purchase and maintain property insurance upon the WoWat the Site in the amount of the full replacement cost thereof (subject to such deactibleznounts as may be provided in the Supplementary Conditions or required by Law*SRd hula). This insurance shall., 7''i °D cn .1 include the interests of OWNER, CONTRACTOR, Subco414ctors, O�s t% Engineering Consultants, and any other individuals or entitiw _r i e Supplementary Conditions, and the officers, directors, partners, em'dt ymes,c„iagentd other consultants and subcontractors of each and any of them, each who hf is deemed to have an insurable interest and shall be listed as an additional insured, .0 .2 be written on a Builder's Risk "all-risk" or open peril or special causes of loss policy form that shall at least include insurance for physical loss or damage to the Work, temporary buildings, false work, and materials and equipment in transit, and shall insure against at least the following perils or causes of loss: fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, collapse, debris removal, water damage, and such other perils or causes of loss as may be specifically required by the Supplementary Conditions; .3 include expenses incurred in the repair or replacement of any insured property; .4 include $100,000 for materials and equipment stored at the Site or at another location that was agreed to in writing by OWNER prior to being incorporated in the Work, provided that such materials and equipment have been included in an Application for Payment recommended by OWNER; .5 allow for partial utilization of the Work by OWNER; .6 include testing and startup; and be maintained in effect until final payment is made. .8 Such coverage shall not include coverage for loses or damage caused by the negligent acts or omissions of Contractor or Subcontractors, or for damage to material or equipment while under the control of or stored by Contractor prior to installation or prior to inclusion of such material or equipment in construction. Contractor shall maintain appropriate insurance for such risks or occurrences SUPPLEMENTARY CONDITIONS DOCUMENT SC -13 11.3.2 OWNER shall purchase and maintain such boiler and machinery insurance which shall specifically cover such insured objects or additional property insurance as may be required by Laws and Regulations which will include the interests of OWNER, CONTRACTOR, Subcontractors, OWNER's Engineering Consultants, and any other individuals or entities identified in the Supplementary Conditions, each of whom is deemed to have an insurable interest and shall be listed as an insured or additional insured. 11.3.3A11 the policies of insurance (and the certificates or other evidence thereof) required to be purchased and maintained in accordance with paragraph 5.06 will contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to OWNER and CONTRACTOR and to each other additional insured to whom a certificate of insurance has been issued and will contain waiver provisions. 11.3.5 If CONTRACTOR requests in writing that other special insurance be included in the property insurance policies provided under paragraph 5.06, OWNER shall, if possible, include such insurance, and the cost thereof will be charged to CONTRACTOR by appropriate Change Order or Written Amendment. Prior to commencement of the Work at the Site, OWNER shall in writing advise CONTRACTOR whether or not such other insurance has been procured by OWNER. F. Delete section 11.4 in its entirety and add paragraph 11.4 to read as follows: 11.4.1 The Contractor shall furnish a Performance Bond and Labor and Material Payment Bond from a surety using the form included in the Contract Documents, each in an amount equal to the Contract Price. Cost of such Bonds shall be included in the base bid. Each alternative bid shall include the additional Bond cost. Contractor shall deliver ,the required Bonds to the Owner prior to the signing of the Agreement. M .Y ® C.1e Performance, Labor and Material Bond shall be executed inconformity with the W -Tmgran Institute of Architect's Document A-312 (1984 Edition), with coverage provided y aty having a financial rating from A.M. Best of A, VII or higher. u'> NrJ§enever the Contractor shall be and is declared by the Owner to be in default (,Ldgr�thP Contract, the Surety and Contractor are each responsible to make full payment 4e the 92wner for any and all additional services of the Architect as defined in the gwner/Architect Agreement which are required as a result of the Contractor's default and in protecting the Owner's right under the agreement with the Contractor to remedy the Contractor's default or honor the terms of the Performance Bond. .3 These Bonds shall be maintained by the Contractor and shall remain in full force and effect until final acceptance of the Work by the Owner. The Contractor agrees and will cause the Surety to agree to be bound by each and every provision of all the Contract Documents. .4 The Surety shall give written notice to Owner, within seven (7) days after receipt of a declaration of default, of the Surety's election either to remedy the default or defaults promptly or to perform the work promptly or to pay to Owner the penal sum of the bond, time being of the essence. In said notice of election, the Surety shall indicate the date on which the remedy or performance will commence, and it shall then be the duty of the Surety to give prompt notice in writing to Owner immediately upon completion of (a) the remedy and/or correction of each default, (b) the remedy and/or correction of each omitted item of work, (c) the furnishing of each omitted item of work, and (d) the performance of the work. The Surety shall not assert solvency of its Principal or its Principal's denial of default as justification for its failure to promptly remedy the default SUPPLEMENTARY CONDITIONS DOCUMENT SC -14 or defaults or perform the work .5 The Principal and Surety further agree as part of this obligation to pay all such damages of any kind to person or property that may result from a failure in any respect to perform and complete the Work including, but not limited to, all repair and replacement costs necessary to rectify construction error, architectural and engineering costs and fees, all consultant fees, all testing and laboratory fees, and all legal fees and litigation costs incurred by the Owner. .6 The Surety agrees that other than as is provided in the Bond it may not demand of the Owner that the Owner shall (a) perform any thing or act (b) give any notice, (c) furnish any clerical assistance, (d) render any service, (e) furnish any papers or documents, or (I) take any other action of any nature or description which is not required of the Owner to be done under the Contract Documents. 11.4.2 Surety shall be satisfactory to the Owner and shall be authorized to do business in the state of Iowa. 1.13 ARTICLE 13 - MISCELLANEOUS PROVISIONS A. Change paragraph 13.1 to read as follows: 13.1 The Contract shall be governed by the laws of the State of Iowa dispute esdut— the Federal Arbitration Act shall governSeG.en 15.4. IY� cci • r c�-< , r B. Change paragraph 13.3.1 to read as follows: .i.�.�rc'� �9 13.3.1 Written notice shall be deemed to have been duly served if deliveretrwtn person tl e individual, to a member of the firm or entity or to an officer of the corporaw for Aich i3wvgs „ intended, or if deromen pd atn sent by registered or certified mail to the usinWs add'Pg'ss known to the party giving notice. C. Change paragraph 13.5.1 to read as follows: 13.5.1 Tests, inspections and approvals of portions of the Work shall be made as required by the Contract Documents and by applicable laws, statutes, ordinances, codes, rules, and regulations or lawful orders of public authorities. Unless otherwise provided, the Contractor shall make arrangements for such tests, inspections and approvals with an independent testinglaboratory or entity acceptable to the Owner, or with the appropriate public authority, and shall be"ar all related costs of tests, inspections and approvals. The Contractor shall give the Architect and Owner timely notice of when and where tests and inspections are to be made so the Architect and Owner may observe such procedures. The Owner shall bear costs of 1) tests, inspections or approvals that do not become requirements until after bids are received or negotiations concluded and 2) tests, inspections or approvals where building codes or applicable laws or regulations prohibit the Owner from delegating their cost to the Contractor. Copies of all reports, data and other documents related to tests, inspections and approvals shall be provided to the Architect as soon as practicable. D. Delete paragraphs 137. E. Add the following Section 13.8: 13.8 The Contractor shall maintain policies of employment as follows: .1 The Contractor and the Contractor's subcontractors shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance. The Contractor shall take affirmative action to insure that applicants are employed, and that employees are treated during employment without regard to their race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or SUPPLEMENTARY CONDITIONS DOCUMENT SC -15 state ordinance. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer, recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the policies of non-discrimination. .2 The Contractor and the Contractor's subcontractors shall, in all solicitations or advertisements for employees placed by them or on their behalf, state that all qualified applicants will receive consideration for employment without regard to race, religion, color, sex, age, disability or national origin or otherwise as may be required by local or state ordinance F. Add the following Section 13.9: 93.9 The Contractor shall maintain CONTRACT COMPLIANCE PROGRAM (ANTI DISCRIMINATION REQUIREMENTS) for all contracts of $25,000 or more, the Contractor shall abide by the requirements of the City's Contract Compliance Program, which is included with these Specifications beginning on page CC -9. 1.14 ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT A. - Add the following paragraph 14 2.1.5: 5 fails or refuses to provide insurance or proof of insurance as required by the Contract Documents. B. Change paragraph 14.2.4 to read as follows: 14.24 If the unpaid balance of the Contract Sum exceeds costs of finishing the Work, including compensation for the Architect's services and expenses made necessary thereby, and other damages incurred by the Owner and not expressly waived, such excess shall be paid to the Contractor. If such costs exceed the unpaid balance, the Contractor shall pay the difference to r the Owner. The amount to be paid to the Contractor or Owner, as the case may be, shall be �aertified by the Initial Decision Maker, upon application, and this obligation for payment shall csurvive;termination of the Contract. The Contractor shall bear all testing, engineering, C"accodi )ng, and legal expenses made necessary as a result of termination of the W ° o� 1 j 15- CLAIMS AND DISPUTES UA. 18hararWragraphs 15.1.1 through 15.1.3 to read as follows: L!l f�S�finition. A Claim is a demand or assertion by one of the parties seeking, as a matter of jFNI payment of money, or other similar relief with respect to the administration ter-aas of the Contract during the performance of the Work. The term "Claim" also includes other disputes and matters in question between the Owner and Contractor arising out of or relating to the Contract. The responsibility to substantiate Claims shall rest with the party making the Claim. Nothing in this Article is intended to limit claims by the Owner related to the performance of or quality of the Work. 15.1.2 Notice of Claims, Claims by either the Owner or Contractor must be initiated by written notice to the other party and to the Initial Decision Maker with a copy sent to the Architect if the Architect is not serving as the Initial Decision Maker. Claims by either party must be initiated within 21 days after occurrence of the event giving rise to such Claim or within 21 days after the claimant first recognizes the condition giving rise to the Claim, whichever is later, An additional Claim relating to the same subject matter made after the initial Claim has been implemented by Change Order will not be considered and is deemed waived by the Contractor. Unless subm tted 1H a timely 15.1.3 Continuing Contract Performance. Pending final resolution of a Claim, except as SUPPLEMENTARY CONDITIONS DOCUMENT SC -16 otherwise agreed in writing or as provided in Section 9.7 and Article 14, the Contractor shall proceed diligently with performance of the Contract and the Owner shall continue to make payments for sums not in dispute in accordance with the Contract Documents. The Architect will prepare Change Orders and issue Certificates for Payment in accordance with the decisions of the Initial Decision Maker. B. Change paragraph 152.5 to read as follows: 15.2.5 The Initial Decision Maker will render an initial decision approving or rejecting the claim, or indicating that the Initial Decision Maker is unable to resolve the claim. This initial decision shall 1) be in writing, 2) state the reasons therefore, and 3) notify the parties and the Architect, it the Architect is not serving as the Initial Decision Maker, of any change in the Contract Sum or Contract Time or both. The appinGval j + t f a Claim° by the "''l decision `~ ' tie �P;;r and b nd nq on the pa[4 as bot subjeGt to ri and, f the parties fail to Pesolve the r disputes through med at on, to binding d sputa regolutior nirbitFation C. Delete paragraphs 15.2.6 and 15.2.6.1 in their entirety. e.a 0 D. Delete Section 15.3 MEDIATION in its entirety. r t"i E. Delete Section 15.4 ARBITRATION in its entirety. %-a W -�— ��{ of F. Add the following paragraph 15.5 to read as follows: 15.5 The Owner and Contractor may exercise such rights or remed2 as�itheiMay otherwise have under the Contract Documents or by Laws or Regulre "n�resp� of any dispute. Disputes shall be resolved by legal or equitable proce i%s Tit a court of appropriate jurisdiction. Under no circumstances shall binding arbitration be, quired as to any dispute arising between the parties or under the Contract Documents. END OF DOCUMENT 00800 SUPPLEMENTARY CONDITIONS DOCUMENT SC -17 RESTRICTION ON NON-RESIDENT BIDDING ON NON -FEDERAL -AID PROJECTS PROJECT NAME: TYPE OF WORK: DATE OF LETTING: A resident bidder shall be allowed a preference as against a non-resident bidder from a state or foreign country which gives or requires a preference to bidders from that state or foreign country. That preference is equal to the preference given or required by the state or foreign country in which the non-resident bidder is a resident. 'Resident bidder" is defined as a person authorized to transact business in this state and having a place of business within the state, and has conducted business for at least six months prior to the first advertisement for the public improvement. In the case of a corporation, the above requirements apply as well as the requirement that the corporation have at least fifty percent of its common stock owned by residents of this state. This qualification as resident bidder shall be maintained by the bidder and his/her contractors and subcontractors at the work site until the project is completed. I hereby certify that the undersigned is a resident bidder as defined above and will remain such from the start of the project until its completion. COMPANY NAME: CORPORATE OFFICER: TITLE: DATE: R-1 :*C -j m -n :q Ln M m 'n o� s 3" w c7 Division 01 General Requirements Division 01 N 0 CD -1A � W J Division 01 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 1000 - SUMMARY PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes the following, 1. Work covered by the Contract Documents. 2. Type of the Contract. 3. Work under other contracts. 4. Use of premises. 5. Owner's occupancy requirements. 6. Work restrictions. 7. Specification formats and conventions. B. Related Sections include the following: o r 1. Division 01 Section "Temporary Facilities and Controls" for limitationva$ prMdurE!M governing temporary use of Owners facilities. >—t ca c7 -C i �..� 1,03 WORK COVERED BY CONTRACT DOCUMENTS cit ;Cr+a m A. Project Identification, City Hall Police and Fire Departments HVAC Replacer�ickroat 200 1. Project Location: City Hall, 410 E. Washington Street, Iowa City, Iowa q. B. Owner: City of Iowa City 1. Owner's Representative: Kumi Morris, 410 E. Washington Street, lowa•City, Iowa C. Architect I Design Professional: Design Engineers Project Engineer: Tim Lentz, 8801 Prairie View Lane SW Suite 200, Cedar Rapids, Iowa 319.841.1944 D. The Work consists of the following. The Work includes replacement of two existing packaged DX rooftop HVAC units serving the second level of the fire department and parts of the first and second level of the police department. 1.04 TYPE OF CONTRACT A Project will be constructed under a single prime contract. 1.05 WORK UNDER OTHER CONTRACTS A. General: Cooperate fully with separate contractors so work on those contracts may be carried out smoothly, without interfering with or delaying work under this Contract. Coordinate the Work of this Contract with work performed under separate contracts. SUMMARY 01 1000-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Preceding Work: Owner will award separate contract(s) for the following construction operations at Project site. Those operations are scheduled to be substantially complete before work under this Contract begins. Temperature Controls System Integration: A separate contract will be awarded to provide some temperature controls integration to bring the various systems at City Hall to be viewed through an open source platform such as Tridium Niagara. 1.06 USE OF PREMISES A. General: Contractor shall have limited use of premises for construction operations as indicated on Drawings by the Contract limits. Use of Site: Limit use of premises to areas indicated with work to be performed. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Owner Occupancy: Allow for Owner occupancy of Project site. 2. Driveways and Entrances: Keep driveways, apparatus bay apron, loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C:; Use of Existing Building: Maintain existing building in a weathertight condition throughout construction period. Repair damage caused by construction operations. Protect building and its occupants during construction period. 1.07 r OWNERS OCCUPANCY REQUIREMENTS A. FLAOwner Occupancy: Owner will occupy site and existing building during entire construction pe�wd. CcO'perate with Owner during construction operations to minimize conflicts and facilitate Oar er Perform the Work so as not to interfere with Owner's day-to-day operations. W Mff taii5xisting exits, unless otherwise indicated. J� ®j 1Ries. tain access to existing walkways, corridors, and other adjacent occupied or used �- Do not close or obstruct walkways, corridors, or other occupied or used (L Lies without written permission from Owner and authorities having jurisdiction. 2 � Pide not less than 72 hours' notice to Owner of activities that will affect Owner's N operations. B. Owner Occupancy of Completed Areas of Construction: Owner reserves the right to occupy and to place and install equipment in completed areas of building, before Substantial Completion, provided such occupancy does not interfere with completion of the Work. Such placement of equipment and partial occupancy shall not constitute acceptance of the total Work. 1. Architect will prepare a Certificate of Substantial Completion for each specific portion of the Work to be occupied before Owner occupancy. 2. Obtain a Certificate of Occupancy from authorities having jurisdiction before Owner occupancy. 3. Before partial Owner occupancy, mechanical and electrical systems shall be fully operational, and required tests and inspections shall be successfully completed. On occupancy, Owner will operate and maintain mechanical and electrical systems serving occupied portions of building. 4. On occupancy, Owner will assume responsibility for maintenance and custodial service for occupied portions of building. SUMMARY 01 1000-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.08 WORK RESTRICTIONS A. On -Site Work Hours: Work may be performed any hour of the day as both the fire station and police station are staffed 24 hours per day. At contractor's option, work may be performed outside normal business hours. Noisy work shall be coordinated with Owner's Representative such that interruption to occupants is minimized. B. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1. Notify Owner's Representative not less than two days in advance of proposed utility interruptions. 2. Do not proceed with utility interruptions without Owner's written permission. 1.09 SPECIFICATION FORMATS AND CONVENTIONS A. Specification Format: The Specifications are organized into Divisions and Sections using the 50 - division format and CSIICSC's "MasterFormaC numbering system. 1. Section Identification: The Specifications use Section numbers and titles to help cross- referencing in the Contract Documents. Sections in the Project Manual are in numeric sequence, however, the sequence is incomplete because all available Section numbers are not used. Consult the table of contents at the beginning of the Project Mo al to determine numbers and names of Sections in the Contract Documents. 2. Division 01: Sections in Division 01 govern the execution of the Worll _%¢tionst the Specifications. gy— ca 1 -+ n� I B. Specification Content: The Specifications use certain conventions for the styleimfian%age nd the intended meaning of certain terms, words, and phrases when used in parti6Ir sittwtionm These conventions are as follows: = �7C W 1. Abbreviated Language: Language used in the Specifications and oth�BP Con tKat Documents is abbreviated. Words and meanings shall be interpreted as app o riate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifipations. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for - clarity to describe responsibilities that must be fulfilled indirectly by Contractdr'or by. others when so noted. a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase. 1.10 MISCELLANEOUS PROVISIONS A Contractor shall be responsible for all permits required by City. B. Contractor shall be responsible for permitting temporary use of right of way to close of street access as required by the work (refer to form attached to the end of this section). C. Contractor to pay all parking fees as required as no contractor parking is available. D. Contractor to fill out all prescriptive rebate forms from the utility company (MidAmerican) and coordinate rebate checks from utility company to Owner. SUMMARY 011000-3 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 1000 SUMMARY 01 1000-4 DE #14006 i lO cr) < 0 M W9 �> W Lf) VF— _ � a 0 N SUMMARY 01 1000-4 DE #14006 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 2600 - CONTRACT MODIFICATION PROCEDURES PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling and processing Contract modifications. 1.03 MINOR CHANGES IN THE WORK A. Design Professional will issue supplemental instructions authorizing Minor Changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on "Design Professional's Instruction to Contractor' (ITC) form. 1.04 PROPOSAL REQUESTS A. Owner -Initiated Proposal Requests: Design Professional will issue a detailed descrigen of proposed changes in the Work that may require adjustment to the Contract SWn or ttt&;Cont= Time. If necessary, the description will include supplemental or revised DrawX42ang Specifications. cn 1. Proposal Requests issued by Design Professional are for informatio Al %not M consider them instructions either to stop work in progress or to execute pmpose change. Z= tJ b 2. Within 14 days after receipt of Proposal Request, submit a quotation)estimafi6a cost adjustments to the Contract Sum and the Contract Time necessary to execut2.the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. - b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting. an extension of the Contract Time. B. Contractor -Initiated Proposals: If latent or unforeseen conditions require modifications to,the Contract, Contractor may propose changes by submitting a request for a change to Design Professional. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. CONTRACT MODIFICATION PROCEDURES 01 2600-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 5. Include an updated Contractor's Construction Schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 1.05 CHANGE ORDER PROCEDURES A. On Owner's approval of a Proposal Request, Design Professional will issue a Change Order for signatures of Owner and Contractor on AIA Document G701. 1.06 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change DirectiveDesign Professional may issue a Construction Change Directive on AIA Document G714. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 2600 �0 cr,) c� :1—Q Lij = J ur�) LL `� z -a z3C) ..T o a N CONTRACT MODIFICATION PROCEDURES 01 2600-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 2900 - PAYMENT PROCEDURES PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements necessary to prepare and process Applications for Payment. 1.03 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.04 SCHEDULE OF VALUES o_ A. Coordination: Coordinate preparation of the Schedule of Values with prepar Aof C!;ptracL" Construction Schedule n m i r 1. Correlate line items in the Schedule of Values with other required adl:trat for s and schedules, including the following: -o M a. Application for Payment forms with Continuation Sheets. w 2. Submit the Schedule of Values to Design Professional at earliest possible da0but no later than seven days before the date scheduled for submittal of initial Applications for Payment. 3. Subschedules: Where the Work is separated into phases requiring separately phased payments, provide subschedules showing values correlated with each phase of'payment. Format and Content: Use the Project Manual table of contents as a guide to establish line items for the Schedule of Values. Provide at least one line item for each Specification Section. Identification. Include the following Project identification on the Schedule of Values: a. Project name and location. b. Name of Design Professional. C. Design Professional's project number. d. Contractor's name and address. e. Date of submittal. Arrange the Schedule of Values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders (numbers) that affect value. PAYMENT PROCEDURES 01 2900-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 g. Dollar value. 1) Percentage of the Contract Sum to nearest one-hundredth percent, adjusted to total 100 percent. 3. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with the Project Manual table of contents. Provide several line items for principal subcontract amounts, where appropriate. 4. Round amounts to nearest whole dollar; total shall equal the Contract Sum. 5. Provide a separate line item in the Schedule of Values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. If specified, include evidence of insurance or bonded warehousing. 6. Provide separate line items in the Schedule of Values for initial cost of materials, for each subsequent stage of completion, and for total installed value of that part of the Work. 7.: Allowances: Provide a separate line item in the Schedule of Values for each allowance. Show line -item value of unit -cost allowances, as a product of the unit cost, multiplied by measured quantity. Use information indicated in the Contract Documents to determine quantities. 8. ' Each item in the Schedule of Values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. -a. Temporary facilities and other major cast items that are not direct cost of actual work -in-place may be shown either as separate line items in the Schedule of Cl) < Values or distributed as general overhead expense, at Contractor's option. & 9. module Updating: Update and resubmit the Schedule of Values before the next W a— �Acations for Payment when Change Orders or Construction Change Directives result .J Ob change in the Contract Sum. r >- E3 1.F A1ff1C+7�NS FOR PAYMENT v O A. EaA Applintion for Payment shall be consistent with previous applications and payments as ceded by Design Professional and paid for by Owner. 1. Initial Application for Payment, Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. B. Payment Application Times: Payments will be made as labor performed and material delivered is certified approximately monthly. Payments are made within three weeks of approved payment applications. C. Payment Application Forms: Use AIA Document G702 and AIA Document G703 Continuation Sheets as form for Applications for Payment. PAYMENT PROCEDURES 01 2900-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Design Professional will return incomplete applications without action. Entries shall match data on the Schedule of Values and Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. E. Transmittal: Submit 3 signed and notarized original copies of each Application for Payment to Design Professional by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments if required. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of mechanic's liens from subcontractors, sub -subcontractors, and suppliers for construction period covered by the previous application. 0 1. Submit partial waivers on each item for amount requested in previous caw, after deduction for retainage, on each item. Zig W ' 1 —1 2. When an application shows completion of an item, submit final or full w5ktrs. r 3. Owner reserves the right to designate which entities involved in the V%Ak-must-gubmi waivers. <m -o M 4. Submit final Application for Payment with or preceded by final waivers= evwFy en involved with performance of the Work covered by the application whoF4t15wft% entifleff to a lien. A W 5. Waiver Forms: Submit waivers of lien on forms, executed in a manner acceptEBle to Owner. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of Values. 3. Contractor's Construction Schedule (preliminary if not final). 4. Schedule of unit prices, if applicable. 5. Submittals Schedule (preliminary if not final). 6. List of Contractors staff assignments. 7. Copies of building permits. S. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 9. Certificates of insurance and insurance policies. 10. Performance and payment bonds. 11. Data needed to acquire Owner's insurance. H. Application for Payment at Substantial Completion: After issuing the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. PAYMENT PROCEDURES 01 2900-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. This application shall reflect Certificates of Partial Substantial Completion issued previously for Owner occupancy of designated portions of the Work. Final Payment Application: Submit final Application for Payment with releases and supporting documentation not previously submitted and accepted, including, but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes, fees, and similar obligations were paid. 3. Updated final statement, accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A, "Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final meter readings for utilities, a measured record of stored fuel, and similar data as of date of Substantial Completion or when Owner took possession of and assumed responsibility for corresponding elements of the Work. 9. Final, liquidated damages settlement statement. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 2900 PAYMENT PROCEDURES 01 2900-4 4C3 LL! J u, r "t -- y -U L.6— V tWi s O N PAYMENT PROCEDURES 01 2900-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 3100 - PROJECT MANAGEMENT AND COORDINATION PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination Drawings. 2. Administrative and supervisory personnel. 3. Project meetings. 4. Requests for Interpretation (RFls). B. Each contractor shall participate in coordination requirements. Certain areas of responsibility will be assigned to a specific contractor. C. Related Sections include the following: c 0 Asn 1. Division 01 Section "Closeout Procedures" for coordinating closeout�A 2e tract it 1.03 DEFINITIONS �'� I r -1 C! A. RFI: Request from Contractor seeking interpretation or clarification of the Cop fat Eaume (Dx w LJ 1.04 COORDINATION y sa 0 A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation, connection, and operation. B. Coordination: Each contractor shall coordinate its construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. Each contractor shall coordinate its operations with operations, included in different Sections, that depend on each other for proper installation, connection, and operation. 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation_ 4. Where availability of space is limited, coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair of all components, including mechanical and electrical. PROJECT MANAGEMENT AND COORDINATION 01 3100-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following: 1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Preinstallation conferences. 7. Project closeout activities. S. Startup and adjustment of systems. 9. Project closeout activities. E. Conservation: Coordinate construction activities to ensure that operations are carried out with consideration given to conservation of energy, water, and materials. 1. Salvage materials and equipment involved in performance of. but not actually incorporated into, the Work. Refer to other Sections for disposition of salvaged materials that are designated as Owner's property. 1.05 ZigjJBMITTALS pey Funnel Names: Within 10 days of starting construction operations, submit a list of key rsdi�lassignments, including superintendent and other personnel in attendance at Project Ate. jc goofy individuals and their duties and responsibilities; list addresses and telephone qum*CBncluding home and office telephone numbers. Provide names, addresses, and rtedephrnaeCnumbers of individuals assigned as standbys in the absence of individuals assigned to LL. t{oje�93 o chi Post copies of list in Project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.06 ADMINISTRATIVE AND SUPERVISORY PERSONNEL A. General: In addition to Project superintendent, provide other administrative and supervisory personnel as required for proper performance of the Work. Include special personnel required for coordination of operations with other contractors. 1.07 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site. unless otherwise indicated. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner and Design Professional of scheduled meeting dates and times. PROJECT MANAGEMENT AND COORDINATION 01 3100-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner and Design Professional, within 3 days of the meeting. B. Preconstruction Conference: Schedule a preconstruction conference before starting construction, at a time convenient to Owner and Design Professional, but no later than 15 days after execution of the Agreement. Hold the conference at Project site or another convenient location. Conduct the meeting to review responsibilities and personnel assignments. C. 1. Attendees: Authorized representatives of Owner, Design Professional, and their consultants; Contractor and its superintendent; major subcontractors, suppliers; and other concerned parties shall attend the conference. All participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. C. Critical work sequencing and long -lead items. d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. In. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. o r j. Submittal procedures. Dn ca k. Preparation of Record Documents. I. Use of the premises and existing building. -� cn M. Work restrictions. ter- n. Owner's occupancy requirements. a o. Responsibility for temporary facilities and controls.7C w P. Construction waste management and recycling.} q. Parking availability. d- r. Office, work, and storage areas. S. Equipment deliveries and priorities. t. First aid. U. Security. V. Progress cleaning. " W. Working hours. 3. Minutes: Record and distribute meeting minutes. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Design Professional and Owner of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. The Contract Documents. b. Options. C. Related RFIs. d. Related Change Orders. PROJECT MANAGEMENT AND COORDINATION 01 3100-3 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 e. Purchases. f. Deliveries. g. Submittals. h. Review of mockups. i. Possible conflicts. j. Compatibility problems. k. Time schedules. I. Weather limitations. M. Manufacturer's written recommendations. n. Warranty requirements. o. Compatibility of materials. p. Acceptability of substrates. q. Temporary facilities and controls. r. Space and access limitations. S. Regulations of authorities having jurisdiction. t. Testing and inspecting requirements. U- Installation procedures. V. Coordination with other work. W. Required performance results. X. Protection of adjacent work. Y. Protection of construction and personnel. DE #14006 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Rfvgress Meetings: Conduct progress meetings at biweekly intervals. Coordinate dates of rffdetings,vith preparation of payment requests. L� aendees In addition to representatives of Owner and Design Professional, each °- "�ntractor, subcontractor supplier, and other entity concerned with current progress or `j to qit-ublved in planning, coordination, or performance of future activities shall be represented URhese meetings. All participants at the conference shall be familiar with Project and UJ �orized to conclude matters relating to the Work. f&nda: Review and correct or approve minutes of previous progress meeting. Review 0 oilier items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule. Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's Construction Schedule. Determine how construction behind schedule will be expedited, secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following. 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. PROJECT MANAGEMENT AND COORDINATION 01 3100-4 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.08 a 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Work hours. 10) Hazards and risks. 11) Progress cleaning. 12) Quality and work standards. 13) Status of correction of deficient items. 14) Field observations. 15) RFIs. 16) Status of proposal requests. 17) Pending changes. 18) Status of Change Orders. 19) Pending claims and disputes. 20) Documentation of information for payment requests. DE #14006 3. Minutes: Record the meeting minutes. 4. Reporting: Distribute minutes of the meeting to each party present and to parties who should have been present. a. Schedule Updating. Revise Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. N O REQUESTS FOR INTERPRETATION (RFIs) 'p $n r m Procedure: Immediately on discovery of the need for interpretation of the Cd;h1t D'Rumewtei. and if not possible to request interpretation at Project meeting,prepare and t al&Fl irm form specified. _f'+7 1. RFIs shall originate with Contractor. RFIs submitted by entities othe5q-1 C&r tractrill be returned with no response. . 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays.in'Co actor's work or work of subcontractors. Content of the RFI: Include a detailed, legible description of item needing interpretation and the following: 1. Project name. 2. Date. 3. Name of Contractor. 4. Name of Design Professional. 5. RFI number, numbered sequentially. 6. Specification Section number and title and related paragraphs, as appropriate. 7. Drawing number and detail references, as appropriate. 8. Field dimensions and conditions, as appropriate. 9. Contractor's suggested solution(s). If Contractor's solution(s) impact the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 10. Contractor's signature. 11. Attachments: Include drawings, descriptions, measurements, photos, Product Data, Shop Drawings, and other information necessary to fully describe items needing interpretation. a. Supplementary drawings prepared by Contractor shall include dimensions, thicknesses, structural grid references, and details of affected materials, assemblies, and attachments. PROJECT MANAGEMENT AND COORDINATION 01 3100-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Software -Generated RFIs: Software -generated form with substantially the same content as indicated above. Attachments shall be electronic files in PDF format. D. Design Professional's Action: Design Professional will review each RFI, determine action required, and return it. Allow 7 working days for Design Professional's response for each RFI. RFls received after 1:00 p.m. will be considered as received the following working day. The following RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for coordination information already indicated in the Contract Documents. d. Requests for adjustments in the Contract Time or the Contract Sum. e. Requests for interpretation of Design Professional's actions on submittals. f. Incomplete RFIs or RFIs with numerous errors. 2. Design Professional's action may include a request for additional information, in which case Design Professional's time for response will start again. 3. Design Professional's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Division 01 Section "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Design Professional in writing within 10 days of receipt of the RFI response. E. receiiat(of Design Professional's action, update the RFI log and immediately distribute the RFI �.Spo(hSeo affected parties. Review response and notify Design Professional 7 days if =ntra��te oFdisagrees with response. Lu �?= F WfiG 1_66!�_5repare, maintain, and submit a tabular log of RFIs organized by the RFI number. .... Jibrr�bi-weekly. Include the following: LL w v3 Raoject name. Z=_ Name and address of Contractor. 3ry Name and address of Design Professional. 4. RFI number including RFls that were dropped and not submitted. 5. RFI description. 6. Date the RFI was submitted. 7. Date Design Professional's response was received. 8. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request, as appropriate. 9. Identification of related Field Order, Work Change Directive, and Proposal Request, as appropriate. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 01 3100-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 3300 - SUBMITTAL PROCEDURES PART 1 -GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. 1.03 SUBMITTAL PROCEDURES A. Samples, shop drawings and/or product data shall be submitted to and approved by the Design Professional prior to fabrication. No work shall commence in connection with each of the various items for which submittals are required until all related submittals have been approved by the Design Professional. B. Transmit each submittal with transmittal letter indicating: date, project title, project number, contractor's name and address and pertinent Specification Section numbei. wu izi SUN v� Ul a transmittal letters shall to be sent to the Construction Manager's attention at the time of each submission. y b C. Sequentially number the transmittal forms. Identify re -submittals with original er ,* an alphabetic suffix. �y— m cs-C i. D. Apply Contractor's stamp, signed or initialed certifying that review, verification=J&dLas required, field dimensions, adjacent construction Work, and coordination of infeiflfPBtioaos in M accordance with the requirements of the Work and Contract Documents. -JI 1< , W E. Identify variations from Contract Documents and product or system limitations: which n� be detrimental to successful performance of the completed Work. o F. Provide space for Contractor and Design Professional review stamps. G. Revise and resubmit submittals as required, identify all changes made since previous submittal. H. Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly, report any inability to comply with provisions. PRODUCTS 2.01 SHOP DRAWINGS A. The Contractor shall submit for approval to the Design Professional, equipment lists and Shop Drawings, as expediently as possible. Failure of the Contractor to submit Shop Drawings in a timely manner will result in the Owner holding back Contractor payments. B. The material and equipment lists shall be submitted and approved before any material or equipment is purchased and shall be corrected to as -built conditions before the completion of the project. SUBMITTAL PROCEDURES 01 3300- 1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. The Contractor shall submit to the Design Professional electronic (PDF) copy of all required Shop Drawings, material and equipment lists for the Design Professional's and the Owner's sole use. The Contractor shall submit additional copies required for his own use. Electronic copy will be reviewed by the Design Professional and returned to the Contractor marked accordingly. 1) The Contractor shall identify each submittal item with the following: (a) Project Title and Location (b) Project Number (c) Supplier's Name (d) Manufacturer's Name (e) Contract Specification Section and Article Number (f) Contract Drawing Number 2) Reference the accompanying Shop Drawing and Submittal Log at the end of this sec- tion for required submittal information. 3) The Contractor shall list the lead time for equipment on the transmittal for the respec- tive submittal. D. Refer to Division 23 and 26 General Provision sections for required shop drawing submittals. E. In no instance shall the Contract Drawings be reproduced for shop drawing submittals. END OF SECTION 013300 SUBMITTAL PROCEDURES 01 3300-2 Lo to 0 ; L U 3c Cl- -J>: tt) . ' (-)I-- 3+Y6 6 V LL M6 C> o cv SUBMITTAL PROCEDURES 01 3300-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 5000 - TEMPORARY FACILITIES PART 1 -GENERAL 1.01 RELATED DOCUMENTS: A. Drawings and general provisions of Contract, including General and Supplementary Conditions and other Division -1 Specification sections, apply to work of this section. 1.02 DESCRIPTION OF REQUIREMENTS: A. Definitions Specific administrative and procedural minimum actions are specified in this section, as extensions of provisions in General Conditions and other contract documents. These requirements have been included for special purposes as indicated. Nothing in this section is intended to limit types and amounts of temporary work required, and no omission from this section will be recognized as indication by Engineer that such temporary activity is not required for successful completion of the work and compliance with requirements of contract documents. Provisions of this section are applicable to, but not by way of limitation, utility services, construction facilities, security/protection provisions, and support facilities. 1.03 QUALITY ASSURANCE A. General: In addition to compliance with governing regulations and rules/ recommendations of franchised utility companies, comply with specific requirements indicated and with applicable local industry standards for construction work. B. ANSI Standards: Comply with applicable provisions of ANSI A10 -Series Standards on construction safety, including Ali A10.4, Ali A10.6, A10.7, A10.8, A10.10, A1C.M, A10.12, A10.13, A10.14, A10.15, A10.17, A10.18, A10.20, and A10.22. o ` rrn C. NFPA Code: Comply with NFPA Code 241 "Building Construction and DemAtlo OTztiorro— =1c3 cn r . 1.04 JOB CONDITIONS:_{rn -,0. , m s A. General: Establish and initiate use of each temporary facility at time first reaRp�eblyr�quire0f r proper performance of the work. Terminate use and remove facilities at earfrgi reas8ahle time, when no longer needed or when permanent facilities have, with authorized use, replaced the need. B. Conditions of Use: Install, operate, maintain and protect temporary facilities in a manner and at locations which will be safe, non -hazardous, sanitary and protective of persons and property, and free of deleterious effects. PARTS 2 AND 3 - PRODUCTS AND EXECUTION 2.01 TEMPORARY UTILITY SERVICES: A. The types of services required include, but not by way of limitation, water, sewerage, surface drainage, electrical power and telephones. Where possible and reasonable, connect to existing or franchised utilities for required services: and comply with service companies' recommendations on materials and methods, or engage service companies to install services. Locate and relocate services (as necessary) to minimize interference with construction operations. Potable Water: Water connection to Owner's existing potable water system is permitted, if not abused. Location of connections and shutdown must be approved in advance by Owner. Piping, hose, etc. for distribution is Contractor's cost. Owner will bear cost of water. TEMPORARY FACILITIES 01 5000-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Non -potable Water: Where non -potable water is used, mark each outlet with adequate health - hazard warning signs. D. Temporary Power: Connection to Owner's existing service and/or outlets is permitted, if not abused. Provide service with ground -fault circuit interrupter features, activated frame each circuit of 20-2mp or less rating if required. Materials and cost of distribution is Contractor's cost; Owner will bear cost of power. 2.02 TEMPORARY CONSTRUCTION FACILITIES A. The types of temporary construction facilities required include, but not byway of limitation, water distribution, drainage, dewatering equipment, enclosure of work, heat, ventilation, electrical power distribution, lighting, hoisting facilities, stairs and ladders. Provide facilities reasonably required to perform construction operations properly and adequately. B. Enclosure: Provide temporary enclosure where indicated and where reasonably required to ensure dust protection of interior space from construction activities, adequate workmanship and protection from weather and unsatisfactory ambient conditions for the work, including enclosures where temporary heat is used or dust protection is needed. Provide fire -retardant treated lumber and plywood. Provide tarpaulins with UL label and flame spread of 15 or less; provide translucent type (nylon reinforced polyethylene) where daylighting of enclosed space would be beneficial for workmanship, and reduce use of temporary lighting. C. Lighting: Provide sufficient temporary lighting to ensure proper workmanship everywhere; by combined use of daylight, general lighting, and portable plug-in task lighting. Provide general lighting with local switching which will enable energy conservation during periods of varying activity (work -in -progress, traffic only, security check, lock-up, etc). Permanent building lighting mplv:be utilized during construction. cri ss�r_r9 isions: Provide hoisting equipment, ladders and similar temporary access elements 6� ass__r,eaVora71bly required to perform the work and facilitate its inspection during installation. pth reasonable requests of governing authorities performing inspections. On permanent irs,rradors and building interiors available for access during construction, cover finished surfac�Lsgith sufficient protection to ensure freedom from damage and deterioration at time of LL f5sttZiatcompletion. &3cess routes through occupied portions of the building will require approval of the �C', Owner. 2.03 SECURITY/PROTECTION PROVISIONS: A. The types of temporary security and protection provisions required include, but not by way of limitation, separation walls, passage ways, fire protection, barricades, warning signs/lights, site enclosure fence, sidewalk bridges, building enclosure/lockup, personnel security program (theft prevention), environmental protection, and similar provisions intended to minimize property losses, personal injuries and claims for damages at project site. Provide security/protection services and systems in coordination with activities and in a manner to achieve 24-hour, 7 -day - per -week effectiveness. Installation to conform with NFPA - IBC requirements. TEMPORARY FACILITIES 01 5000-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2.04 TEMPORARY SUPPORT FACILITIES: A. The types of temporary support facilities required include, but not by way of limitation, field offices, drinking water, first aid facilities, bulletin board, telephones, project identification signs, clean-up facilities, waste disposal service, and similar miscellaneous general services, all as may be reasonably required for proficient performance of the work and accommodation of personnel at the site. Discontinue and remove temporary support facilities, and make incidental similar use of permanent work of the project, only when and in manner authorized by Engineer; and, if not otherwise indicated, immediately before time of substantial completion. Locate temporary support facilities for convenience of users, and for minimum interference with construction activities. Note that temporary support facilities will have to be contained within project limits consisting of the project staged construction area. Contractors Field Office: Non required. D. Sanitary Facilities: Contractor shall be allowed to use facilities inside City Hall as long as this privilege is not abused. Owner reserves the right to require Contractor to provide and maintain, in a sanitary condition, chemical -type portable toilet facilities at the work site for use by contractor personnel if existing facilities are not maintained to Owner's standards of cleanliness and care. Toilet location shall be coordinated with the Owner's Representative. END OF SECTION 01 5000 TEMPORARY FACILITIES 01 5000-3 r., 0 Q, m . =in c CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 7050 - CONTRACT CLOSEOUT PART 1 -GENERAL 1.01 SECTION INCLUDES A. Project closeout procedures N B. Substantial completion. = C) r C. Final acceptance. Zai D. Project record documents. -ice cir :<m -v 1.02 PROJECT CLOSEOUT PROCEDUREStoy A. Closeout is hereby defined to include general requirements near end of Contrald TlmetiM preparation for final acceptance, final payment, normal termination of contract, occupah-dy by Owner and similar actions evidencing completion of the Work. Specific requirements for individual units of work are specified in sections of Division 2 through 16. Time of closeout is directly related to "Substantial Completion' and therefore may be either a single time period for entire work or a series of time periods for individual parts of the work which have been certified as substantially complete at different dates. Any time variation shall be applicable to other provisions of this section. 1.03 SUBSTANTIAL COMPLETION A. Prior to requesting Owner's inspection for certification of substantial completion for either entire work or portion thereof, complete the following and list known exceptions in request. 1. List incomplete items, value of incompletion, and reasons for being incomplete for inclusion in "Certificate of Substantial Completion". 2. Advise Owner of pending insurance change -over requirements. 3. Submit specific warranties, workmanship/maintenance bonds, agreements, final certifications and similar documents. 4. Deliver tools, spare parts, extra stocks of materials, and similar physical items to Owner. 5. Complete final cleaning up requirements, including touch-up painting or marred surfaces. 6. Touch up and otherwise repair and restore marred exposed finishes. _ Inspection Procedures: Upon receipt of Contractor's request, Owner will either proceed_with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection, Owner will either prepare certificate of substantial completion, or advise Contractor of work which must be performed prior to issuance of certificate; and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch -list" for final acceptance. 1.04 FINAL ACCEPTANCE A. Prior to requesting Owner's final inspection for certification of final acceptance and final payment, as required by General Conditions, complete the following and list known exceptions in request: 1. Submit final payment request supporting documentation not previously submitted and accepted. Include certificates of insurance for products and completed operations where required. 2. Submit copy of Owner's final punch -list of itemized work to be completed or corrected, stating that each item has been completed or otherwise resolved for acceptance. CONTRACT CLOSEOUT 01 7050-1 3. Submit final liquidated damages settlement statement, acceptable to Owner, if required. 4. Submit project record documents, specified guarantees, operation and maintenance data, and similar final record information. 5. Submit proof, satisfactory to Owner, that taxes, fees and similar obligations of Contractor have been paid. Submit Iowa Department of Revenue Form 35-002 for sales tax refund. 6. The Contractor shall return to the Owner all keys borrowed during the course of the project. B. Reinspection Procedure: Upon receipt of Contractor's notice that the work has been completed, including punch -list resulting from earlier inspections, and excepting incomplete items delayed because of acceptable circumstances, Owner will reinspect the work. Upon completion of reinspection, Owner will either prepare certificate of final acceptance or advise Contractor of work not completed or obligations not fulfilled as required for final acceptance. If necessary, procedure will be repeated. C.• Reinspection Costs: Should Engineer be required to perform second inspection because of failure of work to comply with original certifications of Contractor, Contractor will compensate Owner for additional services, and deduct amount paid from final payment to Contractor. 1.05 PROJECT RECORD DOCUMENTS A. Deliver to Owner upon completion of project; obtain receipt prior to final payment. Reference Section 01 7200. 1.06 SPARE PARTS AND MAINTENANCE MATERIALS A. Provide products, spare parts, maintenance and extra materials in quantities specified in individual specifications sections. B. Deliver to project site and place in location as directed by the Owner; obtain receipt prior to final payment. PART 2 -PRODUCTS A. NVDused. cti t T 3 -%)CEV -' N r w Not us � y' as h—Q OF teCTk p1 7050 s o N CONTRACT CLOSEOUT 01 7050-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 7329 - CUTTING AND PATCHING PARTI- GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes procedural requirements for cutting and patching. No B. Related Sections include the following: -*t -yy 1. Division 01 Section "Selective Structure Demolition" for demolition o�ctenortionS �6f the building. 2. Divisions 02 through 49 Sections for specific requirements and limlta0wponable t�rnc cutting and patching individual parts of the Work. -<rr— -n 1 • 1 3. Division 07 Section "Penetration Firestopping" for patching fire -rated isr%rucTl®n. K w 1.03 DEFINITIONS X' o A. Cutting: Removal of in-place construction necessary to permit installation or performance of other Work. B. Patching: Fitting and repair work required to restore surfaces to original conditions after installation of other Work. 1.04 SUBMITTALS A. Cutting and Patching Proposal: Submit a proposal describing procedures at least 10 days before the time cutting and patching will be performed, requesting approval to proceed. Include the following information: 1. Extent: Describe cutting and patching, show how they will be performed, and indicate why they cannot be avoided. 2. Changes to In -Place Construction: Describe anticipated results. Include changes to structural elements and operating components as well as changes in building's appearance and other significant visual elements. 3. Products: List products to be used and firms or entities that will perform the Wdrk. 4. Dates: Indicate when cutting and patching will be performed. 5. Utility Services and Mechanical/Electrical Systems: List services/systems that cutting and patching procedures will disturb or affect. List services/systems that will be relocated and those that will be temporarily out of service. Indicate how long services/systems will be disrupted. 6. Structural Elements: Where cutting and patching involve adding reinforcement to structural elements, submit details and engineering calculations showing integration of reinforcement with original structure. 7. Architect's Approval: Obtain approval of cutting and patching proposal before cutting and patching. Approval does not waive right to later require removal and replacement of unsatisfactory work. 1.05 QUALITY ASSURANCE A_ Structural Elements: Do not cut and patch structural elements in a manner that could change their load -carrying capacity or load -deflection ratio. CUTTING AND PATCHING 01 7329-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Operational Elements: Do not cut and patch operating elements and related components in a manner that results in reducing their capacity to perform as intended or that results in increased maintenance or decreased operational life or safety. 1. Primary operational systems and equipment. 2. Air or smoke barriers. 3. Fire -suppression systems. 4. Mechanical systems piping and ducts. 5. Control systems. 6. Communication systems. 7. Conveying systems. 8. Electrical wiring systems. C. Miscellaneous Elements: Do not cut and patch miscellaneous elements or related components in a manner that could change their load -carrying capacity, that results in reducing their capacity to perform as intended, or that results in increased maintenance or decreased operational life or safety. 1. Water, moisture, or vapor barriers. 2.- Membranes and flashings. 3.: Exterior curtain -wall construction. 4.; . Equipment supports. 5. Piping, ductwork, vessels, and equipment. 6. Noise- and vibration -control elements and systems. D. Visual Requirements: Do not cut and patch construction in a manner that results in visual evidence of cutting and patching. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in Architect's opinion, reduce the building's aesthetic qualities. Remove and replace construction that has been cut and patched in a visually unsatisfactory manner. E. Cutting and Patching Conference: Before proceeding, meet at Project site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential inlej erenc,�and conflict. Coordinate procedures and resolve potential conflicts before pkqqeeO14 1LU6 ARR4 5y P. --D ExistingauUarranties: Remove, replace, patch, and repair materials and surfaces cut or damaged dfjig WK9 and patching operations, by methods and with materials so as not to void existing LL waaanBe o PART2-PkODUCTS 2.01 MATERIALS A. General: Comply with requirements specified in other Sections. B. In -Place Materials: Use materials identical to in-place materials. For exposed surfaces, use materials that visually match in-place adjacent surfaces to the fullest extent possible. If identical materials are unavailable or cannot be used, use materials that, when installed, will match the visual and functional performance of in-place materials. CUTTING AND PATCHING 01 7329-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART3-EXECUTION 3.01 EXAMINATION A. Examine surfaces to be cut and patched and conditions under which cutting and patching are to be performed. 1. Compatibility: Before patching, verify compatibility with and suitability of substrates, including compatibility with in-place finishes or primers. 2. Proceed with installation only after unsafe or unsatisfactory conditions have been corrected. 3.02 PREPARATION A. Temporary Support: Provide temporary support of Work to be cut. o B. Protection: Protect in-place construction during cutting and patching to preverKaga Prow protection from adverse weather conditions for portions of Project that might b�egg�os�during cutting and patching operations. C*) =qn C. Adjoining Areas: Avoid interference with use of adjoining areas orirterruptionZfFWe pusagm adjoining areas. p� D. Existing Utility Services and Mechanical/Electrical Systems: Where existing s; vices/systems are required to be removed, relocated, or abandoned, bypass such services/systems before cutting to minimize interruption to occupied areas. 3.03 PERFORMANCE A. General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time, and complete without delay. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding,' and 'similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Concrete I Masonry: Cut using a cutting machine, such as an abrasive saw or a diamond - core drill. 4. Excavating and Backfilling: Comply with requirements in applicable Division 31 Sections where required by cutting and patching operations. 5. Mechanical and Electrical Services: Cut off pipe or conduit in walls or partitions to be removed. Cap, valve, or plug and seal remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after cutting. 6. Proceed with patching after construction operations requiring cutting are complete. CUTTING AND PATCHING 01 7329-3 CITY OF IOWA CITY DE 414006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other Work. Patch with durable seams that are as invisible as possible. Provide materials and comply with installation requirements specified in other Sections. 1. Inspection. Where feasible, test and inspect patched areas after completion to demonstrate integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. a. Clean piping, conduit, and similar features before applying paint or other finishing materials. b. Restore damaged pipe covering to its original condition. 3. Floors and Walls: Where walls or partitions that are removed extend one finished area into another, patch and repair floor and wall surfaces in the new space. Provide an even surface of uniform finish, color, texture, and appearance. Remove in-place floor and wall coverings and replace with new materials, if necessary, to achieve uniform color and appearance. a.. Where patching occurs in a painted surface, apply primer and intermediate paint coats over the patch and apply final paint coat over entire unbroken surface containing the patch. Provide additional coats until patch blends with adjacent surfaces. 4. Ceilings: Patch, repair, or rehang in-place ceilings as necessary to provide an even - plane surface of uniform appearance. 5. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weathertight condition. D. Cleaning: Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, oils, putty, and similar materials. END OF SECTION 01 7329 CUTTING AND PATCHING 01 7329-4 c"s E22 L L } _• 0. j eJ t— >Z JJL C.D s O 0 cw CUTTING AND PATCHING 01 7329-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 7823 - OPERATION AND MAINTENANCE DATA PARTS - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation manuals for systems, subsystems, and equipment. E2 O r B. Related Sections include the following: :*En ca D� ao 1. Division 01 Section "Submittal Procedures" for submitting copies of sublwtolsf operation and maintenance manuals. `[ r` -0 2. Division 01 Section "Closeout Procedures" for submitting operation an as nto nce� manuals. w 3. Division 01 Section "Project Record Documents" for preparing Recordzrawing§)for operation and maintenance manuals. o 4. Divisions 02 through 49 Sections for specific operation and maintenance manual requirements for the Work in those Sections. 1.03 DEFINITIONS A. System: An organized collection of parts, equipment, or subsystems united by regular interaction. B. Subsystem: A portion of a system with characteristics similar to a system. 104 SUBMITTALS A. Initial Submittal: Submit 1 electronic draft copies of each manual at least 15 days before' requesting inspection for Substantial Completion. Include a complete operation and maintenance directory. Architect will return 1 electronic copy of draft and mark whether general scope and content of manual are acceptable. B. Final Submittal Submit 1 electronic of each manual in final form at least 5 days before final inspection- Architect will return 1 electronic copy with comments within 15 days after final inspection Corrector modify each manual to comply with Architect's comments. Submit 1 electronic copy of each corrected manual within 15 days of receipt of Architect's comments. 1.05 COORDINATION A. Where operation and maintenance documentation includes information on installations by more than one factory -authorized service representative, assemble and coordinate information furnished by representatives and prepare manuals. OPERATION AND MAINTENANCE DATA 01 7823-1 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 2 -PRODUCTS 2.01 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Organization: Include a section in the directory for each of the following: 1. List of documents. 2. List of systems. 3. List of equipment. 4. Table of contents. DE #14006 B. List of Systems and Subsystems: List systems alphabetically. Include references to operation and maintenance manuals that contain information about each system. C. List of Equipment: List equipment for each system, organized alphabetically by system. For pieces of equipment not part of system, list alphabetically in separate list. D. Tables of Contents: Include a table of contents for each emergency, operation, and maintenance manual.. E. Identification: In the documentation directory and in each operation and maintenance manual, identify each system, subsystem, and piece of equipment with same designation used in the Contract Documents. If no designation exists, assign a designation according to ASHRAE Guideline 4, 'Preparation of Operating and Maintenance Documentation for Building Systems." _ 2.02 A4ANUALS, GENERAL M Organize --n: Unless otherwise indicated, organize each manual into a separate section for each L. 9 systen"SA subsystem, and a separate section for each piece of equipment not part Of a system. Bch riii shall contain the following materials, in the order listed: 1.>T(tl� page. 2w le of contents. 3" NlDyual contents. 0 B. T41!� Page: Enclose title page in transparent plastic sleeve. Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name, address, and telephone number of Contractor. 6. Name and address of Architect. 7. Cross-reference to related systems in other operation and maintenance manuals. C. Table of Contents List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. OPERATION AND MAINTENANCE DATA 01 7823-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. Binders: Heavy-duty, 3 -ring, vinyl -covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8 -1(2 -by -11 -inch paper, with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. a. If two or more binders are necessary to accommodate data of a system, organize data In each binder into groupings by subsystem and related components. Cross-reference other binders if necessary to provide essential information for proper operation or maintenance of equipment or system. b. Identify each binder on front and spine, with printed title "OPERATION AND MAINTENANCE MANUAL," Project title or name, and subject matter of contents. Indicate volume number for multiple -volume sets. 2. Dividers: Heavy -paper dividers with plastic -covered tabs for each section. Mark each tab to indicate contents. Include typed list of products and major components of., equipment included in the section on each divider, cross-referenced to-ecificej�)n Section number and title of Project Manual. C-) -n 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to endiagnostic l software diskettes for computerized electronic equipment 4. Supplementary Text: Prepared on 8 -112 -by -1l -inch white bond paper.4c7 cn 5. Drawings: Attach reinforced, punched binder tabs on drawings and birSt<JTJh ted$. M ©= s a. If oversize drawings are necessary, fold drawings to same siz"ssext fit$ges use as foldouts. W b. If drawings are too large to be used as foldouts, fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.03 OPERATION MANUALS A. Content: In addition to requirements in this Section, include operation data required in individual Specification Sections and the following Information: 1. System, subsystem, and equipment descriptions. 2. Performance and design criteria if Contractor is delegated design responsibility. 3. Operating standards. 4. Operating procedures. 5. Operating logs. 6. Wiring diagrams. 7. Control diagrams. 8. Piped system diagrams. 9. Precautions against improper use. 10. License requirements including inspection and renewal dates. B. Descriptions: Include the following: 1. Product name and model number. 2. Manufacturer's name. 3. Equipment identification with serial number of each component. 4. Equipment function. 5. Operating characteristics. 6. Limiting conditions. 7. Performance curves. OPERATION AND MAINTENANCE DATA 01 7823-3 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 8. Engineering data and tests. 9. Complete nomenclature and number of replacement parts. C. Operating Procedures: Include the following, as applicable: 1. Startup procedures. 2. Equipment or system break-in procedures. 3. Routine and normal operating instructions. 4. Regulation and control procedures. 5. Instructions on stopping. 6. Normal shutdown instructions. 7. Seasonal and weekend operating instructions. 8. Required sequences for electric or electronic systems. 9. Special operating instructions and procedures. DE #14006 D. Systems and Equipment Controls: Describe the sequence of operation, and diagram controls as installed. E. Piped Systems: Diagram piping as installed, and identify color -coding where required for identification. 2.04 PRODUCT MAINTENANCE MANUAL A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. SArce Information: List each product included in manual, identified by product name and arranged match manual's table of contents. For each product, list name, address, and tRph190—Bumber of Installer or supplier and maintenance service agent, and cross-reference Sffcifiaan Section number and title in Project Manual. QJ FTdu r�formation: Include the following, as applicable: m LL 1LW, educt name and model number. 2 r Nghufacturer's name. 3N Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. Include procedures to follow and required notifications for warranty claims. OPERATION AND MAINTENANCE DATA 01 7823-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2.05 SYSTEMS AND EQUIPMENT MAINTENANCE MANUAL A. Content: For each system, subsystem, and piece of equipment not part of a system, include source information, manufacturers' maintenance documentation, maintenance procedures, maintenance and service schedules, spare parts list and source information, maintenance service contracts, and warranty and bond information, as described below. B. Source Information List each system, subsystem, and piece of equipment included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. C. Manufacturers' Maintenance Documentation: Manufacturers' maintenance documentation including the following information for each component part or piece of equipment: 1. Standard printed maintenance instructions and bulletins. 2. Drawings, diagrams, and instructions required for maintenance, including disassembl and component removal, replacement, and assembly. N 3. Identification and nomenclature of parts and components. o 4. List of items recommended to be stocked as spare parts. *n rn a., co D. Maintenance Procedures: Include the following information and items that detallbe<sential maintenance procedures: -tom ern v 1. 2. 3. 4. 5. 6. Test and inspection instructions. b� Troubleshooting guide. to P rn O f recau ions against improper mamtenance. w Disassembly; component removal, repair, and replacement, and reassemblyih1ructions. Aligning, adjusting, and checking instructions. Demonstration and training videotape, if available. E. Maintenance and Service Schedules: Include service and lubrication requirements, list of required lubricants for equipment, and separate schedules for preventive and routine maintenance and service with standard time allotment. Scheduled Maintenance and Service: Tabulate actions for daily, weekly, monthly, quarterly, semiannual, and annual frequencies. Maintenance and Service Record: Include manufacturers' forms for recording maintenance. F. Spare Parts List and Source Information Include lists of replacement and repair parts, with parts identified and cross-referenced to manufacturers' maintenance documentation and local sources of maintenance materials and related services. & Maintenance Service Contracts: Include copies of maintenance agreements with name and telephone number of service agent. H. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. Include procedures to follow and required notifications for warranty claims_ OPERATION AND MAINTENANCE DATA 01 7823-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 3 -EXECUTION 3.01 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to emergency, operation, and maintenance manuals. B. Emergency Manual: Assemble a complete set of emergency information indicating procedures for use by emergency personnel and by Owner's operating personnel for types of emergencies indicated. C. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. D. Operation and Maintenance Manuals: Assemble a complete set of operation and maintenance data indicating operation and maintenance of each system, subsystem, and piece of equipment not part of a system. 1: Engage a factory -authorized service representative to assemble and prepare information for each system, subsystem, and piece of equipment not part of a system. 2. -.Prepare a separate manual for each system and subsystem, in the form of an instructional manual for use by Owner's operating personnel. E.:: Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, id'ehtify each item using appropriate references from the Contract Documents. Identify data a9licable to the Work and delete references to information not applicable. d 1M pare supplementary text if manufacturers' standard printed data are not available and UJ where the information is necessary for proper operation and maintenance of equipment CX_ ystems. F..r %9wirepare drawings supplementing manufacturers' printed data to illustrate the tic of component parts of equipment and systems and to illustrate control sequence and diag[ans. Coordinate these drawings with information contained in Record Drawings to m'sure correct illustration of completed installation. 1. Do not use original Project Record Documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared Record Drawings in Division 01 Section "Project Record Documents." G. Comply with Division 01 Section "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 01 7823 OPERATION AND MAINTENANCE DATA 01 7823-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 01 7900 - DEMONSTRATION AND TRAINING PART 1 -GENERAL 101 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for instructing Owner's personnel, including the following: 1. Demonstration of operation of systems, subsystems, and equipment. o 2. Training in operation and maintenance of systems, subsystems, and Buipmell. 3. Demonstration and training videotapes. gcj -^ >:; .� B. Related Sections include the following: n < cIn --t C7 1. Division 01 Section "Allowances" for administrative and procedural renuftmenp for M demonstration and training allowances. C3 a 2. Division 01 Section "Project Management and Coordination" for requiy ments�for preinstruction conferences. W 3. Divisions 02 through 49 Sections for specific requirements for demonstration and training for products in those Sections. C. Allowances: Furnish demonstration and training instruction time under the Demonstration and Training Allowance as specified in Division 01 Section "Allowances." D. Unit Price for Instruction Time: Length of instruction time will be measured by actual time spent performing demonstration and training in required location. No payment will be made for time spent assembling educational materials, setting up, or cleaning up. 1.03 SUBMITTALS A. Instruction Program: Submit 1 electronic copies of outline of instructional program for demonstration and training, including a schedule of proposed dates, times, length of instruction time, and instructors' names for each training module. Include learning objective and dutline for each training module. B. Attendance Record: For each training module, submit list of participants and length of instruction time. 1.04 QUALITY ASSURANCE A. Facilitator Qualifications: A firm or individual experienced in training or educating maintenance personnel in a training program similar in content and extent to that indicated for this Project, and whose work has resulted in training or education with a record of successful learning performance. B. Instructor Qualifications: A factory -authorized service representative, complying with requirements in Division 01 Section "Quality Requirements," experienced in operation and maintenance procedures and training DEMONSTRATION AND TRAINING 01 7900-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Preinstruction Conference: Conduct conference at Project site to comply with requirements in Division 01 Section "Project Management and Coordination." Review methods and procedures related to demonstration and training including, but not limited to, the following: 1. Inspect and discuss locations and other facilities required for instruction. 2. Review and finalize instruction schedule and verify availability of educational materials, instructors' personnel, audiovisual equipment, and facilities needed to avoid delays. 3. Review required content of instruction. 4. For instruction that must occur outside, review weather and forecasted weather conditions and procedures to follow if conditions are unfavorable. 1.05 COORDINATION A. Coordinate instruction schedule with Owner's operations. Adjust schedule as required to minimize disrupting Owner's operations. B. C6'ordinate instructors, including providing notification of dates, times, length of instruction time, and course content. C. Coordinate content of training modules with content of approved emergency, operation, and maintenance manuals. Do not submit instruction program until operation and maintenance data has been reviewed and approved by Architect. PART 2 -PRODUCTS 2.01 INSTRUCTION PROGRAM A. Program Structure: Develop an instruction program that includes individual training modules for each system and equipment not part of a system, as required by individual Specification $actions, and as follows: f? PXAC systems ;QAC instrumentation and controls 3 �ectrical service and distribution T—minitVMdules: Develop a learning objective and teaching outline for each module. Include a d4scri Wof specific skills and knowledge that participant is expected to master. For each rf&ulVi ude instruction for the following: 4 O 1�—, Basis of System Design, Operational Requirements, and Criteria: Include the following: M a. System, subsystem, and equipment descriptions. b. Performance and design criteria if Contractor is delegated design responsibility. C. Operating standards. d. Regulatory requirements. e. Equipment function. f. Operating characteristics. g. Limiting conditions. h. Performance curves. 2. Documentation: Review the following items in detail: a. Emergency manuals. b. Operations manuals. C. Maintenance manuals. d. Project Record Documents. e. Identification systems. f. Warranties and bonds. DEMONSTRATION AND TRAINING 01 7900-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 g. Maintenance service agreements and similar continuing commitments 3. Emergencies: Include the following, as applicable: a. Instructions on meaning of warnings, trouble indications, and error messages. b. Instructions on stopping. C. Shutdown instructions for each type of emergency. d. Operating instructions for conditions outside of normal operating limits. e. Sequences for electric or electronic systems. f. Special operating instructions and procedures. 4. Operations: Include the following, as applicable: a. Startup procedures. Alignments. b. Checking adjustments. b. Equipment or system break-in procedures. d. Economy and efficiency adjustments. 6. Troubleshooting: C. Routine and normal operating instructions. Diagnostic instructions. ti Test and inspection procedures. d. Regulation and control procedures. o t" e. Control sequences, fit? rn f. Safety procedures. n� g. Instructions on stopping. --i cit h. Normal shutdown instructions. � M i. j. Operating procedures for emergencies. Operating procedures for system, subsystem, or equipment _[ k. Seasonal and weekend operating instructions. w I. Required sequences for electric or electronic systems. o M. Special operating instructions and procedures 5. Adjustments: Include the following: a. Alignments. b. Checking adjustments. C. Noise and vibration adjustments. d. Economy and efficiency adjustments. 6. Troubleshooting: Include the following: a. Diagnostic instructions. b. Test and inspection procedures. Maintenance: Include the following: a. Inspection procedures. b. Types of cleaning agents to be used and methods of cleaning. C. List of cleaning agents and methods of cleaning detrimental to product.' d. Procedures for routine cleaning e. Procedures for preventive maintenance. f. Procedures for routine maintenance. g. Instruction on use of special tools. a. Repairs. Include the following: a. Diagnosis instructions. b. Repair instructions. C. Disassembly; component removal, repair, and replacement; and reassembly instructions. d. Instructions for identifying parts and components. e. Review of spare parts needed for operation and maintenance. DEMONSTRATION AND TRAINING 01 7900-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 3 -EXECUTION 3.01 PREPARATION A. Assemble educational materials necessary for instruction, including documentation and training module. Assemble training modules into a combined training manual. B. Set up instructional equipment at instruction location. 3.02 INSTRUCTION A. Facilitator: Engage a qualified facilitator to prepare instruction program and training modules, to coordinate instructors, and to coordinate between Contractor and Owner for number of participants, instruction times, and location. B. Engage qualified instructors to instruct Owners personnel to adjust, operate, and maintain systems, subsystems, and equipment not part of a system. 1. Architect will furnish an Instructor to describe basis of system design, operational requirements, criteria, and regulatory requirements. 2. Owner will furnish an instructor to describe Owner's operational philosophy. 3. Owner will furnish Contractor with names and positions of participants. C. Scheduling: Provide instruction at mutually agreed on times. For equipment that requires seasonal operation, provide similar instruction at start of each season. Schedule training with Owner with at least seven days' advance notice. D. Cleanup: Collect used and leftover educational materials and remove from project site. Remove instructional equipment. Restore systems and equipment to condition existing before initial training use. END OF SECTION 01 7900 DEMONSTRATION AND TRAINING 01 7900-4 a M �( �a W "- -J t' >-5 -- LL m r- <z Uo 0 r DEMONSTRATION AND TRAINING 01 7900-4 Division 23 Heating, Ventilating and Air Conditioning (HVAC) Division 23 N 0 o t rn rn C >'C 1 C q.. S r � � z m C4 w 0 Division 23 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0010 - HVAC GENERAL PROVISIONS PART1- GENERAL 1.01 GENERAL A. Refer to Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. This section applies to all work under the HVAC contract. This shall include, but not necessarily be limited to, the following: 1. Piping Insulation _ a' 2. Ductwork for Air Distribution o 3. Grilles, Registers, Diffusers and Dampers A m 4. Exhaust Fans and Ducts 5. Thermostats and Control Wiring iL�j [n r 6. Insulation of Ducts and Plenums -<t- 7. Furnaces and Condensing Units and Refrigerant Piping = = 8. Unit Air Conditioners ca 9. Hot Water Boiler f ca 10. Water Chillers o 11. Terminal Heating and Cooling Units 12. Hydronic Piping B. The work shall include all materials, equipment and labor required for complete and properly functioning HVAC systems. C. Drawings for HVAC work are in part diagrammatic, intended to convey the scope of work and indicate general arrangement of equipment, piping and approximate sizes and locations of equipment and materials. D. Where job conditions require reasonable changes in indicated locations and arrangements, make such changes without additional cost to Owner. E. Because of the scale of the drawings, certain piping or items such as unions or fittings may not be shown, but where such items are required by other sections of the specifications, or where they are required by the nature of the work, they shall be furnished and installed. F. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. G. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards, 1. International Mechanical Code 2. Uniform Plumbing Code 3. International Building Code 4. National Electric Code (NEC) HVAC GENERAL PROVISIONS 230010-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 5. National Fire Protection Association Standards (NFPA) 6. Local Utility Company Requirements 7. Local Codes, all trades 8. Standards of ASME, ASHRAE, NEMA, IEEE, AGA, SMACNA 9. Occupational Safety and Health Administration (OSHA) 10. Underwriters Laboratories, Inc. (U.L.) 11. Iowa Administrative Codes 12. Americans With Disabilities Act (ADA) B. Contractors shall familiarize themselves with all codes and standards applicable to their work and shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. C. Where drawings or specifications call for workmanship or materials in excess of code requirements, a lower grade of construction will not be permitted. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Secure all. required permits and pay for all inspections, licenses and fees required in connection with the HVAC work. Contractor shall post all bonds and obtain all licenses required by the State, City. County and Utility. 1.05 HVAgDRAWIINGS ,M ASM T HN6 Drawings indicate in general the building arrangement only, Contractor shall examine catnstrdwtl ri drawings to familiarize himself with the specific type of building construction, i.e. type o truceWsystem, floors, walls, ceilings, room finishes and elevations. Duawirtimre intended to convey the scope of the work and to indicate the general arrangement a12lo=fts of ducts, piping and equipment. �_ O C. CZtractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of piping and ducts so as to best fit the layout of the work. D. Contractor shall take his own field measurements for verifying locations and dimensions: scaling of the drawings will not be sufficient for laying out the work. E. Because of the scale of the drawings. certain basic items such as pipe fittings and valves may not be shown, but where such items are required by code or by other sections of the specifications, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Contractor shall be responsible for verifying exact location of all existing services prior to beginning work in that area. B. Existing active services, i.e., water, gas, sewer, electric, when encountered, shall be protected against damage. Do not prevent or disturb operation of active services which are to remain. C. When active services are encountered which require relocation, Contractor shall make request to authorities with jurisdiction for determination of procedures. D. Where existing services are to be abandoned, they shall be terminated in conformance with requirements of the authorities having jurisdiction. HVAC GENERAL PROVISIONS 23 0010-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside piping to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. B. Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requiremerg and for determining that adequate clearance is allowed with respect to his equipme8 other2mquipment and the building. Design Professional reserves the right to determine spriotiky of ho contractors in the event of interference between piping, conduit, ducts an}rip various contractors. C. Drawings and specifications are intended to be complimentary. Any work 95faWn-i* eith f them, whether in the other or not, shall be executed according to the truezzt arra me@�*V thereof, the same as if set forth in all. Conflicts between the drawings and III specfitation`3- $r between the requirements set forth for the various contractors shall be called to theuittention of Design Professional. If clarification is not asked for prior to the taking of bids,.it will &2 assumed that none is required and that Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will 64@ made by Design Professional and his decision will be final MI D. Special care shall be taken for protection for all equipment. All equipment and material shall be completely protected from weather elements, painting and plaster until the project is substantially completed. Damage from rust, paint and scratches shall be repaired as required to restore equipment to original condition. E. Protection of all equipment during the painting of the building shall be the responsibility of the Painting Contractor, but this shall not relieve Contractor of the responsibility for checking to assure that adequate protection is being provided. F. Where the final installation or connection of equipment in the building requires Contractor to work in finished areas of the building, Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise damaged during the course of such work. Contractor shall arrange with the General Contractor for patching and refinishing of such areas which may be damaged in this respect. 1.09 OPENINGS, CUTTING AND PATCHING A. Refer to Division 1 for additional cutting and patching information. B. Piping, sleeves and ducts passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and pipe, sleeve, and/or duct shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where piping, sleeves and ducts pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. HVAC GENERAL PROVISIONS 230010-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Existing Structure: 1. Contractor shall provide cutting, lintels and patching, and patch painting in the existing structure, as required for the installation of his work, and shall furnish lintels and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized; use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. 1.10 EXCAVATING AND BACKFILLING A. Contractor shall do all excavating necessary for hydronic piping, gas piping, etc., and shall backfill trenches and excavations after work has been inspected. Care shall be taken in excavating that walls and footings and adjacent load bearing soils are not disturbed in any way, except where lines must cross under a wall footing. Where a line must pass under a footing, the crossing shall be -made by the smallest possible trench to accommodate the pipe. Excavation shall be kept free from water by pumping if necessary. B. Backfill about the structure shall be placed, when practical, as the work of construction progressbs. Backfilling on or against concrete work shall be done only when directed. Backfilling of trenches shall progress as rapidly as the testing and acceptance of the finished sections of the w(g will permit and shall be carried to a crown approximately six (6) inches above existing gr es. lft.-backfilling trenches, selected material shall be compacted firmly around and to a de oMess than six (6) inches over the top of work in trench. All fill and backfill and rough W gr ingt 7.a be compacted thoroughly in layers and shall be brought up to within six (6) inches of finished es. All fill and backfill shall be sand or pit run sand/gravel graded from 1" size ..,t ddwa,WE5 excavated material is not suitable for backfill. 11JL-MA7L-PlAU3WVD EQUIPMENT O A. Ali5aterials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item. Where two or more units are required of the same item, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items, when required. shall be furnished as part of the equipment, whether or not specifically called for. 1.12 SHOP DRAWINGS A. Contractor shall furnish, to Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. B. Shop drawings shall be bound into sets and cover related items for a complete system as much as practical and shall be identified with symbols or "plan marks" used on drawings. Incomplete, piecemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include; but are not necessarily limited to those identified in the submittal schedule below. HVAC GENERAL PROVISIONS 230010-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. After award of contract, Contractor shall provide a completed submittal schedule including dates that the submittals will be to Design Professional for review. E. Submit required information on the following items: SPEC DETAIL PROD INSTALL CERTIFICATE O & M OTHER OF DEMON- (SEE SECTION EQUIPMENT DWGS DATA SAMPLES METHODS MANUAL STRATION NOTES 230593 Testing, Adjusting and 1 Balancing for HVAC 230700 HVAC Insulation X 230900 Instrumentation and Control X X X X for HVAC 233113 Metal Ducts X X o 1 23 7000 Packaged Outdoor HVAC X X r Station Air Handling Units C7 rn C*7 NOTES: 1. Submit test reports as described in specification section.n m =<r a C:0 ��'""''JJ Design Professional will review shop drawings solely to assist contractors in�r c0iriterprr ling the plans and specifications. > ca; 0 G. Contract requirements cannot be changed by shop drawings which differ from; contract drawings and specifications. 1.93 OPERATION AND MAINTENANCE MANUALS i A. Operation and maintenance manuals shall be submitted to Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder.- _Front cover and spine of each binder shall have the following lettering done: OPERATION AND MAINTENANCE MANUAL FOR HVAC SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) B. Provide a master index at the beginning of manual showing items included. Use plastic tab indexes for sections of manual. Each section shall contain the following information for equipment furnished under this contract: 1. Equipment and system warranties and guarantees. 2. Installation instructions. 3. Operating instructions. 4. Maintenance instructions. HVAC GENERAL PROVISIONS 230010-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 5. Spare parts identification and ordering list. 6. Local service organization, address, contract and phone number. 7. Shop drawings with reviewed stamp of Design Professional and Contractor shall be included, if applicable, along with the items listed above. 8. Reports of all tests and demonstrations including certificate of owner instruction, testing and balancing report, etc. 1.14 TESTS AND DEMONSTRATIONS A. Tests Required: Piping shall be tested and proved tight under the following static pressures. Pressure shall be maintained for four (4) hours. System Pressure Hydronic Piping 150 psi (water) Steam Piping 150 psi (water) Oil Piping 150 psi air pressure. Refrigeration Piping: Pr_echarged Lines Charge and operate unit. Check for leaks with electronic leak detector. FugPiping 100 psi air pressure or 150% of operating pressure (whichever is greater) c7� B.® Allyst' shall be tested by Contractor and placed in proper working order prior to W demonstigg systems to Owner. Contractor shall submit a report to Design Professional citing .J da'Sk 12ZS�, pressures, and results of all tests performed. 1. f�5 TRAIEVG DEMONSTRATIONS C) A. PriNto acceptance of the HVAC installation, Contractor shall provide to Owner, or his designated representatives, all comprehensive training on essential features and functions of all systems installed, and shall instruct Owner in the proper operation and maintenance of such systems. 1. Provide adequate notice to Owner as to when instruction will be conducted so appropriate personnel can be present. 2. Prepare the instruction format for a minimum of four Owner Representatives. B. Equipment training 1. Manufacturer's representatives shall provide instruction an each major piece of equipment. Contractor shall provide instruction on all other equipment. 2. Training sessions shall use the printed installation, operation and maintenance instruction materials included in the O&M manuals and emphasize preventative maintenance and safe operating procedures. 3. Training shall be performed by qualified factory trained technicians. 4. HVAC Contractor shall attend all sessions performed by the manufacturer's representative and shall add to each session any special information relating to the details of installation of the equipment as it might impact the operation and maintenance. 5. Equipment training shall occur as soon as possible after start up of the equipment and shall include hands-on operation. Training shall be provided for equipment listed in the table below. HVAC GENERAL PROVISIONS 230010-6 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. System training: DE #14006 HVAC and Temperature Controls Contractors shall jointly conduct system operating training. These sessions shall include hands-on demonstrations of system wide start-up, operation in all possible modes, shut -down and emergency procedures. D. The following are minimum requirements for Owner instruction: Section Description Hours Presented By Others Present Remarks (Note 1) 230010 HVAC System 8 Mech. Contractor to Note 2 (Excluding Equipment) T.C. Contractor 237400 Central HVAC Equip. 4 Contractor 230900 Temperature Control 40 Manufacturer's Representative Note 3 System 1. Any unused hours shall be used at Owner's discretion during the first year of occupancy. 2. System training shall include, but not be limited to, valve locations, system routing, and air/water flow patterns, system start-up/shut-down/emergency procedures. 3. Training shall occur in several sessions over the course of the first year of operation. A minimum of four separate dates are required for temperature controls, two dates for chillers. E. Contractor shall submit to Design Professional a certificate, signed by Owner stating the date, time and persons instructed and that the instruction has been completed to Owner's satisfaction. An example of a certificate form is as follows: 0 r r to CZ) HVAC GENERAL PROVISIONS 230010-7 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that Contractor has demonstrated the hereafter listed systems to Owner's representatives in accordance with the Contract documents and that the instruction has been completed to Owner's satisfaction. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: 0. W LL LO Ir cti E. NAMES DATE HOURS representatives receiving instruction: er: ;i _—.r NAMES I DATE I HOURS Acknowledgement of demonstration: Contractor's Representative: Owner's Representative: HVAC GENERAL PROVISIONS 230010-8 signature nature CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.16 SUBSTITUTIONS A. Refer to Divisions 00 and 01. B. Where substitutions are approved, Contractor assumes all responsibility for physical dimensions and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of the substitution. 1.17 ACCEPTABLE MANUFACTURERS A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. B. Manufacturers who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of Contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in 'A' above. Contractor shall assume all responsibility for physical dimensions (including accessibility for maintenance), operating characteristics, and all other resulting changes. This responsibility extend cover all extra work necessitated by other trades as a result of using the alternate man�acturelr` :�Ep m D. Where a model or catalog number is provided, it may not be inclusive of all pmt requirement . Refer to additional requirements provided on the plans or in the specifi=icos as req�pirad. Similarly, there may be additional requirements included in the model or cat a um%r th are not specifically stated. These requirements shall also be met. mm—, --a M c�� C 1.18 GUARANTEE �� Ca� W: A. The entire HVAC system including all sub -systems shall be guaranteed agains�'t defect in materials and installation for a minimum of one year from substantial completion or beneficial occupancy whichever occurs earlier. Any malfunctions which occur within the guarantee period shall be promptly corrected without cost to Owner. This guarantee shall not limit or void any manufacturer's express or implied warranties. 1.19 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by Owner. B. Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. 1.20 CLEANING A. Prior to assembly of pipe and piping components, all loose dirt, scale, oil, and other foreign matter on internal and exterior surfaces shall be removed by means consistent with good piping practices. During fabrication and assembly, slug and weld splatter shall be removed from both internal and external pipe joints by preening, chipping, and wire brushing. B. At the conclusion of the construction, the entire system of piping and equipment shall be cleaned internally. Prior to flushing erected piping surfaces, Contractor shall disconnect all instrumentation and equipment and open wide all valves. HVAC GENERAL PROVISIONS 230010-9 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. All temporary labels, stickers, etc., shall be removed from all fixtures and equipment. Name plates, ratings, instruction plates, etc., shall not be obscured by paint, insulation, or placement of units. Heating and air conditioning equipment shall be thoroughly cleaned and clean filters installed. 1.21 ELECTRICAL WORK A. Electrical work and equipment provided by HVAC Contractor shall include the following: 1. Starters and disconnects for motors of HVAC equipment, but only where specifically indicated to be furnished integrally with equipment. 2. Wiring from motors to disconnect switches or junction boxes for motors of HVAC equipment, but only where specifically indicated to be furnished integrally with equipment. 3. Electrical heating coils and similar elements in HVAC equipment. 4. All control wiring in accordance with the requirements of Division 26. B. Electrical Contractor shall provide all power wiring for HVAC equipment, including services for motors and equipment furnished by the HVAC contractor. Motor and equipment locations are sMwn on the electrical drawings. N7 ET&btridlTSontractor shall make final connections for all motors and equipment furnished by the HWACMr Mractor. W CL_ J Elttric9tgontractor shall furnish safety disconnects and starters for all motors and equipment „. frggishthe HVAC contractor (unless specifically indicated to be furnished integrally with the LL e L45 ,.,pn,6a so as to make service complete to each item of equipment. s F. C,&)tractor` shall consult with Electrical Contractor prior to conduit rough -in and shall verify with him the exact locations for rough -ins, and the exact size and characteristics of the services required. and shall provide Electrical Contractor a schedule of electrical loads for the equipment furnished by him. These schedules will be used for sizing services, disconnects. fuses, starters and overload protection. Refer to Division 23 Controls section for control system wiring. Control wiring shall be done in accordance with the requirements of Division 26. G. All conduit installed for control wiring shall be blue. Labeled conduit will not be accepted. Control wiring, where not exposed, may be installed without conduit. Wiring in ducts, plenums and other air handling spaces shall be specifically listed for the use. All exposed control wiring and wiring behind inaccessible construction (such as in walls and above drywall ceilings) shall be routed in blue conduit. All wall penetrations shall be sleeved with blue conduit Installation shall comply with all code requirements. 1.22 ACCESS DOORS A. When HVAC Contractor provides any equipment requiring periodic servicing which will be concealed by non -accessible architectural construction, HVAC Contractor shall provide a flush access door The access door shall be equal to a Karp DSC -211 Universal access door or Nystrom APWB or type for the specific construction involved. B. Access doors in fire rated construction shall be fire rated and have U.L. label. HVAC GENERAL PROVISIONS 230010-10 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Construction 1. Door and trim shall be 13 gauge steel, frames shall be 16 gauge steel. 2. Trim shall be of one piece construction. 3. Finish shall be prime coat of rust inhibitive baked grey enamel. 4. Hinges shall be concealed, offset, floating hinge. 5. Locks shall be flush, screwdriver operated with stainless steel cam -and -studs. 1.23 TEMPORARY UTILITIES A. Refer to Division 01 for specific requirements concerning temporary utilities. B. Under no circumstances shall the building HVAC equipment be used for temporary heat, cooling or ventilation during construction prior to Owner acceptance of the building at substantial completion. 1.25 CONCRETE EQUIPMENT PADS A. Provide equipment housekeeping pads for all floor mounted equipment. Anchor equipment to concrete equipment pads according to equipment manufacturer's recommendations. 1. Construct concrete bases of dimensions indicated or as required to be 4 inches larger in both directions than supported unit. Pads to be a minimum of 4" in height unless noted otherwise. 2. Install dowel rods to connect concrete base to concrete floor. Unles therwie indicated, install dowel rods on 18 -inch centers around the full peri�f t bas 3. Install epoxy -coated anchor bolts for supported equipment that exter-f6gouconc base, and anchor into structural concrete floor. ,7+<-- r 4. Place and secure anchorage devices. Use supported equipment me7R9DctuWs se drawings, templates, diagrams, instructions, and directions furnishex(vFAj ite= to IM embedded.? 5. Install anchor bolts according to manufacturer's recommendations aaFCt?o elewtions0 required for proper attachment to supported equipment. w 6. Use 3000 -psi compressive strength concrete with #3 rebar 12" O.C. END OF SECTION 23 0010 HVAC GENERAL PROVISIONS 230010-11 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0500 - COMMON WORK RESULTS FOR HVAC PART1- GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: 1. Demolition 2. Sleeves 3. Escutcheons 4. Fire Stopping 5. Guards PART 2- PRODUCTS 2.01 DEMOLITION MATERIALS A. All materials removed shall be the property of the removing the site by him, unless otherwise specified. 2.02 SLEEVES A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge 3. For pipes over 6" - 20 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. E. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. F. Sleeves passing through membrane waterproofing or lead safe shall be provided with flashing, furnished and installed by General Contractor, extending 12" beyond sleeve in all directions; flashing shall be secured and sealed to membrane or lead safe and shall be sealed to sleeve and caulked watertight. Sleeves passing through roof shall be installed in same manner except sleeves shall extend to 6" above roof. COMMON WORK RESULTS FOR HVAC 230500-1 0 P �-� 3>. r m co C -)-<i -t l7 CA -p M a� contractor and sto De rl t*oved`Pr�om (�J to A. Sleeves passing through non -load bearing walls and partitions shall be galvanized sheet steel with lock seam joints of minimum gauges as follows: 1. For pipes 2-1/2" and smaller - 24 gauge 2. For pipes 3" to 6" - 22 gauge 3. For pipes over 6" - 20 gauge B. Sleeves passing through load bearing walls, concrete beams, fireproof walls, foundations, footings and waterproof floors shall be Schedule 40 steel pipe or cast iron pipe. C. Sleeves are not required in masonry walls which are core drilled or walls of drywall construction, except where partition is a firestop, smokestop, or side of air plenum. D. Sleeves for insulated piping shall be of sufficient internal diameter to take pipe and insulation and to allow for free movement of pipe. Waterproof sleeves shall be of sufficient internal diameter to take pipe and waterproofing material. E. In finished areas where pipes are exposed, sleeves shall be terminated flush with wall, partitions and ceilings, and shall extend 1/2" above finished floors. Extend sleeves 1" above finished floors in areas likely to entrap water and fill space between sleeves and pipe with graphite packing and caulking compound. F. Sleeves passing through membrane waterproofing or lead safe shall be provided with flashing, furnished and installed by General Contractor, extending 12" beyond sleeve in all directions; flashing shall be secured and sealed to membrane or lead safe and shall be sealed to sleeve and caulked watertight. Sleeves passing through roof shall be installed in same manner except sleeves shall extend to 6" above roof. COMMON WORK RESULTS FOR HVAC 230500-1 CITY OF IOWA CITY DE 414006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 G. For exterior walls below grade, sleeves shall be cast iron. Space between sleeve and pipe shall be sealed with modular rubber links tightened with bolts (Link -Seal or equal). Waterproofing of pipe penetrations in exterior walls shall be coordinated with waterproofing contractor. 2.03 ESCUTCHEONS A. Provide chrome plated escutcheons at each sleeved opening into finished spaces. Escutcheons shall fit around insulation or around pipe when not insulated; outside diameter shall cover sleeve. Where sleeve extends above finished floor, escutcheon shall be high cap type and shall clear sleeve extension. Secure escutcheons or plates to sleeve but not to insulation with set screws or other approved devices. 2.04 FIRESTOPPING A. Piping, sleeves and ducts passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between walllflcor and pipe, sleeve, and/or duct shall be sealed with UL Listed intumescent fire barrier material equivalent to rating of wall/floor. PART 3 - EXECUTION 3.01 DEMOLITION A. General: 1V') Demolition shall be accomplished by the proper tools and equipment for the work to be rAoved. Personnel shall be experienced and qualified in the type of work to be ormed. UJ 2' tractor shall remove existing equipment and piping not necessary for additions or J to ting portions of building as indicated on drawings and/or specified herein. To include ay y aI bandoned equipment and piping back to point of origin. 3� CMractor shall be responsible for the cutting and capping of all existing services before N any work is commenced by the General Contractor. B. Work by Others: Unless specifically noted under other contracts, Contractor shall assume all required work shall be performed by him. In general, the following will be performed by others: General Contractor will remove any floors, walls and ceilings, neatly patch, match, complete and finish all affected surfaces. 2. Electrical Contractor will disconnect all electrical services and remove abandoned conduit back to point of origin. C. Existing Conditions. If any piping serving existing fixtures or equipment which are to remain are disturbed by operations under this Contract, Contractor shall provide pipe and insulation required to reestablish continuity of such piping systems. Contractor shall arrange for General Contractor to repair, patch and paint all construction, with material necessary to match surrounding material, which is necessary due to removal of equipment and piping. COMMON WORK RESULTS FOR HVAC 230500-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 3. Contractor shall furnish all required labor and material where required to extend new work to connect to similar work where new addition adjoins existing building and for extension of existing system. Connection shall be made in a suitable manner. D. Owner's Right of Salvage: The Owner may designate and have salvage rights to any material herein demolished by the Contractor. 3.02 SLEEVES A. Install sleeves for all piping passing through floors, roof, walls, concrete beams and foundations as required by this section. 3.03 ESCUTCHEONS A. Install escutcheons for all pipes entering finished spaces. 3.04 GUARDS A. Where exposed insulated piping extends to floor, provide sheet metal guard around insulation to extend up from floor 48". Guard to be galvanized sheet not less than 26 gauge. END OF SECTION 23 0500 COMMON WORK RESULTS FOR HVAC 230500-3 ra 0 Q DC7 r C i N ,:m W W COMMON WORK RESULTS FOR HVAC 230500-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0513 - COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT PART 1- GENERAL 1.01 GENERAL A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Section includes general requirements for single-phase and polyphase, general-purpose, horizontal, small and medium, squirrel -cage induction motors for use on ac power systems up to 600 V and installed at equipment manufacturer's factory or shipped separately by equipment manufacturer for field installation. 1.03 SUBMITTALS A. Submit for all motors provided. B. Product Data: Provide wiring diagrams with electrical characteristics and connection requirements. C. Test Reports: Indicate test results verifying nominal efficiency and power factor for three phase motors larger than 1/2 horsepower. D. Manufacturer's Installation Instructions: Indicate setting, mechanical connections, lubr*tion, and wiring instructions. r 1.04 QUALITY ASSURANCE 64 0i -C I A. ANSIINSF 372 Certification: All potable water supply piping valves (excludiin$te v I� ves greater than 2") shall meet the requirements of ANSI/NSF 372 Certificat;5P rin4ng VMr System Components, Lead Content. PART 2 - PRODUCTS )> w 2.01 GENERAL A. Comply with NEMA MG1 unless noted otherwise. B. Constant Speed Motors: Minimum 1.15 service factor, rated at 40 deg. C. ambient temperature with 90 deg. C. temperature rise (Class B insulation). C. Motors Used with Variable Frequency Controllers: Inverter duty rated, Class F insulation (minimum). Windings shall be copper magnet with moisture -resistant insulation varnish, designed and tested to resist transient spikes, high frequencies, and short time rise pulses produced by pulse -width modulated inverters. D. Multiple speed motors: Multiple windings. E. Motor Efficiency: Premium efficiency as defined in NEMA MG1. F. Peak instantaneous current: Maximum 130% of full -load. COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513-1 CITY OF IOWA CITY DE #14005 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 G. All motors shall be provided as required for motor orientation within equipment. H. Horsepower ratings shall be adequate for operating the connected loads continuously in the prevailing ambient temperatures in areas where the motors are installed, without exceeding the NEMA standard temperature rises for the motor insulations. I. Motor designs, as indicated by the NEMA code letters, shall be coordinated with the connected loads to assure adequate starting and running torques. J. Motor Enclosures: 1. Shall be the NEMA types shown on the drawings for the motors. 2. Where the types of motor enclosures are not shown on the drawings, they shall be the NEMA types which are most suitable for the environmental conditions where the motors are being installed. Motors located outdoors to be totally enclosed weatherproof epoxy - sealed type. 3. Thoroughly clean and paint the enclosures at the factory with manufacturer's prime coat and standard finish. K. Additional requirements for specific motors, as indicated in other sections, shall also apply. 2.02 SINGLE PHASE POWER A. Capacitor start motors starting torque shall be three times full load torque and starting current shall be less than five times full load current. rn B. Pudt,up To(Rue: Up to 350 percent of full load torque. COco O Br&akd orque: Approximately 250 percent of full load torque. a Wy DJ M. rs: �3 iacitor in series with starting winding; provide capacitor-start/capacitor-run motors with two citors in parallel with run capacitor remaining in circuit at operating speeds. ELL Dnp pro9f'blosure: Class A (50 degrees C temperature rise) insulation, NEMA Service Factor, prgbricatsleeve or ball bearings. F. Enclosed Motors: Class A (50 degrees C temperature rise) insulation, 1.0 Service Factor, prelubricated ball bearings. 2.03 THREE PHASE POWER- SQUIRREL CAGE MOTORS A. Starting Torque: Between 1 and 1-112 times full load torque. B. Starting Current: Six times full load current. C. Power Output, Locked Rotor Torque, Breakdown or Pull Out Torque: NEMA Design B characteristics. D. Design, Construction, Testing and Performance Conform to NEMA MG 1 for Design B motors. E. Insulation System: NEMA Class B or better F. Testing Procedure. In accordance with IEEE 112. Load test motors to determine free from electrical or mechanical defects in compliance with performance data. G. Motor Frames: NEMA Standard T -Frames of steel, aluminum or cast iron with end brackets of cast iron or aluminum with steel inserts. COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 H. Thermistor System (Motor Frame Sizes 254T and Larger): Three PTC thermistors imbedded in motorwindings and epoxy encapsulated solid state control relay for wiring into motor starter. Bearings: Grease lubricated anti -friction ball bearings with housings equipped with plugged provision for relubrication, rated for minimum AFBMA 9, L-10 life of 20,000 hours. Calculate bearing load with NEMA minimum V -belt pulley with belt center line at end of NEMA standard shaft extension. Stamp bearing sizes on nameplate. PART 3 - EXECUTION (Not Used) END OF SECTION 23 0513 COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513-3 N Q t Iy —� t o Unrn �-- �x W N COMMON MOTOR REQUIREMENTS FOR HVAC EQUIPMENT 230513-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0593 - TESTING, ADJUSTING AND BALANCING FOR HVAC PART 1 - GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of testing, adjusting and balancing work is indicated by requirements of this section, and also by drawings and schedules, and is defined to include, but is not necessarily limited to, air distribution systems and associated equipment and apparatus of HVAC work. The work consists of setting speed and volume (including pulley changes as required) adjusting facilities provided for systems, recording data, conducting tests, preparing and submitting reports, and recommending modifications to work as required by contract documents. B. Component types of testing, adjusting and balancing specified in this section includes the following as applied to HVAC equipment: o 1. Air Systems: O s .,.}.' m a. Air Handling Units b„n—I M ca b. Ductwork Systems c7-< i cn' -1C� 2. Water Systems: _<� -v m a. Coils E5 :0' b. HVAC Piping Systems *:3z v. • ea C. The Heating and Air Conditioning Contractor shall provide a complete and oper&ing HVAC system and shall cooperate with the balancing agency by ' J 1. Installing balancing dampers as required by the Drawings and Specifications and requested by the Testing and Balancing Contractor. 2. Putting complete system into operation during duration of balancing period. 3. Providing up-to-date set of Drawings and advising immediately of any changes made to the system during construction. 4. Providing labor and equipment and cost of performing corrections, such as dampers, belts, etc., as required without undue delay. 5. Providing complete submittal information for all HVAC equipment, complete with pertinent engineering information. 1.03 REFERENCES A. Associated Air Balance Council (AABC) - National Standards for Field Measurement and Instrumentation, Total System Balance. B. ASHRAE - HVAC Applications Handbook: Chapter 34, Testing, Adjusting and Balancing. (Most recent edition). C. National Environmental Balancing Bureau (NEBB) - Procedural Standards for Testing, Balancing and Adjusting of Environmental Systems. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.04 QUALITYASSURANCE A. Tester: A firm with at least 3 years of successful testing, adjusting and balancing experience on projects with testing and balancing requirements similar to those required for this project, who is not Installer of system to be tested and is otherwise independent of project. B. Test Equipment Criteria: The basic instrumentation requirements and accuracy/calibration required by AABC, National Standards or by NEBB Procedural Standards for Testing. Adjusting and Balancing of Environmental Systems. C. All testing and balancing contractors are to be approved by the Design Professional before bidding. The contractors approved to date are: 1. Precision Test and Balance Clive, Iowa (515)288-2332 2. Systems Management and Balancing Waukee, Iowa (515)987-2825 A. Do not proceed with testing, adjusting and balancing work until work has been completed and is operable. Ensure that there is no latent residual work still to be completed. B. Do not proceed until work scheduled for testing, adjusting and balancing is clean and free from debris, dirt and discarded building materials. 1.06 SUBMITTALS A. TAB Agency Qualifications: Submit names and qualifications of company officers and job supervisor. Submit list of proposed test equipment and sample report format indicating all measurements to be taken. These shall be submitted to and reviewed by Design Professional prior to commencing work. B. The test -and -balance report shall be complete with logs, data, and records as required herein. All logs, data, and records shall be typed on white bond paper and bound. The report shall be certified accurate and complete by the balancing agency's certified test -and -balance engineer. Three (3) copies of the test -and -balance report are required and shall be submitted to Design Professional. D. The report shall contain the required data in a format selected by Balancing Contractor, TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-2 3. River Place Technologies East Moline. Illinois (309) 796-0800 cri 4 •• In I< rity Testing and Balancing Madrid, Iowa UJ 4= 41250-6055 __,i 5.U1 >QUega Test and Balance F m sciao) h4i:k, Iowa 729-6046 1.05 JOE9ZONDITIONS A. Do not proceed with testing, adjusting and balancing work until work has been completed and is operable. Ensure that there is no latent residual work still to be completed. B. Do not proceed until work scheduled for testing, adjusting and balancing is clean and free from debris, dirt and discarded building materials. 1.06 SUBMITTALS A. TAB Agency Qualifications: Submit names and qualifications of company officers and job supervisor. Submit list of proposed test equipment and sample report format indicating all measurements to be taken. These shall be submitted to and reviewed by Design Professional prior to commencing work. B. The test -and -balance report shall be complete with logs, data, and records as required herein. All logs, data, and records shall be typed on white bond paper and bound. The report shall be certified accurate and complete by the balancing agency's certified test -and -balance engineer. Three (3) copies of the test -and -balance report are required and shall be submitted to Design Professional. D. The report shall contain the required data in a format selected by Balancing Contractor, TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Report shall include the following information: (For all references to "design", specific information from shop drawings shall be incorporated.) Air Moving Equipment: a. Location b. Manufacturer and Model C. Supply, return and exhaust, air flow, design and actual d. Outside air flow, design and actual (where applicable) e. Inlet, discharge, and total static pressure, design and actual f. Fan RPM, design and actual g. Static pressure across the coil section with the face and bypass damper in both the face and bypass positions (where face and bypass dampers are provided). 2. V -Belt Drive: a. I dentificationllocation b. Required driven RPM C. Driven sheave, diameter and RPM d. Belt, size and quantity e. Motor sheave, diameter and RPM 3. Duct Traverse a. System zone/branch Identification/n umber ro Manufacturer and model b. Duct size and area d. Entering and leaving water temperature, design and actual e. C. Velocity and airflow, design and actual ©C-) r m d. Duct static pressure y,::; c e. Air temperature and correction factor (if applicable) h i 4. Air Terminal Unit Data:P' , a. Identificationlnumber and location .,'�„ b. Manufacturer and model C. Size' d. Minimum static pressure, design and actual ry e. Maximum airflows, design and actual f. Minimum air flow, design and actual 5. Central Station Cooling and Heating Coil Data: a. Identification/number b. Location and service C. Air flow, design and actual d. Entering and leaving air DB and WB temperatures, design and actual e. Water flow and pressure drop, design and actual f. Entering and leaving water temperature, design and actual g. Air pressure drop, design and actual h. Differential pressure across balancing valves. 6. Terminal Unit Heating and Cooling Coil Data a. Identification/n umber b. Manufacturer and model C. Entering and leaving DB temperature, design and actual d. Entering and leaving water temperature, design and actual e. Water flow, design and actual f. Differential pressure across balancing valves. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 2- PRODUCTS 2.01 PATCHING MATERIALS A. Except as otherwise indicated, use same products as used by original Installer for patching holes in insulation, ductwork and housings which have been cut or drilled for test purposes, including access for test instruments, attaching jibs, and similar purposes. At Tester's option, plastic plugs with retainers may be used to patch drilled holes in ductwork and housings. PART 3 - EXECUTION 3.01 TESTING A. Examine installed work and conditions under which testing is to be done to ensure that work has been completed, cleaned and is operable. Do not proceed with TAB work until unsatisfactory conditions have been corrected in manner acceptable to Tester. Before initiating balancing work, Contractor shall verify that systems are complete and operable. Ensure the following: in addition to final B. Test, adjust and balance environmental systems and components, as indicated, in accordance with procedures outlined in applicable standards. C. Coordinate TAB procedures with any phased construction completion requirements for the project. Systems serving completed phases of the project will require TAB for such phases prior to partial final inspections. D. Allow sufficient time in construction schedule for TAB and submission of reports prior to partial final inspections. E. Prepare report of test results, including instrumentation calibration reports, in format recommended by applicable standards. Draft report shall be sent to Design Professional for review prior to issuance to Owner. F. Patch holes in insulation, ductwork and housings, which have been cut or drilled for test purposes, in manner recommended by original Installer. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-4 1. Equipment is operable and in a safe and normal condition. 2. , Temperature control systems are installed complete and operable. 3. -- Proper thermal overload protection is in place for electrical equipment. .Final filters are clean and in place. If required, install temporary media C11 furs. •(s�rrect ct systems are clean of debris. fan rotation. 4 . J plume dampers are in place and open. J 8. Pj vy I fins have been cleaned and combed. y,/Wess doors are closed and duct end caps are in place. L% • t—PAoutlets are installed and connected. LL de Z39tct system leakage has been minimized. Rdronic systems have been flushed, filled, and vented. Correct pump rotation. 14. Proper strainer baskets are clean and in place. 15. Service and balance valves are open. in addition to final B. Test, adjust and balance environmental systems and components, as indicated, in accordance with procedures outlined in applicable standards. C. Coordinate TAB procedures with any phased construction completion requirements for the project. Systems serving completed phases of the project will require TAB for such phases prior to partial final inspections. D. Allow sufficient time in construction schedule for TAB and submission of reports prior to partial final inspections. E. Prepare report of test results, including instrumentation calibration reports, in format recommended by applicable standards. Draft report shall be sent to Design Professional for review prior to issuance to Owner. F. Patch holes in insulation, ductwork and housings, which have been cut or drilled for test purposes, in manner recommended by original Installer. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 G. Mark equipment settings, including damper control positions, fan speed control levers, and similar controls and devices, to show final settings at completion of TAB work. Provide markings with paint or other suitable permanent identification materials. H. Prepare a report of recommendations for correcting unsatisfactory mechanical performances when system cannot be successfully balanced; including, where necessary, modifications which exceed requirements of contract documents for HVAC work. I. The test and balance agency shall perform the following tests and balance the air system in accordance with the following requirements (provide written substantiating data): 1. Test, adjust and record all blower RPM at design requirements. 2. Make pitot tube transverse of main supply ducts and obtain design CFM at all fans and blowers. 3. Test and record all system static pressures, suction and discharge. 4. Test and adjust all systems for design CFM of recirculated air. 5. Test and adjust all systems for design CFM of outside air. 6. Test and record entering and leaving air temperatures (DB and WB); all air units. 7. Adjust all zones to proper design CFM, supply and return. 8. Balance variable volume systems at maximum air flow rate, full cooling, and at minimum air flow rate, full heating. 9. In cooperation with the control manufacturer's representative, set adjustments of all controllers to operate as specified, indicated and/or noted. 10. Flow Rate Tolerances: a. Applications which do not require differential pressure control: -10°/n tAi +10%. b. Minimum outside air: 0 to +10% o D :, r J. The test and balance agency shall perform the following tests and balancEFgewam Sys ten in accordance with the following requirements (provide written substantiating d �i2�_, "o =tis cta 1. Before setting pump capacities, check the following items: a. Automatic fill valve setting and strainerrn . b. Expansion tank level C. Cleanliness of system water d. Make certain all pump strainers are clean p e. Check air vents at coils and high points of system 2. Measure circulating pump capacities by differential pressure measurements, amperage and brake horsepower method using the pump manufacturer's capacity curve. Position all automatic valves, hand valves and balancing cocks for full flow through coils, convertors, etc. during pump adjustment. Use only calibrated test gauges for pump adjustment, the use of pressure gauges installed with the system will not be allowed. Adjust triple duty valve as required to provide minimum differential pressure required for most remote automatic flow control valve. 3. Use calibrated Venturi tubes, orifices, or other metered fittings and pressure gauges to determine flow rates for system balance. Where flow metering devices are not installed, base flow balance on temperature difference across various heat transfer elements in the system. Balance system with automatic control valves fully open to heat transfer elements. For coils with 3 -way control valves, set bypass balancing cock to provide total flow when control valve is in 100% bypass position equal to total flow when control valve is 100% open to coil. 5. Determine minimum differential pressure setpoint required to maintain flow at all water coils. Coordinate final setting with Temperature Control Contractor. TESTING, ADJUSTING AND BALANCING FOR HVAC 230593-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 6. Coordinate the setting of controls to maintain coil water inlet design temperatures, with coil valves positioned for full flow through coil during adjustment. Balance individual water coils at full flow to maintain temperature differential specified. Mark settings of all balancing cocks at required positions. Do not use service or shut-off valves for balancing unless indexed for balance point. For automatic flow control valves: Record differential pressure and verify within operating range of valve. 8. Flow Rate Tolerances: a. Heating water pumps and coils: -10% to +10% K. Where balancer has a question regarding appropriate system configuration for balancing, balancer should contact Design Professional for clarification. END OF SECTION 23 0593 TESTING; ADJUSTING AND BALANCING FOR HVAC 230593-6 V11 Uj tr> ca .j s O — ca N TESTING; ADJUSTING AND BALANCING FOR HVAC 230593-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0700 - HVAC INSULATION PART 1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to install insulation to all hot and cold surfaces of piping, ductwork, tanks, fittings and other surfaces as required by the drawings and this section. B. Insulation shall include insulating materials, jackets, adhesive, mastic coatings, tie wire and other materials as required to complete the insulating work. 1.03 DEFINITIONS A. Conditioned Space: an area inside the building which is heated and/or cooled. B. Tempered Space: an area inside the building which is not directly heated or cooled, but is adjacent to a heated or cooled space with no insulation separating the two spaces fgg., ceiling plenums). ;r C-) M C. Untempered Space: an area inside the building which is not conditioned nWtempprad (e.g., attic spaces). C-) -< cIrt =;n.. D. Exterior: An area outside the building (e.g., roof mounted items).�t j -0 M 1.04 QUALITY ASSURANCE Z�Z� w Q W A. NFPA Compliance. Insulating materials, jackets, mastics, etc., shall meet flame , spread and smoke developed ratings in accordance with NFPA-90A. Flame spread rating of not;more than 25, smoke developed rating of not more than 50 as tested by ANSPASTM E84 (UL 723) (NFPA 255) method. All accessory items such as PVC jacketing and fittings, adhesive, mastic, cement tape and cloth shall have the same component ratings as specified above. B. Installation of insulation materials shall be in accordance to the latest edition of MICA/NIAC National Commercial & Industrial Standards for the appropriate material application. C. NFPA Compliance: Fire Barrier Duct Wrap systems shall meet requirements of NFPA 96 for grease duct application. 1.05 SUBMITTALS A. Product Data: Submit manufacturer's specifications and installation instructions for each type of HVAC insulation. Submit schedule showing manufacturer's product number, thickness, and furnished accessories for each HVAC system requiring insulation. B. Maintenance Data, Submit maintenance data and replacement material lists for each type of HVAC insulation. Include this data in maintenance manual. HVAC INSULATION 230700-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Certifications: Submit certifications or other data as necessary to show compliance with these specifications and governing regulations. Include proof of compliance for test of products for fire rating, corrosiveness, and compressive strength. 1.06 DELIVERY, STORAGE, AND HANDLING A. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. B. Protect insulation against dirt, water, and chemical and HVAC damage. Do not install damaged insulation; remove from project site. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Insulating Materials 2.02 A. 1. Owens/Corning Fiberglass Corp. 2. Armacell. 3. Pittsburgh Corning Corp. 4. CertainTeed Corp. 5. Knauf Fiber Glass 6. John's -Manville Corp. 7. Aeroflex Mastics and adhesives as recommended by insulation manufacturer. PIPE INSULATION tto Tye %� eformed sectional heavy density fiberglass insulation and factory applied vapor baqWr, �Tt�rvice jacket with pressure sensitive self-sealing longitudinal laps and butt strips. LU SUtiUbleuf rroperating temperatures from 0 to +850 deg. F. Thermal conductivity shall be no gre ter t pA.23 Btu-in/hr-sq.ft.-deg F @ 75 deg. F mean temperature. Water vapor permeance J of PE,kx Equal to Owens Corning 25 ASJ/SSL. L 1. a insulation is exposed to weather outdoors it shall be covered with an aluminum or staass steel weatherproof jacket 0.016" thick and sealed. 0 N 2. Where insulation is exposed in indoor occupied space, it shall be covered with 30 mil PVC jacket equal to Johns Manville Zeston. B. Type 'C': Preformed rigid hydrous calcium silicate insulation. Mechanically fastened by wiring in place using 16 gauge wire on 9" centers and covered with suitable jacketing for indoor or outdoor application. Suitable for operating temperatures +200 to +1200 deg. F. Thermal conductivity shall be no greater than 0.42 Btu-in/hr-sq.ft.-deg F @ 200 deg. F mean temperature. Equal to Owens-Corning Kaylo asbestos -free pipe insulation. 2.03 FITTING INSULATION A. Type 'Al': Fittings: Insulate with mitered segments of same insulating material as for adjacent pipe covering, or with pre -molded fiberglass wired in place and covered with all -service jacket or low smoke PVC fitting covers. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of same insulating material as for adjacent pipe covering, wired in place and covered with all -service jacket. HVAC INSULATION 230700-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Type 'Cl': Fittings: Insulate fittings with mitered segments of pipe insulation of same material as pipe covering, wired in place and finished with a 1/4" layer of insulating cement. Valve bodies, strainer bodies, flanges, etc.: insulate with single or multiple layers of same insulating material as pipe covering, wired in place and finished with 114" layer of insulating cement. 2.04 DUCT INSULATION A. Duct Covering: Certain -Teed Ultralite Duct Wrap with Foil Scrim Kraft vapor barrier facing, one (1) pound per cubic foot density. PART 3 - EXECUTION 3.01 GENERAL A. Use only experienced applicators regularly engaged in the trade. Rough work will be rejected. Application details shall be in accordance with the insulating materials supplier's recommendations except where a higher standard is specified. All surface finishes shall be extended in such a manner as to protect all raw edges, cuts and surfaces of insulation. B. All piping shall be insulated unless specifically noted otherwise. Piping not noted in the table below shall be insulated with thicknesses matching ASHRAE 90.1 based on the fluid temperatures. 3.02 PIPE INSULATION APPLICATION Service Above Ground Pining Hot water heating lines, supply and return Condensate drain lines 1-1/4" and smaller— 2-1/2" thick 1-1/2" to 6" — 3" thick 8" and larger -4" thick Type A and Al: 1" thick for all pipe sizes. For piping exposed to outdoor ambient temperatures, increase thickness by 112" 3.03 PIPE INSULATION INSTALLATION A. Do not insulate the following: 1. Valve bonnets 2. Unions in hot piping 3. TC valve operators 4. Hot piping within radiation enclosures or unit cabinet. 5. Cold piping within unit cabinets provided piping is located over drain pan. 6. Heating piping beyond control valve, located within heated space. 7. Condensate piping between steam trap and union. 8. Preinsulated expansion joints HVAC INSULATION 230700-3 N O Type Insulation and ThiERness' j �y m co C-) Type A and Al: -Cr` =p m 1-1/4" and smaller -1-1/t 1-1/2" and larger- 2" the M ,W - Type C and Cl: 1-1/4" and smaller— 2-1/2" thick 1-1/2" to 6" — 3" thick 8" and larger -4" thick Type A and Al: 1" thick for all pipe sizes. For piping exposed to outdoor ambient temperatures, increase thickness by 112" 3.03 PIPE INSULATION INSTALLATION A. Do not insulate the following: 1. Valve bonnets 2. Unions in hot piping 3. TC valve operators 4. Hot piping within radiation enclosures or unit cabinet. 5. Cold piping within unit cabinets provided piping is located over drain pan. 6. Heating piping beyond control valve, located within heated space. 7. Condensate piping between steam trap and union. 8. Preinsulated expansion joints HVAC INSULATION 230700-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Inspect all piping and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. C. Covering for "cold" pipes shall pass unbroken through hanger clevises, sleeves, etc. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided as required to prevent condensation. The same covering and hanging detail shall be used for pipes connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between pipes and hangers. D. Insulation at removable heads, manhole covers, strainer plugs, and other access points shall be fabricated in such a manner that it can be readily removed without damage to the insulation. Removable insulation shall have a vapor proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. 3.04 DUCT INSULATIONAPPLICATION A. Unless noted otherwise, all ductwork and accessories shall be either lined or covered as scheduled on plans. If type or thickness is not indicated, it shall be 1-112" covering. 3.05 DUCT COVERING INSTALLATION A. Inspect all ductwork and equipment before applying insulation to insure the installing contractor has completed all leak tests, and that all surfaces are clean, dry and ready for application of insulation. B. CoyAring'shall be cut slightly longer than circumference of duct to Insure full thickness at corners. " All 40tsulatio6 shall be adhered with edges tightly banded, and shall be adhered to duct with fire re an desive. Adhesive shall be applied so that insulation conforms to duct surfaces ;;Q unirni firmly. Witi'W C. In & pO�ltcz the adhesive, the insulation shall be additionally secured to the bottom of all ducts .j� 1rdwy means of grip nails and speed clips. The protruding ends of the pins shall be cut Fes" offd�asht�f�,,r the speed clips have been applied. The vapor barrier facing shall be thoroughly LL seWd v6 S3 vapor barrier mastic and tape where the pins have pierced through. s _d D. InTWtion for "cold" ducts and accessories shall pass unbroken through hangers, sleeves, fire dampers, flexible connectors, reheat coils, etc. as required to prevent condensation. All details of covering for cold surfaces shall be such that continuous covering with unbroken vapor barrier and uncompressed insulation is provided. The same covering and hanging detail shall be used for ducts connecting to vibrating equipment or carrying pulsating pressures to avoid metal contact between ducts and hangers. Insulation Contractor shall be responsible for coordination with equipment suppliers as required to ensure continuous covering of unlined equipment components, i.e. VAV terminal unit supply collar, fan coil unit discharge, etc. E. Insulation at all access points shall be fabricated in such a manner that it can be readily removed without damage to the insulation. Removable insulation shall have a vapor proof cover fabricated so as to allow it to be resealed to the equipment vapor barrier. END OF SECTION 23 0700 HVAC INSULATION 230700-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 0900 - INSTRUMENTATION AND CONTROL FOR HVAC PART 1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish and install DDC system including all necessary hardware and all operating and applications software necessary to perform the control sequences of operation as called for in this specification. New DDC system shall be an extension of existing Schneider Electric I/A Series BACnet DDC system. B. Upon completion of system extension, the DDC system shall be a complete system designed for use on Intranets and the Internet. This functionality shall extend into the equipment rooms. Primary controllers located in equipment rooms and shall be fully IT compatible devices that mount and communicate directly on the IT infrastructure existing in the facility. Contractor shall be responsible for coordination with the owner's environment without disruption to any of the other activities taking place on that LAN. C. The DDC system work shall result in a complete, fully functional, commissioARI DD(;:gystera4l meets the intent of this specification and the sequences of operation. Thisha�clude, 1 not be limited to the provision of all labor, materials, tools, equipments -warp, solme licenses, software configurations and database entries, interfaces, wiring::J*ng,vhstallbtion, labeling, engineering, calibration, documentation, samples, submittals„�Frg,8erificM, training services, permits and licenses, transportation, shipping, hon � adWinistr�ae� supervision, management, insurance, temporary protection, cleaning, cr arp-patc4rrH'fg, warranties and services. 9+ r, rw D. The control system shall be installed by competent control mechanics and electricians -employed by DDC Contractor. DDC Contractor is responsible for all work performed= by their subcontractors. E. Manage and coordinate the DDC system work in a timely manner in consideration of the Project schedules. Coordinate cooperatively with the associated work of other trades so as to assist the progress and not impede or delay the work of associated trades. F. Provide support and coordination with Testing and Balancing (TAB) and Validation Contractors for all interfaces between controls and TAB/validation scope of work. Provide all devices, such as portable operator terminals for TAB use in completing TAB procedures. G. All interlocking, wiring and installation of control devices associated with the equipment listed below shall be provided under this contract. When the DDC system is fully installed and operational, DDC Contractor and representatives of Owner will review and check out the system. At that time, DDC Contractor shall demonstrate the operation of the system and prove that it complies with the intent of the drawings and specifications. All work performed under this section of the specifications will comply with all codes, laws and governing bodies. If the drawings and/or specifications are in conflict with governing codes, Contractor shall submit a proposal with appropriate modifications to the project to meet code restrictions. If this specification and associated drawings exceed governing code requirements, the specification will govern. Contractor shall obtain and pay for all necessary construction permits and licenses. INSTRUMENTATION AND CONTROL FOR HVAC 230900-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.03 WORK BY OTHERS A. The following incidental work shall be furnished by the designated under the supervision of the DDC Contractor. 1. HVAC Piping Contractor Shall a. Install automatic valves that are specified to be supplied by DDC Contractor. b. Install all pipe mounted DDC items including wells, paddle switches and differential pressure switches, including their isolation valves and associated tubing. 2. Sheet Metal Contractor Shall: a. Install all automatic dampers furnished by DDC Contractor. b. Provide necessary blank -off plates (safing) required to install dampers that are smaller than the duct size. C. Assemble multiple section dampers with required interconnecting linkages and extend required number of shafts through duct for external mounting of damper motors. d. Provide access door or other approved means of access through ducts for service to control equipment. e. Install airflow measuring stations. 3. Coordinate with Electrical Contractor: a. The installation of all line voltage power wiring by Division 26. 1.04 ELECTRIC WIRING A. All electric wiring and wiring connections required for the installation of the DDC system, as in specfied, shall be provided by DDC Contractor unless specifically shown on the electrical drMin s 29 called for in the electrical specifications. Line voltage wiring which is the reponiiS of DDC Contractor includes but is not limited to: power for unit mounted controllers W a lin Rage control devices, freezestat wiring, line voltage thermostats, and motor starter J in loc ps required by sequence of operation. r >-E5 Al gontrol#�viring in finished spaces is to be routed concealed in walls or above ceilings unless swificw--ted otherwise. Concealed control wiring, where accessible, may be installed wtt$out co Molt. All concealed control wiring which is not accessible shall be routed in blue cdftuit. Control wiring in unfinished spaces may be routed exposed but shall be in blue conduit. Wiring in ducts, plenums and other air handling spaces shall be specifically listed for the use. Installation shall comply with all code requirements. C. Wiring shall comply with the requirements of local and national electrical codes. 1.05 QUALIFICATIONS A. All bidders must be DDC Contractors in the business of installing direct digital control building automation systems for a minimum of 3 years. B. The DDC system shall be provided by a single source manufacturer offering a full line of controls. This system shall be furnished, engineered, and installed by the manufacturers local factory owned branch office or the manufacturers locally authorized representative. DDC Contractor shall have factory trained technicians to provide instruction, routine maintenance, and emergency service within 48 hours upon receipt of request. C. Control system components shall be the manufacturer's latest standard of design at the time of bid and in conformance with the following applicable standards for products specified: American Society for Testing and Materials, ASTM. INSTRUMENTATION AND CONTROL FOR HVAC 230900-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Institute of Electrical and Electronic Engineers, IEEE_ 3. National Electrical Manufacturers Association, NEMA. 4. Underwriters Laboratory, UL (UL 916). 5. FCC Regulation, Part 15, Section 156. 6. National Fire Protection Association, NFPA. 7. Local building codes - 1 06 odes. 106 SUBMITTALS A. The following shall be submitted for approval: 1. DDC Contractor shall submit schematic drawings for the entire control system for review and approval before work shall begin. Included in the submittal drawings shall be a one page diagram depicting the system architecture complete with a communications riser. Drawings shall include point-to-point wiring diagrams and must show all temperature controls, start -stop arrangement for each piece of equipment, equipment interlocks, wiring terminal numbers and any special connection information required for properly controlling the HVAC equipment. At a minimum, submit the following: a. DDC network architecture diagrams including all controllers and interconnections. b. Schematics, sequences and flow diagrams, C. Points schedule for each real point in the DDC, including: tag, point type, system name and display units. d. Detailed bill of material list for each controller, identifying quantity, part number, description, and optional features. e. Control damper schedule including a separate line for each damper and a column for each of the damper attributes, including: code number, fail position, damper type, damper operator, blade type, bearing type, seals, duct size, damper size, mounting, and actuator type. f. Control valve schedules including a separate line for each valve and a column for each of the valve attributes: code number, configuration, fail position; -pipe size, valve size, body configuration, close off pressure, capacity, vaIVe CV,�;Flculated CV, design pressure, actual pressure, and actuator type. r. 2. The submittals shall include manufacturers catalog data describing a k*ent+mf con lr�6 equipment or component provided and installed for the project. >a'4 .9 � 3. The submittals shall include a specification compliance analysis for rd*4 and-appr before work shall begin. The compliance document shall address eacH ag5gph o the specification by indicating COMPLY, EXCEED, or EXCEPTION. nob indi COMPLY unless the proposed system exactly meets the paragrar3quir*ment3--f EXCEED or EXCEPTION is indicated, then provide a clear and torose exnatio�rdf the variance from the specifications and the net effect this would had on thwspecified system performance. r" 1.07 PROTECTION OF SOFTWARE RIGHTS A. Prior to delivery of software, the Owner and the party providing the software will enter into a software license agreement with provisions for the following: 1. Limiting use of software to equipment provided under these specifications. 2. Limiting copying. 3. Preserving confidentiality. 4. Prohibiting transfer to a third party. 1.08 PRE-PROGRAMMNG DESIGN REVIEW MEETING A. Prior to starting programming, a design review meeting shall be scheduled with the Design Professional. The agenda of this meeting will be to discuss the design intent, review all systems requiring control, and answer any questions the Temperature Controls Contractor may have. INSTRUMENTATION AND CONTROL FOR HVAC 230900-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A Subject to compliance with requirements, acceptable manufacturers are as follows: Schneider Electric UA Series — The Baker Group All control equipment shall be the product of one manufacturer. 2.02 SYSTEM ARCHITECTURE A. The complete electronic DDC system shall be comprised of the following levels of control devices. 1. System Workstation includes the hardware and software necessary for an operator to interface with the control system. 2. Network Controller(s) are used for high level global programming functions and system networking. 3. Local Controllers are for control of large primary HVAC systems such as air handling -systems, heating hot water systems and chilled water systems. 4. Zone Controllers are dedicated for specific equipment such as VAV boxes, fan coils, and heat pump controls. 5. Network thermostats dedicated to specific equipment such as VAV boxes, fan coils, or heat pumps, etc. 6. Field devices include but are not limited to electronic sensors, valves, actuators, switches, relays, and transducers. vi 2.03 OP&YATOR,w(NTERFACE An C,Ener9gihe DDC operator interface shall be user friendly, readily understood and shall make W r►axise of colors, graphics, icons, embedded images, animation, text based information a� da5ro4sualization techniques to enhance and simplify the use and understanding of the DDC systerryli�y_authorized users at the OI. co k- Q itt Lii3Er access to the DDC system shall be protected by a flexible and Owner redefinable s s are -based password access protection. Password protection shall be multi-level r and partitionable to accommodate the varied access requirements of the different user groups. Provide the means to define unique access privileges for each individual authorized user. Also provide the means to establish general password groups to which an individual will then be assigned. Once assigned to the group each individual will assume all the capabilities and restrictions of that group. Provide the means to on-line manage password access control under the control of a master password. 2. The operator interface shall be able to combine data from any and all of the system components in a single browser window. This shall include historical data stored on a server. 3. The operator interface shall incorporate comprehensive support for functions including, but not necessarily limited to, the following: a. User access for selective information retrieval and control command execution b. Monitoring and reporting C. Alarm, non -normal, and return to normal condition annunciation d. Selective operator override and other control actions e. Information archiving, manipulation, formatting. display and reporting f. DDC internal performance supervision and diagnostics g. On-line access to user HELP menus h. On-line access to current DDC as -built records and documentation INSTRUMENTATION AND CONTROL FOR HVAC 230900-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 I. Means for the controlled re -programming, re -configuration of DDC operation and for the manipulation of DDC database information in compliance with the prevailing codes, approvals and regulations for individual DDC applications. 4. Provide DDC reports and displays making maximized use of simple English language descriptions and readily understood acronyms, abbreviations and the like to assist user understanding and interpretation. All text naming conventions shall be consistent in their use and application throughout the DDC. B. Web Interface 1. The system shall be capable of supporting clients using a standard web browser such as Internet ExplorerTM. Systems requiring additional software (to enable a standard Web browser) are not acceptable. 2. The web browser shall provide the same view of the system, in terms of graphics, schedules, calendars, logs, etc., and provide the same interface methodology as is provided by the graphical user interface. Systems that require different views or that require different means of interacting with objects such as schedules, or logs, shall not be permitted. 3. The web browser client shall support at a minimum, the following functions: a. User log -on identification and password shall be required. Security ming Java authentication and encryption techniques to prevent unauthorized across shall be implemented. C) -*� b. Graphical screens developed for the operator interface so=j a irW"e saM& screens used for the web browser client. Any animated clyaphical objE supported by the OI shall be supported by the web browser ints-,TOM'n 7 C. HTML programming shall not be required to display system gr or data 9� web page. HTML editing of the web page shall be allowed if ep7mer�sire d specific look or format. i w d. Real-time values displayed on a web page shall update aui5Maticallylwithout requiring a manual "refresh" of the web page. e. Users shall have administrator -defined access privileges. f. The system shall provide the capability to specify a users home page. Provide the ability to limit a specific user to just their defined home page.' Fronn'the home page links to other views, or pages in the system, shall be possible if allowed -by the system administrator. g. Graphic screens on the web browser client shall support hypertext links to other locations on the Internet or on Intranet sites, by specifying the Uniform Resource Locator (URL) for the desired link. C. Alarms: Alarms shall be routed directly from network controllers to PCs and servers.. It shall be possible for specific alarms from specific points to be routed to specific PCs and servers. The alarm management portion of the OI software shall, at the minimum, provide the following functions: 1. Log date and time of alarm occurrence. 2. Generate a "pop-up" window, with audible alarm, informing a user that an alarm has been received. 3. Allow a user, with the appropriate security level, to acknowledge, temporarily silence, or discard an alarm. 4. Provide an audit trail on hard drive for alarms by recording user acknowledgment, deletion, or disabling of an alarm. The audit trail shall include the name of the user, the alarm, the action taken on the alarm, and a time/date stamp. 5. Provide the ability to direct alarms to an a -mail address or alpha -numeric pager. This must be provided in addition to the pop up window described above. Systems which use e-mail and pagers as the exclusive means of annunciating alarms are not acceptable. 6. Any attribute of any object in the system may be designated to report an alarm. 7. The DDC shall annunciate diagnostic alarms, at a minimum, indicating system failures and non -normal operating conditions INSTRUMENTATION AND CONTROL FOR HVAC 230900-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. Reports: Reports shall be generated and directed to one or more of the following: Operator interface displays, printers, or archive at the user's option. As a minimum, the system shall provide the following reports: 1. All points in the DDC system. 2. All points in each DDC application. 3. All points currently in alarm in a DDC application. 4. All points locked out in a DDC application. 5. All DDC schedules. 6. All user defined and adjustable variables, schedules, interlocks, etc. 7. DDC diagnostic and system status reports. Dynamic Color Graphics: The system shall allow for the creation of user defined, color graphic displays for the viewing of HVAC and electrical systems, or building schematics. These graphics shall contain point information from the database including any attributes associated with the point (engineering units, etc.). In addition operators shall be able to command equipment or change setpoints from a graphic through the use of the mouse. Requirements of the color graphic subsystem include: 1. An unlimited number of graphic displays shall be able to be generated and executed. 2. Graphics shall be based on Scalar Vector Graphic (SVG) technology. 3. Values of real time attributes displayed on the graphics shall be dynamic and updated on the displays. 4. The graphic displays shall be able to display and provide animation based on real-time DDC data that is acquired, derived, or entered. 5. The user shall be able to change values (setpoints) and states in system controlled equipment directly from the graphic display. 6. Provide a graphic editing tool that allows for the creation and editing of graphic files. It shall be possible to edit the graphics directly while they are on line, or at an off line cn location for later downloading to the controller. 7.M Dt system shall be provided with a complete user expandable symbol library M ening all of the basic symbols used to represent components of a typical DDC g Cm. Implementing these symbols in a graphic shall involve dragging and dropping a from the library to the graphic. J a. Ln �ollowing list of graphics, ata minimum, shall be provided: �.. m A-< Floor plans showing room numbers and temperature sensor locations are to be LL W j provided that will alarm when a room is off their respective zone temperature and O set point. The floor plans shall also be linked to a screen to show the equipment v serving that particular room/zone. b. Provide a graphic screen for each type of equipment connected to the DDC system. At a minimum, the following shall be visible from the OI: 1) VAV Boxes - discharge air temperature, zone temperature, set -point, airflow, damper position, reheat valve position 2) RTU - supply/return fans on/off/speed/status, dirty filter switch, outdoor air temperature, mixed air temperature, return air temperature, discharge air temperature, low limit alarm, heat/cool stage, damper positions, static pressure Schedules: It shall be possible to configure and download from the operator interface schedules for any of the controllers on the network. The system shall provide multiple schedule input forms for automatic DDC time -of -day scheduling and override scheduling of DDC operations. At a minimum, the following spreadsheet types shall be accommodated: a. Weekly schedules. b. Temporary override schedules. INSTRUMENTATION AND CONTROL FOR HVAC 230900-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Special "Only active if today is a holiday" schedules. d. Monthly schedules. 2. Schedules shall be provided for each system or sub -system in the DDC system. Each schedule shall include all command able points residing within the system. Each point may have a unique schedule of operation relative to the system use schedule, allowing for sequential starting and control of equipment within the system. Scheduling and rescheduling of points shall be accomplished easily via the system schedule spreadsheets. 3. Monthly calendars for a 12 -month period shall be provided that allow for simplified scheduling of holidays and special days in advance. Holidays and special days shall be user -selected with the pointing device or keyboard, and shall automatically reschedule equipment operation as previously defined on the weekly schedules. G. Historical trending and data collection: Trend and store point history data for all DDC points and values as selected by the user. The trend data shall be stored in a manner that allows custom queries and reports using industry -standard software tools. At a minimum, provide the capability to perform statistical functions on the historical database: 1 Average. 2 Arithmetic mean. 3 Maximum/minimum values. 4 Range — difference between 5, Standard deviation. 6. Sum of all values. 7. Variance. 2 04 NETWORK CONTROLLERS minimum and maximum values. N) A General: The network controller shall be a microprocessor based, multi -tasking real time system controller that provides advanced system programming, uplink and downlink communications, polling and other supervisory functions for zone and local controllers. B Each network controller shall be classified as a BACnet compatible device, supporting the BACnet Building Controller (B -BC) profile. Controllers that support a lesser profile such as B-AAC are not acceptable. NRCs shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Controllers (B -BC). .11 C. Hardware Specifications 1 Operating Environment: The controller shall be capable of operating in an environment of 32 to 122 deg F and 10 to 90% relative humidity non -condensing. 2 Memory: Both the operating system of the controller, plus the application program for the controller, shall be stored in non-volatile, FLASH memory. Controllers shall contain enough memory for the current application, plus required history logging, plus a minimum of 20% additional free memory. 3. Communication Ports: Each network controller shall provide communication to both the Workstation(s) and the field buses An on -board Ethernet port shall be provided, 4, Stand -Alone: The controller shall be a true no -host system that does not require a PC or "Host" computer to perform any control functions or communications. 5, Modular Expandability: The system shall employ a modular 110 design to allow easy expansion. Input and output capacity is to be provided through plug-in modules of various. It shall be possible to combine 110 modules as desired to meet the 110 requirements for individual control applications. 6 Real Time Clock (RTC): Each network controller shall include a battery -backed, real time clock, accurate to 10 seconds per day. The RTC shall provide the following. time of day, day, month, year, and day of week_ The system shall automatically correct for daylight savings time and leap years. INSTRUMENTATION AND CONTROL FOR HVAC 230900-7 0 CD C) r TAT: 1 �>—ica C-) .tm ° N) A General: The network controller shall be a microprocessor based, multi -tasking real time system controller that provides advanced system programming, uplink and downlink communications, polling and other supervisory functions for zone and local controllers. B Each network controller shall be classified as a BACnet compatible device, supporting the BACnet Building Controller (B -BC) profile. Controllers that support a lesser profile such as B-AAC are not acceptable. NRCs shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Controllers (B -BC). .11 C. Hardware Specifications 1 Operating Environment: The controller shall be capable of operating in an environment of 32 to 122 deg F and 10 to 90% relative humidity non -condensing. 2 Memory: Both the operating system of the controller, plus the application program for the controller, shall be stored in non-volatile, FLASH memory. Controllers shall contain enough memory for the current application, plus required history logging, plus a minimum of 20% additional free memory. 3. Communication Ports: Each network controller shall provide communication to both the Workstation(s) and the field buses An on -board Ethernet port shall be provided, 4, Stand -Alone: The controller shall be a true no -host system that does not require a PC or "Host" computer to perform any control functions or communications. 5, Modular Expandability: The system shall employ a modular 110 design to allow easy expansion. Input and output capacity is to be provided through plug-in modules of various. It shall be possible to combine 110 modules as desired to meet the 110 requirements for individual control applications. 6 Real Time Clock (RTC): Each network controller shall include a battery -backed, real time clock, accurate to 10 seconds per day. The RTC shall provide the following. time of day, day, month, year, and day of week_ The system shall automatically correct for daylight savings time and leap years. INSTRUMENTATION AND CONTROL FOR HVAC 230900-7 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 7. Power Supply: The power supply for the network controller shall be auto sensing, 120- 220VAC, 60 Hz power, with a tolerance of +/- 20%. Line voltage below the operating range of the system shall be considered outages. The controller shall contain over voltage surge protection, and require no additional AC power signal conditioning. a. Automatic Restart After Power Failure: Upon restoration of power after an outage, the network controller shall automatically and without human intervention: update all monitored functions; resume operation based on current, synchronized time and status, and implement special start-up strategies as required. b. Battery backup: The network controller shall include an cn-board battery to back up the controller's RAM memory. The battery shall have a shelf life of over 5 years, and provide accumulated backup of all RAM and clock functions for at least 3 years. In the case of a power failure, the network controller shall first try to restart from the RAM memory. If that memory is corrupted or unusable, then the network controller shall restart itself from its application program stored in its FLASH memory. 8. Field communication ports shall be individually electrically isolated to protect against transients, spikes, and power surges. The ports shall be optically isolated from each other, the controller circuit board and from power wiring. Optical isolation shall be provided either as an integral component to the controller or provided as a separate interface device between the controller and field wiring, 9. Upgrades: Include all future controller firmware at no additional cost to the system owner for a 3 year period after system acceptance. .10. Failure of any system controller shall be audibly and visually annunciated on a system workstation. D. , NMtwork Controller Software 1.cl: %eral: The network controller shall contain FLASH memory to store both the resident d ating system and the application software. There will be no restrictions placed on W a 4 jiype of application programs in the system. Each network controller shall be capable J Warallel processing, executing all control programs simultaneously. Any program may �OSt the operation of any other program. Each program shall have the full access of all " m facilities of the processor. This execution of control function shall not be interrupted t�tle=to normal user communications including interrogation, program entry, printout of the 3' or 5?ram for storage, etc. 2.User Programming Language: The application software shall be user programmable. This includes all strategies, sequences of operation, control algorithms, parameters, and setpoints. The source program shall be English language -based and programmable by the user. The language shall be structured to allow for the easy configuration of control programs, schedules, alarms, reports, telecommunications, local displays, mathematical calculations, passwords, and histories. The language shall be self -documenting. Users shall be able to place comments anywhere in the body of a program. Program listings shall be configurable by the user in logical groupings. Controllers that use a "canned" program method will not be accepted. 3. Programming Functions: The software blocks shall provide all the necessary mathematics, logic, utility, and control functions necessary for proper sequence of control. These functions shall be contained in the network controller operating system to be available in any combination for field programming the unit through RAM memory. a. Proportional, Integral plus Derivative Control (PID) b. Self tuning PID C. Two position control d. Digital filter e. Ratio calculator f. Equipment cycling protection INSTRUMENTATION AND CONTROL FOR HVAC 230900-8 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 4. Energy Management Applications: As a minimum, the network controller shall have the ability to, but not be limited to, perform energy management strategies such as: a. Time or event based scheduling b. Calendar/holiday based scheduling C. Temporary schedule overrides d. Adaptive optimum start/stop e. Chiller and boiler resettoptimization f. Demand limiting/load shedding g. Enthalpy switchover (economizer) h. Temperature compensated duty cycling i. CFM tracking J. Tenant billing k. Hot water/outdoor air/chilled water/condenser water reset I. Run time totalization M. Alarm detection and dial out n. Night setback o. Historical trending 5. Passwords: The access software shall provide at least 5 levels of passwords. Each level shall be user definable. 6. Help Menu: On-line location sensitive help shall be provided for each menu item, describing the consequences of making the highlighted menu selection. 7. Login: A user definable login message shall be displayed every time the workstation is connected to a system controller. 8. Alarms: The network controller shall be capable of comparing analogEand digital readings to predetermined high and low limits and annunciate each tie a vaq ent;� pr returns from an alarm condition. Unique high and low limits shall IQppiit'arl fore h analog point in the network. The network shall be capable of suppre i sel`T'eted �f2mi reporting when the primary equipment from which the alarm poin�ased isiFthe inactive state. The alarm features of the system controller software slaK as-i;minim, provide the following:� z a. Digital, analog, and hi/lo settings and deadband to b. Sliding alarm limits it C. Conditional alarming ry d. Alarm inhibiting through feedback loop e. Fluttering alarm suppression f. Separate tailored alarm messages of 70 characters each g. Auto dial of any alarm condition to a minimum of 25 telephone numbers 9. On -Line Testing: The network shall have the capability to allow the operator, to design, test, and implement desired control strategies on-line. 10. Communication Diagnostics: The network controller software shall be capable of self - diagnosing failure automatically without necessary query by the operator. In the event of communications failure or limited power failure, the network shall be capable of both notifying a local operator of the specific occurrence, as well as communicating to a remote operator, either by the internet or auto dialing the condition. In addition to automatic self -diagnostics, each network controller shall maintain communications statistics on zone and local controller communications. These statistics shall tabulate total communications attempted versus successful and unsuccessful communications by unit number. An option shall exist to reset communications statistics to zero (0) at any time. 11. Trending: Each network controller shall have the capability to simultaneously trend a minimum of 60 combined analog and digital points. Adjustable sampling intervals for each trend from 60 seconds to 10 days shall be possible. Each trend shall be capable of being automatically started or stopped, based on time of day, externally sensed points, alarms, or a calculated value. Upload of trend data to the system workstation shall be automatically performed at any time during the sampling period The uploaded trend data shall be fully compatible with Microsoft Excel. INSTRUMENTATION AND CONTROL FOR HVAC 230900-9 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2.05 LOCAL CONTROLLERS A. General: Each HVAC local controller shall be a stand-alone DDC controller. The local controllers shall be a local control loop microprocessor -based controller installed at each HVAC system; i.e., air handling unit, heating boiler. Each controller shall be fully programmable, contain its own control programs and will continue to operate in the event of a failure or communication loss to its associated network controller. Both the operating system of the controller, plus the application program for the controller, shall be stored in non-volatile, FLASH memory. Controllers shall contain enough memory for the current application, plus required history logging, plus a minimum of 20% additional free memory. All controllers with volatile memory shall have a battery for 72 hour database backup. Each controller shall be addressable by a workstation or a portable service tool. B. Each local controller provided must be a BACnet device, supporting the BACnet Application Specific Controller (B -ASC) profile. Controllers that support a lesser profile such as B -SA are not acceptable. Local controllers shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Specific Controllers (B -ASC). C. Hardware Specifications 1. Scan: Controller shall continuously scan and maintain the most recent data in RAM for retrieval by a remote workstation and by the local controller software programs. 2.! _ Isolation: Control, communication, and power circuits for each controller shall be individually electrically isolated to protect against transients, spikes, and power surges. 3. Database: All field control databases shall be entered, changed or downloaded to the local controllers via a portable service tool or system workstation. 4. Local Display: The controller shall have a local display and keypad that allows the user to to view and change setpoints directly at the controller. 5. AutoeCalibration: All inputs shall feature an auto -calibrate function to eliminate sensing C'7 a-Wps. +Output Modules: Provide the following input/output capabilities: W Q- gj>Z Universal inputs which can accept industry standard analog signals (4-20 Ma, 0-5 Lr) VI VDC, etc.) and binary contact closures. r @ C, -'� Digital outputs may be latched or momentary contact type. r < Analog outputs shall have a 1 % resolution over total output span of 100%. 7. a &dability: For larger controller (16 base inputs and up), provide input and output M exMbsion through the use of plug-in modules. At least two 1/0 modules must be capable N of being added to the base local controller. 8. Automatic Restart After Power Failure: Upon restoration of power after an outage, the controller shall automatically and without human intervention: update all monitored functions, resume operation based on current, synchronized time and status, and implement special start-up strategies as required. 9. Real Time Clock (RTC): All local controllers shall have a real time clock in either hardware or software. The accuracy shall be within 10 seconds per day. The RTC shall provide the following information: time of day, day, month. year. and day of week. Each local controller shall receive a signal, every hour, over the network from the NRC, which synchronizes all local controllers' real time clocks. Local Controller Software: Provide complete controller software to execute all HVAC system local loop controls functions. Control Parameters: The software blocks in the local controller shall produce all of the necessary reverse acting and/or direct acting PI signals as required by the control sequence. The proportional and integral values which make up the PI output value shall be readable and modifiable, at the system workstation or the portable service tool to facilitate tuning of control loops. INSTRUMENTATION AND CONTROL FOR HVAC 230900-10 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Networking: Each input, output, or calculation result shall be capable of being assigned to the system controller for system networking. The local controller shall also provide the ability to download and upload configuration data, both locally at the controller and via the DDC communications network. 3. Programming Functions: Provide the following standard DDC loop programming functions: a. Control block programming b. PI or PID control C. Serial load staging d. Binary load staging e. Analog load staging f. Master-submaster routines o g. Anti -windup for integrated loops r o� rn 2.06 ZONE CONTROLLERS T?" m A. General: Each HVAC zone controller shall be a stand-alone DDC controller.=4b% c& ifoller`s all include all hardware and software required for communications with the tereocont r. Unless noted otherwise, an individual zone controller shall be dedicated for z me terul device. : ` co W B. Each local controller provided must be a BACnet device, supporting the BACn NAdvanced Application Specific Controller (B -ASC) profile. Controllers that support a lesser profile such as B- SA are not acceptable. Local controllers shall be tested and certified by the BACnet Testing Laboratory (BTL) as Advanced Application Specific Controllers (B -ASC). C. Programs: The control program shall reside in the zone controller. The application program shall be maintained in ROM. The default database, ie, setpoints and configuration information, shall be stored in EEPROM. Controllers requiring local setting of potentiometers or dip switches are not acceptable. D. Stand -Alone: Controllers requiring the application or database to be downloaded from ahost or share processing with a "master controller" shall not be acceptable. After a power failure the zone controller must run the control application using the current setpoints and configuration. E. Communications: Communication to the system controller shall be 1200 -baud asynchronous. F. Input/Output: Each controller shall have a minimum of 8 inputs. Each input shall be usable as a discrete or 0-5 volt analog or digital input. Inputs shall be individually electrically isolated from other inputs, outputs, communications, and power. All inputs shall feature an auto -calibrate function to eliminate sensing errors, G. Each controller shall have a minimum of six digital outputs. Outputs shall be individually electrically isolated from the other outputs, inputs, communications and power. Controller shall be available with a minimum of two (2) analog outputs. H. Connections: All electrical connections shall be made to the combination terminal strip and base assembly. To insure longterm reliability, all electrical terminations shall be screw type. The logic card, containing all active electrical components, shall be easily installable and removable from the wiring base, without the use of tools or the removal of any electrical wiring. Products that require disconnection of wiring from logic card before removal will be required to supply and install a quick disconnect type inter -connection. INSTRUMENTATION AND CONTROL FOR HVAC 230900-11 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2.07 FIELD DEVICES A. Temperature Sensors: All temperature devices shall use precision thermistors accurate to +/- 1 degree F over a range of —30 to 230 degrees F. Space temperature sensors shall be accurate to +I- 1 degree F over a range of 40 to 100 degrees F. 1. Standard space sensors shall be available in an off white enclosure for mounting on a standard electrical box. Space sensor shall have a portable service tool jack. a. The sensor housing shall feature both a mechanism for adjusting the space temperature setpoint, as well as a push button for selecting after hours operation. b. The sensor shall incorporate either an LED or LCD display for viewing the space temperature, setpoint and other operator selectable parameters. Using built in buttons, operators shall be able to adjust setpoints directly from the sensor. 2. , Duct temperature sensors shall incorporate a thermistor bead embedded at the tip of a stainless steel tube. Probe style duct sensors are useable in air handling applications where the coil or duct area is less than 14 square feet. Averaging sensors shall be employed in ducts which are larger than 14 square feet. 3. Immersion sensors shall be employed for measurement of temperature in all chilled and hot water applications as well as refrigerant applications- Thermal wells shall be brass or stainless steel for non -corrosive fluids below 250 degrees F and 300 series stainless steel for all other applications. 4. Freezestat: Duct temperature sensor as described above with appropriate temperature range for the service. 5.: A pneumatic signal shall not be allowed for sensing temperature unless otherwise specified. B. Humidity Sensors: Humidity sensors shall be of the solid-state type using a hydroscopic polymer or thin film capacitive sensing element. The sensor shall vary the output voltage with a change in relative humidity. Sensors shall be available for room, outside air or duct mounting, with a mP`ti num rage of 0% - 100% +/- 3%. c*� =3-- C. DiftrerfMiRressure Sensor: Differential pressure sensor shall be temperature compensated and W stltl var��i output voltage with a change in differential pressure. Sensing range shall be ..J sutbbl2-4t:the application with accuracy of +/- 2% of range and non -repeatability of +/- 0.05% of rare. Ztiqaor shall be capable of withstanding up to 150% of rated pressure without damage. U. w 1.1 9igressure measurements in the range of 0 to 10" water column will be accurate to +/- 0 10/8—using a solid-state sensing element. 2 :17" Differential pressure measurements of liquids or gases shall be accurate to +/- 0.5% of range. The housing shall be Nema 4 rated. D. Current Sensors: Current status switches shall be used to monitor fans, pumps, motors and electrical loads. Current switches shall be available in solid and split core models, and offer either a digital or an analog signal to the automation system, E. Measurement of three phase power shall be accomplished with a kW/kWH transducer. This device shall utilize direct current transformer inputs to calculate the instantaneous value (kW) and a pulsed output proportional to the energy usage (kWH). Control Valves: Valves shall be packless, modulating, electrically or magnetically actuated. These valves shall have true linear flow characteristics in relationship to valve opening. Control valves shall meet the heating and cooling loads specified, and close off against the differential pressure conditions within the application. Valves should be sized to operate accurately and with stability from 10 to 100% of the maximum design flow. These valves shall carry a full (3) three year parts and labor warranty. This warranty shall cover all required maintenance and failures. In the event of a failure the valve and actuator shall be replaced and reinstalled, by DDC Contractor, at no cost to the building owner. INSTRUMENTATION AND CONTROL FOR HVAC 230900-12 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Terminal Unit Valves: Valves shall be sized for a 3 to 5 psi drop. Valve body shall be nickel plated brass, rated at 125 psig and shall have a control rangeability of 100 to 1. Valves 2 inches and smaller shall be screwed type with NPT fittings. Valves 2-1/2 inches and larger shall be flanged. All two -position valves shall be full port valves. Hot water valves shall be rated to 240 deg. F and 125 psig. Valves shall be sized for a 3 to 5 psi pressure drop. Valve body shall be cast iron with a chrome nickel steel seat and inner valve material. Valves 2 inches and smaller shall be screwed type with NPT fittings. Valves 2-112 inches and larger shall be flanged. Butterfly Valves: 2 -way and 3 -way butterfly valves shall be cast iron valve body, with stainless steel stem, and available with disc seal for bubble -tight shut off. G. Pressure Independent Control Valves: Valves shall be sized for a 3 to 5 psi drop. Valve body shall be cast iron, steel or bronze and rated for 150 psi working pressure. All internal parts shall be stainless steel, steel, Teflon, brass, or bronze. The flow through the valve shall not vary more than +1- 5% due to system pressure fluctuations. A flow tag shall be furnished with each valve. The rangeability of the control valves shall be a minimum of 100 to 1. H. Control Dampers: Motorized damper, unless otherwise specified elsewhere, shall be furnished by DDC Contractor. Dampers are to be installed by HVAC Contractor under the suNpervision of DDC Contractor. All blank -off plates and conversions necessary to install smaller the duct size dampers are the responsibility of Sheet Metal Contractor. p �n rn 1. Damper frames are to be constructed of 13 gauge galvanized sheEiPs el rlWchani joined with linkage concealed in the side channel to eliminat6-416se& frif8'ir. Compressible spring stainless steel side seals, and acetal or bronze-Bf ings shalirtT be provided. ern v 1 1 2. Damper blade width shall not exceed eight inches and the blade leng* allot ex e i 48 Inches. Seals and 318 inch square steel zinc plated pins are require.. 3. Provide opposed blade dampers for modulating applications and pellel blle for two position control. I. Damper Actuators: Damper actuators shall be electronic, and shall be direct coupled over ,the shaft, without the need for connecting linkage. 1. The actuator shall have electronic overload circuitry to prevent damage. -For power- failure/safety applications, an internal mechanical, spring return mechanismshall be built into the actuator housing. 2. Actuators shall be available with spring return to the normal position when required. 3. Actuators shall have a position indicator for external indication of damper position. 4. Actuators shall have manual override capability without disconnecting damper linkage. J. Airflow Measuring Stations: Provide a thermal anemometer using instrument grade self heated thermistor sensors with thermistor temperature sensors. 1. The flow station shall operate over a range of 0 to 5,000 feet/min with an accuracy of +/- 2% over 500 feettmin and +/- 10 ft/min for reading less than 500 feet/min. 2. The output signal shall be linear with field selectable ranges including 0-5 VDC, 0-10VDC and 4-20 mA. 2.08 PORTABLE SERVICE TOOL A. General: Provide a minimum of one (1) portable service tool with the system to allow commissioning, adjustment, and diagnosis of the zone and local controllers. If different types of portable service tools are required for programming of zone controllers versus local controllers, provide one (1) of each type All programming shall utilize English language descriptors. Manufacturers which utilize portable service tools which require the user to translate HEX decimal, binary, or numerical syntax shall provide one (1) laptop computer with the hardware and software required to meet the specified programming capabilities. INSTRUMENTATION AND CONTROL FOR HVAC 230900-13 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. The portable service tool shall have the following capabilities: 1. Readout of each input and output value, 2. Database programming of input and output definitions, setpoints, and control parameters. 3. Manual override of all digital outputs, analog outputs, and application modes (occupied/unoccupied/standby) and control modes (heating/cooling/deadband). 4. Download of all stored database parameters with a single keystroke for cloning typical controllers. PART 3- EXECUTION 3.01 PROJECT MANAGEMENT A. Provide a project manager who shall, as a part of his duties, be responsible for the following activities: 1. Coordination between Contractor and all other trades, Owner, local authorities and the design team. 2. Scheduling of manpower, material delivery, equipment installation and checkout. 3- Maintenance of construction records such as project scheduling and manpower planning for project coordination and as -built drawings. 3.02 INSTALLATION METHODS A. Install systems and materials in accordance with manufacturer's instructions, rough -in drawings and equipment details. Install electrical components and use electrical products complying with requirements of applicable Division -26 sections of these specifications. B. TheAerm "control wiring" is defined to include providing of wire, conduit, and miscellaneous mauls ascii for mounting and connecting electric or electronic control devices. C. © Nur�)l or color -code conductors, excluding those used for individual zone controls, (� appgcpri�t�4or future identification and servicing of control system. U-1 V D. All like'e power wiring required because of substitution of equipment specified in this seclfp, ;Pe provided by this section_ a Q 3.03 SYSTrff ACCEPTANCE N A. General: The system installation shall be complete and tested for proper operation prior to acceptance testing for the Owner's authorized representative. A letter shall be submitted to the Design Professional requesting system acceptance. This letter shall certify all controls are installed and the software programs have been completely exercised for proper equipment operation. Acceptance testing will commence at a mutually agreeable time within ten (10) calendar days of request. When the field test procedures have been demonstrated to the Owner's representative, the system will be accepted. The warranty period will start at this time. Field Equipment Test Procedures: DDC control panels shall be demonstrated via a functional end to end test such that: 1. All output channels shall be commanded (on/off, stop/start, adjust. etc.) and their operation verified. 2. All analog input channels shall be verified for proper operation 3. All digital input channels shall be verified by changing the state of the field device and observing the appropriate change of displayed value. INSTRUMENTATION AND CONTROL FOR HVAC 230900-14 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 4. If a point should fail testing, perform necessary repair action and retest failed point and all interlocked points. 5. Automatic control operation shall be verified by introducing an error into the system and observing the proper corrective system response. 6. Selected time and setpoint schedules shall be verified by changing the schedule and observing the correct response on the controlled outputs. C. As -Built Documentation: After a successful acceptance demonstration, Contractor shall submit as -built drawings of the completed project for final approval. After receiving final approval, supply "3" complete 11 x 17 as -built drawing sets to the Owner. As -built sets printed using high resolution laser printer may be provided on 8-1/2" x 11" drawings. D. Operation and Maintenance Manuals: Submit three copies of operation and maintenance manuals. Include the following: 1. Manufacturer's catalog data and specifications on sensors, transmitters, controllers, control valves, damper actuators, gauges, indicators, terminals, and any miscellaneous components used in the system. 2. An operator's manual which will include detailed instructions for all operations of the system. 3. An operator's reference table listing the addresses of all connected input points and output points. Settings shall be shown where applicable. 4. A programmer's manual which will include all information necessary to perform programming functions. o 5. A language manual which will include a detailed description of the lawguagelimed and all routines used by the system. 6. Flow charts of the overall system configuration. 7. Complete program listing file and parameter listing file for all program -G r �-- 8. A copy of the warranty. =tc-j 9. Operating and maintenance cautions and instructions.�t j ro M 10. Recommended spare parts list. Q� y� w E. As -built drawings and sequence of operation to be provided on back of door cPeach (9mtrol panel for field reference. F. Upon completion of project, DDC Contractor shall adjust and validate all thermostats, controllers, valves, damper operators, relays, instruments and devices provided under this' section in conjunction and coordinated with Section 23 0593 - Testing, Adjusting and Balancing for HVAC. 3.04 TRAINING A. Contractor shall provide to the Design Professional a training class outline prior to any scheduled training. B. Training sessions shall be provided for the Owner's personnel by factory trained control engineers and technicians. Refer to Section 23 0010 - HVAC General Provisions for minimum times. C. The course shall include instruction on specific systems and instructions for operating the installed system to include as a minimum. 1. HVAC System overview. 2. Operation of Control System. 3. Function of each Component 4. System Operating Procedures. 5. Programming Procedures. 6. Maintenance Procedures. INSTRUMENTATION AND CONTROL FOR HVAC 230900-15 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 3.05 WARRANTY A. Warranty: The control system shall be warranted to be free from defects in both material and workmanship for a period of one (1) year of normal use and service, with the exception of control valves with a five (5) year warranty. This warranty shall become effective the date the owner accepts the system. 3.06 SPARES A. Provide one each of the following spare parts: 1 Room Sensor 2. Velocity Sensor 3. Zone Controller Board (one of each type) 4. Local Controller Board (one of each type) END OF SECTION 23 0900 INSTRUMENTATION AND CONTROL FOR HVAC 230900-16 Ln co aq ® =2 S LL W U- M n INSTRUMENTATION AND CONTROL FOR HVAC 230900-16 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 3113 - METAL DUCTS PART 1- GENERAL 1.09 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this Section. 1.02 DESCRIPTION OF WORK A. Provide material, equipment, labor and supervision necessary to fabricate and erect low pressure ductwork as required by the drawings and this section. B. Low pressure ductwork shall apply to the following: 1. Supply: Downstream of terminal units, less than 1" static pressure. 2. Return: Upstream of terminal units, less than 1" static pressure. N O C. High velocity ductwork shall apply to the following: oZIE r C) 1. Supply & Ventilation: Upstream of terminal units, less than 6" stateli4ssM. -+- 2. Return: Downstream of terminal units, less than 6" &6preAure. J' 1.03 DEFINITIONS=� M A. Conditioned Space: An area inside the building which is heated and/or cooledt w B. Tempered Space: an area inside the building which is not directly heated or cooled, but is adjacent to a heated or cooled space with no insulation separating the two spaces (d.g., ceiling plenums). C. Untempered Space: an area inside the building which is not conditioned and is not tempered (e.g., attic spaces). D. Exterior: An area outside the building (e.g., roof mounted items). 1.04 QUALITY ASSURANCE A. Duct and plenum construction, metal gauges, reinforcing, methods of supporting and hanging and other sheet metal work as called for shall be in accordance with the following standards: "SMACNA HVAC Duct Construction Standards", Second Edition 1995, by the Sheet Metal and Air Conditioning Contractors National Association (SMACNA). B. Low pressure ductwork shall conform to the following SMACNA pressure classifications. Refer to plans for ductwork designations. Supply & Relief - Rectangular .......................... 1" positive Supply & Relief— Round..................................2" positive Return & Outdoor- Rectangular ....................... 1" negative Return & Outdoor- Round................................2" negative METAL DUCTS 233113-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. High velocity ductwork shall conform to the following SMACNA pressure classifications. Supply & Ventilation - Rectangular .................... 4" positive Supply & Ventilation - Round .............................4" positive Return - Rectangular._......__.......................4" negative Return - Round .......... _ _ ..........................4" negative D. NFPA Compliance: All liner and covering materials shall have maximum UL Flame Spread Index of 25, and maximum Smoke Developed Index of 50, and shall meet all requirements of NFPA-90A. 1.05 SUBMITTALS A. Shop Drawings 1. Submit 1/4 scale shop fabrication shop drawings. 2. Submit shop drawings of elbows and fittings showing static pressure loss charted for air quantities involved in each. B. Two copies of duct leak testing results. C., Submit weld sample, welding information, and welders' certification for weld stainless steel ductwork. Submittal to include the following information: 1.: Welder name(s): 2. Certification: 3. Metal type and gauge: 4. Joint preparation: 5. , Welding process: 6ur� Equipment utilized: 7,7 FAr specifications: Q8 �' reld gas: �' et 1` CL w L.a Produc a: Submit manufacturer's specifications and installation instructions for each type of J rZhaglC�hinsulation. Submit schedule showing manufacturer's product number, thickness, and f ishr�cessories for each mechanical system requiring insulation. i1t�'aAJ.. CSR NL�FntenatCb Data: Submit maintenance data and replacement material lists for each type of mZhanical insulation. Include this data in maintenance manual. F. Certifications: Submit certifications or other data as necessary to show compliance with these specifications and governing regulations. Include proof of compliance for test of products for fire rating, corrosiveness, and compressive strength. G. Submit product data for kitchen exhaust ductwork. 1.06 REGULATORY REQUIREMENTS A. National Fire Protection Association, NFPA 90A Air Conditioning and Ventilating Systems. B. Underwriter's Laboratories. UL 181: Factory -Made Duct Materials and Air Duct Connections. 1.07 DELIVERY, STORAGE. AND HANDLING A Protect shop -fabricated ductwork, accessories and purchased products from damage during shipping, storage and handling. 1. Stored materials subject to rejection due to damage. METAL DUCTS 233113-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Deliver insulation, coverings, cements, adhesives, and coatings to site in containers with manufacturer's stamp or label, affixed showing fire hazard ratings of products. C. Protect insulation against dirt, water, and chemical and mechanical damage. Do not install damaged insulation; remove from project site. PART 2 - PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. All sheet metal work shall be constructed of prime quality resquared tight coat galvanized steel, except where other type material is specified. Manufacturer's name and U.S. gauge number shall appear on each sheet. B. Duct Lining Materials o i 1. Certain -Teed 50 rr n 2. Owens Corning Fiberglass X---4 w 3. Johns -Manville t�-< 4. PPG �r� �o 5. Knauf � i � rn � 2.02 GALVANIZED STEEL DUCTLOW VELOCITY "cam w WORK— w W A. General: Provide factory -fabricated or shop fabricated duct and fittings. B. Materials: Galvanized sheet steel complying with ANSI/ASTM A527, lockforming quality, with ANSI/ASTM A525, G90 zinc coatings, mill phosphatized. C. Gauge: Comply with code requirements for minimum gauge thickness for various sizes. D. Fittings: 1. Construct branches, bends, and elbows with centerline radius of not less than duct 1.0 times the width (diameter), where space conditions will not permit this radius or where indicated on drawings, square elbows with air turns shall be used. 2. Slopes for transitions or other changes in dimension shall be minimum 1:3. 3. Longitudinal seams shall be Pittsburgh Lock or snaplock equal per SMAC NA. Lateral seams shall be slip drive or standing. Slip seams and sheet metal screws not permitted. 2.03 GALVANIZED STEEL DUCTWORK— HIGH VELOCITY A. Single -Wall Ducts: Spiral -wound, zinc -coated steel with individual formed steel tees and elbows. 1. Single -Wall Round Duct Gauges: Duct Diameter (Inches Upto8 9 to 22 23 to 36 37 to 50 51 to 60 61 and Over Minimum USS Gauge Soiral Lock Seam METAL DUCTS 233113-3 26 24 22 20 18 16 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Single -Wall Oval Duct Gauges, Factory -Made with Spiral Lock Seams: Maximum Width Minimum in Inches USS Gauge Up to 10 24 11 to 20 22 21 to 40 18 41 to 72 16 Reinforcement Longitudinal Centers None 4 foot centers 2 x 2 x 1/8 angle 2.5 foot centers 2 x 2 x 3/16 angle 2 foot centers DE #14006 B. Flexible Ductwork, Insulated: Suitable for -20"F to 220`F temperature range and minimum 12 inches w. c. working pressure. Acceptable Manufacturers: a. Flexmasten Type 3 b. Genflex: HPL (1-1/2" thick insulation) c. Thermafiex: M -KC (1-1/2" thick insulation) 2. Inner Liner: Glass fiber, PVC coating, factory -clinched in cold -rolled galvanized steel spiral, or with spiral wire permanently bonded to fabric, UL listed, complying with NFPA 90. 3. Outer Jacket: 1-112" thick, 3/4 Ib. fibrous glass, with flame -resistant PVC vapor barrier. C. Access Panels: Shall be of same material as ducts in which they are installed, fabricated of two thicknesses of not less than 24 gauge, with 1" thick rigid glass fiber filler. Provide sheet metal frame, air tight gasket equal to United McGill AOBXFDDC. D. Fabrication U') 1. c'j Dioi�tional Change: d� Construct tees, bends. and elbows with radius minimum 1.0 times width of duct —s>' on center line. Ul Ur .-.j 2. r %izre?Change: LJ_ CO rd Ips.. L Po Increase and decrease duct sizes gradually, not exceeding 150, unless otherwise y -- noted on Drawings. 0 N 3. Seams and Joints: In accordance with SMACNA standards. a. Rigidly construct metal ducts with joints mechanically tight, substantially airtight, braced and stiffened so not to breathe, rattle, vibrate or sag. b. Where spiral ductwork is exposed, assemble duct to duct joints with spiral seam following continuous helicoid pattern across joints. 2.04 DUCT SEALING — LOW VELOCITY A. All joints in low pressure duct work shall be sealed with Foster 32-14 or DuctMate ProSeal. Apply and install joint sealer per manufacturer's recommendations. In general, apply to male end of coupling and/or interior of female fitting. After connection, brush sealant over the assembled joint and screws with a 2" to 3" wide band. Sealant shall be allowed to set for 48 hours before any air pressure is put on system. All tie bars, bolts and rivets shall be sealed with the specified sealant. Sealant as manufactured by Minnesota Mining No. 800 or United Sheet Metal will be considered equal. METAL DUCTS 233113-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Alternate Sealing System: Transverse duct joints may be made with the Ductmate System or an approved equal. The installation of the Ductmate System shall be in accordance with the manufacturers printed instruction and installation manuals. The standard Ductmate System joint is the equivalent of a SMACNA "J" connection. The Ductmate-JR System joint is the equivalent of a SMACNA "E" connection. Construction of the duct, such as gauge, reinforcing, etc, shall be as indicated in the addendum to the SMACNA manuals as provided by the manufacturer and as tested by Pittsburgh Testing Laboratory. C Duct Sealing Requirements: SMACNA Seal Class C. 2.05 DUCT SEALING -HIGH VELOCITY A. All joints in low pressure duct work shall be sealed with Foster 32-14 or Ductmate ProSeal. Apply and install joint sealer per manufacturer's recommendations. In general, apply to2gale end of coupling and/or interior of female fitting. After connection, brush sealant cveE;he assembled joint and screws with a 2" to 3" wide band. Sealant shall be allowed to set for 48*3ms twpre amir pressure is put on system. All tie bars, bolts and rivets shall be sealed with tie-s,ppedW d seai Sealant as manufactured by Minnesota Mining No. 800 or United Sheet iG'i' I b&onsfMd equal. "tom rn -ca m B. Alternate Sealing System: w 1. Transverse duct joints may be made with the Ductmate System or an aai equal. 2. The installation of the Ductmate System shall be in accordance with the manufacturer's printed instruction and installation manuals. 3. The standard Ductmate System joint is the equivalent of a SMACNA "J" connection. The Ductmate-JR System joint is the equivalent of a SMACNA "E" connection. Construction of the duct, such as gauge, reinforcing, etc. shall be as indicated in the addendum to the SMACNA manuals as provided by the manufacturer and as tested by Pittsburgh Testing Laboratory. 4. C. Duct Sealing Requirements: SMACNA Seal Class A. 2.06 DUCT LINER A. Lining materials shall be Type 'A' Duct Liner, Certain -Teed Coated Ultralite 150, one and one half (1 1/2) pounds per cubic foot density. B Unless noted otherwise, all ductwork and accessories shall be either lined or covered as scheduled on plans. If type or thickness is not indicated, it shall be 1-1/2" covering. PART 3 - EXECUTION 3.09 INSTALLATION A. Assemble and install ductwork in accordance with recognized industry practices which will achieve airtight and quiet systems, capable of performing each indicated service. Install each run with minimum joints. METAL DUCTS 233113-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Align ductwork accurately at connections and with internal surfaces smooth. 3. Support ducts rigidly with suitable ties, braces, hangers and anchors of type which will hold ducts true -to -shape and prevent buckling and vibration, B. Ducts shall be installed following essentially lines indicated on drawings, install offsets, angles and transitions as may be required to avoid interferences with other work. Maintain full capacity of ducts at offsets, angles and transitions except where drawings indicate use of reducing or increasing transitions. 1. General: Each duct section shall be rigidly supported from structure. Attach hangers to structure with expansion plugs, concrete inserts, beam clamps or other approved means. Rubber in -shear isolators shall be installed in hangers for all ducts in equipment rooms, to prevent vibration transmission to the structure. C. Install hangers and supports in accordance with SMACNA Standards general locations: 1. Install hangers close to transverse joints of main ducts and branches, clinch collar branch connections and the first branch elbows after nested splits. 2. Locate hangers of duct penetrating walls or partitions as though the walls will contribute no support to the duct. 3. Install hangers in pairs on exact opposite sides of duct. 4. Maintain hanger spacing intervals less than, equal to, but not greater than the specified maximums. 5. Install hangers at the midpoint of small and medium size horizontal vaned square elbows. On wide vaned square elbows, install additional hangers at maximum allowable intervals M or less measured along the heel lines of the elbows. a. a 6.? gBeide a set of hangers at the midpoint of small and medium size horizontal radius Cl- ows. Install one or more supplementary hangers, as necessary, along the inside and W �de arcs of large radius elbows of any angle whenever the lengths of these arcs 5x8ed the maximum hanger spacing length for that particular size duct. co lr­eQ Uj 7. W €'amide at least one set of hangers for short duct branches 3 feet or less in length. s G] 8. N Provide each duct riser with a minimum of two supports completely spanning the shaft opening at each floor. One pair of supports may be used to support more than one duct riser, provided that the strength of the supports is increased appropriately and proper additional supplementary steel is used at the extra risers. 9. Support duct risers, located between floors that are more than 15 feet high, at each floor and halfway points between floors. The distance between intermediate supports on very high floors should not exceed 12 feet. Intermediate hangers may be supported from an adjacent wall or hung by rods from supports on the floor above. 10. Provide one or more sets of hangers for equipment in duct runs such as heating coils, heat pumps, etc., as recommended by their manufacturers. D. Locate duct hangers approximately: 2 to 24 inches from flexible connections of fans. 2. 2 to 24 inches from the outlets or flexible connects of VAV control units or mixing boxes, METAL DUCTS 233113-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 3. 12 to 36 inches from the main duct to the first hanger of long branch ducts. 4. 2 to 12 inches from the ends of all branch ducts and linear diffuser plenums. 5. 2 to 24 inches from fire damper breakaway joints. 6. 0 inches to half the duct width plus 2 inches from the vertical centerline of the lower elbow of short vertical offsets made with vaned square elbows. The width refers to the dimension of the elbow in the plane of the turn. 7. 0 inches to half the duct width plus 2 inches from the vertical centerline of the bottom and top elbows of vaned square elbow offsets over 8 feet high. 8. One-eighth of the arc in from the ends of bottom and top radius elbows of vertical offsets longer than 8 feet. Short vertical offsets require hangers at the bottom elbow. Likewise, sloping offsets need at least one set of hangers at their lower radius elbow. 9. 6 to 12 inches from transverse joints of ducts whose lengths are the same as specified hanger intervals. ca 10. 6 to 12 inches from one side of walls or partitions penetrated by ducts. o r A -} I E. Maximum permitted hanger spacing: D :.t W .... 1. Ducts with areas up to 4 square feet may have their hangers spaced upfeef apart _[� ro 2. Ducts with areas 4.1 to 10 square feet may have their hangers space ni tha�6 feet apart. D 3. Ducts with areas over 10 square feet may have their hangers located up to 4 feet F. Provide and install locking manual volume dampers in all duct systems as required for -controlling air volumes to trunk ducts, branch ducts, outlets and inlets. Provide and installadditional volume dampers as required by Testing and Balancing Contractor for balancing of system. - G. Duct sizes shown on drawings are net inside dimensions and sheet metal size shall be increased to allow for duct linings. H. Install as indicated on the drawings all duct mounted equipment as specified in other sections. I. Install eccentric reducers with tops of both duct sizes flush to maintain maximum ceiling space below ducts, J. Openings: 1. Provide in ductwork to accommodate access doors, temperature control components and fire dampers. 2. Install access panels for inspection and servicing of all duct mounted equipment: reheat coils, sound attenuators, motorized dampers, smoke and fire dampers. 3. Provide pitot tube openings for testing of systems, complete with metal cap, with spring device or screw to ensure against air leakage. 4. Where openings are provided in insulated ductwork, install insulation materials inside metal collar. METAL DUCTS 233113-7 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 K. Locate ducts with sufficient space around equipment to allow normal operating and maintenance activities. L. Connections: 1. Connect duct to equipment with flexible fabric, sheet metal clips, screws and washers. 2. At each point where ducts pass through partitions, provide sleeve with space between duct and sleeve packed with insulation and sealed. M. Where ducts pass through fire -rated walls, partitions, floors, and ceilings, seal openings in accordance with Specification Section 23 0500 - Common Work Results for HVAC. 3.02 DUCT LINER APPLICATION A. Apply duct liner with coated or surface designed to be exposed facing the air stream and adhered with 100% coverage of fire retardant adhesive. When width exceeds 12" or height exceeds 24", additionally secure liner with mechanical fasteners spaced 12" maximum centers. Fasteners shall start within 3" of leading edge of traverse joints. Coat all exposed joints and edges of traverse joints with a fire retardant adhesive. B. Duct sizes shown on drawings are net inside dimensions and sheet metal size shall be increased to allow for duct lining. 3.03 ADJUSTING AND CLEANING A. Cleaning: 1., Clean ductwork internally, as it is installed, of dust and debris. LO 2.co Clean external surfaces of foreign substances which might cause corrosive deterioration �.j metal or where ductwork is to be painted. [� M2 B� T&apo�losure: J � "' "- 1. i :P�ds of ducts which are not connected to equipment or air distribution devices at time w �f ctwork installation, provide temporary closure of polyethylene film or other covering LL 4 4@ime connections are to be completed. a _ 3.04 DUCe'LEAKTESTING — HIGH VELOCITY A. Tappable and Fume Hood Exhaust Ducts: 1. Testing shall be done before any exterior insulation is applied. 2. Fume hood and tappable exhaust ducts are intended to be virtually without leakage within the building. 3. Each exhaust system shall be capped at all inlet points and at the point of discharge to atmosphere. Fans, dampers and flexible connections shall be included in the testing. 4. Each duct system shall be pressurized to 7 inch water column and shall exhibit a leakage rate of less than 4 cfm regardless of system size or design flow rate. 5. Where several ducts discharge into a large collection duct, the collection duct and each individual exhaust duct may be treated as separate duct systems. METAL DUCTS 233113-8 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. HVAC Supply and Exhaust Ducts: The system shall be leak tested at the design operating pressure with a total leakage not to exceed 2% of the total design cfm for the system. 2. Carefully seal off all openings (except one for connecting the test equipment) to the riser or run -out section to be tested. 3. Follow the recommendations of the manufacturer of the duct seal to allow for adequate cure time for sealer. 4. Connect test blower, calibrated orifice tube and manometers to the system in accordance with the test equipment manufacturer's recommendations. 5. When the specified test pressure is reached, allow the blower to run for one minute to make sure that the pressure is stabilized. 6. When the pressure is holding steady, measure the air flowing through the orifice tube assembly. 3.05 DUCTWORKAPPLICATION SCHEDULE- LOW VELOCITY AIR SYSTEM HVAC Supply, Return General Exhaust MATERIAL Steel, Galvanized 3.06 DUCTWORKAPPLICATION SCHEDULE- HIGH VELOCITY AIR SYSTEM HVAC Supply, Return and General Exhaust END OF SECTION 23 3113 MATERIAL Steel, Galvanized METAL DUCTS 233113-9 N GS oS2 r m D__4 C-) -< crn � W �.. w ca CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 23 7400 - PACKAGED OUTDOOR HVAC EQUIPMENT PART 1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 23 0010 - HVAC General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of packaged outdoor HVAC equipment work required by this section is indicated on drawings and schedules, and by requirements of this section. Types of rooftop heating and cooling units specified in this section include the following: Packaged rooftop units. C. Refer to Division -26 sections for the following work, not work of this section. 1. Power supply wiring from power source to power connection on packaged outdoor HVAC equipment. Include required electrical devices except where specified as furnished, or factory -installed by manufacturer. o t D. Refer to other Division -23 sections for ductwork required external to rooftop @R#pg cMling a for installation; not work of this section. Dco r> -C cis �-- 1.03 QUALITY ASSURANCE m A. Regulatory Requirements:c�� Q 1, ARI Compliance: Provide capacity ratings for packaged outdoor k1AC egoipment in accordance with ARI standard 360 "Standard for Commercial and Indusfeal Unitary Air -Conditioning Equipment'. 2. ASHRAE Compliance: Construct refrigerating system of packaged outdoor HVAC equipment in accordance with ASHRAE Standard 15 "Safety Code for Mechanical Refrigeration. 3. ASHRAE Compliance: Provide Energy Efficiency Ratio (EER) of packaged outdoor HVAC equipment not less than prescribed by ASHRAE 90A "Energy Conservation in New Building Design". 4. UL Compliance: Provide packaged outdoor HVAC equipment which are listed by UL and have UL label affixed. 5. AGA Compliance: Construct gas-fired furnace sections in accordance with AGA safety standards, and provide AGA label. B. Warranty: 1. Provide one year warranty on all parts except compressor. 2. Provide five year warranty on compressor. PACKAGED OUTDOOR HVAC EQUIPMENT 237400-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.04 SUBMITTALS A, Product Data: Submit manufacturer's equipment specifications, equipment capacities, ratings and selection points, fan curves with selection points clearly indicated and installation and start-up instructions. B. Shop Drawings: Submit manufacturer's assembly type shop drawings indicating dimensions, weight loadings, required clearances and method of assembly of components. C. Wiring Diagrams: Submit manufacturer's electrical requirements for power supply wiring to packaged heating and cooling equipment including control and thermostat wiring. Submit manufacturer's ladder -type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factory installed and portions to be field installed. 1.05 PRODUCT DELIVERY, STORAGE AND HANDLING A. Handle packaged outdoor HVAC equipment and components carefully to prevent damage, breaking. denting; and scoring. Do not install damaged packaged outdoor HVAC equipment or components; replacewith new. B. Store packaged outdoor HVAC equipment and components in clean dry place. Protect from weather, dirt, fumes, water, construction debris, and physical damage. C. Comply with manufacturer's rigging and installation instructions for unloading packaged outdoor HVAC equipment and moving them to final location. PART2 PRODUCTS r 2.0,1, ACCEPTABLE MANUFACTURERS _ M A0 PWgedd RoftoldUnits X = LLJ 1. a tluay Group, McQuay-Perfex, Inc. 2. Co, The 3. 1 4. m He4%son Controls LL 5. ttj EiWer 2.02 ROCj�OP UNITS, 7-1/2 to 17-1/2 TONS A. General: Provide factory -assembled and tested rooftop units as indicated, designed for roof or slab mounting, consisting of compressors, condensers. evaporator coils, condenser and evaporator fans, refrigeration, electric heat coils and temperature controls, filters, and dampers. Provide capacities and electrical characteristics as scheduled. B. Casing. Provide manufacturer's standard casing construction, corrosion protection coating, and exterior finish. Provide removable panels and/or access doors for inspection and access to internal parts. Insulate casing with 112" thick minimum thermal insulation. Provide knockouts for electrical and piping connections. Provide condensate drain connection. C. Evaporator Fans: Provide forward -curved, centrifugal, belt -driven fans with adjustable sheaves and permanently lubricated motor bearings. Alternatively, provide backward -curved, direct drive plenum fan. Fan motors shall be inverter duty rated for use with variable speed drives. D. Condenser Fans: Provide propeller -type, direct -driven fans with permanently lubricated bearings PACKAGED OUTDOOR HVAC EQUIPMENT 237400-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 E. Coils: For Evaporator and condenser, provide non-ferrous construction with aluminum plate fins mechanically bonded to seamless copper tubes; with brazed tubing joints. Compressors: Provide serviceable, semi -hermetic or fully hermetic compressors, in accordance with manufacturer's published technical data. Provide vibration isolators and crankcase heaters which de -energize during compressor operation. G. Safety Controls: provide the following controls, each designed for manual reset: 1. Low pressure cutout. 2. High pressure cutout. 3. Compressor motor overload protection. Heating Coils: Provide non-ferrous construction with aluminum plate fins mechanically bonded to seamless copper tubes; with brazed tubing joints. Economizer Control: Provide economizer control consisting of return and outside air dampers, outside air filter, power exhaust damper, fully modulating electric control system with dry bulb control to automatically use outdoor air for free cooling when outdoor air temperature is below 550 (adjustable). J. Accessories: Provide the following accessories as indicated and/or scheduled. 1. Roof Curb: Provide new adapter curbs to match existing roof penetrations. ro Tpordinate requirements with General Contractor. CD rn —n D.� W PART 3 - EXECUTION c')-4 r cit 3.01 INSPECTION ;Crn -D M A. Examine areas and conditions under which rooftop heating and cooling units im:* bogihstall Do not proceed with work until unsatisfactory conditions have been cor;kted iwmanner acceptable to Installer. r' 3.02 INSTALLATION OF ROOFTOP HEATING AND COOLING UNITS A. General: Install rooftop heating and cooling units in accordance with manufacturers installation instructions. Install units plumb and level, firmly anchored in locations indicated and maintain manufacturer's recommended clearances. B. Support: Install units on roof curb, in accordance with National Roofing Contractor's Association (NRCA) installation recommendations. C. Controls: Install devices furnished by manufacturer but not specified to be factorymounted. Furnish copy of manufacturer's wiring diagram submittal to Electrical Contractor for power wiring only. 1. Verify that wiring installation is in accordance with manufacturer's submittal and installation requirements of Division -26 sections. Do not proceed with equipment start-up until wiring installation is acceptable to equipment installer. D. Ductwork: Refer to Division 23, Section 23 3113 - Metal Ducts. Connect supply and return ducts to unit with flexible duct connections. Provide transitions to exactly match unit duct connection size. Gas Piping: Refer to Division 22, Section 22 1516 - Facility Natural Gas Piping. Connect gas piping to unit gas train with shutoff cock and drip leg. PACKAGED OUTDOOR HVAC EQUIPMENT 237400-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 F. Hot Water Piping. Refer to Division 23, Section 23 2113 - Hydronic Piping, Section 23 2500 - HVAC Water Treatment. Connect hot water supply and return piping to unit. Provide flexible pipe connectors in rise to rooftop unit. G. Start-up rooftop heating and cooling units in accordance with manufacturer's start-up instructions. Test controls and demonstrate compliance with requirements. Replace damaged or malfunctioning controls and equipment. Balancing of unit systems is specified in Division 23, Section 23 0593 - Testing, Adjusting and Balancing for HVAC; not work of this section. H. Provide traps on condensate drains with a seal depth equal to unit total static pressure plus 112". 3.03 GROUNDINGS A. Provide positive equipment ground for rooftop heating and cooling unit components. 3.04 TRAINING OF OWNER'S PERSONNEL A. Provide services of manufacturer's technical representative to instruct Owner's personnel in operation and maintenance of rooftop heating and cooling units. 1-. Schedule training with Owner, provide at least 7 -day notice to Contractor and Owner of training date. .3.05 SPARE PARTS A. General: Furnish to Owner, with receipt, the following spare parts for each packaged heating and coaling unit: 1. One set of matched fan belts for each belt driven fan. 2. One set filters for each unit. END OF SECTION 23 7400 PACKAGED OUTDOOR HVAC EQUIPMENT 237400-4 co � -Kc 'Y �O W r8 � U_ U CDP N PACKAGED OUTDOOR HVAC EQUIPMENT 237400-4 Division 26 Electrical Division 2 V N Q S2 gn p �... � r <r rn -0 M Division 2 V CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0010 - ELECTRICAL GENERAL PROVISIONS PART1- GENERAL 1.01 RELATED DOCUMENTS A. Refer to Division 00 - Procurement and Contracting Requirements and Division 01 - General Requirements, which all apply to work under this section. 1.02 DESCRIPTION OF WORK A. Work shall include furnishing of all systems, equipment and material specified in this division and as called for on the electrical drawings, to include supervision, operations, methods and labor for the fabrication, installation, start-up and tests for the complete electrical installation. B. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. C. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 1.03 CODES AND STANDARDS A. All work shall be done in accordance with the applicable portion of the following codes and standards: 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Contractor shall comply with the rules and regulations of the local utility companies. He shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Meters for incoming services shall be selected based on the project requirements. Any questions concerning this shall be referred to Design Professional prior to bidding. Contractor shall provide the appropriate meter and associated materials if not furnished by the utility company. C. Secure all required permits and pay for all inspections, licenses and fees required in connection with the electrical work including State of Iowa Electrical Inspections. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility, ELECTRICAL GENERAL PROVISIONS 260010-1 N q 1. National Electrical Code o r 2. National Fire Protection Association n ^n g 3. National Electrical Manufacturers Association ca 4. Standards of Institute of Electrical and Electronic Engineers , r cn 5. International Building Coders 6. Occupational Safety and Health Act r -0 m 7. Iowa Administrative Code 8. NECA Standardsx 9. Americans With Disabilities Act (ADA) w B. All Contractors shall familiarize themselves with all codes and standards applicable to'their work and shall notify Design Professional of any discrepancies between the design and applicable code requirements so that any conflicts can be resolved. Where two or more codes or'standards are in conflict, that requiring the highest order of workmanship shall take precedence, but such questions shall be referred to Design Professional for final decision. 1.04 REQUIREMENTS & FEES OF REGULATORY AGENCIES A. Contractor shall comply with the rules and regulations of the local utility companies. He shall check with each utility company providing service to this project and determine or verify their requirements regarding incoming services. B. Meters for incoming services shall be selected based on the project requirements. Any questions concerning this shall be referred to Design Professional prior to bidding. Contractor shall provide the appropriate meter and associated materials if not furnished by the utility company. C. Secure all required permits and pay for all inspections, licenses and fees required in connection with the electrical work including State of Iowa Electrical Inspections. Contractor shall post all bonds and obtain all licenses required by the State, City, County and Utility, ELECTRICAL GENERAL PROVISIONS 260010-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. Contractor shall make all arrangements with each utility company and pay all service charges associated with new service. 1.05 ELECTRICAL DRAWINGS A. The electrical drawings indicate in general the building arrangement only. Contractor shall examine construction drawings to become familiar with the specific type of building construction, i.e. type of structural system, floors, walls, ceilings, room finishes and elevations. B. Drawings for the electrical work are in part diagrammatic, and are intended to convey the scope of the work and to indicate in general the location of equipment. C. Contractor shall layout his own work and shall be responsible for determining the exact locations for equipment and rough -ins and the exact routing of conduits and raceway so as to best fit the layout of the work. D. Contractor shall take his own field measurements for verifying locations and dimensions; scaling of the drawings will not be sufficient for laying out the work. E. Because of the scale of the drawings, certain basic items such as couplings, pull or splice boxes may not be shown, but where such items are required by code or by other sections of the specifications or where they are required for proper installation of the work, such items shall be furnished and installed. 1.06 ACTIVE SERVICES A. Oontractor shall be responsible for verifying exact locations of all existing services prior to beginning work in that area. Cl) -e BOE tint Bffve services, i.e., water, gas, sewer, electric, when encountered, shall be protected agpnst(n age. Do not prevent or disturb operation of active services which are to remain. 0- r' C J VV,%n alllte services are encountered which require relocation, Contractor shall make request to _ authorit es(iith jurisdiction for determination of procedures. D ere 01 ng services are to be abandoned, they shall be terminated in conformance with I . Wh re i+iremen'ts of the authorities having jurisdiction. N 1.07 SITE INSPECTION A. Contractor shall inspect the site prior to submitting bid for work to familiarize himself with the conditions of the site which will affect his work and shall verify points of connection with utilities, routing of outside conduit to include required clearances from any existing structures, trees or other obstacles. B. Extra payment will not be allowed for changes in the work required because of Contractor's failure to make this inspection. 1.08 COORDINATION AND COOPERATION A. It shall be Contractor's responsibility to schedule and coordinate his work with the schedule of the General Contractor so as to progress the work expeditiously, and to avoid unnecessary delays. ELECTRICAL GENERAL PROVISIONS 260010-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Contractor shall fully examine the drawings and specifications for other trades and shall coordinate the installation of his work with the work of the other contractors. Contractor shall consult and cooperate with the other contractors for determining space requirements and for determining that adequate clearance is allowed with respect to his equipment, other equipment and the building. The Design Professional reserves the right to determine space priority of the contractors in the event of interference between piping, conduit, ducts and equipment of the various contractors. C. Conflicts between the drawings and the specifications or between the requirements set forth for the various contractors shall be called to the attention of the Design Professional. If clarification is not asked for prior to the taking of bids, it will be assumed that none is required and that the Contractor is in agreement with the drawings and specifications as issued. If clarification is required after the contract is awarded, such clarification will be made by the Design Professional and his decision will be final. D. Special care shall be taken for protection for all equipment. All equipment and material shall be completely protected from weather elements, painting, plaster, etc., until the project is substantially completed. Damage from rust, paint, scratches, etc., shall be repaired as required to restore equipment to original condition. Protection of all equipment during the painting of the building shall be the responsibility of the Painting Contractor, but this shall not relieve Contractor of the responsibility for checking to assure that adequate protection is being provided. Refer to Division 09 for painting protection. F. Where the final installation or connection of equipment in the building requires the contractor to work in areas previously finished by the General Contractor, the Electrical Contractor shall be responsible that such areas are protected and are not marred, soiled or otherwise imaged during the course of such work. Electrical Contractor shall arrange with the Geral C5mtractor for patching and refinishing of such areas which may be damaged in this respeggri ` `n n 1.09 OPENINGS, CUTTING AND PATCHING c7 -C =ii cn F A. Refer to Division 1 for additional cutting and patching information.< r M .->, rn B. Conduits and sleeves passing through all fire or smoke rated floors, roofs, wkt?"°and �artitidrvs' shall be provided with firestopping. Space between wall/floor and conduit Srr sIeevWshall be sealed with UL listed intumescent fire barrier material equivalent to rating of'wall/floes Where conduit or sleeves pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. C. Existing Structure: 1. Contractor shall provide cutting, lintels and patching, and patch painting in the existing structure, as required for the installation of his work, and shall furnish lintels and supports as required for openings. 2. Cutting of structural support members will not be permitted without prior approval of the Design Professional. Extent of cutting shall be minimized, use core drills, power saws or other machines which will provide neat, minimum openings. 3. Patching shall match adjacent materials and surfaces and shall be performed by craftsmen skilled in the respective craft required. E. Conduits and wireways passing through all fire or smoke rated floors, roofs, walls, and partitions shall be provided with firestopping. Space between wall/floor and conduits, sleeves and/or wireways, shall be sealed with UL listed intumescent fire barrier material equivalent to rating of wall/floor. Where conduits, sleeves and/or wireways pass through floors, roofs, walls and partitions that are not fire or smoke rated, penetrations shall be sealed with grout or caulk. ELECTRICAL GENERAL PROVISIONS 260010-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.10 MATERIALS AND EQUIPMENT A. All materials and equipment shall be the standard product of a reputable U.S.A. manufacturer regularly engaged in the manufacture of the specified item unless authorized in writing by Design Professional. Where more than one unit is required of the same system, they shall be furnished by the same manufacturer except where specified otherwise. B. All material and equipment shall be installed in strict accordance with the manufacturer's recommendations. C. The equipment specifications cannot deal individually with any minute items such as parts, controls, devices, etc., which may be required to produce the equipment performance and function as specified, or as required to meet the equipment guarantees. Such items when required shall be furnished as part of the equipment, whether or not specifically called for. 1.11 SHOP DRAWINGS A. Contractor shall furnish, to the Design Professional, complete sets of shop drawings and other submittal data. Contractor shall review and sign shop drawings before submittal. B. Shop drawings shall be bound into sets and cover related items for a complete system as much as practical and shall be identified with symbols or "plan marks" used on drawings. Incomplete, piecemeal or unbound submittals will be rejected. C. Submittals required by the various sections of the Project Manual include, but are not necessarily limited to those identified in the submittal schedule below. D. Air award of contract, the contractor shall provide a completed submittal schedule including 26 2816closed :dates thatthe submittals will be to the Design Professional for review. X . � X X %mmi q�ired Information on the following items: Fuses X Lr) V= CERTIFICATE X 'co E— OF SYSTEM OTHER ,{ fPPEC LJ V DETAIL PROD INSTALL O & M DEMON- (SEE SECTICN. EQUi$MENT DWGS DATA SAMPLES METHODS MANUAL STRATTON NOTES) 26 2816closed Switches 8 Circuit Breakers X X X X Fuses X X Overload Relays NOTES: Design Professional will review shop drawings solely to assist contractors in correctly interpreting the plans and specifications. G. Contract requirements cannot be changed by shop drawings which differ from contract drawings and specifications. ELECTRICAL GENERAL PROVISIONS 260010-4 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.12 OPERATION AND MAINTENANCE MANUALS 13 Q DE #14006 Operation and maintenance manuals shall be submitted to the Design Professional in duplicate upon completion of the job. Manuals shall be bound in a three ring hard -backed binder. Front cover and spine of each binder shall have the following lettering done: OPERATION AND MAINTENANCE MANUAL FOR ELECTRICAL SYSTEMS (PROJECT NAME) (LOCATION) (DATE) SUBMITTED BY (NAME AND ADDRESS OF CONTRACTOR) Provide a master index at the beginning indexes for sections of manual. Each equipment furnished under this contract: of manual showing items included. Use plastic tab section shall contain the following information for 1. Equipment and system warranties and guarantees. 2. Installation instructions. 3. Operating instructions. 4. Maintenance instructions. 5. Spare parts identification and ordering list. 6. Local service organization, address, contact and phone number. 7. Shop drawings with reviewed stamp of Design Professional and included, if applicable, along with the items listed above. C. Items to be included shall be those listed in shop drawing section. 1.13 TESTS AND DEMONSTRATIONS A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. ' Contractor shall test the electrical grounding system resistance in accordance with Specification Section 26 0526 — Grounding and Bonding for Electrical Systems and submit a report to Design Professional stating the results. ELECTRICAL GENERAL PROVISIONS 260010-5 0 O C-3 f' 'n D :4 ED rn M ;:0 Q.7Z w Q htracta shall be C C. Items to be included shall be those listed in shop drawing section. 1.13 TESTS AND DEMONSTRATIONS A. All systems shall be tested by Contractor and placed in proper working order prior to demonstrating systems to Owner. ' Contractor shall test the electrical grounding system resistance in accordance with Specification Section 26 0526 — Grounding and Bonding for Electrical Systems and submit a report to Design Professional stating the results. ELECTRICAL GENERAL PROVISIONS 260010-5 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 C. Prior to acceptance of the electrical installation, the Contractor shall demonstrate to the Owner, or his designated representatives, all essential features and functions of all systems installed, and shall instruct the Owner in the proper operation and maintenance of such systems. Owner instruction shall be provided for the following systems: Sections I Description IHrs. on Site I Hrs. off Site I Presented By I Others Present lRemarks 1. Perform complete system test at time of instruction. 2. Owner could have up to 5 in attendance. D. Contractor shall submit to the Design Professional a certificate signed by the Owner stating the date, time, and persons instructed and that the instruction has been completed to the Owner's satisfaction. An example of a certificate form is as follows: ELECTRICAL GENERAL PROVISIONS 260010-6 �- M ��o aUj -� 1 E,uJ W F- Li Car 1 O 0 N ELECTRICAL GENERAL PROVISIONS 260010-6 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 CERTIFICATE OF SYSTEM DEMONSTRATION This document is to certify that the contractor has demonstrated the hereafter listed systems to the Owner's representatives in accordance with the Contract documents and that the instruction has been completed to the Owner's satisfaction. A. Project: B. System(s): C. Contractor's representatives giving instruction and demonstration: Contractor: NAMES I DATE I HOURS I D. Owner's representatives receiving instruction: ,,--' 7a Acknowledgement of demonstration: Contractor's Representative: signature Owner's Representative: date signature date ELECTRICAL GENERAL PROVISIONS 260010-7 M 0 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.14 SUBSTITUTIONS A. Refer to Divisions 00 and 01. B. Where substitutions are approved, Contractor assumes all responsibility for physical dimensions and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of the substitution. 1.15 ACCEPTABLE MANUFACTURERS A. In most cases, equipment specifications are based on a specific manufacturer's type, style, dimensional data, catalog number, etc. Listed with the base specification, either in the manual or on the plan schedules are acceptable manufacturers approved to bid products of equal quality. These manufacturers are encouraged to submit to Design Professional at least 8 days prior to the bid due date drawings and catalog numbers of products to be bid as equals. Manufacturers, who do not submit prior to bidding, run the risk of having the product rejected at time of shop drawing submittal. Extra costs associated with replacing the rejected product shall be the responsibility of the Contractor and/or the manufacturer. C. If Contractor chooses to use a manufacturer listed as an equal, it shall be his responsibility to assure that the manufacturer has complied with the requirements in 'A' above. Contractor shall assume all responsibility for physical dimensions, operating characteristics, and all other resulting changes. This responsibility extends to cover all extra work necessitated by other trades as a result of using the alternate manufacturer. D Where a model or catalog number is provided, it may not be inclusive of all product requirements. Refer to 'additional requirements provided on the plans or in the specifications as required. Vilarly, there may be additional requirements included in the model or catalog number that are nQ specici;Er Elly stated. These requirements shall also be met. GUWAA A� T#? ere3electrical system including all sub -systems shall be guaranteed against defect in rrj�e6 ed installation for a minimum of one year. Any malfunctions which occur within the ganU�leriod shall be promptly corrected without cost to the Owner. This guarantee shall not li or vo62any manufacturer's express or implied warranties. G N 1.17 CHANGES IN THE WORK A. Refer to Divisions 00 and 01, B. The Owner, without invalidating the Contract, may order changes in the Work within the general scope of the Contract consisting of additions, deletions or other revisions, with the Contract Sum and the Contract Time being adjusted accordingly. All such changes in the Work shall be authorized by Contract Change Order and shall be performed under the applicable conditions of the Contract Documents. C. The cost or credit to the Owner resulting from a change in the Work shall be determined by mutual acceptance of a lump sum properly itemized and supported by sufficient substantial data to permit evaluation. A Change Order in excess of $300.00 shall be submitted with each item listed individually with a material cost and labor unit extension. Overhead and profit, as mutually agreed upon between Owner and Contractor shall be added to material and labor cost figures D. It shall be the responsibility of the contractor before proceeding with any change to satisfy himself that the change has been properly authorized in behalf of the Owner. ELECTRICAL GENERAL PROVISIONS 260010-8 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 1.18 COMPLETION A. Systems, at time of completion, shall be complete, efficiently operating, non -hazardous and ready for normal use by the Owner. B. When all the electrical work is complete Contractor shall thoroughly clean all material and equipment installed as a part of this contract and leave all equipment and material in new condition. C. Contractor shall clean up and remove from the site all debris, excess material and equipment left during the progress of this contract at job completion. 1.19 TEMPORARY UTILITIES A. Refer to Specification Division 1 for specific requirements concerning temporary utilities. END OF SECTION 26 0010 ELECTRICAL GENERAL PROVISIONS 260010-9 N O_ M C-) G =;C-) 1 c ','iu r n 0 GJ.'. CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0500 - COMMON WORK RESULTS FOR ELECTRICAL PART 9 - GENERAL 1.04 RELATED DOCUMENTS A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. This section includes the following: 1. Demolition. PART 2- PRODUCTS 2.01 MATERIALS A All materials removed shall be the property of the removing contractor and shall be removed from the site unless otherwise specified. PART 3 - EXECUTION N 3.01 GENERAL o Ot -�t � A. Demolition shall be accomplished by the proper tools and equipment for the V9Q0 to^ emov2d Personnel shall be experienced and qualified in the type of work to be performe*< r =io cn r- 3.02 3.02 EXAMINATION zfm M A. Verify field measurements and circuiting arrangements are as shown on DrawlkiF. y? > w B. Verify that abandoned wiring and equipment serve only abandoned facilities. w C. Demolition Drawings are based on casual field observation. Report discrepancies to Owner before disturbing existing installation. 3.03 PREPARATION A. Disconnect electrical systems in walls, floors, and ceilings scheduled for removal. B. Provide temporary wiring and connections to maintain existing systems in service during construction, When work must be performed on energized equipment or circuits, use personnel experienced in such operations. C, Existing Electrical Services: Maintain existing system in service. Disable system only to make switchovers and connections. Obtain permission from Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. D. Existing Fire Alarm System: Maintain existing system in service. Disable system only to make switchovers and connections. Notify Owner at least 24 hours before partially or completely disabling system. Minimize outage duration. Make temporary connections to maintain service in areas adjacent to work area. COMMON WORK RESULTS FOR ELECTRICAL 260500-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 3.04 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK A. Demolish and extend existing electrical work under provisions of this Section. B. Remove, relocate, and extend existing installations to accommodate new construction. Extend existing installations using materials and methods as specified. C. Remove abandoned wiring to source of supply. D. Remove exposed abandoned conduit, including abandoned conduit above accessible ceiling finishes. Cut conduit flush with walls and floors, and patch surfaces. E. Disconnect and remove electrical devices and equipment serving utilization equipment that has been removed. F. Repair adjacent construction and finishes damaged during demolition and extension work. G. Maintain access to existing electrical installations which remain active. Modify installation or provide access panel as appropriate. H. Clean and repair existing materials and equipment which remain or are to be reused. 3.05 WORK BY OTHERS A. Unless specifically noted under other contracts, Electrical Contractor shall assume all required , work shall be performed by him. In general, the following will be performed by others: 1. Mechanical Contractor will disconnect all mechanical services and behind finish surfaces, close and cap ends of pipe. 3.06 OWNERS RIGHT OF SALVAGE A. Owner h designate and have salvage rights to any material herein Q Goontr��s °`LL�>" OFgC26 0500 LL w r� 1 O N COMMON WORK RESULTS FOR ELECTRICAL 260500-2 remove pipe back to demolished by the CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0519 - LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES PART 1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Contractor shall furnish all material, tools, labor and supervision necessary to install all wiring systems. B. This section describes the basic materials and methods of installation for general wiring systems of 600 volts and less. Wiring for a higher voltage rating, if required, shall be as specified in other sections or called for on the drawings. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical wire, cable and connectors. N B. UL Compliance: Comply with UL standards pertaining to wire, cable and conne8ers. r C. UL Labels: Provide electrical wires, cables and connectors which have Ate�!- IQted a70 labeled. =icJ D. NEMA/ICEA Compliance: Comply with applicable portions of NEMA/Insulateale-gngin Association standards pertaining to materials, construction and testing of wire ble`�. �M E. ANSI/ASTM: Comply with applicable portions of ANSI/ASTM standards pertai4ng to ci lstruction of wire and cable. F. The materials used for wiring systems shall be the products of a manufacturer regularly engaged in the manufacturing of the specified material. PART 2- PRODUCTS 2.01 WIRE AND CABLE A. C C. All wire and cable for power, lighting, control and signal circuits shall have copper conductors of not less than 98% conductivity and shall be insulated to 600 V. Conductor sizes #10 AWG and smaller shall be solid, conductor sizes #8 AWG and larger shall be stranded. Minimum size conductors shall be #12 AWG for power and lighting. Type of wire and cable for various applications shall be as follows: 1. Type THWN, or XHHW (75 deg. C) - use for branch circuits, panel and equipment feeders in wet and dry locations. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Type THHN, or XHHW (90 deg. C) - use for branch circuits, panel and equipment feeders in dry locations only. Use where lighting branch circuit conductors are routed through fluorescent fixture channels. 3. Type MTW, wet and dry locations - use for low voltage signal and control circuits operating at 25 volts or less. 4. Type OF - use where permitted by other sections or by the drawings for underground burial branch circuits. D. For all vibration type installations (i.e. motors, etc), provide stranded type conductors. 2.02 CONDUCTOR COLOR CODING A. Wiring systems shall be color coded. Conductor insulation shall be colored in sizes up through #8 AWG, conductors #6 AWG and larger shall have black insulation and shall be phase color coded with one-half inch band of colored tape at all junctions and terminations. Colors shall be assigned to each conductor as described below and carried throughout all main and branch circuit distribution. When necessary to use tape, use colored tape on black wire. Do not use colored tape on colored wire. 2771480V. Phase'A' Conductor Brown Plrase'B' Conductor Orange Niase.'C' Conductor Yellow Ne*MtraSeSductor Grey x G%un onductor Green J ui rc� 3 03 CO/OE�S CD A. Ire splices and taps for conductor sizes #8 AWG and smaller, use 3M Co. "Scotchlock" vinyl inTlilated spring connectors, or equal Ideal "wingnut" or Thomas & Betts. Wago wire nuts are also acceptable. B. Connectors for conductors No. 6 and larger shall be of compression or split -bolt types, National Electric, Thomas & Betts, Blackburn or Bumpy mechanical connectors. Fill connector voids with electrical insulation putty, follow with 3-M Scotch tape #33, minimum 2 layers. PART 3- EXECUTION 3.01 PREPARATION A. Wire shall not be installed in the conduit system until the building is enclosed and masonry work is completed. B. Conduit shall be swabbed free of moisture and debris prior to pulling in wiring. Pull mouse through conduits prior to pulling conductors. LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 3.02 INSTALLATION A. All cable for major feeders shall be continuous from origin to termination, unless otherwise indicated. B. Splices in branch circuit wires shall be made only in accessible junction boxes. C. All power feeder cable shall be pulled with the use of approved pulling compound or powder. Compound must not deteriorate conductor or insulation. D. Use pulling means, including fish tape, cable or rope which cannot damage raceway. E. Install exposed cable, parallel and perpendicular to surfaces or exposed structural members and follow surface contours, where possible. F. Keep conductor splices to a minimum. G. The continuity of circuit conductors shall not be dependant on service connections such as lamp holders, receptacles, etc., where the removal of such devices would interrupt the continuity. H. Provide separate green ground conductor throughout entire electrical system. I. All branch circuits shall have dedicated neutrals. 3.03 FIELD QUALITY CONTROL .v c+ `o A. Prior to energizing system, test cable and wire for continuity of circuitry, and atprior qqrt cirei T. Correct malfunctions when detected. B. Subsequent to wire and cable hook-ups, energize circuitry and demon functions n accordance with requirements. ;7n -0 - m END OF SECTION 26 0519 W LOW -VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES 260519-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0526 - GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS PART 1 - GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Extent of grounding work is indicated by drawings and shall comply with NEC. B. Applications of grounding work in this section include the following: 1. Service equipment. 2. Enclosures, 3. Equipment. C. Requirements of this section apply to electrical grounding work specified elsewhere in these specifications. 1.03 QUALITY ASSURANCE c r A. NEC Compliance: Comply with NEC requirements as applicable to materi§!2nd i stallati i of electrical grounding systems, associated equipment and wiring. Provide;*ncffpg progmts which are UL -listed and labeled. —tn r— B. B. UL Compliance: Comply with applicable requirements of UL Standards-tg.Z an[29 pertaining to electrical grounding and bonding. W C. IEEE Compliance: Comply with applicable pertaining to electrical grounding. PART 2- PRODUCTS 2.01 GROUNDING SYSTEMS A. Materials and Components �. requirements of IEEE Standard 12 and 241 1. General: Except as otherwise indicated, provide electrical grounding systems indicated; with assembly of materials, including, but not limited to, cables/wires, connectors, terminals (solderless lugs), grounding rods/electrodes and plate electrodes, bonding jumper braid, surge arresters, and additional accessories needed for complete installation. Where more than one type unit meets indicated requirements, selection is Installer's option. Where materials or components are not indicated, provide products complying with NEC, UL, IEEE, and established industry standards for applications indicated. 2. Raceways: Provide raceways, and electrical boxes and fittings complying with Division 26, Section 26 0533 — Raceway and Boxes for Electrical Systems. 3. Conductors: Unless otherwise indicated, provide electrical grounding conductors for grounding connections matching power supply wiring materials and sized according to NEC. GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 3 - EXECUTION 3.01 INSTALLATION OF ELECTRICAL GROUNDING A. General: Install electrical grounding systems where shown, in accordance with applicable portions of NEC, with NECA's "Standard of Installation", and in accordance with recognized industry practices to ensure that products comply with requirements and serve intended functions. B. Coordinate with other electrical work as necessary to interface installation of electrical grounding system with other work. C. Install clamp -on connectors only on thoroughly cleaned metal contact surfaces, to ensure electrical conductivity and circuit integrity. D. Provide separate green ground conductor throughout entire electrical system sized as required by the NEC. END OF SECTION 26 0526 GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-2 co ,C CD t 0 v< r',or }� -- m F'¢ s d N GROUNDING AND BONDING FOR ELECTRICAL SYSTEMS 260526-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0529 - HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS PART1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide materials, labor and supervision as necessary to provide hangers and supports for conduit, fixtures and equipment. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical supporting devices. B. ANSUNEMA Compliance: Comply with applicable requirements of ANSI/NEMA Std. Pub. No. FB 1, "Fittings and Supports for Conduit and Cable Assemblies". c C. NECA Compliance: Comply with National Electrical Contractors Associ qNs ' andMIMf Installation" pertaining to anchors, fasteners, hangers, supports, and equipm&k.—Mo ou g. n-< D. UL Compliance: Provide electrical components which are UL -listed and labeled cI :<r ^v m PART 2- PRODUCTS Z5�:D 2.01 MANUFACTURED SUPPORTING DEVICES w w A. General: Provide supporting devices; complying with manufacturer's standard materials, design and construction in accordance with published product information, and as required for a complete installation; and as herein specified. Where more than one type of device meets indicated requirements, selection is Installer's option. B. Conduit Cable Supports: Provide cable supports with insulating wedging plug for non -armored type electrical cables in risers; construct for rigid metal conduit; type wire as indicated; construct body of malleable iron casting with hot dip galvanized finish. C. U -Channel Strut Systems: Provide U -channel strut system for supporting electrical equipment, 16-guage hot dip galvanized steel, of types and sizes indicated; construct with 9/16" dia. holes, 8" o.c. on top surface, with standard green finish, and with the following fittings which mate and match with U -channel: 1. Fixture hangers. 2. Channel hangers. 3. End caps. 4. Beam clamps. 5. Wiring stud. 6. Thinwall conduit clamps. 7. Rigid conduit clamps. 8. Conduit hangers. 9. U -bolts. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 D. Manufacturer: Subject to compliance with requirements, provide channel systems of one of the following: 1. B -Line Systems, Inc. 2. Thomas & Betts, Superstrut 3. Unistrut Div., Tyco International 4. Globestrut PART 3 - EXECUTION 3.01 INSTALLATION OF SUPPORTING DEVICES A. Install hangers, anchors, sleeves and seals as Indicated, in accordance with manufacturer's written instructions and with recognized industry practices to insure supporting devices comply with requirements. B. Coordinate with other electrical work, including raceway and wiring work, as necessary to interface installation of supporting devices with other work. C. Conduit hangers and support devices shall be approved type for the method of supporting required. All hangers and supports shall have galvanized finish or other approved corrosion resistance finish. In general, hangers and supports shall be as follows: 1. Where single or multiple run of conduit is routed on surface of structure; use conduit clamps mounted on U -channel strut so as to maintain not less than 1" clearance between conduit and structure. M 2. Why` single run of conduit is suspended from overhead; use split ring conduit clamp �nded by 318" steel drop rod. LU C' 4I 3. , e multiple parallel runs of conduit are suspended from overhead; use split ring J N 1 it clamps uniformly spaced and supported on trapeze hangers fabricated of r Ariz nnel strut, suspended by not less than two steel drop rods. LL 4. Whale circuit voltage is above 600 volts, conduit clamps shall be provided with insulating r bushings of dielectric strength as required, 5. Where conduit is buried in concrete floor topping; anchor conduit to structural floor with one hole jiffy clamps. 6. Maximum hanger and support spacing shall be in accordance with NEC. D. Hangers and supports shall be anchored to structure as follows: 1. Hangers and supports anchored to poured concrete, use malleable iron or steel concrete inserts attached to concrete forms. 2. Hangers or supports anchored to precast concrete. use self -drilling expansion shields. Expansion shields may be used where concrete inserts have been missed or additional support is required in poured concrete. 3. Hanger or supports anchored to structural steel, use beam clamps and/or steel channels as required by structural system. 4. Hangers or supports anchored to metal deck, use spring clips or approved welding pins. Maximum permissible load on each hanger shall not exceed 50 pounds. HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 5. Use toggle bolts or hollow wall fasteners in hollow masonry, plaster, or gypsum board partitions and walls. 6. Use sheet metal screws in sheet metal studs and wood screws in wood construction. E. The following is not permitted: 1. Attaching supports and hangers to piping, ductwork, mechanical equipment, or conduit. 2. Use of powder -actuated anchors. 3. Drilling of structural steel members. F. Where disconnect switches and panels cannot be mounted on wall, provide support racks fabricated of structural steel or U -channel strut. END OF SECTION 26 0529 N 0 © 'n Ci "r1 rn C-)—< W i rn w HANGERS AND SUPPORTS FOR ELECTRICAL SYSTEMS 260529-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 0533 - RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS PARTS- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Q C. A E. Contractor shall furnish all materials, tools labor and supervision necessary to fabricate and install complete conduit systems. Conduit systems shall be provided for all wiring, except where the drawings or other sections of the specifications indicate that certain wiring may be installed in cable trays, surface raceway, underfloor raceway, wireways and/or auxiliary gutters. Types of raceways in this section include the following: 0 1. Electrical metallic tubing. o 2. Flexible metal conduit. C7rn 3. Intermediate metal conduit. cacj r,. 4. Liquid -tight flexible metal conduit. -<y ut 5. Rigid metal conduit. v M M Contractor shall furnish all material, tools, labor and supervision necessary?j:AstagWelect I boxes and fittings as required by drawings and specifications. w CIO Types of electrical boxes and fittings in this section include the following: _ 1. Junction boxes. 2. Pull boxes. 1.03 QUALITY ASSURANCE A. B. C. D. E. F. NEMA Compliance: Comply with applicable requirements of NEMA standards pertaining to raceways. UL Compliance and Labeling: Comply with provisions of UL safety standards pertaining to electrical raceway systems, and provide products and components which have been UL -listed and labeled. NEC Compliance: Comply with requirements as applicable to construction and installation of raceway systems. The materials used in the fabrication of the raceway system shall be products of a manufacturer regularly engaged in the manufacturing of the specified material. NEC compliance: Comply with NEC as applicable to construction and installation of electrical wiring boxes and fittings. UL Compliance: Provide electrical boxes and fittings which have been UL -listed and labeled RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 G. ANSI/NEMA Standards Compliance: Comply with ANSI C 134.1 (NEMA Standards Pub No. OS 1) as applicable to sheet -steel outlet boxes, covers and box supports. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations, for each type of raceway required. B. Shop Drawings: Submit dimensioned drawings of raceway systems showing layout of raceways and fittings. spatial relationships to associated equipment, and adjoining raceways, if any. Show connections to electrical power panels and feeders. C. Product Data: Submit manufacturer's data including specifications, installation instructions and general recommendations for each type of floor box required. Include data substantiating that units comply with requirements. PART 2 - PRODUCTS 2.01 CONDUIT A. General: Provide metal conduit, tubing and fittings of types, grades, sizes and weights (wall thicknesses) for each service indicated. Where types and grades are not indicated, provide proper selection determined by Installer to fulfill wiring requirements, and comply with applicable portions'of NEC for raceways. B. Rigid Conduit: Full weight, threaded, rigid steel conduit, galvanized inside and out by hot dip or elf4ro galvanized process. Additional protection by electrostatically applied baked coating. Thad prfective caps and couplings. Use for all feeders larger than 2 1/2" in size. CUj Injm 29Metal Conduit (IMC): May be used as approved by code where rigid conduit is sp�encifi�xcept shall not be used for conduit buried in earth fill. I >-U Cly Ellwtricia4-Metallic Tubing: Thin wall.. electrically welded cold rolled steel conduit, galvanized inure rac§out by electro galvanized process, Baked clear elastic enamel coating in and out. UW for inRillations in stud walls, masonry walls, above suspended ceilings and where exposed. SM limited to 2 1/2" and smaller. E. Flexible Metal Conduit: Formed of one continuous length of spirally wound electro galvanized steel strip. Use for final connections to all motor operated equipment such as unit heaters. fans, air handling units, pumps, generators, generator enclosures and connections to dry type transformer, connections from junction boxes to lighting fixtures In accessible ceiling, and for wiring within casework and millwork. F. Liquidtight Flexible Metal Conduit: Formed of one continuous length of spirally wound steel strip, with water and oil tight neoprene jacket. Use for final connection to equipment listed in paragraph "D" above when located in wet areas. G. MC cable will not be allowed. 2.02 CONDUIT FITTINGS A. Rigid Conduit Fittings: Threaded, galvanized malleable iron or heavy steel, water and concrete tight. Grounding type nylon insulated bushings for connectors at cabinets, boxes and gutters. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Metallic Tubing Fittings: Compression type galvanized malleable iron or steel, water and concrete tight where exposed to wet locations or imbedded in concrete. Steel set screw type acceptable in all dry location applications. C. Flexible Metal Conduit Fittings: Squeeze or screw type galvanized malleable iron or steel with nylon insulated throats. D. Liquidtight Flexible Conduit Fittings: Galvanized malleable iron or steel, with watertight gaskets, "O" ring and retainer, and nylon insulated throats. E. Condulet Fittings: Exposed conduit fittings shall be condulet type for all sharp turns, tees, etc. F. Observe National Electrical Code requirements for insulated bushings on 1-1/4 inch and larger conduits. Double locknuts and fibre bushings with threads fully engaged are required. 1-1/4 inch and larger EMT connectors, if used, must also accommodate insulated bushings with threads fully engaged. T & B "Insuline" or Appleton insulated throat connectors are acceptable in lieu of separate bushings. G. Provide Sealtite for the last 3' of feeder/circuit for all vibration type equipment (i.e. motors, transformers, etc). N 2.03 WIREWAYS *C-) m A. General: Provide electrical raceways of types, grades, sizes and weight,;ft'��ll tFlrcknessee), number of channels, for each type service indicated. Provide complete a'Re-Mbly!Af ra y including, but not necessarily limited to, couplings, offsets, elbows, expansints, ad t�gt9o hold down straps, end caps, and other components and accessories as d t coe system. Where types and grades are not indicated, provide proper selecti�R det�re min y Installer to fulfill wiring requirements, and comply with applicable provisions NEC fr electrical raceways. c:z 2.04 PULL AND JUNCTION BOXES A. Construction, sizes and installation of pull and junction boxes shall comply with NEC, Article 370. B. Pull and junction boxes not specifically described in NEC, Article 370, shall be fabricated of heavy gauge galvanized steel with screw or hinged covers, and equipped with corrosion resistant screws and hardware. C. Pull and junction boxes for installation in poured concrete floors shall be flush type, cast iron, with watertight gasketed covers. Boxes for installation in floors with tile or carpet floor covering shall have recessed covers to accommodate the floor covering. D. Pull and junction boxes for outdoor installation shall be raintight. PART 3 - EXECUTION 3.09 INSTALLATION OF RACEWAY A. In general, all horizontal runs of branch circuit conduit shall be installed in ceiling plenum. Conduit for convenience outlets, wall mounted fixtures and other wall outlets shall be routed overhead and dropped through wall to the outlet. Branch circuit conduit shall not be installed in concrete floor slabs except where conditions will not permit the conduit to be installed overhead. RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-3 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 B. Generally, all conduit shall be concealed, except in crawl spaces, tunnels, shafts, mechanical equipment rooms, and at connection to surface panels and free standing equipment, and as otherwise noted. C. Exposed conduit and conduit concealed in ceiling space shall be routed in lines parallel to building construction. D. All conduit runs above suspended acoustical ceilings shall be routed so as not to interfere with tile panel removals with 4'0" to 60" flexible conduit drops from an independent junction box, accessible from below the ceiling, to ceiling mounted equipment. E. Minimum size conduit shall be 3/4" trade size except all home runs to panels shall be minimum 1". Where specified size is not called for on drawings or in the specifications, conduit shall be sized per NEC. F. Install the conduit system mechanically and electrically continuous from outlet to outlet and to all cabinets, junction or pull boxes. Conduit shall enter and be secured to all cabinets and boxes in such a manner that all parts of the system will have electrical continuity. G. Installation of PVC conduit shall comply with the NEC with regard to grounding. H. PVC conduit shall not be installed above grade unless noted otherwise. I. Support conduit raceway systems in accordance with requirements as set forth in the National Electric Code. 3.02 INST)4ATION OF BOXES AND FITTINGS A. C) Inst 11 erFw� al boxes and fittings where indicated, complying with manufacturer's written inst tioos applicable requirements of NEC and NECA's "Standard of Installation", and in J comrplian)gjith recognized industry practices to ensure that products fulfill requirements. I rr= B. -- Cogly'na}nystallation of electrical boxes and fittings with wire/cable and raceway installation [,- world Uri a � 3.03 PULL gWD JUNCTION BOX INSTALLATION A. Install pull boxes, junction boxes and auxiliary wiring gutters where indicated on drawings and where required to facilitate installation of the wiring, B. For concealed conduit, install boxes flush with ceiling or wall, with covers accessible and easily removable. Where flush boxes are installed in finish ceilings or walls, provide cover which shall exceed the box face dimensions by a sufficient amount to allow no gap between box and finished material. C. Boxes shall not be located in finished, occupied rooms, without prior approval of Design Professional. END OF SECTION 26 0533 RACEWAYS AND BOXES FOR ELECTRICAL SYSTEMS 260533-4 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 2815 - MOTOR AND SERVICE DISCONNECTS PART 1- GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. In general, disconnect switches are indicated on the drawings, and it shall be the Electrical Contractor's responsibility to furnish and install all disconnect switches for equipment and motors furnished by him, and for equipment and motors furnished by others. 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC as applicable to construction and installation of electrical motor and circuit disconnect switches. N 0 B_ UL Compliance and Labeling: Provide motor and circuit disconnect switch whicloave been UL -listed and labeled. �C"J -" x}� W C. NEMA Compliance: Comply with applicable requirements of NEMA Stds. Pulte KS11. —tc3 cn 1.04 SUBMITTALS.,Cr "a M' A. Product Data: Submit manufacturer's data including specifications, install Piinst&tions""diid general recommendations, for each type of motor and circuit disconnect switc requireAp. E PART 2- PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Subject to compliance with requirements, provide products of one of the following manufacturers: 1. General Electric 2. Square D Co. 3. Cutler Hammer 2.02 DISCONNECTS A. All disconnects shall be heavy duty type unless noted otherwise. Disconnects for fractional horsepower motors larger than 112 horsepower, for integral horsepower motors, and for equipment of similar capacity shall break all ungrounded conductors and shall be quick -make, quick -break with interlocking covers. C. Disconnects installed indoors shall have NEMA 1 enclosures, disconnects installed outdoors or in wet locations shall have raintight NEMA 3R enclosures. D. All disconnects shall be of the fuse type, except where drawings indicate non -fuse type (N.F.). MOTOR AND SERVICE DISCONNECTS 262815-1 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 PART 3- EXECUTION 3.01 INSTALLATION OF MOTOR AND CIRCUIT DISCONNECT SWITCHES A. Install motor and circuit disconnect switches where indicated, complying with manufacturer's written instructions, applicable requirements of NEC, NEMA, and NECA's "Standard of Installation", and in accordance with recognized industry practices to ensure that products fulfill requirements. B. Install disconnect switches used with motor -driven appliances, and motors and controllers within sight of controller position unless otherwise indicated. END OF SECTION 26 2815 MOTOR AND SERVICE DISCONNECTS 262815-2 s Q ch Uj Ln ar_r C.0-- I }U LL M l J F--< U -Z ii y b o N MOTOR AND SERVICE DISCONNECTS 262815-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 SECTION 26 2816 - ENCLOSED SWITCHES AND CIRCUIT BREAKERS PART 1 - GENERAL 1.01 RELATED WORK A. The requirements of Division 00 - Procurement and Contracting Requirements, Division 01 - General Requirements and Section 26 0010 - Electrical General Provisions are applicable to work required of this section. 1.02 DESCRIPTION OF WORK A. Provide circuit breakers, fuses and motor overload relays and install in disconnect switches and motor starters as required for proper overcurrent protection for service feeders, branch feeders, branch circuits, motors, transformers and other equipment requiring protection. B. Overcurrent protection shall be provided for each conductor and all equipment to open the circuit if the current reaches a value that will cause an excessive or dangerous temperature in conductors or conductor insulation. Circuit breakers shall have frame and trip ratings as scheduled on drawings. N d C. Types of overcurrent protective devices in this section include the following: `p r 1. Circuit breakers 2. Fuses 1.03 QUALITY ASSURANCE A. NEC Compliance: Comply with NEC requirements of overcurrent protective devices. D=1 m ---I r) Cn i t ` M om and as applicable to construcf�iyg0 nstallatl000nn W c,7 B. UL Compliance: Comply with applicable requirements of UL 489, "Molded -Case Circuit Breakers and Circuit Breaker Enclosures", and UL 198D, "High -Interrupting- Capacity Class K Fuses". Provide overcurrent protective devices which are UL listed and labeled. C. NEMA Compliance: Comply with applicable requirements of NEMA Std. Pub. Nos. AB 1, AB 2, and SG 3 pertaining to molded -case and low voltage power -type circuit breakers. D. ANSI Compliance: Comply with applicable requirements of ANSI C97.1 pertaining to low voltage cartridge fuses. 1.04 SUBMITTALS A. Product Data: Submit manufacturer's data on overcurrent protective devices, including: amperes, voltages and current ratings, interrupting ratings, current limitations, internal inductive and non -inductive loads, time -current trip characteristic curves, and mounting requirements. PART 2- PRODUCTS A. Manufacturer: Subject to compliance with requirements, provide products of one of the following Circuit Breakers a- General Electric Co. ENCLOSED SWITCHES AND CIRCUIT BREAKERS 262816-1 CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 2. Fuses a. Bussmann Div.; McGraw -Edison Co. b. CEFCO C. Gould Shawmut d. Littelfuse B. All similar products shall be of the same manufacturer. 2.02 CIRCUIT BREAKERS DE #14006 A. General: Except as otherwise indicated, provide circuit breakers and ancillary components, of types, sizes, ratings and electrical characteristics indicated, which comply with manufacturer's standard design, materials, components, and construction in accordance with published product information, and as required for a complete installation. B. Circuit Breakers - Distribution Panelboards: 1.: Molded case circuit breakers shall be rated 15 through 2500 amperes. Breakers covered under this specification may be applied in switchboards, panelboards, motor control centers, combination motor starter, busway plug-in units or individual enclosures. T Molded case circuit breakers shall have overcenter, trip -free, toggle -type operating Cl) echanisms with quick -make, quick -break action and positive handle indication. Two 0 ,�bd three -pole breakers shall be common trip. Each circuit breaker shall have a mSermanent trip unit containing individual thermal and magnetic trip elements in each pole. Lu a- Ld, its shall be constructed to accommodate the supply connection at either end. J r,Jt4perating handles shall assume a center position when tripped. All breakers shall be >.5librated for operation in an ambient temperature of 40 deg. C. A button shall be m F—.�Ecvided on the cover for mechanically tripping the circuit breaker. beakers shall have removable lugs. Lugs shall be UL listed for copper/aluminum conductors. Breakers shall be UL listed for installation of mechanical screw type lugs. 2.03 FUSES A. General: Except as otherwise indicated. provide fuses of types, sizes, ratings, and average time/current and peak let -through current characteristics indicated, which comply with manufacturer's standard design, materials, and construction in accordance with published product information, and with industry standards and configurations. B. Main Service Feeders and Branch Circuits: For switch rating over 600 amperes: Hi -Cap, Type KRP-C with interrupting rating of 200,000 amperes RMS For switch rating 600 amperes or less: Low peak current limiting fuses, Type LPN(S)-R, with interrupting rating of 200;000 amperes RMS. C. Motors Above One (1) Horsepower For fuse rating 600 amperes or less, dual element time delay, Type FRN(S)-R, with interrupting rating of 200;000 amperes RMS. Size fuses per Article 430 of the National Electric Code. D. Motors One (1) Horsepower or Less Single phase 150 volts or less, Fustat fuses for motor running protection sizes_ Single phase or three phase over 150 volts, Fustron fuses for motor running protection, with interrupting rating of 100,000 RMS. Size fuses per Article 430 of the National Electric Code. ENCLOSED SWITCHES AND CIRCUIT BREAKERS 262816-2 CITY OF IOWA CITY DE #14006 CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 E. Fuses for all feeders, branch circuits, motors and other equipment shall be selected in types and ratings in accordance with NEC to provide a coordinated system of overcurrent protection, thus in case of a fault or harmful overload, only the fuses nearest the fault or overload will open. F. Provide one spare set of three (3) of each size and type of fuse used on project. PART 3 - EXECUTION 3.01 INSTALLATION OF OVERCURRENT PROTECTIVE DEVICES A. Install overcurrent protective devices as indicated, in accordance with manufacturer's written instructions and with recognized industry practices to ensure that protective devices comply with requirements. Comply with NEC and NEMA standards for installation of overcurrent protective devices. B. Coordinate with other work, including electrical wiring work, as necessary to interface installation of overcurrent protective devices with other work. END OF SECTION 26 2816 ENCLOSED SWITCHES AND CIRCUIT BREAKERS 262816-3 d r Z ZK ENCLOSED SWITCHES AND CIRCUIT BREAKERS 262816-3 Prepared by. Kumi Morris, Engineering Division of Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 RESOLUTION NO. 14-26 RESOLUTION SETTING A PUBLIC HEARING ON FEBRUARY 18, 2014 ON PLANS, SPECIFICATIONS, FORM OF CONTRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACMENT PROJECT 2014, DIRECTING CITY CLERK TO PUBLISH NOTICE OF SAID HEARING, AND DIRECTING THE CITY ENGINEER TO PLACE SAID PLANS ON FILE FOR PUBLIC INSPECTION. WHEREAS, funds for this project are available in City Hall Other Projects in CIP account # G4707. BE IT RESOLVED BY THE COUNCIL OF THE CITY OF IOWA CITY, IOWA: That a public hearing on the plans, specifications, form of contract, and estimate of cost for the construction of the above-mentioned project is to be held on the 18th day of February, 2014, at 7:00 p.m. in the Emma J. Harvat Hall, City Hall, Iowa City, Iowa, or if said meeting is cancelled, at the next meeting of the City Council thereafter as posted by the City Clerk. 2. That the City Clerk is hereby authorized and directed to publish notice of the public hearing for the above-named project in a newspaper published at least once weekly and having a general circulation in the City, not less than four (4) nor more than twenty (20) days before said hearing. That the copy of the plans, specifications, form of contract, and estimate of cost for the construction of the above-named project is hereby ordered placed on file by the City Engineer in the office of the City Clerk for public inspection. Passed and approved this 6th day of February, 2014. ATTEST )`)��,,_-� x CITY CLERK 9! C� MAYOR _C'-/� S'.1ENGlARCHIT-1\Projects\CITYHA-1\2014CI—i\CITYHA-2\FRONTE-1\Sel Public Hearing Project CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014. doc 2114 Resolution No. 14-26 Page 2 It was moved by Dickens and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: x Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throg-norton NOTICE TO BIDDERS CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 Sealed proposals will be received by the City Clerk of the City of Iowa City, Iowa, before 2:30 P.M. on the 3`d day of March, 2014. Sealed proposals will be opened immediately thereafter by the City Engineer or designee. Bids submitted by fax machine shall not be deemed a "sealed bid" for purposes of this Project, Proposals received after this deadline will be returned to the bidder unopened. Proposals will be acted upon by the City Council at a meeting to be held in the Emma J. Harvat Hall at 7:00 P.M. on the 4th day of March, 2014, or at a special meeting called for that purpose. The Project will involve the following: The removal and replacement of two McQuay rooftop HVAC units serving the first and second level of the Police Department area and serving the second level of the Fire Department. The work will involve provisions to address pressurization issues in the Police and Fire Departments and an installation of an open platform networked digital controls for all new equipment as well as upgrading the controls for all terminal boxes associated with the replaced HVAC units. There will be a recommended pre-bid meeting held on site, at City Hall, starting at 10.30 a . in the Helling Conference room at 410 East Washington Street, on Tuesday, February 25, 2014. All work is to be done in strict compliance with the plans and specifications prepared by Design Engineers, of Cedar Rapids, Iowa, which have heretofore been approved by the City Council, and are on file for public examination in the Office of the City Clerk. Each proposal shall be completed on a form furnished by the City and must be accompanied in a sealed envelope, separate from the one containing the proposal, by a bid bond executed by a corporation authorized to contract as a surety in the State of Iowa, in the sum of 10% of the bid. The bid security shall be made payable to the TREASURER OF THE CITY OF IOWA CITY, IOWA, and shall be forfeited to the City of Iowa City in the event the successful bidder fails to enter into a contract within ten (10) calendar days of the City Council's award of the contract and post bond satisfactory to the City ensuring the faithful performance of the contract and maintenance of said Project, if required, pursuant to the provisions of this notice and the other contract documents. Bid bonds of the lowest two or more bidders may be retained for a period of not to exceed fifteen (15) calendar days following award of the contract, or until rejection is made. Other bid bonds will be returned after the canvass and tabulation of bids is completed and reported to the City Council. The successful bidder will be required to furnish a bond in an amount equal to one hundred percent (100%) of the contract price, said bond to be issued by a responsible surety approved by the City, and shall guarantee the prompt payment of all materials and labor, and also protect and save harmless the City from all claims and damages of any kind caused directly or indirectly by the operation of the contract, and shall also guarantee the maintenance of the improvement for a period of one (1 ) year(s) from and after its com- pletion and formal acceptance by the City Council. The following limitations shall apply to this Project: Specified Completion Date: May 4, 2014 Liquidated Damages: $700.00 per day The plans, specifications and proposed contract documents may be examined at the office of the City Clerk. Copies of said plans and specifications and form of proposal blanks may be secured at Technigraphics, a division of Rapids Reproductions located at 415 Highland Ave, Suite 100, Iowa City, Iowa 52240, Phone :319-354-5950 Fax:319-354-8973 Toll -Free 8DO-779-0093 by bona fide bidders. A $ 25.00 refundable fee is required for each set of plans and specifications provided to bidders or other interested persons. The fee shall be in the form of a check, made payable to Technigraphics. The fee will be returned if the plans are returned in unmarked and reusable condition within 15 days of Council Award. A separate and nonrefundable $10.00 shipping and handling fee will apply to plans that are sent through postal mail. Prospective bidders are advised that the City of Iowa City desires to employ minority contractors and subcontractors on City projects. A listing of minority contractors can be obtained from the Iowa Department of Economic Development at (515) 242-4721 and the Iowa Department of Transportation Contracts Office at (515) 239-1422. Bidders shall list on the Form of Proposal the names of persons, firms, companies or other parties with whom the bidder intends to subcontract. This list shall include the type of work and approximate subcontract amount(s). The Contractor awarded the contract shall submit a list on the Form of Agreement of the proposed subcontractors, together with quantities, unit prices and extended dollar amounts. By virtue of statutory authority, preference must be given to products and provisions grown and coal produced within the State of Iowa, and to Iowa domestic labor, to the extent lawfully required under Iowa Statutes. The Iowa reciprocal resident bidder preference law applies to this Project. The City reserves the right to reject any or all proposals, and also reserves the right to waive technicalities and irregularities. Published upon order of the City Council of Iowa City, Iowa. MARIAN K. KARR, CITY CLERK Pwe n g/m asters/in o t i cetobid d e rs. d o c Prepared by: Kumi Morris, Engineering Division of Public Works, 410 E. Washington St., Iowa City, IA 52240, (3191 RESOLUTION NO. 14-40 RESOLUTION APPROVING PLANS, SPECIFICATIONS, FORM OF CON- TRACT, AND ESTIMATE OF COST FOR THE CONSTRUCTION OF THE CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014, ESTABLISHING AMOUNT OF BID SECURITY TO ACCOMPANY EACH BID, DIRECTING CITY CLERK TO PUBLISH NOTICE TO BIDDERS, AND FIXING TIME AND PLACE FOR RECEIPT OF BIDS. WHEREAS, notice of public hearing on the plans, specifications, form of contract and estimate of cost for the above-named project was published as required by law, and the hearing thereon held; and WHEREAS, funds for this project are available in City Hall Other Projects in CIE account # G4707. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA THAT: The plans, specifications, form of contract and estimate of cost for the above-named project are hereby approved. 2. The amount of bid security to accompany each bid for the construction of the above- named project shall be in the amount of 10% (ten percent) of bid payable to Treasurer, City of Iowa City, Iowa. 3. The City Clerk is hereby authorized and directed to publish notice, not less than 4 and not more than 45 days before the date for filing the bids, for the receipt of bids for the construction of the above-named project in a newspaper published at least once weekly and having a general circulation in the city. 4. Sealed bids for the above-named project are to be received by the City of Iowa City, Iowa, at the Office of the City Clerk, at the City Hall, before 2:30 p.m. on the 3`day of March, 2014. At that time, the bids will he opened by the City Engineer or his designee, and thereupon referred to the City Council of the City of Iowa City, Iowa, for action upon said bids at its next regular meeting, to be held at the Emma J Harvat Hall, City Hall, Iowa City, Iowa, at 7:00 p.m. on the 4th day of March, 2014, or at a special meeting called for that purpose. Passed and approved this 18th day of February, 2014 ATTEST: % X21 ,, J P . u/ CITY CLERK ASR Z -S MAYOR v Approved by City Attorney's Office d�7d/y %%Jvic,Je19\ENGURCI6F1Wmjecls%CITYHA-1@01COI-11CITYHA-PIFRONTE-1Approve Plerm& Specs CIN I TALL POLICE AND FIRE DEPARTMENT HVAC RE PIC EVENT PROJECT 2011 tloc Resolution No. Page 2 It was moved by Dickens and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: the Botchway Dickens Dobyns Hayek Mims Payne Throgmorton Prepared by: Kumi Morris, Engineering Division of Public Works, 410 E. Washington St., Iowa City, IA 52240, (319)356-5044 RESOLUTION NO. 14-57 RESOLUTION AWARDING CONTRACT AND AUTHORIZING THE MAYOR TO SIGN AND THE CITY CLERK TO ATTEST A CONTRACT FOR CONSTRUCTION OF THE CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACMENT PROJECT 2014. WHEREAS, Day Mechanical Systems, Inc, of Cedar Rapids, Iowa, has submitted the lowest responsible bid of $165,800.00 for construction of the above-named project; and WHEREAS, funds for this project are available in City Hall Other Projects in CIP account # G4707. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, Ti 1. The contract for the construction of the above-named project is hereby awarded to Day Mechanical Systems, Inc., subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 2. The Mayor is hereby authorized to sign and the City Clerk to attest the contract for construction of the above-named project, subject to the condition that awardee secure adequate performance and payment bond, insurance certificates, and contract compliance program statements. 3. The City Engineer is authorized to execute change orders as they may become necessary in the construction of the above-named project. Passed and approved this 41' day of March, 2014, n MAYOR ATTEST: Pi �k CITY CIEERK City It was moved by Payne and seconded adopted, and upon roll call there were: AYES: NAYS, ABSENT: X Botchway X Dickens X Dobyns X Hayek X Mims X Payne X Throgmorton -3-3-1 Resolution be SiE1JGWRCHIT-1'PmjeclslCTYHA-1�014CI-1%CITYHA-2V RONTE11HIan A -Award Projmt CITV HALL POLICE AND FILE DEPARTMENT HVAC REPLOCEMENT PROJECT 2019 Jnc 3/14 FORM OF AGREEMENT THIS AGREEMENT is made and entered into by and between the City of Iowa City, Iowa ("City"), and Day Mechanical Systems, Inc. ("Contractor"). Whereas the City has prepared certain plans, specifications, proposal and bid documents dated the 5u' day of February, 2014, for the CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 ("Project"), and Whereas, said plans, specifications, proposal and bid documents accurately and fully describe the terms and conditions upon which the Contractor is willing to perform the Project. NOW, THEREFORE, IT IS AGREED: 1. The City hereby accepts the attached proposal and bid documents of the Contractor for the Project, and for the sums listed therein. 2. This Agreement consists of the following component parts which are incorporated herein by reference: a. Addenda Numbered 1 (one). b. "General Conditions of the Contract for Construction" AIA DOC A201-2007, g. Performance and Payment Bond; h. Reshiction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -0 H 0 as amended; r C. Plans;--- =t� =� r d. Specifications and Supplementary Conditions; r" �m A o=, ;x = G. Notice to Bidders; f. Note to Bidders; C"Q g. Performance and Payment Bond; h. Reshiction on Non -Resident Bidding on Non -Federal -Aid Projects; i. Contract Compliance Program (Anti -Discrimination Requirements); j. Proposal and Bid Documents; and k. This Instrument. The above components are deemed complementary and should be read together. In the event of a discrepancy or inconsistency, the more specific provision shall prevail. AG -0 3. The names of subcontractors approved by City, together with quantities, unit prices, and extended dollar amounts, are shown as "ATTACHMENT A." Payments are to be made to the Contractor In accordance with the Supplementary Conditions. 4. Project to be substantially complete by April 30, 2014 and final completion date is May 4, 2014. Liquidated damages are $861.00 per day. 5. Payments are to be made to the Contractor in accordance with the Supplementary Conditions. 6. The Project base bid submitted by form of proposal is in the amount of: One Hundred Sixty Five Thousand, Eight Hundred dollars and no cents ($165.800.00). 7. DATED on the 0 day of March, 2014. [DATE BASED ON FORMAL COUNCIL MEETING AWARDING CONTRACT BY RESOLUTION NUMBER 14-571. Cit � (Signature) Matthew J. Hayek (Mayor) ATTEST: J 7e- tea% City Clerk AG -1 Contractor �c�, o (Signature)l ,U(5 r 'V,vwy v a --I (Printed name) _yam .a xr Vict:-- f92c'5eD(f,4;=M 2 (Title) (Company Official) Printer's Fee CERTIFICATE OF PUBLICATION STATE OF IOWA, JOHNSON COUNTY, SS' THE IOWA CITY PRESS -CITIZEN being duly sworn, say that I am the legal clerk of the IOWA CITY PRESS -CITIZEN, a newspaper published in said county, and that a notice, a printed copy of which is hereto attached, was published in said paper time(s), on the following d te(s): QL.Q. il,\t ( Legal Clerk Subscribed and sworn to be e e this _zc_ day of Notary Public gii RACHELSHALLA ,,f Commisslon Number 787715 ?0 my commissionFxpirec 12!06!2018 OFFICIAL PUBLICATION NOTICE OF PUBLIC HEARING ON PLANS, SPECIFICATIONS, FORM OF CONTRACT AND ESTIMATED COST FOR CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 IN THE CITY OF IOWA CITY, IOWA TO ALL TAXPAYERS OF THE CIN OF IOWA CIT)', IOWA, AND TO Of HER INTERESTED PERSONS: Public notice is hereby given that the City Council of the City of Iowa City, Iowa, Will conduct a public —hearing on plans, specifications,— form of contract and estimated cost for the construction of the CITY HALL POLICE ANDFIRE HVAC DEPARTMENT REPLACEMENT PROJECT 2014 In said City at 7 p.m. on the 18th day of February, 2014, said meeting to be held in the Emma J. Harvat Hall In City Hall In said City, or if said meeting Is cancelled, at the next meeting of the City Council there- after as posted by the City Clerk. Said plans, specifiCstlons, form of contract and estimated cost are now on file in the office of the City Clerk In City Hall in Iowa City, Iowa, and may be Inspected by any Interested persons. Any interested persons may appear at said meeting of the City Council for the purpose of making objections to and comments con- cerning said plans, specifications, contract or the cost of making said improvement. This notice is given by order of the City Council of the City of Iowa City, Iowa and as provided by law. ovra City -appointed members of boards and commissions must be eligihle electors of the City of Iowa City. The Board meets at the call of the Chairperson. MARIAN K. KARR, CIN CLERK 4 Posovaoer1i` February 11, Printer's Fee $ 1� E -- OFFICIAL PueuCATloid CIFFICAL PuEucod lnnl NOTICE TO BIDDERS cent (10076) of the contract pn( CERTIFICATE OF PUBLICATI CITY HALL POLICE AND FIRE said hold to be issued by a asps DEPARTMENT HVAC side suty reappraped be the CI REPLACEMENT PROJECT 2014 and shall guarantee the prompt pa STATE OF IOWA, Sealed proposals will be received men, of all materials and Ioban a. by the City Clark of the Cily of Iowa also potent and save harmless tl City, Iowa, before 2:50 P.M- on th CFO,( from all claims andd n ges rd day of Nlaoh 2014. Seal d pro- any kind cawed dlr by or Indism, JOHNSON COUNTY, SS: pewit will be opened 6vmednat by th thereafter by the City EnIneer or shall also guarantee tie plaint designee. Bids submitted by fax mance of the lmprovament far THE IOWA CITY PRESS-CITL machine shall not be deemed a period of One (i) } a(s) from ar "sFmPd bid" for purposes of this after Its cam-pletlon and form 1! Project_ Proposals received after acceptance by the City Council. FED•ID#42-0330670 this deadline will be returned to the The folloeving umi "tions shall app bidder unopened_ Proposals earl be to this 1-adect: acted upon by the City Council at e Specified COmplehrm D-te: May meeting to be hold in the Emma J. 2014 I, SSS Harvat Hall at 7x00 R.ibL on the 4th Liquidated Damage_ $700.00 b day of March, 2014, or at a special day meeting called for that purpose. The plana, spects9riom and pre being duly sworn, say that 1; The' Project will involve the follow- posed contract documents ma_y I. ring : examined at the spice MPlans an of the Cl the legal clerk of the IOWA C The removal and replacement of Clark. Copies of said pl two McQuay heated HVAC units specifications end firm of ant an PRESS -CITIZEN, a newspap serving the first and second level blanks may he secured at of the_ Pollee Department area anI Tayrnera ducs, e division of Rapid published in said county, a1 serving the. second level of the Pi re Reproductions located at 41 that a notice, a printed copy Department. The work will Invots, Highland Ave, Suite 100, IowaCh Cprovisions to address pressuriza- Iowa 5:240, Phony 319-354-595 tion issues In the Police and Fire Fax:dlk 15 0973 Toll Rc BOC which is hereto attached, w o parmenls and an installanon of 779-0093 by bona fide hiddee, an open Platform natworked dl A $ 25 00 fief indable tea e require published in said paper contrsls far all new equipacnt as for each set Of Plans and spechlca tlmel on the following date well no upgrading the controls for tions provided to bidders or oths all terminal boxes associated with Interested Persons. Iha fee shall b the replaced HVAC units_ f There will be recommender Ir the form i a �hacF made f ,y pre- able to T chnrhaphes Th fe v' bid macting held on site, at City Hall, be roturreal if thepian r retwn', 'l start lno at 1Or' in mr in the Halling In unm n ed and reusrbls ccrolitle LIN Conference room Of 410 East within 15 days of Council dd,md_ l Washington Street, on Tuesday, separate and nonrefundable $10,0( - 1 - February 25, 2014shipping and handling fee will app, All work Is to be done in strict coil to plans that are sentthough post,, bourn with the plans and speciflca- mail_ Legal Clerk tions prepared by Design Engineers, Prospective bidders are adv, fir of Cedar Rapids, Iowa, which have that the Cut y of lows City desuas d heretofore been approved by the employ mm n contract ... an_ Subscribed and sworn City Council, end are on file far pub subcontractors-ubcontractons on Pill pn i1 F is examination in the Office of the listing ofminority ccnbactkrs teen IDE b�y of tip Cloak obtained from thew Depatmen T' Ye 1110 this j�/ Each proposal shall be completed of Economic.Oaka pm t t (olu Ftz �. A°D. 20 ' f or a form furnished by the City and 242-4721 and file I0.aa D pai rn n must be accompanied in a sealed of Transportation C'ontr2 t Offic, envelope separate from the one ed5)23914containing the proposal, by a bid bidder, shall list an d1e Farm fir < bond executed by a corporation Proposal the names of persons. authorized to contract as a surety in firms, Oompanlea or other parties the State of co,Ioin the sum Of 10a/ with Whom the bidder intends to Notary Public of the bid, The bid secul'ity shall be subcontract This list shall Include made payable to the TREASURER the type of work and epposlmato OFTHE CITY UFIOWA CITY, IOWA, subcontract amount{s), xparA(s RACHEL SHALLA and shall be forfeited to the City of The Contractor awarded the con- s m COf15b159ion N4mber 781 �1�wa City in the avant the successful tract shall suhmit a list on the Form z'Ln° F bidder fails to anter Into a cdadect of Agreement Of the prop, - My Commission Eyp[,,3 p p„sed sub_ rows HfAhin ten (10) calendar days of the contractors, together with quantl- 12106l2016 City Council's "wend of the contract ties, out paces and ahcroed dollar and post bond satisfactory to the amounts_ City ensuring the faithful perfor-By virtue of statutory authority, pref- mance of the contract and mainte- crenae must be given to products nanca of said Project, If required, and positions granm and coal pro- . pursuant to the povlslons of this duced within the State of Iowa, and notice and the other contract docu- to Iowa damesifc labor, R tha extent ments. Bid bonds of the lowest two lam/fully required under Iowa Or more bidders may be etalned for Statutes. The Iowa reciprocal reti- a period of not to exceed fifteen (15) dent bidder preference law apple. calendar daysf011owiag award of the to this Project. contract, or until rejection is made The City reserves the right to Fall ct Other bid bonds will be returned any or ell proposals, end alta after the canvass and tabulation of reserves the right he w toe technl- bids is completed and reported to abilties and 'regularities. the City Council_ Published upon order of the City Th, Successful bidder will ba Council of Iowa Cry Iowa_ required to furnish a bond in an MARIAN K. KAPF., PITY CLERK amount equal to one hundred per - r o� n Febmary 24, 2014 PERFORMANCE AND PAYMENT BOND Bond No. 2177593 Day Mechanical Systems, Inc., of Cedar Rapids, Iowa as (insert the name and address or legal title of the Contractor) Principal, hereinafter called the Contractor and North American Specialty Insurance Company (insert the legal tille of the Surety) , as Surety, hereinafter called the Surety, are held and firmly bound unto the City of Iowa City, Iowa, as obligee, hereinafter called the Owner, in the amount of One Hundred Sixty Five Thousand Eight Hundred Dollars and no cents ($165,800.00). for the payment for which Contractor and Surety hereby bind themselves, their ecutors, administrators, successors and assigns, jointly and severally. oC-) V- um WHEREAS, Contractor has, as of March 4. 2014, entered into arm (date) M written Agreement with Owner for CITY HALL POLICE AND FIRE DEPAP;ftVENi�-' HVAC REPLACEMENT PROJECT 2014; and r=' WHEREAS, the Agreement requires execution of this Performance and Payment Bond, to be completed by Contractor, in accordance with plans and specifications prepared by Neumann Monson Architects, which Agreement is by reference made a part hereof, and the agreed-upon work is hereafter referred to as the Project. NOW, THEREFORE, THE CONDITIONS OF THIS OBLIGATION are such that, if Contractor shall promptly and faithfully perform said Agreement, then the obligation of this bond shall be null and void; otherwise it shall remain in full force and effect until satisfactory completion of the Project. A. The Surety hereby waives notice of any alteration or extension of time made by the Owner. B. Whenever Contractor shall be, and is declared by Owner to be, in default under the Agreement, the Owner having performed Owner's obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 1. Complete the Project in accordance with the terms and conditions of the Agreement, or 2. Obtain a bid or bids for submission to Owner for completing the Project in accordance with the terms and conditions of the Agreement; and upon determina- tion by Owner and Surety of the lowest responsible bidder, arrange for a contract between such bidder and Owner, and make available, as work progresses (even though there may be a default or a succession of defaults under the Agreement or subsequent contracts of completion arranged under this paragraph), sufficient funds to pay the cost of completion, less the balance of the Contract Price, but not exceeding the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by Owner to Contractor under the Agreement, together with any addenda and/or amendments thereto, less the amount properly paid by Owner to Contractor. C. The Contractor and Contractor's Surety shall he obligated to keep the improvements covered by this bond in good repair for a period of one (1) years from the date of formal acceptance of the improvements by the Owner. D. No right of action shall accrue to or for the use of any person, corporation or third party other than the Owner named herein or the heirs, executors, administrators or successors of Owner. IT IS A FURTHER CONDITION OF THIS OBLIGATION that the Principal and Surety, in accordance with provisions of Chapter 573, Code of Iowa, shall pay to all persons, firms or corporations having contracts directly with the Principal, including any of Principal's subcontrac- tors, all claims due them for labor performed or materials furnished in the performance of the Agreement for whose benefit this bond is given. The provisions of Chapter 573, Code of Iowa, are a part of this bond to the same extent as if it were expressly set out herein. 2014 SIGNED AND SEALED THIS 4th IN THE PRESENCE OF: Witness Cindy Bennett "tness 3 3'ki Oi DAY OF March Day Mechanical Systems, Inc. (Principal) V C C - (Title) Noah American Specialty Insurance Compan (Surety) /J "XII J WinneCC c ner (Title) Attorney-in-fact Holmes Murphy & Associates, Inc. P.O. Box 9207 (Street) Des Moines, IA 50306-9207 (City, State, Zip) 15) 223-6800 (Phone) NAS SURETY GROUP NORTH AMERICAN SPECIAGI`Y INSURANCE COMPANY WASIHNGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN RY THESE PRESENT S THAT North American Specialty insurance Company, a corporation duly organized and existing under laws of the State of Hampshire, and having its principal office iu the ('fly ofManchcstcr, New I lannpshire, and Washington international Insurance Company, a corporation organized and existing under the laws of the Slate of New Hampshire and having its principal office in the City of Schaunnbmg, Illinois, each does hcmby make, constitute and appoint: JAY D. FREIERMUTH CRAIG E. HANSEN BRIAN M. DEIMPRLY SHIRLEY S BARTENHACEN CINDY BENNETT, ANNE CROWNER, TIM McCULLOH, S LACY VENN, LACEY CRAMBLIT and DIONE R. YOUNG JOINTLY OR SEVERALLY IIs We and laurful Attomcy(s)-in-Fact, to make, execute, seal and deliver, forand on its behalf and as its act and deed, hands or other writings obligatory in the nature of a bond on bchalfoteach of said Companies, as surely, on contracts afsurelyship its are or nmy be required or permitted by law, regulation, contractor otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority, shall exceed the anouut tlE FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorncy is Is and is signed by facsimile under and by the authority of the following liesolutions adapted by the Boards of Directors of both North American Specialty Insurance Company and Washington international rnsurance Company at meetings duly called and held on the 9" ofMay-2012 "RESOLVED_ that any two of the I residents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or any Assistant Sccrctary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf ]'the Company bonds, uudei vAings and all contracts of surely, and that each or any of tical hereby is maboriced to atestto the execution of any such Power of Attomcy and to attach therein the seal of the Company; and it is F'l1RTI IFR RESOLVED, that the signature of such ollicere and the seat of Company pray be affixed to any such Powerr of Altomcy or to anv ccrliticatc rela[ing therolo by facsimile and any such Pow e -r of Airliner, or ecrnficate bearing such lawimhle signatures m facsimile seal shall be binding upon Tire Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached" oyalnuuMe," \isrPifarrz ,y i% % 2..LOjPrmggTFG ,,oar�aunuom'nran .aa�Np...ONq(7Nhy SEAL ;m= 1873es'::o` Sm„n r. nnam:on, sal n else vrc.:mem anvn,ninp pn lnrernmh,nan,nnirl Col. �`'r` �3EAL�m &Senior vire IFFyedenl onTbrmm nuriavn Specialty losora„ce Company IF ,me Uplllll��syy� By IlaviaNI. Lc) mgVice Conipnny lule,nallee(Fo. mhuryNfM No 1i.ntnP\wnehingmn oro S Vice Plxsiaenf of North Anse, m.m Specialty Insnianre. Conymny IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Comte have caused their official seals to he hereunto affixed, and these presents to be signed by their authorized officers this25th day of C7 Jnnn , )013 "� t7 •� North American Specialty Insurance Company +-.g Washington International insurance Company State of Illinois 'tom 9 7MT County of Cook On this 25th day of January 20 13 , before file, a Notary Public personally appeared Steven P. Andersofi: Senior-` ice Ill t of Washington International Insurance Company and Senior Vice Presidentof North American Specialty Insurance Connpany anPDavid M. Layman . Vice Presidentof Washington International Insurance Company and Vice President orNoth Anhedcan Specialty Insurance Cmpanya personally known to me, who being by are duly sworn. acknowledged that they signed the above Power of Attorney 'IS officers of and acknowledged said instrument to be the voluntary actand deed of their respective companies. Firainissian N), SI ENS y Public, Slam of Illinois Donna D. Sklens, Notary' Public Expires IOAY12015 I, Jeffrey Goldberg the duly elected Assistant Secrelary of North Anhericmn Specialty Insurance Company and Washington International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty insurance Company end Washington International insurance Company, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed fie seals of the Companies this 4th day of March , 20 14 . offs, C.IdbPg, Vice Pres, dm,f& Asne.it Smrelury of W"hFiglanInIc.coonal luamancecomrm,y te North Ameri ca, Speri al ly lieurn Company Tram- 3mmi1 Prepared by: Kumi Morris, Public Works, 410 E. Washington St., Iowa City, IA 52240 (319) 356-5044 RESOLUTION NO. 14-306 RESOLUTION ACCEPTING THE WORK FOR CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 WHEREAS, the Engineering Division has recommended that the work for construction of the City Hall Police and Fire Department HVAC Replacement Project, as included in a contract between the City of Iowa City and Day Mechanical Systems, Inc. of Cedar Rapids, Iowa, dated March 4, 2014, be accepted; and WHEREAS, the Engineer's Report and the performance and payment bond have been filed in the City Clerk's office; and WHEREAS, funds for this project are available in the City Hall Other Projects in CIP account # G4707; and, WHEREAS, the final contract price is $173,136.83 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF IOWA CITY, IOWA, THAT said improvements are hereby accepted by the City of Iowa City, Iowa. Passed and approved this 4th day of November , 20 14 ATTEST: CITY CtERK /ems MAYOR Approved by City Attorney's Office It was moved by Throgmorton and seconded by Mims the Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: X Botchway x Dickens x Dobyns x Hayek x Mims x Payne x Throgmorton S:IENGV RCHIT-11ProiectalCITYHA-11@014CI-lTlH HA-2\POLICE-11C LOSE 0-11Pollce and Fire HVAC Replacement Project with Day Mechanical -accepting project November 4 2014 arc 10114 I' r a 0 0 c 0 T E o_ N O i 0 N L6 O 0 0 E N 0 I 0 N C) 0 0 O J 3 m a, F— i CITY OF IOWA CITY CITY HALL POLICE AND FIRE DEPARTMENT HVAC REPLACEMENT PROJECT 2014 410 E WAS H I N GTO N ST IOWA CITY, IOWA CONSTRUCTION DOCUMENTS ISSUE DATE: 5 FEBRUARY 2014 I hereby certify that this engineering document was prepared by me or under my direct personal supervision and that I am a duly licensed Professional Engineer under the of the St to of Iowa. si OWIGHT CIOP ON 4 sC;HumM ?4-s wig oPtP' Date 136J4 A IO Registration No. 13694 My license renewal date is December 31, 2014. Pages or sheets covered by this seal: T1, HD1.0, 1-11.0, 1-15.0, H5.1 MECHANICAL & ELECTRICAL ENGINEER: DESIGN ENGINEERS 8801 PRAIRIE VIEW LANE SW SUITE 200 CEDAR RAPIDS, IOWA 52404 PHONE: CONTACT: INDEX OF DRAWINGS: T1 HD1.0 H1.0 H5.0 H5.1 319.841.1944 TIM LENTZ (TIML@DESIGNENGINEERS.COM) - MECHANICAL TITLE SHEET HVAC DEMOLITION PLAN HVAC PLAN HVAC SCHEDULE HVAC SCHEDULE S AND DETAILS S AND DETAILS 1 SITE MAP NOT TO SCALE PROJECT NOTES: SCOPE OF WORK: 1. In general, the existing rooftop units, curbs and associated exterior ductwork are to be removed which serve the Police Station and the Fire Station at Iowa City City Hall. New rooftop units, curbs, and associated exterior ductwork are to be provided as specified per plans. Four VAV boxes will be replaced in the Fire Station. 2. It is anticipated that the existing units can be removed and new units can be lifted into location by setting a crane on the west side of the building, on South Gilbert Street, requiring shutting down of the street. 3. Existing roof membrane shall be protected completely from all construction activities and is not intended to be modified in any way except where noted at specific curbs. SCHEDULE OF WORK: 1. Schedule of work is to be coordinated through the Owner's representative and to be performed at the convenience of the Owner. In general, all work at site shall be limited in duration. The facility will be occupied by the Owner during the work period. Timing for shutdown to be coordinated through the Owner's representative a minimum of 10 days in advance, and shall be dependent on actual weather conditions: a. Substantial completion shall be no later than 27 May 2014. b. Final completion shall be no later than 03 June 2014. 2. Shutdown of existing rooftop units shall be for a single period of no more than 5 consecutive days. Shutdown period may take place between 06 May 2014 and 27 May 2014, final approval of shutdown period to be coordinated with Owners representative. a. Suggested schedule for shutdown • Day 1: Set crane, demo old units, ductwork, and roof curbs, place roof curbs / roofing materials / ducts on roof, remove crane • Day 2: Set new roof curbs, patch roofing as required, extend ducts to new unit location • Day 3: Set crane, set new rooftop units including electrical service, hot water connection, and ductwork, remove crane • Day 4: Start up new units • Day 5: Flex day b. Contractor to perform work inside the building prior to or during the rooftop unit shutdown period. C. Contractor to have all required materials onsite prior to commencing work. d. Work inside or on roof shall be continuous once started. u7 Q J Q p N 0 W Y Q W z 0 r, 0 f w O �� :� Up I Ir LU N Q � �U >- L,,p C� L' F- aL.L 00LU w 0 Q Z , L:ELU n LL. <C w O Lu H 0_ LLB C.) / `TZ a (W N Z 0 _ < U Uja U it �W z 4 I: U z U JOB NO. 14006 SHEET OT 1 E 0 M W 0 0 f 0 3 0 LEVEL ONE PLAN SCALE: 1 /8" = 1 All -d 2 TERMINAL AIR BOX, HD-1 V \ HUMIDIFIER, HD-7 DUCTS, HD-1 TYPICAL RTU, HD-2, ED-1 N iN 2436 ACCESS DOOR IN HARD CEILING TERMINAL AIR BOX J VAV-2-1, HD-8 DUCTS, HD-1 TYPICAL 2436 ACCESS DOOR IN HARD CEILING LEVEL TWO / ROOF PLAN SCALE: 1 /8" = 1'-0" TERMNAL AIR BOX, iD-1 TERMINAL AIR BOX VAV-2-2, HD-8 CONDENSING UNIT, t 111 FEB -5 F 3 27 TERMINAL AIR BOX VAV-2-4, HD-8 RTU, HD-1 ACT AIR BOX DEMOUTIOW KEY TO BE FEMOVED/FEVIB® TO FEMAN —nj---- SINGLE LINE SINGLE LINE LC777 DOUBLE LINE DOUBLE LINE EQUIPMENT EQUIPMENT GENERAL HVAC DEMOLITION NOTES: 1. Refer to demolition key for items to be removed versus items to remain. 2. All penetrations to be patched and fire stopped to match the fire rating of the surrounding structure. Refer to architectural plans for required fire ratings. Coordinate patching and fire stopping requirements of existing structure with General Contractor. 3. Where ductwork or piping through a floor or a wall is removed, patch all remaining holes to match existing. 4. All asbestos to be abated under a separate contract. 5. Notify the owner's representative prior to creating any smoke, heat, moisture, vapors or dust around any fire alarm equipment. 6. Shut down of existing water, steam, condensate, natural gas or other systems to be requested through Owner's representative a minimum of seven working days prior to shutdown. Actual shutdown to be scheduled at Owner's convenience. 7. Contractor to be responsible for the removal and replacement of all existing ceilings outside of the new project area as needed for associated work. 8. Schedule for all work impacting adjacent occupied areas shall be coordinated with the Owner's representative. Work to be performed in a manner that minimizes the interruptions and inconvenience to the Owner's occupancy of these spaces. 9. For all work required above existing ceilings to remain, Contractor is responsible for removal and replacement of all ceiling tile as required to accomplish work. Refer architectural reflected ceiling plans for types and extent of both existing and new ceilings throughout project. HVAC DEMOLITION NOTES: HD-1 Existing to remain. HD-2 Remove rooftop unit serving police station area completely. Disconnect hot water heating piping to below ceiling in apparatus bay and cap, including removal of pneumatic hot water preheat coil control valve. Remove pneumatic controls tubing back to main and cap. Disconnect electrical service to unit for reconnection to new unit. Remove roof curb entirely. Remove supply and return ductwork associated with unit. HD-3 Remove rooftop unit serving fire station area completely. Disconnect hot water heating piping to below ceiling in apparatus bay and cap, including removal of pneumatic hot water preheat coil control valve. Remove pneumatic controls tubing back to main and cap. Remove roof curb entirely. Remove supply and return ductwork associated with unit. HD-4 Remove rooftop unit outdoor air intake ducts completely, including all support stands. HD-5 Remove condensate drain from rooftop unit which extends to nearest roof drain. HD-6 Remove pneumatic hot water reheat coil control valve, damper actuator, room temperature sensor, and any other pneumatic controls associated with terminal unit. Remove pneumatic controls tubing back to main and cap. HD-7 Humidifier shall remain as is, but dispersion tubes shall be removed from ductwork for reinstallation under new work. HD-8 Remove existing VAV completely. Remove pneumatic controls tubing back to main and cap. Leave associated ductwork for reconnection to new VAV. ELECTRICAL DEMOLITION NOTES: ED-1 Disconnect power and remove disconnect from unit. Existing raceway and wiring shall be reused in new work. ED-2 Disconnect power and remove disconnect from unit. Remove feeder back to main switchboard in basement. Existing raceway shall be reused. Remove existing 60A/3 circuit breaker. New circuit breaker and wiring shall be installed in new work. z 0 N F F( 0 �y I(A 6) IW d� Of U0 i _ Z W � 1 O Q � W � iUO;0 U- F- 0-7Lu U— < c G Q J !v0a. r 2 i L� UW z W � ZQ � U LUU w z a 00 U Z a z U JOB NO. 14006 SHEET i '�HD100 TERMINAL AIR BOX, H-1 LEVEL TWO / ROOF PLAN SCALE: 1 /8" = 1'-0" N PEW WOW KEY PEW/FEVEM SINGLE LINE DOUBLE LINE EQUIPMENT REFER TO SHEET H5.1 FOR MECHANICAL NOTES SINGLE LINE DOUBLE LINE EQUIPMENT 0 W N O H Q Q af 0 0 z 0 ~a N U 0 r-i +w O- 1 z Lia d ~ N U � W W O U uj 0 z LLQLLI 2 0UV J J U a- w -i ry Q U ;Z Q > c� Q Q O O P O � � N 0 rn O U w r U P w � _ d d w LL m U I � wW z W U Luu u Z ® Z Q 00 Q U Z x U f JOB NO. 14006 i.SHEET H 1.0 T 0 0 a c T E I 0 N 0 0 a, 0 a- E 0 I N L6 0 a 0 J rn 3 0 LO i a C) 0 0 ONE OR TWO HOUR RATED 1/4' BEAD OF GYPSUM WALLBOARD ASSEMBLY CP-25WB CAULK, 1-2' FIBERGLASS BOTH SIDES OF WALL INSULATION 12'f MAXI STEEL PIPE (SCH. 10 MIN.) INEIL 1/2' MIN., 1-1/2' MAX J FS-195 WRAP/STRAP ANNULAR SPACE 1' DEPTH CP-25WB CAULK BACKEROD PACKING MATERIAL WALL SECTION 28 GAUGE STEEL SLEEVE WALL SLEEVE 1/2' (MIN.) BEYOND WALL NOTE 1. MATERIALS AND CONFIGURATION SHOWN BREACH SEALING DETAIL ARE FOR 3M SYSTEM jWL5010 ONE AND TWO HOUR FIRE -STOP M-1420a 2' DEPTH 3M FIRE BARRIER 1/2 ' TO 2- FIBERGLASS CP 25 N/S CAULK INSULATION 1' DEPTH MINERAL WOOL 4-1/2' MIN. SOLID �- 1/2' MIN., 2-3/8' MAX CONCRETE FLOOR ANNULAR SPACE 12'e MAX STEEL PIPE (SCH. 10 MIN.) NOTE 1. MATERIALS AND CONFIGURATION SHOW FLOOR SEALING DETAIL ARE FOR 3M SYSTEM /CAJ5001 TWO HOUR FIRE -STOP M-1420b 4-1/2- MIN. 1' THICK MINERAL WOOL CONCRETE WALL 1' DEPTH 3M FIRE STEEL SUPPORT BARRIER CP 25 CAULK CUPS I SHEET METAL 01 o SCREW, TYP. I I I RECTANGULAR o I o STEEL HVAC DUCT o 0 O' MIN., 4' MAX OPTIONAL ANGLE ANNULAR SPACE IRON SUPPORT FRONT VFW WALL SECTION FRAME DUCT STEEL SUPPORT CLIPS FASTENQ2S 6' 6' O.C. MAX O.C. MAX. RECTANGULAR STEEL NOTES: HVAC DUCT 1. MATERIALS AND CONFIGURATION SHOWN BASED ON 3M SYSTEM jCAJ7016 BREACH SEALING DETAIL 2 THIS DETAIL DOES NOT APPLY TO FIRE DAMPER TWO HOUR FIRE -STOP ASSEMBLIES INSTALL FIRE DAMPERS PER MANUFACTURER'S RECOMMENDATIONS M-1420c CS-195 COMPOSITE SHEET INSTALLED FOIL SIDE DOWN AND SECURED BY 2' MIN. OVERLAP 1/4' DIA. BY 1-1/2' LONG MIN. MASONRY 3M FIRE BARRIER CP 25 FASTENERS WITH CAULK OR MOLDABLE PUTTY WASHERS 4-1/2' MIN. CONCRETE FLOOR SLAB 36' MAX LENGTH, 750 50. IN. MAX OPENING SIZE NOTES, 1. MATERIALS AND CONFIGURATION SHOWN ARE FOR 3M SYSTEM PCA0004 FLOOR SEALING DETAIL 2 REFER TO MANUFACTURER'S INSTRUCTIONS THREE HOUR FIRE -STOP FOR COMPOSITE SHEET SEAMING DETAILS M-1420d NOTES: 1. Individual details apply only to the 3. It is the Contractor s responsibility to materials, construction types, and install all fire stopping in strict accordance configurations shown. Refer to to the manufacturer instructions manufacturers system and application to comply with the appropriate UL details for other materials, construction System assembly requirements. or configurations. 4. Modal numbers and materials are based 2. Details shown are for typical applications on 3M Products and do not necessarily apply to any or oil fire stopping requirements on the project TYPICAL MECHANICAL FIRE -STOPPING DETAILS M-1420 AIR VENT-\ WATER COIL PRESSURE/TEMPERATURE TEST STATION. STRAINER J SHUTOFF VALVE W W R = 4.5 S = 3.25' MITERED ELBOW WITH TURNING VANES W_W R w RADIUSED ELBOW R�t LOW DR 1 R1 = 0.10•W R2 = 0.25' R3=0.50' ELBOW WITH FULL LENGTH AIR VANES CONTROL VALVE BALANCING VALVE _a PIPE HANGER SHALL SUPPORT PIPING INDEPENDENT OF COIL. DRAIN LANE SHALL BE AT LEAST THE SAME SIZE AS THE NIPPLE ON THE DRAIN PAN. CLEAN PITCH DOWN - TOWARD DRAIN 1' OPEN DRAIN NOTES: 1. UNLESS NOTED OTHERWISE, THIS DETAIL DOES NOT APPLY FOR FAN COIL UNITS, HEAT PUMPS OR BLOW THROUGH UNITS. 2. 'A'=SUCTION PRESSURE OF THE FAN (1-1/2' MINIMUM) 1 / V H 3 -i 3 PLAN VIEW PLAN VIEW PLAN VIEW STRUCTURE r 4 .hl-7 2(ZELEVATION 1/) NOTE: DO NOT INSTALL DUCTWORK PLENUMS UNLESS NOTED OTHERWISE CONTROLS SCHEMATIC SYMBOLS (NOTE: ALL SYMBOLS SHOWN MAY NOT BE REQUIRED FOR THIS PROJECT.) SPACESENSOR CO2 T = TEMPERATURE OCC = OCCUPANCY OA = OUTDOOR AIR H = HUMIDITY CO2 = CARBON DIOXIDE L1�Ln n n . AVERAGING/LOW POINT SENSORS �J T = TEMPERATURE (AVERAGING) F = FREEZE STAT (LOW POINT) SENSOR P =PRESSURE T = TEMPERATURE H = HUMIDITY i=CURRENT MOTORIZED DAMPER SMOKE DAMPER DP DIFFERENTIAL PRESSURE SENSOR ECM ELECTRICALLY COMMUTATED MOTOR VFD VARIABLE FREQUENCY DRIVE MS MOTOR STARTER LR LINE VOLTAGE RELAY EXHAUST FAN EXHAUST RETURN SUPPLY RELIEF OUTPUT FROM DDC CONTROLLER INPUT TO DDC CONTROLLER N.C. NORMALLY CLOSED N.O. NORMALLY OPEN TWO WAY CONTROL VALVE THREE WAY CONTROL VALVE ® PUMP ® FILTER AFMS AFMS = AIR FLOW MEASURING STATION WFMS = WATER FLOW MEASURING STATION COMPRESSOR Q THIRD PARTY CONTROLLER HUMIDIFIER DISPERSION TUBE COIL, ENERGY RECOVERY WHEEL, ETC. OI VAV CONTROL SCHEMATIC NO SCALE �\ -11:11a 1. General a. The DDC panel shall index each unit between occupied and unoccupied modes. b. Provide all sensors with adjustable setpoint. 2. In the occupied mode, operation shall be as follows: a. On a rise in space temperature, modulate reheat coil valve closed and modulate supply air damper open. b. On a fall in space temperature, modulate supply air damper to the minimum position, modulate reheat valve open. c. The space temperature setpoint shall be adjustable at the sensor within a range as specified at the DDC panel (+/- 5 deg. F acl. from winter setpoint 70 deg. F, summer setpoint 75 deg. F). d. Monitor the discharge temperature at each zone damper. 3. In the unoccupied mode, operation shall be as follows: a. The reheat coil and supply air dampers shall be modulated as noted above as required to maintain unoccupied heating and cooling set points. V HWR HWS -� POINTS LIST Analog Inputs 1. Supply air flow 2. Space temperature 3. Space set point 4. Discharge air temperature Binary Inputs None Analog Outputs 1. Supply air damper position 2. Reheat control valve position Binary Outputs None Alarms None AIR \ UST } l O / AER URN OUTDOOR AIR DX COIL REPRESENTATIVE ffZONE TEMPERATURE 20':=,FEB -5 P1 2 t I f L V; INPUT OUTPUT ROOF MOUNTED DUCTWORK RL ELECTRIC COIL SUPPLY O r- RTU CONTROL SCHEMATIC UNIT CONTROLLER W/ BACKNET/IP INTERFACE DX COMPRESSOR 75% OF _-- --_., ... NO SCALE NOTES: 1. MINIMUM POINTS AS INDICATED MAY BE PICKED UP FROM UNIT CONTROLLER BACNET INTERFACE WERE POSSIBLE COMMUNICATIONS TO FRONT END ROOF MOUNTED DUCTWORK ROOFTOP AIR CONDITIONING UNIT SEQUENCE OF OPERATION (RTU-1, 2) POINTS LIST 1. General: A. Analog Inputs a. All HVAC systems shall be controlled with Direct Digital Control (DDC) according 1. Discharge Air Temperature to the control sequences contained in this section. All points, software 2. Return Air Temperature programming and hardware, etcetera which are required to meet the following 1 Mixed Air Temperature sequences of operation, shall be provided. 4. Reference Space Temperature b. The units shall consist of supply fan, DX cooling, electric preheat, filters, powered B. Analog Outputs exhaust, and outdoor air, return air, and relief air dampers. 1, Discharge Air Temperature Setpoint C. The units supply year round air to variable air volume terminal units in the police 2. Space Temperature station and the second floor of the fire station. The units shall have a factory C. Binary Inputs installed controller which shall monitor and control the unit in a stand-alone 1. Supply Fan Status mode. The DDC contractor shall install network sensors and interface as 2. Cooling System Status required with factory mounted RTU controls. 3. Heating System Status d. The RTU controller shall operate the electric heater and compressor as required 4. Economizer Status to maintain discharge air temperature. The unit controller shall modulate the 5. Dirty Filter Status economizer to maintain discharge air temperature when free cooling is available. g, Exhaust Fan Status The DDC system shall determine occupied / unoccupied modes according to the D. Binary Outputs occupancy schedule set by the owner. 1. Occupied Mode e. Coordinate provision of all required items for complete control of unit as 2. Unoccupied Mode described with unit manufacturer. E. Suggested Alarm Values 2. in occupied mode, the sequence shall be as follows: 1. RTU Alarm a. The outdoor air damper shall be open to supply the minimum occupied outdoor 2. Dirty Filter Alarm airflow. The unit controller shall operate the return air damper and relief air 1 Compressor Fault damper as required. 4. VFD Fault b. The supply fan shall be on. Supply fan speed shall modulate to maintain static 5 Discharge High Static Pressure pressure setpoint at sensor located in supply duct system. Setpoint to be determined during balancing and reset as follows: 6. Return High Static Pressure I. The controller shall poll the VAV terminal units to determine if they are able to maintain their required airflow. If any VAV terminal unit is unable to maintain its required airflow, the static pressure setpoint shall be gradually reset upward. ii. If all VAV terminal units are operating below maximum damper position, the static pressure setpoint shall be gradually reset downward. C. The unit controller shall gradually modulate the electric heater, compressor, and economizer to maintain discharge temperature setpoint utilizing staging of devices as available. d. The powered exhaust fan shall operate as required to maintain building pressure. Setpoint to be determined during balancing. e. The unit shall incorporate freeze protection within its internal controller programming. f. The system shall be provided with optimum start controls. 3. In unoccupied mode, the sequence shall be as follows: a. The outdoor air damper and relief air damper shall be closed and the return air damper shall be open. b. The supply fan shall be off unless there is a call for heating or cooling. C. The unit controller shall operate the electric heater, compressor, and economizer to maintain unoccupied space temperature setpoint utilizing staging of devices as available. 4. Safeties and Interlocks: a. A high static pressure limit switch shall prevent the supply duct static pressure from rising above 3" wg (adjustable). This will be hardwired to de -energize the supply fan. A manual reset will be required. b. A high static pressure limit switch shall prevent the return duct static pressure from rising above 2" wg (adjustable). This will be hardwired to de -energize the exhaust fan. A manual reset will be required. C If the return air temperature falls below 60 degrees F (adjustable), both the supply fan and the exhaust fan shall be disabled, the outdoor air damper and the exhaust air damper shall be completely closed and an alarm shall register. u7 0 O H < 0 Z O (n ~ H 0 �Ld > ZU w 00 W UO 1 O p U W UJ O Qo'� U_ O77 LL 5W 0 W LV U_U J J U CL W J � Q I U N m a O U W _ U P u � M < x< Ud < - w n 3 O 'r w > M Z P w _ 0 Q" v Z Q Q w - U M _ Zr, loe�� < JOB NO. j 14006 SHEET H500I ,: a; 0 d E 0 N 0 .n ram' 0 d v 0 J 0 -a WC HAMAL SYMBOLS (NOTE ALL SYMBOLS SHOWN MAY NOT BE REOUIRED FOR THIS PROJECT.) w SHEETMETAL w MANUAL VOLUME DAMPERS FIRE DAMPER - FD, SMOKE DAMPER - SD CO6➢NATION FIE/.]IDID: DAMPER = F/SD (TRIANGLE - ACTUATOR LOCATION FOR m AND F/SD. F/SD COORDINATE WITH FIND CONDITIONS AS REWIRED) A TRANSITION PIECE F-3A MITERED ELBOW WITH SINGLE THICKNESS TURNING VANES r RADIUSED ELBOW - Ra1.5 x W RW (tAt �a-� GRILLE OR DIFFUSER ON SIDE OF DUCT. Y MOTOR OPERATED DAMPER I I DIFFUSER OR GRILLE BELOW DUCT i7FIgp�p�tplSL5 PITCH DOWN IN DIRECTION OF ARROW FLEX DUCTWORK ® SUPPLY (CONDITIONED) AIR Wcr. SOLID CROSS - UP/TOWARDS DASHED CROSS - DOWN/AWAY ®SOLID C OR RELIEF AIR DUCT. SOLID CROSS - UP/TOWARDS DASHED CROSS - DOWN/AWAY RETURN TRANSFER AIR DUCT. SOLID CROSS - UP/TOWARDS DASHED CROSS - DOWN/AWAY UNCONDITIONED OUTDOOR AIR DUCT. SOLID CROSS - UP/TOWARDS DASHED CROSS - DOWN/AWAY ... CONTROLS w o- THERMOSTAT ruN `l HUMIDISTAT (D-0 THERMOSTAT - SURFACE MOUNT OH -Q HUMIDISTAT - SURFACE MOUNT CO2 CARBON DIOXIDE SENSOR NO2 NITROGEN DIOXIDE SENSOR T/H COMBINATION THERMOSTAT AND HUMIDISTAT .« PIPING SPECIALTIES . O- ELBOW TURNED UP OR TOWARDS C ELBOW TURNED DOWN OR AWAY ---�- TEE TURNED UP OR TOWARDS _ TEE TURNED DOWN OR AWAY RISEDROP DROP OR RISE -� ARROW IN LINE INDICATES DIRECTION OF FLOW ] CAP OR PLUG Zi- STRAINER ® FLOOR DRAIN - FD -11F- UNION -- SHUT-OFF VALVE BALANCING COCK FLOW CONTROL VANE AUTOMATIC CONTROL VALVE - RELIEF OR SAFETY VALVE PRESSURE REDUCING VANE --(\� CHECK VALVE •r�\� BACKFLOW PREVENTER -�qi- VALVE IN RISER 3-WAY AUTOMATIC CONTROL VALVE Y Y PRESSURE -TEMPERATURE RELIEF VALVE - WATER METER yE PIPE ANCHOR _ PIPE GUIDE -o--- STEAM DRIP ASSEMBLY �- SINGLE EXPANSION JOINT CONCENTRIC REDUCER OR INCREASER e CONNECTION - NEW TO EXISTING 4 THERMOMETER -- PRESSURE SENSOR w SHEETMETAL ABBREVIATIONS ... SA -- SUPPLY AIR RA -- RETURN AIR TA -- TRANSFER AIR EA -- EXHAUST AIR CA -- OUTDOOR AIR m DUCT SIZE NOMENCLATURE _« (ALL SIZES IN INCHES) x RECTANGULAR aq. 24x12 0 OVAL ROUND cg. 240)2 a PIPING ABBREVIATIONS m - CHS - CHniFn WATER SUPPLY -CHR- CHILLED WATER RETURN - HWS - HEATING HOT WATER SUPPLY -HOUR- HEATING HOT WATER RETURN - CHWS- C"U rn & HOT WATER SUPPLY -CHWR- CHIIIFD k HOT WATER RETURN -D- CONDENSATE DRAIN LINE ROOF TOP UNIT AIR CONDITIONER SCHEDULE SUPPLY FAN RELIEF FAN SELF CONTAINED COOLING ELECTRIC HEAT COIL ELECTRICAL PLAN MIN O.A. STATIC PRESS. STATIC PRESS. CAP (MBH) # OF ENT AIR (F) AMB. CAP SIZE MODEL NO. MARK CFM (CFM) TOTAL BHP HP CFM TOTAL RPM HP TOT MIN STAGES EER DB WB DB (MBH) KW STAGES VOLTS PH MCA (NOTE1) NOTES RTU-1 7200 1800 1.5 _ 5.1 5 7200 0.4 1750 5 213.97 213.97 2 11.8 80 67 95 184.4 54 2 460 3 76 THH210 2,3,4,5 RTU-2 3000 750 1.4 156 3.6 3000 j 0.4 1750 2 92 92 2 12.6 80 67 95 92.21 27 2 460 3 46 THCO92 2,3,4,5 NOTES: 1. Selections based on Trane. See specifications for other approved manufacturers. 2 Provide with the following options: a. DB Economizer with power relief fan (coordinate power wiring with electrical contractor). b. BACnet over IP compatible control card. c. Condenser coil hail guards. d. MERV 8 filters. e. Powered convenience outlet. f. Condensate overflow switch. g. Motorized outdoor air damper. h. Factory mounted non -fused disconnect. i. Clogged filter switch. j. Fan failure switch. k. Hinged access panels. I. Stainless steel drain pan. m. Variable air volume operation (multizone). n. Through -the -base electric routing. o. Unit return air smoke detector. 3. Provide with Inverter Duty Rated motor for use with variable frequency drive (refer to Section 23 0513) 4. Provide with transition curb to match footprint of demolished roof curb. 5. Unit is to be horizontal discharge. NEW UNIT CONTINUOUS BEAD EPDM MAN MANUFACTURER'S RECOMMENDED �t NON -CURING WATER CUT-OFF SEALANT NEW CURB NEW 60 MIL EPDM FLASHING FULLY -ADHERED - UP AND OVER TOP OF NEW CURB EXISTING STRUCTURAL SUPPORT CURB DETAIL NO SCALE 24 GA. GALVANIZED PLATES, CONTINUOUS OVER ALL PLYWOOD SEAMS AS REQUIRED FOR VERTICAL CLEARANCE NEW 6' SELF- ADHEARING SEMI -CURED EPDM FLASHING EXISTING EPDM MEMBRANE 1" EXPANDED POLYSTYRENE INSULATION MIN. (1.5 LB DENSITY) f- 1/2' PLYWOOD EXISTING ROOF MEMBRANE ROOFING NOTES: 1. PROVIDE FOR THE PROTECTION OF THE ROOF MEMBRANE DURING CONSTRUCTION ACTIVITIES. MINIMUM REQUIREMENTS ARE AS SHOWN ON THE ROOF PROTECTION DETAIL 2. PROTECTION IS REQUIRED OVER FULL EXTENT OF WORK AREAS, TRAFFIC ROUTE AND STORAGE AREAS. FLASHING AT PERIMETER AND PENETRATIONS SHALL ALSO BE PROTECTED. 3. EXISTING ROOF MEMBRANE MANUFACTURER IS FIRESTONE. ANY REPAIRS SHALL BE PERFORMED BY A MANUFACTURER APPROVED CONTRACTOR. IF REPAIRS ARE REQUIRED, THE MINIMUM PATCH SIZE SHALL BE 4' x 4'. ROOF PROTECTION DETAIL NO SCALE VARIABLE VOLUME TERMINALS WITH HOT WATER REHEAT TERMINALS FOR RTU-1 PLAN INLET MIN SP (IN. W.C.) COIL ROOMS MARK SIZE CFM CFM (NOTE 2) MBH GPM LAT WPD MODEL SERVED NOTES VAV-1-1 10 640 385 ___ 0.08 11.0 1.1 84 1.74 AVRB12 1,3,4 VAV-1-2 10 740 445 0.09 20.0 2.0 99 AVRB12 1.4.6 VAV-14 10 560 335 0.07 9.0 0.9 83 _ _4.77 1.22 AVRB12 1,4,6 VAV-1-5 8 420 250 0.09 0.0__+_ 1.0 95 0.96 AVRB08 1,4,6 VAV-1-7 8 340 205 0.07 -1 9.0 0.9 98 0.82 AVRB08 1,4,6 VAV-1-8 14 1750 150 0.06 24.0 2.4 79 1.78 AVRB24 1,4,6 VAV- 1-56 7 530 265 0.36 24.2 24 105 1.7 1,5,6 VAV-1-57 7 515 260 0.36 23.6 2.4 105 1.6 1,5,6 VAV-1-58 7 585 295 0.45 25.6 2.6 105 1.9 1,5,6 VAV- -59 i 6 380 190 0.36 17.0 1.7 105 1.6 1,5,6 VAV-1- 7 515 260 0.36 23.8 2.4 105 1.6 1,5,6 1. All boxes are existing boxes. Values provided are for new controls and balancing purposes. 2. Static pressure drop at listed airflow through VAV box including coil (damper 100% open). 3. Replace pneumatic controls, valve and damper actuators with digital electric controls and actuators. 4. Existing boxes provided during 1989 project. Basis of design is Carnes. 5. Existing boxes provided during 2000 project. Basis of design unknown. 6. Box has pneumatic actuators with digital controllers. No new work is to be done to this box or associated controls. VARIABLE VOLUME TERMINALS WITH HOT WATER REHEAT _ TERMINALS FOR RTU-2 - -- PLAN INLET MIN SP (IN. W.C. ) NC RATING COIL ROOMS CFM CFM (N 2) 510E (NOTE 3) MBH GPM WPD ROWS MODEL SERVED NOTES - - - � VAV-2-1 12 1140 680 0.36 32 32.3 1.1 98 0.48 2 SVD5 1 VAV 2R2 _ 700 420 0 13 --- 0 - --.. 2 5 89T 0.89 ..- -- SVD5 - --- - ---- _----- VAV-2-3 10 815 490 0.17 34 19.0 5.2 90 3.22 1 SVD5 t VAV-2-4 8 345 210 0.07 29 8.6 0.8 92 0.42 1 _ SVD5 1 NOTES: 1. New box to be provided with digital controls. Selections based on Price. Refer to specfication for approved manufacturers. 2. Static pressure drop at listed airflow through VAV box including coil (damper 100% open). 3. NC rating is maximum discharge or radiated rating allowed. NC ratings to be calculated in accordance with ARI-885 (2011). DUCT INSULATION SCHEDULE (Note 1) Space Type Service Construction Type I Duct Liner Duct Covering Preinsulated Rigid Covering Uninsulated (Note 2) _ (Note 3) (Note 4) -(Note 5) (Note 4) _ Exterior Supply Air Round General 3" (Note 6) Rectangular General 3" Upstream of VAVs / reheat coils 3' Downstream of ERU 3" 4 Flex Connector - - - - 3" - Return Air Round General - 3" Rectangular General = - W Flex Connector - 3" Exhaust Air Round General - 3" Rectangular General - 3" Flex Connector - 3' SS Fumehood Uninsulated NOTES: 1. Unless listed above as "None", all ductwork and accessories shall be either lined or covered. If type or thickness is not indicated, it shall be 1-1/2" covering. 2. Refer to plans for ductwork designations. 3. See Specification Section 23 3113 - HVAC Metal Ducts. 4, See Specification Section 23 0700 - HVAC Insulation. 5. See Specification Section 23 3300 - Air Duct Accessories and/or 23 3113 - HVAC Metal Ducts. 6. Exterior Space: an area outside the building which is exposed to the weather (e.g., roof). Exterior ductwork insulation to be covered with Venture Tape VentureClad 1577CW multilayered, self adhesive jacketing system. Finish to be Black/White/Natural Alumimum (EDIT NOTE - PICK A FINISI COLOR) EQUIPMENT SCHEDULE PLAN VOLTS HP/ ' MAX FUSE/ DISC MARK DESCRIPTION PANEL /PH WATTS FLA MCA MOCPD FEEDER @ UNIT NOTES RTU-1 _ Roof TopUnit- Police MSB 480/3 76 80 1"C,3#4,1#8GND FWE 1,2,3 RTU-2 Roof Top Unit - Fire MSB 48013 46 50 3/4"C, 3#8,1#10GND FWE 1,2,3 PE-1 1 Power Exhaust MSB 480/3 10.75 19.35 I 3/4"C, 4#12 Note 4 PE-2 _ Power Exhaust MSB 480/3 5 9 3/4"C, 4#12 Note 5 KEY: CMS = COMB. MOTOR STARTER FWE = FURNISHED WITH EQUIPMENT SSY = BUSSMAN FUSES/SWITCH UNIT DDC = DIRECT DIGITAL CONTROL MCA = MIN CKT. AMP WP = WEATHERPROOF FLA = FULL LOAD AMPS NF = NON -FUSED WS = WITHIN SITE FRA = FRACTIONAL HP SPSW = SINGLE POLE SWITCH VFD = VAR. FREQ. DRIVE NOTES: 1. Unit to have single point power connection with integral disconnect. 2, Existing raceway to be reused. 3. Coordinate with Mechanical Contractor for wiring of motorized dampers at unit. 4. Provide and install a 30A/3 fused disconnect with 17.5A fuses. Disconnect shall be heavy duty,NEMA 3R rated for outdoor use. 5. Provide and install a 30A/3 fused disconnect with 1OA fuses. Disconnect shall be heavy duty, NEMA 3R rated for outdoor use. 101L FEB F11 ?. 2 r u Ar1 1 GENERAL MECHANICAL NOTES: 1. Drawings are in part diagrammatic, intended to convey the scope of work, and to indicate the general locations of equipment, piping and ductwork. Contractor shall field verify all dimensions and layout his own work according to the following guidelines: a. Contractor shall be responsible for determining the exact locations for equipment and rough ins and the exact routing of piping and ducts prior to construction so as to best fit the layout of the work. Space above ceilings is extremely limited; coordinate final layout with all trades. b. Where offsets in piping or ductwork are required to coordinate the work of other trades, with existing structure, piping, conduit, ductwork etc, or to maintain required ceiling heights, they shall be provided at no additional cost to the Owner. c. All existing piping and ductwork routing shown is intended to indicate approximate size, number and location of piping branches for bidding purposes only. Contractor to verify exact size and configuration prior to construction. d. Unless otherwise noted, all ductwork and piping to be routed concealed in walls, chases or above suspended ceiling. Water piping shall not be routed in exterior walls. Coordinate layout with existing conditions and all other trades. Route all piping and ductwork as high as possible and along walls to maximize space available for other trades. e. Coordinate routing of piping and ductwork to maintain access to filters, motors, electrical equipment, and controls. In no case shall piping or ductwork pass directly over electrical panels or disconnects or restrict access to any electrical equipment including junction boxes. f. Coordinate exact ductwork connection sizes with equipment and transition as required. 2. Because of the scale of the drawings, certain piping or items such as unions, fittings, or valves may not be shown, but where such items are required by code, the specifications, or where they are required by the nature of the work, they shall be furnished and installed. 3. All elements of the construction shall be performed by workmen skilled in the particular craft involved, and regularly employed in that particular craft. All work shall be performed in a neat, workmanlike manner in keeping with the highest standards of the craft. 5. For all work required above ceilings outside of the project space, Contractor is responsible for removal and replacement of all ceiling tile as required to accomplish the work. 6. Mechanical Contractor shall provide all required support steel for piping, ductwork, and equipment.. 7. Shutdown of existing water, steam, condensate, natural gas, or fire protection systems to be coordinated through Owner's representative a minimum of three days prior to shutdown. 8. Contractor shall note that in nearly all areas, space above existing ceilings is extremely limited, and coordination of new work with existing piping, ductwork, conduit, etc. is mandatory. 9. Duct dimensions shown on drawings are net inside dimensions. Increase sheet metal size for lined ductwork to allow for internal insulation if applicable. 10. All control wiring in finished spaces is to be routed concealed in walls or above ceilings unless specifically noted otherwise. Concealed control wiring where accessible may be installed without conduit. All concealed control wiring which is not accessible shall be routed in conduit. Thermostats to be mounted at 46" AFF to center line. HVAC NOTES: H-1 Existing to remain. H-2 Provide new digital controller, hot water reheat coil control valve, damper actuator, and space temperature sensor for this terminal box. H-3 Provide new curbs that match footprint of demolished roof curbs and transitions to match dimensions of new unit. Rough dimensions of existing roof curbs are as follows RTU-1: 94' x 83", RTU-2: 73" x 71". Contractor to field verify curb dimensions prior to ordering Curb. H-4 Humidifier is existing to remain. Reinstall humidifier dispersion tubes into supply air ductwork; modify piping as required. H-5 Route condensate drain piping to nearest roof drain. Drain material shall be schedule 40 PVC. H-6 For roof curbs that extend more than 24" above roof surface, provide steel grate work platform on all sides requiring access. Platform shall be a minimum of three feet in depth and shall have hand rail along outer edge. ELECTRICAL NOTES: E-1 Electrical Contractor shall furnish and install new wiring in existing raceway to RTU-1 from the main switchboard in the basement, located directly below Room 105. Existing raceway is assumed to be routed out the main electrical room, below apparatus bay, up through the apparatus bay floor and surface mounted along the wall and ceiling structure to the location of the existing unit. Refer to Equipment Schedule for feeder information. E-2 Electrical Contractor shall furnish and install new conduit and wiring for PE-1 from the main switchboard in the basement, located directly below Room 105, up to RTU-1. Coordinate with Mechanical Contractor for exact location of PE-1 on RTU-1. Provide and install a new GE 20A/3 circuit breaker in an open space of the main switchboard. New circuit breaker shall have an AIC rating of 22kAIC to match the existing board. Refer to Equipment Schedule for additional information. E-3 Electrical Contractor shall furnish and install a new GE 5OA/3 circuit breaker, with a 22kAIC rating, in the existing GE switchboard to replace the existing 60A/3 circuit breaker. Electrical Contractor shall furnish and install new wiring in exiting raceway to RTU-2 from the main switchboard in the basement, located directly below Room 105. Existing raceway is assumed to be routed out the main electrical room, below the apparatus bay, up through the apparatus bay floor and surface mounted along the wall and ceiling structure to the location of the existing unit. Refer to Equipment Schedule for feeder information. E-4 Electrical Contractor shall furnish and install new conduit and wiring for PE-2 from the main switchboard in the basement, located directly below Room 105, up to RTU-2. Coordinate with Mechanical Contractor for exact location of PE-2 on RTU-2. Provide and install a new GE 20A/3 circuit breaker in an available space of the main switchboard. New circuit breaker shall have on AIC rating of 22kAIC to match the existing board. Refer to Equipment Schedule for additional information. ILL W CN la O af 0 0 Z O N ~ F- Z jZ W V) tj w ZOO Of 00 UJ . ~ N U I U U00 -P LCL1 iLL < G VU J J a- W J = Q Ui Z oC 40 JOB NO. 14006 a 0 V) LU Z) 0 UJ `U v ) SHEET H501